SOLICITATIONICONTHACTIORDER FOR COMMERCIAL ITEMS "-55 OFFEROR TO COMPLETE name?Al-(21054 9 4. ORDEHMBER 51 SOLICITATION B. SOLICITATION DUE DATE ISSUE DATE 94 CALL: Gabr OFFER DUE DIRTEILDGAL TIME 9. ISSUED av . CODE l2 0 To. ms LNREETRIGIED on LI SET OFFICE CF AC 1-1110}; SMALL BUSINESS 701 12TH SEREET SMALL HIM I mason omen?: ARLINGTON VA 2 05 9 EUEINEBS m? 54 1 5 1 1 SWCEDIWD WOMEN-OWNED BUSINESS Ems?? sans gramme: 2 5 . 5 emu. mamas CJ am 11. DELIVERY FOR FOB DESTIHA- 12. DISCOUNT Tamas Mum new mass BLOON Is m. was comm Is a WED Net 30 RATED moan UMIER CI BEE screams WM ?5 m} 14. METHOD OF savanna?: RFG Ira RFP 16. DELIVER TD- CDDE 1 'Il. MMINJBTERED BY EDGE 3 Office of Information Technology 1'01 12TH STREET Attn: LINDA. CHATMAN ARLINGTON VA 20598 TBA INFRASTRUCTURE T01 12th St ARLINGTON VA 20598 178.. WWTORI OFFERDR ?m5 '935130485 DUDE INTERNATIONAL MACHINES CORPORATION Attn: 6710 ROCKLEDGE BETHESDA MD 203171325 3Dlu2403797 Ill. PAYMENT WILL BE MADE Bf P.O. Box 41.11 US Coast Guard Finanoial Center TSA Commercial Invoices Chesapeake VA 23327?4 11 1 0?05 ham TELEPHONE N0. Ema. GHECII IF Is mo PUT WCH ADDRESS IN OFFER suamr mamas TOADDRESS mom IN noon mess BLOCK BELOW MOENDIM 2a 21. 22. n. 24. ITEM No. SCHEME or oumnw LNIT UNIT mos AMOUNT GSA Contract II: 98 Tax ID Number: DUNS Number: 8351304 5 Fgainst BEA for Mobile (Attachment PL) Accounting Info: Continued {Use Reverse under Mach Sheets as Nomad This is a Time and Materials Task Order issued pplication Development in accordance with the attached Performance Work Statement . 5T813 4A000020131T8010380000750067 25. ACCOUNTING mo APPROPRIATION DATA See 3 chedul $335,413.59 re. TOTAL mri {For Gov! Use any; 2h. SOLICITATION WGOHPORATES BY REFERENCE FAR 52 212-1, 52.2124. FAR AND 52.212-5ARE ATTACHED. ADDEND 2TB. ORDER BY REFERENCE FAR 52.2 I24. FAR 52.2126 l3 ATTACHED. 29. AWARD OF CONTRACT: 2B. CONTRACTOR IS REQUIRED TD SIGN THIS- AND RETURN _1 COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABDVE AND ON ANY ADDITION SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. ADDENDA DATED BARE I3 ARE NOT ATTAOHEO. HARE DARE NOT ATTACHED. OFFER . YOUR OFFER ON SOLICITATION (BLOCK INCLUDING ANTMONIO on CHANGES WI-IIGH ARE SET FORTH HEREIN. I3 MGEPTED A5 TO ITEMS: UT OR 3E3. SIGNATURE OF DFFEROHJCO M??r a) REOF STING x. I 3m. NAME AND SIGNER {Type orme HEIDI. Cpi?II?mc-I! ?3732:3575 31b. MAI-IE bl: BONTRACTING OFF Kristin Fuller (?ips 310. DATE SIGNED TCJCEO AUTHORIZED FOR LOCAL HEPRODUGTIDN PREVIOUS EDITION IS NOT USAELE Working Copy sTAN?Enno FORM 1449 (newcm} 53.212 2of SUFFLIEMGES GUAHI II I WT PRICE MOUNT DIRECT-DEF. TASK-D Period of Performance: 11f04f2013 to 11f03!2015 00001 cmmuuom: Base Period 1 J3 51043 NW) Period of Performance: 11f041'2013 to 05/03/2014 10001 Option Period 1 1 JB 0.00 Period of Performance: to mica/2014 20001 CLIN20001: Option Period 2 1 JB 0.00 Period of Performance: 11304.3'2014 to 05/03f2015 30001 CLIN 30001: Option Period 3 1 JB 0.00 Period of Performance: to llf03f2015 The total amOunt of award: The obligation for this award is shown in box 26. 323. IN COLUHN 21 HAS BEEN RECEIVED INSPEGTED ACCEPTED. mo CONFORMS TO THE common EXCEPT as NOTED: 32? PRINTED WE AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32b. SIGNATURE OF AU FHORFZEO GOVERNMENT REFRES 32c. DATE 320. MNUNB ADDRESS OF GOVERNMENT REPRESENTATWE 32F. TELEPHONE NUMBER OF GOVERNMENT REPRESEHTATIVE 029. E-MNL OF AUTHORIZED GOWRNMEHT REPRESENTATIVE 33. 3! NUMBER E34. VOUCHER NUMBER 35. AMOUNT VEanan 36, PAYMENT CHECK NUMBER comer FOR Cg COMPLETE [j man?. mm. :3 PARTIM. El FINAL as. am mooum NUMBER as. am VOUCHER NUMBER ?50. PM) 41.9. I CERTIFY THIS Is CORRECT mo PROPER Fan EAVMEHT 42a. RECEIVED BY [Print] on. SIGNMURE AND mm or cranme OFFIGER ?a DATE ?20. REGEWEO AT {Loco-*an 42c. DATE ?26. TOTAL GONTNNERE STINDIRD FORM 53101 1) BACK 1 GENERAL INFORMATION This Task Order (T0) is in support of the Transportation Security Administration (TSA), Application Development Division, to perform Mot-tie Application Development (MAD) services. 1.1 Period of Performance The period of performance for this task order is: Base Period November 4, 2013 to May 3, 2014 Option Period One May 4, 2014 to November 3, 2014 Option Period 'I?wo Norember 4, 2014 to May 3, 2015 Option Period Three Ma)r 4, 2015 to November 3, 2015 1.2 Type of Order The contract type for this task order is Time 3; Ma tcriai. 2 SPECIFIC REQUIREMENTS Performance requirements for this task order are provided in the attached Performance Work Statement (ewe) ofthis TO. 3 SUPPLEMENTAL CLAUSES The following clauses are included in this task order. 3.1 Clauses incorporated by reference All clauses found in the vendor?s OASIS 11 EPA ?ow down to this task order and are hereby incorporated by reference. 3.1.1 52.2276 PATENT INDEMNITY (APR 1984) 3.2 Clauses incorporated by full text 3.2.1 52.2119 OPTION T0 EXTEND THE TERM OF THE CONTRACT (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Govenunent to an extension. If the Govermnent exercises this option, the extended contract shail be considered to include this option clause. The total duration of this contract. including the exercise of any options under this clause, shall not exceed 2 years. (End of clause] Page 3 of 8 OASIS ll T0 Task Order -- MAD 3.2.2 5200.243.001 CONTRACTING OFFICER (CO) The Contracting Of?cer is the oniy person authorized to make any changes, approve any changes in the requirements of this contract, issue orders, obligate funds and authorize the expenditure of funds, and notwithstanding any term contained elsewhere in this contract, such authority remains vested soler in the Contracting Of?cer. (For further information, the Contracting Of?cer is a federal government employee who is specifically authorized and appointed in writing under speci?ed agency procedures and granted the authority to enter into, administer, andfor terminate contracts and make related determinations and ?ndings.) In the event, the Contractor makes any changes at the direction of any person other than the Contracting Of?cer, the change will be considered to have been without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The following Primary Contracting Officer is assigned to this contract. Alternate Contracting Of?cers ma)r be assigned: TSA Contracting Officer: NAME:Kristin Fuller PHONE 571-227 i I 3.2.3 5200. 242.091 CONTRACTIN REPRESENTATIVE (COR) AND TECHNICAL The principle role of the COR is to support the Contracting Of?cer in managing the contract. This is done through furnishing technical direction within the con?nes of the contract, monitoring performance, ensuring requirements are met within the terms of the contract, and maintaining a strong relationship with the Contracting Of?cer. As a team the Contracting Of?cer and COR must ensure that program requirements are clearly communicated and that the agreement is performed to meet them. The principle role of the Technical Monitor (TM) is to support the COR on all work orders, tasks, deliverables and actions that require inunediate attention relating to the approved scope and obligated funding of the contract action. The Contracting Of?cer hereby designates the individualts) named below as the Contracting Of?cer's Representative(s) and Technical Monitor{s). Such designations(s) shall specify the scope and limitations of the authority so delegated. TSA Smith PHONE NUMBER: 571-227 iin'IE-j: Page 4 of 3 OASIS ll T0 - Task Order MAD The and may be changed at any time by the Government without prior notice to the Contractor, but noti?cation of the change, including the name and phone number of the successor COR, be promptiy provided to the Contractor by the Contracting Of?cer in writing. The responsibilities and limitations of the COR are as follows: The COR is responsible for the technical aspects of the project and technical liaison with the Contractor. The COR is also responsible for the ?nal inspection and acceptance of all reports and such other responsibilities as may be specified in the contract. The COR may designate assistant to act for himrher by naming such assistant in writing and transmitting a copy of such designation through the Contracting Officer to the Contractor. The COR will maintain communications with the Contractor and the Contracting Officer. The COR must report any observed fraud, waste, or opportunities to improve performance of cost efficiency to the Contracting Of?cer. The COR will immediately alert the Contracting Officer to any possible Contractor deficiencies or questionable practices so that corrections can be made before the problems become signi?cant. The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the eontract?s price, terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the expressed prior authorization of the Contracting Officer. The COR is not authorized to direct the Contractor on how to perform the work. The COR is not authorized to issue stop-work orders. The COR may recommend the authorization by the Contracting Of?cer to issue a stop work order, but the Contracting Officer is the only official authorized to issue such order. The COR is not authorized to discuss new proposed efforts or encourage the Contractor to perform additional efforts on an existing contract or order. The responsibilities and limitations of the TM are as follows: 3l2l4 Coordinating with the COR on ail work orders, task, deliverables and actions that require immediate attention relating to the approved scope and obligated funding of the contract action. Monitoring the Contractor?s performance in rotation to the technical requirements of the assigned functional area of the contract to ensure that the Contractor?s performance is strictly within the contract?s scope and obligated funding. Ensuring that all recommended changes in any work under the contract are coordinated and submitted in writing to the COR for consideration. Informing the COR if the Contractor is not meeting performance, cost, schedule milestones. Performing technical reviews of the Contractor?s proposals as directed by the COR. Performing acceptance of the Contractor's deliverables as directed by the COR. Reporting any threats to the health and safety of persons or potential for damage to Government property or critical national infrastruchu'e which may result from the Contractor?s performance or failure to perform the contract's requirements. 4202241002 OF INVOICES - Commercial? (21) Background: The Transportation Security Administration (TBA) partners with the United States Coast Guard Finance Center for ?nancial services in support of TSA operations, including the payment of contractor invoices. Therefore, all contractor invoices must be submitted to, and will be paid by, the Coast Guard Finance Center (FinCen). Page 5 of 8 OASIS il TD Task Order is) MAD Invoice Submission Method: Invoices may be submitted via facsimile, U.S. Mail, or email. Contractors shall utilize ONLY ONE. method per invoice submission. The submission information for each of the methods is as follows in order of preference: 1) Facsimile number is: 751413-73 [4 The facsimile number listed above shall be used by contractors for ORIGINAL invoice submission only. If facsimile submission is utilized, contractors shall not submit hard copies of invoices via the U.S. mail. It is the responsibility of the contractor to verify that invoices are received, regardless of the method of submission used. Contractors may inquire regarding the receipt of invoices by contacting the U.S. Coast Guard Finance Center via the methods listed in subparagraph of this clause. 2) U.S. Mail: United States Coast Guard Finance Center TSA Commercial Invoices P.O. Box 41 1 Chesapeake, VA 23327-41 i 3) Email Invoices: FIN-8MB ?TSAInvoiccs@uscg.mii or Invoice Process: Upon receipt of contractor invoices, FinCen will electronicaiiy route invoices to the appropriate TSA Contracting Officer?s Technical Representative andlor Contracting Officer for review and approval. Upon approval, the TSA will electronically route the invoices hack to FinCen. Upon receipt of certi?ed invoices from an Authorized Certifying Of?cial, FinCen will initiate payment of the Note for discounts offered: Discounts on invoices. If desired, the Contractor should offer discounts directly upon the invoice submitted, clearly specifying the terms of the discount. Contractors can structure discounted amounts for payment for any time period less than the usual thirty day payment period speci?ed under Prompt Payment requirements; however the Contractor should not structure terms for payment of net amounts invoiced any sooner than the standard period required under FAR Subpart 32.9 regarding prompt payments for the speci?ed deliverables under contract. Discounts offered after invoice submission. lithe Contractor should wish to offer a discount on a speci?c invoice alter its submission for payment, the Contractor should submit a letter to the Finance Center identifying the specific invoice for which a discount is offered and specify the exact terms of the discount offered and what time period the Govermnent should make payment by in order to receive the discount. The Contractor should clearly indicate the contract number, invoice number and date, and the speci?c terms of the discount offered. Contractors should not structure terms for net arncunt payments any sooner than the standard period required under FAR Subpart 32.9 regarding prompt payments for the speci?ed deiiverabies under contract. Page 6 of 8 GASES l! TO Task Order MAD Payment Status: Contractors may inquire on the payment status of an invoice by any of the following means: (1) Via the internet: Contacting the FinCen Service Section via telephone at 1?300-564-5504 or (757) 523-6940 (Voice Option The hours of operation for the Customer Service line are 3:00 AM to 5:00 PM Eastern Time, Monday through Friday. However, the Customer Service line has a voice-mail feature that is available 24 hours per day, 7 days per week. (2) Via the Payment Inquiry Form: Invoice Elements: Invoices will automatically be rejected it" the information required in subparagraph of the Prompt Payment Clause, contained in this Section of the Contract, including EFT banking information, Taxpayer Identi?cation Number (TIN), and DUNS number are not included in the invoice. All invoices must clearly correlate invoiced amounts to the corresponding contract line item number and funding citation. The Contractor shall work with the Government to mutually re?ne the tenant, content and method of delivery for all invoice submissions during the performance of the Contract. Shouid an invoice be rejected for any reason, the resulting revised invoice must be submitted for the period covered by the original invoice. The revised invoice shall not be merged or combined with a subsequent invoice. Supplemental Invoice Documentation: Contractors shall submit all supplemental invoice documentation copies of subcontractor invoices. travel vouchers, etc) necessary to approve an invoice along with the original invoice. The Connector invoice must contain the information stated in the Prompt Payment Clause in order to be received and processed by FinCen. Supplemental invoice documentation required for review and approval of invoiCes may, at the written direction of the Contracting Of?cer, be submitted directly to either the Contracting Officer, or the Contracting Of?cer?s Representative. Note for ?time-and-material" type contracts: The Contractor must submit the following statement with each invoice for labor hours invoiced under a ?time?and-materials? type contract, order, or contract line item: ?The Contractor hereby certifies in accordance with paragraph of FAR 52.232?7, that each labor hour has been performed by an employee (prime or subcontractor) who meets the contract?s specified requirements for the labor category invoiced.? Additional Invoice Preparation Instructions for Software Development andior Hardware. The Contractor shail clearly include a separate breakdown (by CLIN) for any software development activities (labor costs, subcontractor costs, etc) in accordance with Federal Accounting Standards Advisory Board Statement of Federal Financial Accounting Standards Number 10 (Preliminary design costs, Development costs and post implementation costs) and cite payment terms. The contractor shall provide make and model descriptions as well as serial numbers for purchases of hardware and soitware (where applicable.) Frequency of Invoice Submission: Invoices shall be submitted on a basis. 3.2.5 52012421101 PERIOD OF PERFORMANCE OR CONTRACTS REQUIRING EMPLOYEE BACKGROUND CHECKS he period of performance begins 60 days after contract award to allow for the Enter On Duty Suitability Determination. A contract modi?cation shall be executed to revise the period of performance if the Page 7 of 8 OASIS II TO Task Order (6) MAD determination process is completed earlier. Performanco may begin sooner if the vetting process takes less than 60 days. 4 SPECIAL TERMS AND CONDITIONS Any third party 083 software furnished by TSA to IBM that IBM may install, update, or otherwise use on behalf of TSA under this work order is licensed and distributed to TSA by the third parties, and IBM is not a party to such licenses or a distributor of any 038 GFS. IBM provides no warranty, indemni?cation, or implied or explicit license obligations regarding any USS GF delivered by TSA to IBM as 088 GFS. IBM is responsible, in accordance with FAR 52.246-4 or FAR 52.246-6 (as applicable), for any modi?cations and creations of derivative works related to 08$ GFS under this task order, and the foregoing does not relieve IBM from its performance obligations under this task order. 5 TO Attachments Table 5.0 TO Attachments ?5,271- if -. 5 - - Performance Work Statement Page 3 of8