From: Sent: To: Subject: (b)(6); (b)(7)(C) 10 Jul 2017 14:40:54 -0400 1(b)(6); (b)(7)(C) FW: Occoquan room reservation From: 1(b)(6); (b)(7)(C) Sent: Monday, July 10, 2017 1:42 PM To:kb)(6): (b)(7)(C) Subject: Occoquan room reservation (b)(6); 'INV7V1-`‘ So I booked up the rest of the week in the conference room for you guys but there are a few conflicts, which I've listed below: Tuesday: 11-12 Wednesday: 3-4 Thursday: 9-11 I believe .1c.13?(6?;, should be able to help you with a better long-term solution, which is probably using OPLA's office except for the day they are there, in which case you guys can go back to Occoquan. Let me know if you need more help on this. 0)(6); (b)(7)(C) Contracting Officer I Detention, Compliance & Removals DHS I ICE I Office of Acquisition Management (OAQ) Office: 202-732 (b)(6); I Mobile: 202-380- Tr?; Email: 0)(6); (b)(7)(C) From: (b)(6); (b)(7)(C) Sent: Monday, July 10, 2017 1:38 PM To: (b)(6); (b)(7)(C) Subject: Approved Reservation request for Occoquan I 9162 (9th floor) I Phone: (b)(6) Your reservation request for Occoquan19162 (9th floor) I Phone 2017 from 8:00 AM to 5:00 PM has been Approved. kW). on Friday, July 14, Contact the corresponding POC listed on the Room Description page in Conference Room Scheduler if more information is needed. This email was automatically generated. This email is confidential and may be privileged. If you have received it 2019-ICLI-00048 000571 in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. +& + 2019-ICLI-00048 000572 From: Sent: To: Subject: Attachments: 1(b)(6), (b)(7)(C) 14 Feb 2017 16:16:58 -0500 (b)(6), (b)(7)(C) FW: Please Approve - 192117EROLESA0017 (ERO Transformation 2.0-McKinsey) 192117EROLESA0017.pdf FYI ERO approved funding for McKinsey is on its way to requisition review. I will inform McKinsey that funds are in route. Thank You From: (b)(6), (b)(7)(C) Sent: Tuesday, February 14, 2017 4:07 PM To:1(1:W61 (b)(71(C) Subject: FW: Please Approve - 192117EROLESA0017 (ERO Transformation 2.0-McKinsey) FYI From: kb)(61 (b)(71(C) on behalf of MSD-FMU Sent: Tuesday, February 14, 2017 4:05:28 PM To: ICE Requisition Processing DC; ICECFORequisitionReview (b)(6), (b)(7)(C) Subject: RE: Please Approve - 192117EROLESA0017 (ERO Transformation 2.0-McKinsey) Please approve the subject G514. The information for BWS is below. 1. Contract and Task Order Number: GS-10E-0118S/HSCECR-17-F-0003 2. Period of performance: 1/3/2017 to 10/09/17 3. Period funded by the requisition: 1/3/17 to 03/28/17 4. Description of the procurement: ERO 2.0 Task 3 Transformation Step la and refine the task 2; Total Cost of Ownership-Procurement Strategy Step 1; Talent Mgt Strategy Step 1 5. Justification of the procurement: Incremental Funding 6. Product Service Code (PSC): R799 2019-ICLI-00048 000573 1. NUMBER REQUISITION - 192117EROLESA0017 MATERIALS-SUPPLIES-EQUIPM ENT 2. DATE 14-FEB-2017 SEE INSTRUCTIONS ON REVERSE 3. ACTIVITY SYMBOL See Attachment A 4.TO: NAME AND ADDRESS -- PROCUREM ENT SECTION (OR STOREROOM) ICE DETENTION COMPLIANCE & REMOVALS IMMIGRATION AND CUSTOM ES ENFORCEMENT OFFICE OF ACOUISIONTION MANAGEM ENT rn I 801 I STREET, NW WASHINGTON, DC 20536 5.FROM: NAM E AND ADDRESS ICE-ERO-FHO-LESA -- REQUISITIONER (b)(6); (b)(7)(C) 202-732500 12TH ST SW MAIL STOP 5206 WASPINGTON, DC 20536 us STOCK NUMBER DESCRIPTION OF ARTICLE (MAKE, MODEL. TYPE, SIZE, COLOR, MFGR., ETC) QUANTITY 7 8 6 COST UNIT PFICE AMOUNT 10 11 9 1001 ADDING INCREM ENTAL FUNDING TRANSFORMATION TASK 3-STEP 1A AND REFINE THE TASK 2 RECOMMMATIONS 1 EA 2001 ADDING INCREMENTAL FUNDING TOTAL COST OF OWNERSHIP-STEP 1 1 EA 3001 ADDING INCFIEM ENTAL FUNDING TO TALENT MGT STRATEGY-STEP 1 1 EA ACTION CODE 12 (b)(4) Justification: A DDITONAL FUNDING FOR GS-10F-0118S HSCECR-17-F-00003. ERG 2.0 TALENT MA NGEMENT STRATEGY FOR POP: 1 03 2017 TO 1009/2017. FUNDED POP: 1/03/17-3/28/17. R799 Recommended Vendor: 562405213 MCKINSEY & COMPANY, INC. WASH! 1200 19TH ST NW SUITE 1100 WASHINGTON. DC 20036-2412 Phone: kb)(6). 13. SIGNATURE OF APPROVING OFFICIAL Date (b)(6);_ 14. TITLE OF APPROVING OFFICIAL 14-F83-2017 24. SIGNATURE OF FUNDING OFFICIAL Date M GMT & PROG ANAL 25. TITLE OF FUNDING OFFICIAL 16. KEY TO ACTION CODE 2 CANCELLED-NOT STOCKID BACK ORDERED 3 CANCELLED-NOT ABLETO IDENTIFY 1 I 0 2,592,877 51 PROCUREMBIT SECTION (OR STOREROOM) SUBSTITUTE ITEM PURCHASED FOR DIRECT SIVEENT 15. TOTAL SUPVY M GMT & PROG ANAL 14-F83-2017 (b)(6); (b)(7)(C) OTHER - AS REICATED 17. DATE RECEIVED 19. PURCHASE ORDER DATE NUMBER 18. APPROVE) CANCELLED—STOCK E(HAUSTED I CERTIFY THAT THE ABOV E ARTICLES-- COLUMNS 3,9 AND 12- HAVE BEEN RECEIVED. 20. LOCATION 21. DATE 22. SIGNATURE 23. TITLE United States Department Of Homeland Security Immigration And Customs Enforcement FORM G-514 (REV. 8-1-5 Page 2019-ICLI-00048 000574 1 of 3 INSTRUCTIONS Use Use Form G-514 - continued on Form G-514.1 -- To requisition materials, supplies, and equipment through the Procurement section of the Regional (or Central) Office; or from a Service-operated Storeroom. Copies - Distribution Prepared by requistioner in an original and two copies, sending original (w hite) and Copy 1 (pink) to: Procurement Section (or Storeroom), and retaining Copy 2 (green). Procurement Section (or Storeroom) shall, as a rule, pack Copy 1 w ith shipment, or return it to requisitioner w ith appropriate advice. Entries By requisitioner: 1. Number consecutively, beginning w ith number one each fiscal year, and prefix w ith alphabetic location symbol and last two digits of fiscal year (e.g., MIA-58-1, MIA-58-2, MIA-58-3, etc., MIA-59-1, MIA-59-2, MIA-59-3, etc.). Number continuation sheets with numerical suffix(e.g., MIA-58-1.1, MA-58-1.2, MIA-581.3, etc). 2. Enter date of preparation. 3. Enter numerical symbol of activity w hich will benefit from use of articles. 4. Enter name and address of Procurement section (or Storeroom)(e.g., Procurement Section, Immigration and Naturalization Service, Richmond, VA). 5. Enter full name, title, and address so that shipping label may be prepared w ithout reference to address directory. If consignee is other than requisitioner, enter shipping instructions under Entry 7. 6. Enter form numbers; stock number show n in "Stores Stock Catalog" and "Federal Supply Schedules." 7. Enter full description of article; attach sketches, plans, samples, etc. If consignee is other than requisitioner, enter shipping instructions. 8. Enter issue - unit quantity. 9. Enter unit of issue (e.g., each, doz., C, gross, ream, M; lb., cwt, ton: bag, ball, bbl., bot., box, can, pkg., roll, tube; pt., qt., gal., etc.) 13. Signature of approving official. 14. Enter title of approving official. 24.Signature of funding official. 25.Enter title of funding official. By Procurement Section ( or Storeroom): 10. Enter unit price. 11. Enter product of Entries 8 and 10. 12. Enter symbol of action taken. See Entry 16. 15. Enter total of amounts under Entry 11. 17.Enter date requisition received. 18.Signature of approving officer. 19.Enter, if issued, date and number of purchase order. By consignee: 20.Enter address - city and state. 21.Enter date shipment received. 22.Signature of employee authorized to accept delivery. 23.Enter title of receiving employee. United States Department Of Homeland Security Immigration And Customs Enforcement FORM G-514 (REV. 8-1-5 Page 2019-ICLI-00048 000575 2 of 3 Form G-514 REQUISITION - MATERIALS-SUPPLIES-EQUIPMENT Activity Symbols ATTACHMENT A REQUISITION NUMBER: 192117ER0LESA0017 PROJECT TASK FUND PROGRAM ORGANIZATION OBJECT UDF NONE000 TFM El 18-06-0100-50-00-00-00 GE-25-76-00 000000 NONE000 TFM El 18-06-0100-50-00-00-00 GE-25-76-00 000000 NONE000 TFM El 18-06-0100-50-00-00-00 GE-25-76-00 000000 (b)(7)(E) AMOUNT (b)(4) APPROPRIATION SYMBOL CROSSWALK: FUND El FY 2017 TAS 7070540 TITLE AMOUNT 2,592,877.51 United States Department Of Homeland Security Immigration And Customs Enforcement FORM G-514 (REV. 8-1-5 Page 2019-ICLI-00048 000576 3 of 3 From: Sent: To: Subject: 1(b)(6), (b)(7)(C) 17 Jan 2018 06:31:25 -0500 (b)(6), (b)(7)(C) FW: Please Approve - 192118EROLESA0016 (ERO 2.0, McKinsey) FYI From: ICECFORequisitionReview Sent: Tuesday, January 16, 2018 3:39 PM To: MSD-FMU; ICECFORequisitionReview; ICE Requisition Processing DC (b)(6), (b)(7)(C) Subject: RE: Please Approve - 192118EROLESA0016 (ERO 2.0, McKinsey) Requisition 192118EROLESA0016 has been reviewed and approved for (b)(4) through the Requisition Review Box (RRB). The requisition is now available in the RRB Collaboration tool to view. Requisition Review Team I ICE I °CFO I Balanced Workforce Strategy Email: (b)(61 (b)(71(C) From: l(b)(6), (b)(7)(C) On Behalf Of MSD-FMU Sent: Friday, January 12, 2018 2:54 PM To: ICECFORequisitionReview; ICE Requisition Processing DC (b)(6), (b)(7)(C) Subject: FW: Please Approve - 192118EROLESA0016 (ERO 2.0, McKinsey) Good afternoon, please process attached requisition. Also attached are additional documents for the requirement. The BWS information can be found in the email below. 1(b)(6), (b)(7)(C) Section Chief, Financial Operations Support ERO - Financial Management Unit Immigrations Customs Enforcement Email: (1-11(6 (1-11(71(r.1 / 202-732- (b)(6) 2019-ICLI-00048 000577 Check out the OSD Fiscal Management Sharepoint Site From: (b)(6), (b)(7)(C) Sent: Friday, January 12, 2018 2:30 PM To: MSD-FMU Cc: b 6'6 b 7 C . Subject: Please Approve - 192118EROLESA0016 (ERO 2.0, McKinsey) Please approve the subject G514 and send the attached along with the approved G514. The BWS information is below. 1. Contract and Task Order Number: GS-10E-0118S/HSCECR-17-F-00003 2. Period of performance: 10/24/2017 to 3/31/18 3. Period funded by the requisition: 1/16/18 to 2/15/18 4. Description of the procurement: ERO 2.0 Task 3 Transformation 5. Justification of the procurement: Incremental Funding 6. Product Service Code (PSC): R799 Thanks, (b)(6), (b)(7)(C) Section Chief, Program Analysis & Reporting Budget Execution Unit (BEU) Operations Support Division (OSD) Enforcement & Removal Operations (ERO) U.S. Immigration & Customs Enforcement (ICE) Phone: 202-732- b 6 Check out the OSD Fiscal Management Sharepoint Site 2019-ICLI-00048 000578 From: Sent: To: Cc: (b)(6), (b)(7)(C) 11 Aug 2017 14:37:05 -0400 Valerio, Tracey A;Barrera, Staci A;Roncone, Stephen;#MASTAFF Weinberg, Billj(b)(6), (b)(7)(C) t. (b)(6), (b)(7)(C) Subject: Attachments: Importance: FW: Request for Approval: McKinsey order HSCECR-17-F-00003 192117EROLESA0054.pdf High Good Afternoon — OAQ is requesting approval of this one-off REQ for optional work under the McKinsey order for transformation and total cost of ownership efforts. Please advise if OAQ may obligate funds in the amount of (b)(4) . Part of the project expires on Monday, August 14th without additional funding. V/r (b)(6), (b)(7)(C) Chief of Staff (A) Office of Acquisition Management (OAQ) U.S. Immigration and Customs Enforcement Desk Phone: 202-734b)(6); Cell Phone: 202-90641-?.)(7)( Email (b)(6). (b)(7)(C) From: 1(b)(6), (b)(7)(C) Sent: Friday, August 11, 2017 12:33 PM To: (b)(6), (b)(7)(C) Cc: , Subject: Request for Approval: McKinsey order HSCECR-17-F-00003 to exercise CLINs on the McKinsey order, HSCECRc!DM?;,_. Requesting approval to obligatel(b)(4) 17-F-00003. Unfortunately this is an urgent request; one of the CLINs expire on Monday. • DCR • Exercise CLINs 1004 and 2004 • FY 2017 Funded Amount: $14,222,414.71 • Total Contract Amount: $23,051,024.74 • With these options exercised, the new POP will be: 1/3/17 — 10/27/17 • ib)(6), (b)(7)(C) • • Can the POP be reduced in order to obligate less funds in FY17? (Yes or No). If no, provide an explanation in Column I. If yes, say what the new PoP will be in Column J. If yes, say what the total dollar amount of funds not being obligated will be. o No, these CLINs are already being incrementally funded to limit FY17 funds. 2019-ICLI-00048 000579 b 6 b 7 C Contract Specialist Detention, Compliance, and Removal DHS/ICE/OAQ 202-732- c!D?c6?; 2019-ICLI-00048 000580 1.NUMBER REQUISITION - 192117EROLESA0054 MATERIALS-SUPPLIES-EQUIPM ENT 2.DATE 09-AUG-2017 SEE INSTRUCTIONS ON REVERSE 3.ACTIVITY SYMBOL See Attachment A 4.TO: NAME AND ADDRESS -- PROCUREM ENT SECTION (OR STOREROOM) ICE DETENTION COMPLIANCE & REMOVALS IMMIGRATION AND CUSTOM ES ENFORCEMENT OFFICE OF ACQUISIONTION MANAGEMENT 801 I STREET, NW WASHINGTON, DC 20536 5.FROM: NAM E AND ADDRESS ICE-ERO-FHO-LESA -- REQUISITIONER (b)(6), (b)(7)(C) 202-732 500 12TH ST SW MAIL STOP 5206 WADINGTON, DC 20536 us STOCK NUMBER 1004 DESCRIPTION OF ARTICLE (MAKE, MODEL. TYPE, SIZE, COLOR, MFGR., ETC) QUANTITY 7 8 BIT COST UNIT PFICE AMOUNT ACTION 10 11 12 9 INCREMENTAL FUNDING TO TRANSFORMATION TASK 3- STEP 213: PROGRESS UPDATESUPPORT WAVE IM PLEMENTATION AND BUILD CAPABILITIES IN ADDITIONAL 1 WAVE 1 SITE (SAN ANTONIO) 1 EA INCREMENTAL FUNDING TO TOTAL COST OF OWNERSHIP STEP 5B PROGRESS UPDATE COMPLETE SECOND WAVEOF VALUE CAPTURE AND IMPLEMENT NEW PROCURBA ENT OPERATING MODEL 1 EA CODE (b)(4) Justification: INCREMENTAL FUNDING FOR GS-10E-0118SIHSCECR-17- F-00003. POP: 1032017 TO 10/09/2017. INCREMENTAL FUNDING FOR POP 9/21/17- 10/9/17. ERO 2.0 TALENT MA NGEMENT STRATEGYTASK 3 2B AND TOTAL COST OF OWNERSHIP TASK 5B. R799 Recommended Vendor: 562405213 MCKINSEY & COMPANY, INC. WASH! 1200 19TH ST NW SUITE 1100 WASHINGTON. DC 20036-2412 Phone: (b)(6). 13. SIGNATURE OF APPROVING OFFICIAL Date Kb)(6); (b)(7)(C) 14. TITLE OF APPROVING OFFICIAL 10-AUG-2017 24. SIGNATURE OF FUNDING OFFICIAL Date (b)(6); (b)(7)(C) M GMT & PROG ANAL 25. TITLE OF FUNDING OFFICIAL 10-AUG-2017 16. KEY TO ACTION CODE 2 CANCELLED-NOT STOCKID BACK ORDERED 3 CANCELLED-NOT ABLETO IDENTIFY 1 I 0 1,361,159 74 PROCUREMENT SECTION (OR STOREROOM) SUBSTITUTE ITEM PURCHASED FOR DIRECT SEIPMENT 15. TOTAL MGMT & PROG ANAL OTHER - AS BEICATED 17. DATE RECEIVED 19. PURCHASE ORDER DATE NUMBER 18. APPROVED CANCELLED-STOCK EIHAUSTED I CERTIFY THAT THEABOVE ARTICLES-- COLUMNS 3, 9 AND 12- HAVE BEEN RECEIVED. 20. LOCATION 21. DATE 22. SIGNATURE 23. TITLE United States Department Of Homeland Security Immigration And Customs Enforcement FORM G-514 (REV. 8-1-5 Page 2019-ICLI-00048 000581 1 of 3 INSTRUCTIONS Use Use Form G-514 - continued on Form G-514.1 -- To requisition materials, supplies, and equipment through the Procurement section of the Regional (or Central) Office; or from a Service-operated Storeroom. Copies - Distribution Prepared by requistioner in an original and two copies, sending original (w hite) and Copy 1 (pink) to: Procurement Section (or Storeroom), and retaining Copy 2 (green). Procurement Section (or Storeroom) shall, as a rule, pack Copy 1 w ith shipment, or return it to requisitioner w ith appropriate advice. Entries By requisitioner: 1. Number consecutively, beginning w ith number one each fiscal year, and prefix w ith alphabetic location symbol and last two digits of fiscal year (e.g., MIA-58-1, MIA-58-2, MIA-58-3, etc., MIA-59-1, MIA-59-2, MIA-59-3, etc.). Number continuation sheets with numerical suffix(e.g., MIA-58-1.1, MA-58-1.2, MIA-581.3, etc). 2. Enter date of preparation. 3. Enter numerical symbol of activity w hich will benefit from use of articles. 4. Enter name and address of Procurement section (or Storeroom)(e.g., Procurement Section, Immigration and Naturalization Service, Richmond, VA). 5. Enter full name, title, and address so that shipping label may be prepared w ithout reference to address directory. If consignee is other than requisitioner, enter shipping instructions under Entry 7. 6. Enter form numbers; stock number show n in "Stores Stock Catalog" and "Federal Supply Schedules." 7. Enter full description of article; attach sketches, plans, samples, etc. If consignee is other than requisitioner, enter shipping instructions. 8. Enter issue - unit quantity. 9. Enter unit of issue (e.g., each, doz., C, gross, ream, M; lb., cwt, ton: bag, ball, bbl., bot., box, can, pkg., roll, tube; pt., qt., gal., etc.) 13. Signature of approving official. 14. Enter title of approving official. 24.Signature of funding official. 25.Enter title of funding official. By Procurement Section ( or Storeroom): 10. Enter unit price. 11. Enter product of Entries 8 and 10. 12. Enter symbol of action taken. See Entry 16. 15. Enter total of amounts under Entry 11. 17.Enter date requisition received. 18.Signature of approving officer. 19.Enter, if issued, date and number of purchase order. By consignee: 20.Enter address - city and state. 21.Enter date shipment received. 22.Signature of employee authorized to accept delivery. 23.Enter title of receiving employee. United States Department Of Homeland Security Immigration And Customs Enforcement FORM G-514 (REV. 8-1-5 Page 2019-ICLI-00048 000582 2 of 3 Form G-514 REQUISITION - MATERIALS-SUPPLIES-EQUIPMENT Activity Symbols ATTACHMENT A REQUISITION NUMBER: 192117EROLESA0054 PROJECT TASK FUND PROGRAM NONE000 TFM El NONE000 TFM El (b)(7)(E) ORGANIZATION OBJECT UDF 18-06-0100-50-00-00-00 GE-25-76-00 000000 18-06-0100-50-00-00-00 GE-25-76-00 000000 AMOUNT (b)(4) APPROPRIATION SYMBOL CROSSWALK: FUND El FY 2017 TAS 7070540 TITLE AMOUNT 1,361,159.74 United States Department Of Homeland Security Immigration And Customs Enforcement FORM G-514 (REV. 8-1-5 Page 2019-ICLI-00048 000583 3 of 3 From: Sent: To: Subject: (b)(6), (b)(7)(C) 19 Jun 2018 17:00:49 +0000 (b)(6), (b)(7)(C) FW: Scope of work - McKinsey Can someone send me the contract please? (b)(6), (b)(7)(C) Chief of Staff Office of Acquisition Management (OAQ) U.S. Immigration and Customs Enforcement Desk Phone: 202-73‘ (b)(6), (b)(7)(C Cell Phone: 202-906Email: 1(b)(6), (b)(7)(C) Procurement Innovation Lab Innovation Practitioner Slitr lia-ri From. l(hltR)• Sent: Tuesday, June 19, 2018 1:00 PM To: (b)(6) (b)(7)(C) Subject: RE: Scope of work - McKinsey Close? From: (b)(61 (b)(71(C) Date: Tuesday, Jun 19, 2018, 11:45 AM To: (b)(6), (b)(7)(C) Subject: Scope of work - McKinsey (b)(6), I need a copy of the scope of work for McKinsey on its current contract for OHC. V/r, l(h)(61* Chief of Staff Management & Administration U.S. Immigration & Customs Enforcement (202) 732- I. 2019-ICLI-00048 000584 (b)(6), (b)(7)(C) From: Sent: 11 Dec 2018 18:13:56 +0000 (b)(6), (b)(7)(C) To: Subject: FW: SCR Non-Reported Actions - 12-04-2018 - DCR Attachments: SCR_Non-Reported Actions - 12-4-2018 - DCR.xlsx, Acquisition Alert 19-02 Service Contract Reporting.pdf, Acquisition Alert 19-02 - Attachment 1 Training Slides.pdf, SCR Compliance Email to Contractors.docx, Service Contract Reporting - CS-CO Instructions OAQ.DOCX (b)(6); tkv-Ivr•\ Can you see the spreadsheet and the email and take care of the actions for NLETS and McKinsey? I'll ask (b)(6), to take care of CSI. Section Chief I Detention, Compliance & Removals DHS I ICE I Office of Acquisition Management (OAQ) Office: 202-732-(10(6),_ Mobile: 202-3804b)(6), Email: (b)(6), (b)(7)(C) From:1(10)(6.) (b)(7)(c) Sent: Tuesday, December 11, 2018 9:03 AM (b)(6), (b)(7)(C) Subject: SCR Non-Reported Actions - 12-04-2018 - DCR Good Morning, DCR, You have been identified and associated with the attached requirements which have yet to be reported in accordance with FAR 4.1705. The attached (excel) report is current as of December 4, 2018. This is the last week (deadline December 14, 2018) for the vendor to complete this action before their report is considered late; it is to be documented as part of the contractor's performance evaluation information under FAR 42.15. We then have a little over 30 days to validate the info reported. Additional attachments for reference: 1. Acquisition Alert 19-02 2. Training Slides 3. Sample Email to Vendors 4. Instructions to CS/CO 2019-ICLI-00048 000585 If you have any issues, please let me know. Thank you! (b)(6); (b)(7)(C) Contracting Officer DHS I ICE I OAQ I Quality Assurance Division (QAD) 0: 202-732 I M: 202-505-1(b)(6): (b)(7)(C) 2019-ICLI-00048 000586 Vendor DUNS Vendor Name Referenced IDV PHD PIID 188851625 UNIF1EDNUTRUAEALS 70CDCR18A00000005 70CDCR18FC0000010 879740454 879740454 079529872 079529872 133090261 009741190 825229318 825229318 102793460 102793460 102793460 102793460 102793460 981704878 879740454 112281840 112281840 032093028 032093028 159734151 159734151 167448955 167448955 167448955 134265938 019992424 179570403 148508286 827821757 037619129 037619129 803838374 606290401 957523111 TRAIU3OSS ENTERPRISES. INC. 70CDC R18000000002 TRAII POPS ENTERPRISES, INC. 70CDCR180C0000002 GSOOF0450A FRICEWATERHOUSECOOPERS PUBLIC SECTOR UP PRICEWATERHCOSECOOPERS PUBLIC SECTOR UP GSOOF0450A NAXAAAOTO GROUP. INC.. THE GSOOF051CA DANYA NTERNATIONAL LLC GSOOF062CA IXIONSEY & COMPANY. INC. WASHINGTON DC 0SI0F0118S MCKNSEY & COMPANY. INC. WASHINGTON D.C. GSIOF0118S GS33F0025V CSI AVIATION SERVICES, NC. CSIAVIATION SERVICES. INC. GS33F0025V CSI AVIATION SERVICES. NC. GS33F0025V CSI AVIATION SERVICES. INC. GS33F0025V CV AVIATION SERVICES, INC. GS33F0025V CLASSIC aalt CHARTER INC. GS33F004DA TRAILBOSS ENTERPRISES. INC. HSCEDM12000005 HSCEDM15000007 JESUIT REFUGEE SERVICE USA JESUIT REFUGEE SERVICE USA HSCEDM15000007 LABORATORY CORPORATION OF AMERICA HSCEDM16A00001 LABORATORY CORPORATION OF AMERICA HSCE0M16A00001 COFIRECTIONS CORPORATION OF AMERICA HSCEDM17A00001 CORRECTIONS CORPORATION OF AMERICA HSCEDM17A00001 )(RAD TELE-SERVICES INC HSCETC160130002 XRAO TELE-SERVICES RIO HSCETC1600C002 )(RAD TELE-SERVICES NC HSCETC16000002 UONBRIDGE GLOBAL sournoNs II, IN HSFE7016A1970 INGENESIS NC. STG INTERNATIONAL, INC. WEST PUBLISHING CORPORATION THOMSON REUTERS SPECIAL SERVICES LLC NATIONAL LAW ENFORCEMENT TELECOMMUNICATIONS SYSTEMS INC NATIONAL LAW ENFORCEMENT TELECOMMUNICATIONS SYSTEMS INC HUDSON RIVER PARK TRUST MAXIM HEALTHCARE SERVICES. NC. GO & ZALEZ INC. 70CDCR18FRO000075 70C0CR18FR0060159 79C00RI8FR0000149 HSCEDM17F00094 HSCECR15F00008 HS0E0R15F00007 HSCECR16F00004 HSCECR17F00003 HSCECR14F00007 FISCECR14F00008 HSCECR14F00009 HSCECR14F00010 FISCECR14F00015 7000CR18FR0000002 HSCEDM14J00021 7000CR18FR0000035 HSCEDM17F00038 7000CR18FC0000034 FECEDM17J00034 70CDCR18FC0000001 FECEDM17J00003 7000CR18FRO000006 70C0CR18FR0000049 HSCEDM17F00090 HSCEDM17F00005 7000CR18C00000002 7000CR18100000003 7000CRI8P00000017 70C0CR18P00000048 7000CR18P00060173 HSCECR17P00003 HSCED1.116P00056 FECEDM17C00002 HSCEDM17P00080 2019-ICLI-00048 000587 CS (b)(6)• (b)(7)(C) CO Status DHS Acquisition Alert 19-02 Homeland Security October 10, 2018 TO: Heads of the Contracting Activities (b)(6); (b)(7)(C) FROM: (mice or tne unierTtocuresient orrittr Executive Director, Acquisition Policy & Legislation SUBJ: FY 2018 Service Contract Inventory Supplemental Reporting Requirements 1. Introduction: This Acquisition Alert reminds contracting officers that on January 30, 2014, a final Federal Acquisition Regulation (FAR) rule became effective to implement statutory requirements for service contract supplemental reporting. The FAR requires prime and first-tier contractors to report in the System for Awards Management (SAM) the total amount invoiced and direct labor hours expended on the services performed under certain contracts. The FAR also requires contracting officers to: • • Include FAR clauses 52.204-14, Service Contract Reporting Requirements or 52.20415, Service Contract Reporting Requirements for Indefinite-Delivery Contracts, as applicable, in all solicitations issued and contracts, as defined in FAR 2.101, awarded on or after January 30, 2014; and Bilaterally modify existing indefinite-delivery contracts, within six months of the effective date of the final rule, if the remaining period of performance extends beyond October 1, 2013, and $2.5 million or more remains to be obligated. Be advised that the Department-wide service contract reporting compliance goal for FY18 is 100%. This Acquisition Alert is not intended to be a substitute for reviewing the FAR requirements, but provides notification of recent Office of Federal Procurement Policy (OFPP) reporting and review timelines. In addition to including the required clauses as applicable, the FAR requires contracting officers to: • • Review contractor reported information and notify the contractor if they believe the reported information warrants revision; Use the interim SAM status reports that will be generated bi-weekly during the reporting period and posted in SAM for use in notifying contractors of their obligation to meet the reporting requirements in the FAR clause; DHS Acquisition Alert 19-02 Page 1 of 4 2019-ICLI-00048 000588 DHS Acquisition Alert 19-02 • • Exercise appropriate contractual remedies if the contractor fails to report in accordance with the FAR clause (See Section 3); and As appropriate, include the contractor's failure to comply with the reporting requirements, as part of the contractor's performance evaluation information under FAR subpart 42.15, Contractor Performance Information (See Section 3). 2. Reporting Thresholds: FAR 4.1705 establishes service contractor reporting requirements based on the type of contract and dollar amount. These requirements are as follows: • • • All cost-reimbursement, time-and-materials, and labor-hour service contracts and orders above the simplified acquisition threshold; All fixed-price contracts and orders at or above: o $2.5M awarded in FY 2014; o $1M awarded in FY 2015; o $500K awarded in FY 2016 and subsequent years; and All first-tier subcontracts for services. 3. Reporting and Review Timeline: Date Responsible Party 10/10/18 - 12/14/18 Prime Contractor (Note: First-tier subcontractors whose contracts meet the reporting thresholds report to the prime per the clause.) 12/15/18 - 1/31/19 Contracting Officer and Prime Contractor 1/31/19 After the reporting cycle Prime Contractor Contracting Officer Duties Initial Contractor Input: Prime contractors submit reports in SAM, which include the total dollar amount invoiced for services performed and the total amount of labor hours expended. By 10/24/18, contracting officers should notify all contractors whose contracts include the clauses, of their reporting obligation under the clause. Contractors should be notified that after 12/14/18. their report is late and failure to submit the report in compliance with the contract clause will be documented as part of the contractor's performance evaluation information under FAR 42.15. (1)Contracting officer reviews contractor reported information in SAM for reasonableness and consistency against available contract information. In the event the contracting officer believes that revisions to the contractor reported information are warranted, the contracting officer shall notify the contractor. (2)Prime contractor revises the report based on the contracting officer's notification and finalizes the report or the contractor finalizes the report without making the revisions and documents the rationale to the contracting officer for not revising the report. (3)The contracting officer must include the rationale provided by the prime contractor in the contract file. SAM closes for FY 2018 contractor reporting. In the event that the prime contractor fails to submit the report in compliance with the contract clause, the contracting officer shall exercise the appropriate contractual remedies. In addition, the contracting officer must make the contractor's failure to comply with the reporting requirements a part of the contractor's performance evaluation information under FAR 42.15, Contractor Performance Information. NOTE: It is understood that contracting officers may have little insight into the number of labor hours expended under fixed-price contracts. Therefore, FAR Subpart 4.1703(b)(1) states that DHS Acquisition Alert 19-02 Page 2 of 4 2019-ICLI-00048 000589 DHS Acquisition Alert 19-02 contracting officers are not required to address data in their review for which they would not normally have supporting information. However, if there is an obvious error, such as contractors reporting labor hours that are unreasonably high or low, this should be noted for the contractor to review for possible errors. Depending on Component invoicing procedures, contracting officers may need to coordinate with the Contracting Officer's Representative to verify the total dollar amount invoiced for services performed and the total amount of labor hours expended. Because the contractor is accountable for their own reporting, you are advised to notify the contractor of revisions that you believe are warranted, but the FAR does not require the contractor to make revisions, only to provide their rationale to the contracting officer if they do not agree with the revisions. 4. Federal Procurement Data System (FPDS) Coding Reminder: Compliance with service contract supplemental reporting will be measured by FPDS reporting. Therefore, any contract with a Product and Service Code (PSC) beginning with a letter, which indicates services, and with a contract type and dollar threshold that requires reporting will be identified in the biweekly status reports if the contract was awarded on or after January 30, 2014. In addition, FAR 37.101 defines a service contract as "a contract that directly engages the time and effort of a contractor whose primary purpose is to perform an identifiable task rather than to furnish an end item of supply." Some contracts and orders buy services and supplies. If the principal purpose of the contract or order as a whole is for services, then the contract or order should be identified with a service PSC in FPDS, even though the furnishing of non-labor items may be an important part of the contract or order. REMINDER: As of October 1, 2017, if 52.204-14, Service Contract Reporting Requirements or 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts is included in the contract, the contracting officer is required to mark it in FPDS under data element 7G - Additional Reporting. 5. Effective Date: The requirements of FAR clauses 52.204-14, Service Contract Reporting Requirements and 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts were effective on January 30, 2014. 6. Archive Date: This Acquisition Alert expires on March 30, 2019. 7. Additional Information: If you have questions about the application of these new clauses, please contact the Service Contract Reporting point of contact (POC) within your Component as identified in the following chart. DHS Acquisition Alert 19-02 Page 3 of 4 2019-ICLI-00048 000590 DHS Acquisition Alert 19-02 Component Email Address POC (b)(6); (b)(7)(C) CBP FEMA FLETC ICE °CPO OPO TSA USCG USSS Please see the attached Office of the Chief Procurement Officer's (OCPO) FY 2018 Service Contract Reporting training for detailed information and frequently asked questions on Service Contract Reporting. Additional instructional information will be provided to your Component POC for dissemination. Please also see the System for Award Management Non-Federal User Guide, Chapter 10, Service Contract Reporting of the SAM User Guide. If your contractors have questions, refer them to the SAM Quick Start Guide and the General Services Administration's YouTube tutorial for contractors titled, Creating and Managing a Service Contract Report. You may also contact (b)(6); (b)(7)(C) OCPO/Acquisition Policy & Legislation Division. in 8. Attachments: • Attachment 1: ()CPO FY 2018 Service Contract Reporting Training Distribution Instructions: Disseminate to the widest possible audience - Acquisition Staff, General Counsel and Program Offices. DHS Acquisition Alert 19-02 Page 4 of 4 2019-ICLI-00048 000591 FY 2018 Service Contract Reporting Tutorial Office of the Chief Procurement Officer (00P0) Acquisition Policy & Legislation (APL) October 2018 2019-ICLI-00048 000592 Learning Objectives Understanding of the following: • Why Service Contract Reporting? • Which Contracts are Subject to Service Contract Reporting? • Service Contract Reporting Requirements/Thresholds • Who is Required to Report? • When is Service Contract Reporting Required? • FPDS Coding Reminders • Where/How do Contractors Report? • Contracting Officer Roadmap • Frequently Asked Questions • Resources 2019-ICLI-00048 000593 2 7 Why Service Contract Reporting? V Service contract inventories are management tools that are designed to help agencies better understand how contractors are being used to support the mission and whether contractors' skills are being used appropriately. V Information on the total amount invoiced and the direct labor hours expended, when combined with other market research information can help to support agency efforts to eliminate costly and duplicative service contracts. 2019-ICLI-00048 000594 3 Which Contracts are Subject to Service Contract Reporting? V SCR applies to all service contracts that contain: • FAR clause 52.204-14, Service Contract Reporting Requirements, or • FAR clause 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts V Contractors report total amount invoiced and direct labor hours expended in the System for Award Management (SAM). 2019-ICLI-00048 000595 SCR Requirements/Thresholds V FAR 4.1705 establishes SCR requirements based on the type of contract and dollar amount. These requirements are as follows: • All cost-reimbursement, time-and-materials, and labor-hour service contracts and orders above the simplified acquisition threshold; and • All fixed-price contracts and orders at or above: O $2.5M awarded in FY 2014; O $1M awarded in FY 2015; O $500K awarded in FY 2016 and subsequent years. 2019-ICLI-00048 000596 Who is Required to Report? All federal contractors providing services SYSTEM FOR AWARD MANAGEMENT 1 First-tier subcontracts providing services 2019-ICLI-00048 000597 6 hen is Service Contract Reporting Required? 12/15/18 - 1/31/19 • Contracting officer reviews contractor-reported data from the interim reports and works with contractors 10/10/18 - 12/14/18 to make revisions, as • SAM opens for FY 2018 necessary. SCR. • If contractor data is • Contractors will be able to missing or incomplete enter the amount contracting officers can invoiced and the direct still direct contractors to labor hours expended. enter new reports and correct existing reports. 2019-ICLI-00048 000598 17 4, - Pi'Jur ederal Procurement Data System Coding Reminder r V IMPORTANT NOTE: Some F ial Next Generation contracts/orders buy services and supplies. If the principal V SCR is required for any purpose of the contract/order contract with a Product as a whole is for services, then and Service Code (PSC) the contract/order should be beginning with a letter , identified with a service PSC in which indicates services, FPDS, even though the and with the applicable furnishing of non-labor items contract type and dollar may be an important part of threshold. the contract/order. FPDS 2019-ICLI-00048 000599 8 Where/How do Contractors Report? SSAM SYSTEM FOR AWARD MANAGEMEN: V Contractors must log in to www.sam.gov and select "Register/Update Entity" and then click the "Service Contract Report" link. V GSA YouTube tutorial: V Once this data is entered into the SAM module, it will automatically generate a Full Time Equivalent (FTE) based on the provided totals. 2019-ICLI-00048 000600 9 Contracting Officer Roadmap - .. tOZ : . - •.• a - • - 4 ' 4; 14.24— .,4 - r V #1: Modifies existing indefinitedelivery contracts, on a bi-lateral basis within 6 months of the effective date of the final rule (1/30/14), if the remaining period of performance extends beyond October 1, 2013, and $2.5 million or more remains to be obligated; V #2: For other than indefinitedelivery contracts, the contracting officer ensures that FAR 52.204-14 is included in solicitations, contracts and orders as prescribed at FAR 4.1705; V #3: For indefinite-delivery contracts, the contracting officer who awarded the contract or the post award contracting officer ensures that FAR 52.204-15 is included in solicitations and contracts as prescribed at FAR 4.1705; 2019-ICLI-00048 000601 10 Contracting Officer Roadmap cont'd V #4: The contracting officer at the order level verifies the clause is included in the contract; V #5: Reviews contractor reported information and notifies the contractor if they believe the reported information warrants revision; V #6: Uses the interim SAM status reports during the reporting period for use in notifying contractors of their obligation to meet the reporting requirements in the FAR clause; V #7: Exercises appropriate contractual remedies if the contractor fails to report in accordance with the FAR clause; and 2019-ICLI-00048 000602 11 Contracting Officer Roadmap cont'd V #8: As appropriate, includes the contractor's failure to comply with the reporting requirements, as part of the contractor's performance evaluation information under FAR 42.15, Contractor Performance Information. 2019-ICLI-00048 000603 12 Frequently Asked Questions My contract/order is for subscription services. The PSC code is D317 (IT and Telecom- Web-Based Subscription). Is SCR required? Answer: Yes, the PSC begins with a letter which indicates a service. SCR is required. 2. My contract/order was awarded on September 27th but the period of performance actually begins on October 1st. Is SCR required? Answer: Yes, the contractor should report hours and amount invoiced for September 27th, 28th, 29th & 30th. The hours and amount invoiced may be "0" but the contractor still has to report. 2019-ICLI-00048 000604 13 Frequently Asked Questions cont'd 3. My contract is classified and it is showing up on the interim reports as "Not Reported." Is SCR required? Answer: SCR is not required for classified contracts. est nassannorariagnimantasta wt.,1 '1Qtfirr krovIr 1147 .4.44 Classified contracts/orders shall not be reported in FPDS in accordance with FAR Part 4. V If your contract/order is showing up on the interim status reports as "Not Reported", then the contract/order has been reported in FPDS. If your contract meets the definition of a classified contract, it should be removed immediately from FPDS. Please note, if a 00-254 was incorporated into the contract/order it does not automatically mean a contract/order is 2019-ICLI-00048 000605 classified. 14 Frequently Asked Questions cont'd 4. My contract/order has expired. Is SCR required? Answer: If the contract/order expired during the FY reporting time frame then the contractor is required to still report any hours and amount invoiced. 5. I feel my contract is exempt and I am going to go into FPDS and change the PSC, is that acceptable? Answer No. The PSC entered into FPDS for your award MUST reflect the PSC you provided when you issued the solicitation. Changing this code post-award can lead to serious legal issues and is not permitted. 2019-ICLI-00048 000606 15 Frequently Asked Questions cont'd 6. My contract/order does not include the clause but it meets the prescription for the clause, do I have to modify the contract/order? Answer: Yes 7. My contract/order has been terminated. Is SCR required? Answer: Yes, the contractor should report for the timeframe that their contract/order was active. 2019-ICLI-00048 000607 16 Frequently Asked Questions cont'd 8. My contract/order has been closed out. Is SCR required? Answer: Before closing out a contract, the contracting officer should ensure that the contractor has complied with all of the terms and conditions of the contract to include SCR Also, a close out may result in additional invoices paid which would then have to be reported. 9. Is SCR applicable to contracts that are exempt under the Service Contract Act? Answer: Yes, all service contracts that meet the SCR requirements and thresholds require reporting. 2019-ICLI-00048 000608 17 Frequently Asked Questions cont'd 10.How are indefinite-delivery contracts handled? Answer: For indefinite-delivery contracts, reporting requirements will be determined based on the expected dollar amount and type of orders issued under the contracts. Indefinite delivery contracts include, but are not limited to, indefinite-delivery, indefinite-quantity (IDIQ) contracts, Federal Supply Schedule (FSS) contracts, Government-wide Acquisition Contracts (GWACs), and multi-agency contracts. 11.Are Research and Development (R&D) contracts subject to SCR? Answer: Yes, if a contract for R&D meets or exceeds the reporting thresholds established in FAR 4.17, the contractor must enter the required data in the SAM. 2019-ICLI-00048 000609 18 V Your Component SCR POC is listed below: Component CBP POC Email Address (b)(6). (13)(7)(C) FEMA FLETC ICE OCP0 OPO TSA USCG USSS 2019-ICLI-00048 000610 19 Resources cont'd ~ GSA's YouTube tutorial for contractors: Creating and Submitting an SCR ~ SCR Dashboard in the Enterprise Reporting Application • OCPO/APL: • (b)(6), (b)(7)(C • ACM ar a rafr GUIDANCE . ADVICE 2019-ICLI-00048 000611 20 SUBJECT: FY-2018 Service Contract Reporting (SCR): CONTRACT NUMBER XXXXXX##-X-XXXXX Good Day (Insert Contractor's POC Information, and delete parenthesis), 1. As a reminder, FAR 4.1705 establishes Service Contract Reporting (SCR) requirements based on the contract type and dollar amounts. These requirements are as follows: a. All cost-reimbursement, time and materials, and labor hour service contracts and orders above the simplified acquisition threshold; and b. All fixed price contracts and orders at or above: $2.5 million awarded in FY 2014: $1 million awarded in FY 2015; $500k awarded in FY 2016 and subsequent years (NOTE: This threshold changed from $1M to $500K in FY-2016) 2. Based on the above, all contractors are required to report both the total amount invoiced, and the direct labor hours expended for any applicable contracts into the Systems for Awards Management (SAM) no later than 12/14/2018. This date will allow time for Contracting Officer's review of the contractor-reported data from the interim reports in SAM and Contractor to correct any reported discrepancies; and will help to ensure compliance with the suspense date of 1/31/2019. 3. As of the date of this email, your firm has been identified as one of our contractors that require being compliant with the FAR. Therefore, your data regarding DHS/ICE/OAQ Contract # XXXXXX-##-X-XXXXX must be reported in SAM by the suspense date of 12/14/2018. You are advised that after 12/14/2019, your report will be noncompliant, and failure to submit the report in compliance with the clause will be documented as part of the contractor's performance evaluation information under FAR 42.15. For Information Purposes: The Federal Procurement Data System (FPDS) will send Contract Action Reports (CARs) based on the new SCR requirements to SAM. Upon receipt of a CAR (or group of CARs) for given Unique Entity Identifier (AKA: DUNS), SAM will inform registered users by e-mail to complete and submit SCRs. The email will also advise users on how to delegate this task to another user within the entity. Note: If the entity is not registered in SAM, they will not receive the SCR notification e-mail. CARs will not be released until the user creates a SAM account and registers the entity. For your reference, a copy of the SAM's User Guide has been attached. Sincerely, Contract Specialist (Your Name/Signature Block here, and delete parenthesis) 2019-ICLI-00048 000612 Please utilize the "SCR Compliance Email to Contractors" attachment to copy the text to your emails and fill in required information (Salutation [add Vendors Name]; the contract number must be provided under the Subject and Bullet #3; and your Name/Signature Block), then send the email notification to your respective contractor's POC(s). Also, provide each contractor the attached - SAM User Guide Chapter 10 SCR". The goal is to send out each email notification no later than COB—November 16 (reference the Excel attachment for your respective non-reported service contracts). Please ensure to send the email with "Request a Delivery Receipt" and "Request a Read Receipt." 1. After the information is reported by the vendor, please review the contractor's data from the interim reports in SAM against FFMS and/or contract(s) and work with the contractors to make revisions, as necessary. Also, if the contractor's data is missing or incomplete Contract Specialists/Contracting Officers can still direct contractors to enter new reports and/or correct existing reports. 2. Contractors are to correct any reported discrepancies. Both the Contractor and CS/C0 are to ensure compliance with the suspense date of January 31, 2019. 2019-ICLI-00048 000613 From: Sent: To: on behalf of (b)(6); 24 May 2017 14:38:13 -0400 (b)(6); (b)(7)(C) /STA/NorthAmerica/MCKINSEY (b)(61 (b)(71(C) (b)(6) (b)(7)(c) Subject: Attachments: FW: Should cost training and Negotiation preparation ATT00001.htm, c122539.ics Sent with BlackBerry Work (www.blackbeiTy.com) I/STA/NorthAmerica/MCKINSEY 1(b)(6), (b)(7)(C) From: 1(b)(6), When: May 25, 2017, 10:00 AM Subject: Should cost training and Negotiation preparation Location: OAQ conference room Fronul(b)(6) (b)(7)(c)I5TA/NorthAmerica/MCKINSEY Sent: Tuesday, May 23, 2017 12:25:53 PM To: 1(b)(6) ISTA/NorthAmerica/MCKINSEY; (b)(6); (b)(7)(C) 111-11/AN. yNJE/NorthAmerica/MCKINSEY; (b)(6); (b)(7)(C) (b)(6), (b)(7)(C) Subject: Should cost training and Negotiation preparation When: Thursday, May 25, 2017 10:00 AM-11:30 AM. Where: OAQ conference room Erik I. Invitation: Should cost training and Negotiation preparation 05/25/201 7- 0A/NorthAmerica/MCKINSEY Location: (b)(6), (b)(7)( has invited 10-11(R1. OAQ conference room lo a meeting. You have not yet responded. 2019-ICLI-00048 000614 Required (111(61' (111(71(C:1 (b)(6); (b)(7)(C) irts1JE/NorthAmerica/MCKINSEYVhltR1 (111(71(r) Description This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. 2019-ICLI-00048 000615 From: Sent: To: Subject: Attachments: (b)(6), (b)(7)(C) 20 Jul 2017 13:05:03 -0400 b 6 b 7 C FW: Krome staffing plan submission Krome Pricing July 2017_Optimal_Submission 7-12-17 V2.xlsx ====± This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. ====± 2019-ICLI-00048 000616 Summary of Savings - Optimal Model Over and Above Tiered Bed Day Rate (CLIN 3) - Average 100 beds over minimum (b)(4) Proposed 100 @ STIEEM Current 100@ (b)(4) Annual Savings from Tiered CLIN 3 Tiered KTU + Efficiency Removed Supervisor Daily Rate for Tier 1 (Note - the KTU population has not exceeded (b)( n the last 24 months) Annual Savings for Tiered KTU CLIN 7A On Demand Stationary Guards (b)(4) 112,560@ (b)(4) 112,560 @ Current On Demand Proposed Fixed Schedule Annual Savings for Fixed Schedule Stationary annual hours Fixed Hospital Schedule + General Fixed Schedules, e.g. Construction =1(b)(4) Removed Fixed Posts at Larkin (b)(4) Annual Average Hours CLIN 12 Fixed Price CLIN 7 On Demand Annual Savings Summary Annual Total 2019-ICLI-00048 000617 OPTIMAL STAFFING Contractors shall fill in the highlighted portions with their proposed unit price. Proposed unit price shall match the unit price submitted on the Standard Form 1447. Contractors shall submit this attachment in Excel form as a part of the soft copy submission. DO NOT CHANGE THE FORMAT TO INCLUDE THE CLINS, QTY, UNIT, UNIT PRICE OR FORMULAS. OPTION YEAR 3 UNIT UNIT PRICE QTY (b)(4) (b)(4) CLIN 3002: Detention 450 Minimum BDR CLIN 3002a: KTU T-1 (1-12) DA CLIN 3002b: KTU T-2 (13-30) DA CLIN 3003: Detention Over 450 BDR CLIN 3003a: Detention Over 550 BDR CLIN 3005A: Transportation Labor HR CLIN 3005B: Transportation Labor OT HR CLIN 3007: Stationary Guards HR CLIN 3007A: Stationary Guards OT HR CLIN 3011: Miami International Airport MO CLIN 3015: Detainee Welfare MO SUBTOTAL CLINs Above: Option Year 3 OPTION YEAR 4 UNIT PRICE UNIT QTY (b)(4) BDR CLIN 4002: Detention 450 Minimum (b)(4) CLIN CLIN CLIN CLIN CLIN CLIN CLIN CLIN CLIN CLIN 4002a: Medical Support T-1 (1-12) 4002b: Medical Support T-2 (13-30) 4003: Detention Over 450 4003a: Detention Over 550 4005A: Transportation Labor 4005B: Transportation Labor OT 4007: Stationary Guards 4007A: Stationary Guards OT 4011: Miami International Airport 4015: Detainee Welfare SUBTOTAL CLINs Above: Option Year 4 OPTION YEAR 5 (Leap Year) CLIN 5002: Detention 450 Minimum CLIN 5002a: Medical Support T-1 (1-12) CLIN 5002b: Medical Support T-2 (13-30) CLIN 5003: Detention Over 450 CLIN 5003a: Detention Over 550 CLIN 5005A: Transportation Labor CLIN 5005B: Transportation Labor OT CLIN 5007: Stationary Guards CLIN 5007A: Stationary Guards OT CLIN 5011: Miami International Airport CLIN 5015: Detainee Welfare SUBTOTAL CLINs Above: Option Year 5 OPTION YEAR 6 CLIN 6002: Detention 450 Minimum CLIN 6002a: Medical Support T-1 (1-12) CLIN 6002b: Medical Support T-2 (13-30) CLIN 6003: Detention Over 450 CLIN 6003a: Detention Over 550 CLIN 6005A: Transportation Labor CLIN 6005B: Transportation Labor OT CLIN 6007: Stationary Guards CLIN 6007A: Stationary Guards OT CLIN 6011: Miami International Airport CLIN 6015: Detainee Welfare SUBTOTAL CLINs Above: Option Year 6 OPTION YEAR 7 AMOUNT AMOUNT DA DA BDR BDR HR HR HR HR MO MO QTY (b)(4) UNIT BDR DA DA BDR BDR HR HR HR HR MO MO UNIT PRICE (b)(4) AMOUNT QTY (b)(4) UNIT BDR DA DA BDR BDR HR HR HR HR MO MO UNIT PRICE (b)(4) AMOUNT QTY UNIT UNIT PRICE AMOUNT Use or disclosure of the data contained on this page is subject to the restrictions on the title page of this proposal. 2019-ICLI-00048 000618 CLIN 7002: Detention 450 Minimum CLIN 7002a: Medical Support T-1 (1-12) CLIN 7002b: Medical Support T-2 (13-30) CLIN 7003: Detention Over 450 CLIN 7003a: Detention Over 550 CLIN 7005A: Transportation Labor CLIN 7005B: Transportation Labor OT CLIN 7007: Stationary Guards CLIN 7007A: Stationary Guards OT CLIN 7011: Miami International Airport CLIN 7015: Detainee Welfare SUBTOTAL CLINs Above: Option Year 7 OPTION YEAR 8 CLIN 8002: Detention 450 Minimum CLIN 8002a: Medical Support T-1 (1-12) CLIN 8002b: Medical Support T-2 (13-30) CLIN 8003: Detention Over 450 CLIN 8003a: Detention Over 550 CLIN 8005A: Transportation Labor CLIN 8005B: Transportation Labor OT CLIN 8007: Stationary Guards CLIN 8007A: Stationary Guards OT CLIN 8011: Miami International Airport CLIN 8015: Detainee Welfare SUBTOTAL CLINs Above: Option Year 8 OPTION YEAR 9 (Leap Year) CLIN 9002: Detention 450 Minimum CLIN 9002a: Medical Support T-1 (1-12) CLIN 9002b: Medical Support T-2 (13-30) CLIN 9003: Detention Over 450 CLIN 9003a: Detention Over 550 CLIN 9005A: Transportation Labor CLIN 9005B: Transportation Labor OT CLIN 9007: Stationary Guards CLIN 9007A: Stationary Guards OT CLIN 9011: Miami International Airport CLIN 9015: Detainee Welfare SUBTOTAL CLINs Above: Option Year 9 TOTAL (b)(4) BDR DA DA BDR BDR HR HR HR HR MO MO (b)(4) QTY (b)(4) UNIT BDR DA DA BDR BDR HR HR HR HR MO MO UNIT PRICE (b)(4) AMOUNT QTY (b)(4) UNIT BDR DA DA BDR BDR HR HR HR HR MO MO UNIT PRICE (b)(4) AMOUNT Use or disclosure of the data contained on this page is subject to the restrictions on the title page of this proposal. 2019-ICLI-00048 000619 From: Sent: To: Subject: Attachments: b 6 b 7 C 19 Apr 2018 17:43:44 +0000 (b)(6), (b)(7)(C) FW: McKinsey Contract Extension (DHS) 05.03_HSCECR-17-F-00003_P00020 Signed.pdf c.b?c6?;IVIcKinsey signed the mod so it is ready for your signature. Thanks, S:\OAQ DCR CONTRACT FILES\DCR-DC\4-Southeast-Team (M 6?; Change Management Services (HSCECR17-F-00003 Logical Follow-on TO)\HSCECR-17-F-00003_P00020 From.(b)(6), (b)(7)(C) Sent: Thursday, April 19, 2018 11:35 AM To: (b)(6), (b)(7)(C) Subject: RE: McKinsey Contract Extension (DHS) Good morning (b)(6),,, Please find attached, a copy of Modification P00020 signed by McKinsey. Please provide a fully executed version, for our records, at your earliest convenience. Kind regards, (b)(6), (b)(7)(C) McKinsey & Company, Inc. 1200 19th Street, NW Suite 1100 Washington, DC 20036 office (b)(6), (b)(7)(C) voip: mobil (b)(6), (b)(7)(C) From: (b)(6), (b)(7)(C) Sent: Tuesday, April 17, 2018 6:40 PM To: b 6 b 7 C Subject: RE: McKinsey Contract Extension (DHS) (b)(6), ,‘ Thank you for the update. I will get back to you shortly. Regards, l(h)(61. (h)(71(C) McKinsey & Company, Inc. 1200 19th Street, NW Suite 1100 Washington, DC 20036 office: ((b)(6) (b)(7)(C) 2019-ICLI-00048 000620 voip: (b)(6), (b)(7)(C) mobil (b)(6), (b)(7)(C) From: (b)(6), (b)(7)(C) Sent: Tuesday, April 17, 2018 6:21 PM To: (b)(6), (b)(7)(C) Subject: [EXT]RE: McKinsey Contract Extension (DHS) (b)(6), he mod has been approved on my end with no changes from the version I sent you earlier. Once you approve the mod please send it back to me to be finalized. Thanks, From: (b)(6), (b)(7)(C) Sent: Tuesday, April 17, 2018 2:43 PM 7 To: 6 Subject: RE: McKinsey Contract Extension (DHS) Hi c!D?c9.?:_ I will hold off until you confirm that you have all the approval on your side. Kind regards, (b)(6), (b)(7)(C) McKinsey & Company, Inc. 1200 19th Street, NW Suite 1100 Washington, DC 20036 office )(b)(6), (b)(7)(C) voip: mobil (b)(6), (b)(7)(C) From: (b)(6), (b)(7)(C) Sent: Tuesday, April 17, 2018 2:41 PM To: (b)(6), (b)(7)(C) Cc: Sub'ect: [EXT]RE: McKinsey Contract Extension (DHS) Thanks (b)(6),_ , (b)(6), please hold off on getting this signed. I have one more approval to get before we can move forward with this. Thanks, From: (b)(61 (b)(7)(C) Sent: Tuesday, April 17, 2018 1:44 PM 2019-ICLI-00048 000621 To: (b)(6), (b)(7)(C) Cc: Subject: RE: McKinsey Contract Extension (DHS) Hello ( (b)(6), As we transition our team, (b)(6), (b)(7)(C) copied) is the one that will be taking over this account, and so he should be reaching out to you today. I have included the attachment for(b)(6), Thank you for your patience and understanding. (b)(6), (b)(7)(C) Contracts Manager McKinsey & Company, Inc. Washington D.C. 1200 19th Street, NW Suite 1100 Washington, DC 20036 office b)(6), (b)(7)(C) voip: mobil (b)(6), (b)(7)(C) From: (b)(6), (b)(7)(C) Sent: Tuesday, April 17, 2018 12:46 PM To: (b)(6), (b)(7)(C) Subject: FW: McKinsey Contract Extension From: (b)(6), (b)(7)(C) Sent: Tuesday, April 17, 2018 12:45:01 PM (UTC-05:00) Eastern Time (US & Canada) To: (1)1(6) (b)(7)(C) Subject: [EXT]RE: McKinsey Contract Extension sorry but could you hold off on that? I forgot one last approval before this mod is ready to go. Once I get that approval I'll send the mod to (b)(6), (b)(7)(C) to be processed. (b)(6) Its been good working with you as well (b)(6Lest wishes! From: (b)(6), (b)(7)(C) Sent: Tuesday, April 17, 2018 12:42 PM To: (b)(6). (b)(7)(C) Subject: RE: McKinsey Contract Extension Thanks, (b)(6), _ I will get this signed and back out. As an FYI, today is actually my last day with McKinsey. Going forward, please email 1(IDX6), (b)(7)(C) (copied) directly. 2019-ICLI-00048 000622 It's been a pleasure working with you! From: (b)(6), (b)(7)(C) Sent: Tuesday, April 17, 2018 12:37 PM To: (b)(6), (b)(7)(C) Subject: [EXT]RE: McKinsey Contract Extension Good morning (b)(6) Attached is the modification to update the period of performance for the remaining CLINs. We'd like to do this mod bilaterally so if you could please review the mod and have someone on your team sign and return to me, I'd appreciate it. Let me know if you have any questions, Thanks! From: (b)(6) (b)(7)(C) Sent: Wednesday, April 4, 2018 9:29 AM To: b 6 b 7 C Subject: RE: McKinsey Contract Extension Hi (b)(6),_ , We're good with this — thanks! From: (b)(6), (b)(7)(C) Sent: Wednesday, April 4, 2018 9:09 AM To (b)(6) (b)(7)(C) Subject: [EXT]FW: McKinsey Contract Extension Good morning T?(9,); We received the note below from our program office. Would you mind just confirming that McKinsey is ok with this no-cost extension to CLIN 3004? We'll also slide the POP of CLINs 3005 and 3006 out by two weeks to keep the same length of time. Thanks, From: (b)(6) (b)(7)(C) Sent: Wednesday, April 4, 2018 7:54 AM To: (b)(6), (b)(7)(C) Cc: Suliect: RE: McKinsey Contract Extension (b)(6); Thanks for the info. We'll make the modification and let you know if there is any other information we need. Section Chief I Detention, Compliance & Removals DHS I ICE I Office of Acquisition Management (OAQ) Office: 202-732-(b)(6), I Mobile: 202-380- (b)(6), 2019-ICLI-00048 000623 Email: (b)(6), (b)(7)(C) From: (b)(6), Sent: Tuesday, April 03, 2018 6:55 PM To: (b)(6), (b)(7)(C) Cc: Subject: McKinsey Contract Extension Hi (b)(6); (h1(71( We've been going through some warm up meetings with McKinsey and are now both ready to get started in earnest. In order to make the most of our time, we've both agreed to a no cost modification to the OPO to extend by two weeks from June 10 to June 24. Please let me know if you need any additional info from our end to make this adjustment. Thanks, (b)(6), (b)(7)(C) Chief of Staff Office of Human Capital U.S. Immigration and Customs Enforcement 1(b)(6), (b)(7)(C) 202-732 (b)(6), d) I 202-465 (b)(6), ) This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not 2019-ICLI-00048 000624 copy it, disclose its contents or use it for any purpose. 2019-ICLI-00048 000625 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 1 4. REQUISITIONIPURCHASE REQ. NO. P00020 See Block 16C ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NWkb)(61(b)(71(C) WASHINGTON DC 20536 6. ISSUED BY PAGE OF PAGES CODE 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county. State and ZIP Code) 192118ER0LE5A0031 ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUIVTTON MANAGEMENT 801 I STREET NW 103)(6) WASHINGTON DC 20536 7. ADMINISTERED BY Of other than Item 6) () 4CKINSEY COMPANY INC WASHINGTON DC L200 19TH ST NW MITE 1100 MSHINGTON DC 200362412 3 5. PROJECT NO. (If applicable) CODE 9A AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. GS-10F-0118S HSCECR-17-F-00003 108. DATED (SEE ITEM 13) CODE 12/26/2016 FACILITY CODE 8252293180000 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted , such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA Of required) Net Increase: $559,443.67 See Schedule 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) X FAR 52.217-9 E. IMPORTANT: Contractor is not, x is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) DUNS Number: 825229318 (202 ) 732 - I(b)(6). (b)(7)(C) COR: (b)(6);(b)(7)(C) Contracting Officer: (b)(6). (202) 732- (b)(6), (b)(7)(C) (202) 7321(b)(6) (b)(7)(C) Contract Specialist: 1(b)(6) (b)(7)(C) The purpose of this modification is to provide incremental funds to CLIN 1006 in the amount of $559,443.67. Total funds for this order are as follows: From: $21,674,692.75 By: $ 559,443.67 To: $22,207,136.42 Continued Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) (b)(6); (b)(7)(C) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 1 b)(6); (b)(7)(C) Partner 15B. CONTRACTOR/OFFEROR (b)(6); (b)(7)(C) 15C. DATE SIGNED 16B.UNITED STATES OF AMERICA 16C. DATE SIGNED 04/19/2018 (Signature of person authorized to sign) (Signature of Contracting Officer) STANDARD FORM 30 (REV. 10-83) NSN 7540-01-152-8070 Previous edition unusable Prescribed by GSA FAR (48 CFR) 53.243 2019-ICLI-00048 000626 CONTINUATION SHEET PAGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003/P00020 OF 2 3 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE AMOUNT ) ( ) This modification also updates the POP for CLINs 3004, 3005, and 3006. The current CLIN, CLIN 3004, is being extended by two weeks at no cost to the Government. The POP for CLINs 3005 and 3006 will shift by two weeks but will not be extended beyond their original duration of 20 weeks. The POP for these CLINs is now as follows: CLIN 3004: 3/19/2018 - 6/24/2018 CLIN 3005: 6/25/2018 - 11/12/2018 CLIN 3006: 6/25/2018 - 11/12/2018 All other terms and conditions remain the same. Exempt Action: N Sensitive Award: NONE Discount Terms: Net 30 FOB: Destination Period of Performance: 01/03/2017 to 06/30/2018 Change Item 1006 to read as follows(amount shown is the obligated amount): 1006 Step 4: Quality assurance across ERO 2.0 Field Waves and Data Driven Management + HQ wave execution 559,443.67 Period of Performance: 4/1/2018 - 6/30/2018 Fully Funded Obligation Amount: MC Incrementally Funded Amount: wc Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER Accounting Info: (b)(7)(E) Funded: $0.00 Accounting Info: (b)(7)(E) Funded: (1))(4) Change Item 3004 to read as follows(amount shown is the obligated amount): 3004 Talent Management Strategy Step 3b: Continue implementing immediate Continued ... NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86) 2019-ICLI-00048 000627 Sponsored by GSA FAR (48 CFR153.110 CONTINUATION SHEET AGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003/P00020 OF 3 3 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE (E) AMOUNT ( ,) improvements to streamline the hiring process Period of Performance: 3/19/2018 - 6/24/2018 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER Accounting Info: (b)(7)(E) Funded: $0.00 Change Item 3005 to read as follows(amount shown is the obligated amount): 3005 Talent Management Strategy Step 4: Sustain and continually improve hiring operations (Team A Portion) 0.00 Period of Performance: 6/25/2018 - 11/12/2018 Amount: 1(b)(4) (Option Line Item) 05/25/2018 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER Accounting Info: Funded: $0.00 Change Item 3006 to read as follows(amount shown is the obligated amount): 3006 1 Talent Management Strategy Step 4: Sustain and continually improve hiring operations (Team E Portion) Period of Performance: 6/25/2018 - 11/12/2018 Amount: b 4 (Option Line Item) 05/25/2018 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER Accounting Info: Funded: $0.00 NSN 7540-01-152 8067 2019-ICLI-00048 000628 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR 148 CFR) 53.110 From: Sent: To: Subject: (b)(6), (b)(7)(C) 4 Apr 2018 10:03:56 -0400 (b)(6), (b)(7)(C) FW: McKinsey Contract Extension this mod is ready to go. Let me know if I can change any of the wording SAOAQ DCR CONTRACT FILES\DCR-DC\4-Southeast-TeamFFNChange I Management Services (HSCECR17-F-00003 Logical Follow-on TO)\HSCECR-17-F-00003_P00020 From: 1(b)(6), (b)(7)(C) Sent: Wednesday, April 4, 2018 9:29 AM To: 1(b)(6), (b)(7)(C) Subject: RE: McKinsey Contract Extension Hi We're good with this — thanks! From: 1(b)(6) (b)(7)(C) Sent: Wednesday, April 4, 2018 9:09 AM To: (b)(6), (b)(7)(C) Subject: [EXT]FW: McKinsey Contract Extension Good morning (b)(6), We received the note below from our program office. Would you mind just confirming that McKinsey is ok with this no-cost extension to CLIN 3004? We'll also slide the POP of CLINs 3005 and 3006 out by two weeks to keep the same length of time. Thanks, From:l(b)(6), (b)(7)(C) Sent: Wednesday, April 4, 2018 7:54 AM To: (b)(6), (b)(7)(C) Cc: Suliect: RE: McKinsey Contract Extension (b)(6); /1111711r Thanks for the info. We'll make the modification and let you know if there is any other information we need. (b)(6), Section Chief I Detention, Compliance & Removals DHS I ICE I Office of Acquisition Management (OAQ) Office: 202-732 (b)(6), I Mobile: 202-380Email: (b)(6), (b)(7)(C) 2019-ICLI-00048 000629 From: (b)(6), (b)(7)(C) Sent: Tuesday, April 03, 2018 6:55 PM To: (b)(6), (b)(7)(C) Cc: Subject: McKinsey Contract Extension Hi (b)(6 We've been going through some warm up meetings with McKinsey and are now both ready to get started in earnest. In order to make the most of our time, we've both agreed to a no cost modification to the OPO to extend by two weeks from June 10 to June 24. Please let me know if you need any additional info from our end to make this adjustment. Thanks, (b)(6), (b)(7)(C) Chief of Staff Office of Human Capital U.S. Immigration and Customs Enforcement (b)(6), (b)(7)(C) I 202-732 (b)(6), d) I 202-465-Sn; (m) This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. 2019-ICLI-00048 000630 From: Sent: To: Cc: Subject: Attachments: (b)(6), (b)(71(C 1(b)(6), (b)(7)(C) 14 Mar 2018 15:25:01 -0400 (b)(6), (b)(7)(C) FW: McKinsey Contract Vehicle - Talent Management Strategy 05.03_HSCECR-17-F-00003_P00019.pdf here is the mod to exercise CLIN 3004. We processed this unilaterally. Thanks, From: l(b)(6) (b)(7)(C) Sent: Wednesday, March 14, 2018 3:24 PM To: (b)(6), (b)(7)(C) Cc: , Subject: RE: McKinsey Contract Vehicle - Talent Management Strategy Good afternoon, The modification to exercise CLIN 3004 has been exercised and the funds have been obligated. Let me know if you have any questions. Thanks! From: Sent: Wednesday, March 14, 2018 12:40 PM To: (b)(6), (b)(7)(C) Cc: Subject: RE: McKinsey Contract Vehicle - Talent Management Strategy Hi (b)(6) We have a meeting with McKinsey, M&A, and Mr. Blank's Deputy CoS at 2:00 where I anticipate this issue may come up. Has there been any update since the below? Thanks, _ From: [b)(6), (b)(7)(C) Sent: Tuesday, March 13, 2018 1:49 PM To: (b)(6), (b)(7)(C) Cc: Subject: RE: McKinsey Contract Vehicle - Talent Management Strategy Yes, will do. Thanks. Section Chief I Detention, Compliance & Removals DHS I ICE I Office of Acquisition Management (OAQ) Office: 202-732.')(6), I Mobile: 202-380- (b)(6), 2019-ICLI-00048 000631 Email: (b)(7)(C) From: Ilb)(61 Sent: Tuesday, March 13, 2018 1:43 PM To: (b)(6), (b)(7)(C) Cc: Subject: RE: McKinsey Contract Vehicle - Talent Management Strategy 10-4. Would you mind keeping me updated on how things progress? I imagine we'll start getting questions from M&A, so just want to be able to share the latest. From: (b)(6) (b)(7)(C) Sent: Tuesday, March 13, 2018 1:33 PM To: (b)(6), (b)(7)(C) Cc• Subject: RE: McKinsey Contract Vehicle - Talent Management Strategy There is some hold up with BWS in getting the funding to us. We are working on getting it cleared. The modification and extension itself should be quick. (b)(6), (b)(7)(C) Section Chief I Detention, Compliance & Removals DHS I ICE I Office of Acquisition Management (OAQ) Office: 202-732 (b)(6), I Mobile: 202-380- (b)(6), Email: (b)(6), (b)(7)(C) From: 1(b)(6).(b)(7)(c)1 Sent: Tuesday, March 13, 2018 1:31 PM To: (b)(6), (b)(7)(C) Cc• Subject: RE: McKinsey Contract Vehicle - Talent Management Strategy Hey guys, Just got a note from McKinsey that they've not heard anything about a formal start date, so wanted to pick up the trail on the below and see where we stand. Thanks, (b)(6); 6 From: 7 Sent: Friday, March 09, 2018 12:07 PM To: (b)(6), (b)(7)(C) Cc: Subject: RE: McKinsey Contract Vehicle - Talent Management Strategy 2019-ICLI-00048 000632 I'll give BWS a call and work it out. What we're doing doesn't really jive with their 'system' so I think they just need some basic info from us. From: (b)(6) (b)(7)(C) Sent: Friday, March 9, 2018 12:05 PM To: (b)(6); (b)(7)(C) Cc: Subject: RE: McKinsey Contract Vehicle - Talent Management Strategy Got it. Not sure what is needed from us since we haven't been managing the contract to date, but let me know what is required from OHC and we'll pull it together. From: (b)(6): (b)(7)(C) Sent: Friday, March 09, 2018 11:51 AM To: (b)(6) (b)(7)(C) Cc: Subject: RE: McKinsey Contract Vehicle - Talent Management Strategy with BWS has requested an updated IGCE or latest quote in order to complete an Appeal Memo. Thanks, (b)(6), /1-11/71/r1 kb)(61 (b)(7)(C) 1(b)(6); (b)(7)(C) Management Program Analyst Department of Homeland Security U. S. Immigration and Customs Enforcement Enforcement and Removal Operations (ERO) Law Enforcement Systems and Analysis (LESA) 500 12th Street SW/Washington, DC 20536 Desk 202-732Cell 202-607 EN511 111,11Al• 11,11711r\ From: (b)(6); (b)(7)(C) Sent: Monday, February 5, 2018 12:02 PM To: (b)(6) (b)(7)(C) Cc: Subject: RE: McKinsey Contract Vehicle - Talent Management Strategy • Hi cM6?; Because the McKinsey task order is still operating for the ERO portion, I think we can revive the TMS items as well. But we will need to communicate with McKinsey first. We'll need to reset the dates for the TMS items and McKinsey is entitled to propose updated pricing. How much of TMS were you all interested in "reactivating"? Below is a general description of the optional contract line items that were left undone: CLIN 3004 TMS Step 3b: Continue implementing immediate improvements to streamline the hiring process, 9/2/17 — 11/24/17, (b)(4) 2019-ICLI-00048 000633 CLIN 3005 TMS Step 4: Sustain and continually improve hiring operations (Team A Portion), 11/25/17 — 4/20/18, (b)(4) CLIN 3006 TMS Step 4: Sustain and continually improve hiring operations (Team E Portion), 11/25/17 — 4/20/18, (b)(4) If I know McKinsey, these prices are now outdated and there will presumably be some additional costs associated with them having to ramp up again after stopping this work several months ago. But the pricing here should give you a low-ballpark figure for the funding that will be required. Let me know if you need any additional information. Thanks. Section Chief I Detention, Compliance & Removals DHS I ICE I Office of Acquisition Management (OAQ) Office: 202-732410)(6) I I Mobile: 202-380 Email: (b)(6); (b)(7)(C) From: (b)(6). Sent: Monday, February 05, 2018 11:45 AM thlmi,c,1 To. I Subject: McKinsey Contract Vehicle - Talent Management Strategy Hi (b)(6) OHC/M&A is interested in reactivating the Talent Management Strategy task associated with the McKinsey contract vehicle. (b)(61 (b)(71(C) suggested I reach out to you to determine the best way to do that and what kind of funding would be required. Thanks, (b)(6), (b)(7)(C) Chief of Staff Office of Human Capital U.S. Immigration and Customs Enforcement Yb)(6) (b)(7)(C) I 202-732 (b)(6) (d) I 202-465- (b)(6) (m) 2019-ICLI-00048 000634 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 1 4. REQUISITION/PURCHASE REQ. NO. P00019 See Block 16C ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW (b)(6): WASHINGTON DC 20536 6. ISSUED BY PAGE OF PAGES CODE 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county. State and ZIP Code) 1921180HC06090051 ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW 1011(6). 1 WASHINGTON DC 20536 7. ADMINISTERED BY (If other than Item 6) (x) 4CKINSEY COMPANY INC WASHINGTON DC L200 19TH ST NW MITE 1100 MSHINGTON DC 200362412 3 5. PROJECT NO. (If applicable) CODE 9A AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. GS-10F-0118S HSCECR-17-F-00003 108. DATED (SEE ITEM 13) CODE 12/26/2016 FACILITY CODE 8252293180000 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted , such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) Net Increase: $1,679,656.65 See Schedule 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) X FAR 52.217-9 E. IMPORTANT: Contractor x is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) DUNS Number: 825229318 I (202) 732-(b)(6)(b)(7)(C) Contracting Officer: (202) 732-(b)(6).(b)(7)(C) (202) 7321(b)(6)(b)(7)(C) Contract Specialist: (b)(6) (b)(7)(C) COR:1(h)(61(h)(71(C) The purpose of this modification is to: 1) Exercise and fully fund optional CLIN 3004 at $1,679,656.65. The new period of performance (POP) for CLIN 3004 is 3/19/2018 - 6/10/2018. 2) Modify the POP for unexercised optional CLINs 3005 and 3006. The POP for both CLINs is Continued ... Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 1(b)(6);(b)(7)(C) 15B. CONTRACTOR/OFFEROR (Signature of person authorized to sign) 15C. DATE SIGNED 16B.UNITED STATES OF AMERICA (b)(6);(b)(7)(C) (Signature of Contracting Officer) 16C. DATE SIGNED 3/14/2018 STANDARD FORM 30 (REV. 10-83) NSN 7540-01-152-8070 Previous edition unusable Prescribed by GSA FAR (48 CFR) 53.243 2019-ICLI-00048 000635 CONTINUATION SHEET AGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003/P00019 OF 2 3 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE (E) AMOUNT (.) now 6/11/2018 - 10/28/2018. All other terms and conditions remain the same. Exempt Action: N Sensitive Award: NONE Discount Terms: Net 30 FOB: Destination Period of Performance: 01/03/2017 to 06/30/2018 Change Item 3004 to read as follows(amount shown is the obligated amount): 3004 Talent Management Strategy Step 3b: Continue implementing immediate improvements to streamline the hiring process 1,679,656.65 Period of Performance: 3/19/2018 - 6/10/2018 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER Accounting Info: (b)(7)(E) Funded: km/A\ I Change Item 3005 to read as follows(amount shown is the obligated amount): 3005 n Talent Management Strategy Step 4: Sustain and continually improve hiring operations (Team A Portion) Period of Performance: 6/11/2018 - 10/28/2018 Amount: ItmtA\ I(Option Line Item) 11/24/2017 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER Accounting Info: Funded: $0.00 Change Item 3006 to read as follows(amount shown is the obligated amount): 3006 Talent Management Strategy Step 4: Sustain and continually improve hiring operations (Team E Portion) Continued ... NSN 7540-01-152 8067 2019-ICLI-00048 000636 0.00 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR 148 CFR) 53.110 CONTINUATION SHEET AGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003/P00019 OF 3 3 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE (E) AMOUNT ( ) Period of Performance: 6/11/2018 - 10/28/2018 Amount: b 4 (Option Line Item) 11/24/2017 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER Accounting Info: Funded: $0.00 NSN 7540-01-152 8067 2019-ICLI-00048 000637 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR 148 CFR) 53.110 From: Sent: To: Subject: i(b)(6): (b)(7)(C) 29 Jun 2018 14:04:16 +0000 (b)(6); (b)(7)(C) FW: McKinsey Hiring Extension (b)(6); (b)(7)(C) Just keeping you all in the loop (see below). Keeping the McKinsey dream alive. Section Chief I Detention, Compliance & Removals DHS I ICE I Office of Acquisition Management (OAQ) Office: 202-732-(13)(6); I Mobile: 202-380-1T_M Email (MO: (b)(71(C) Fromkb)(6): (b)(7)(C) Sent: Friday, June 29, 2018 9:53 AM To: (b)(6); (b)(7)(C) Subject: RE: McKinsey Hiring Extension (b)(7)(C) OHC's CLIN on the McKinsey expired on July 24. Any process you all are undertaking should have been undertaken weeks ago. However, ERO's CLIN expires on July 30, tomorrow. I can ask McKinsey for a no-cost extension to July 6, not July 8 which is a Sunday. I also ask as a courtesy that you all do not wait until the end of the day on July 6 to get us your decision or the funding that will be required for any extension. (b)(6); (b)(7)(C) Section Chief I Detention, Compliance & Removals DHS I ICE I Office of Acquisition Management (OAQ) Office: 202-7320)(6); I Mobile: 202-380-00); Email: (b)(6); (b)(7)(C) From: Sent: Friday, June 29, 2018 9:05 AM To: 1(b)(6); (b)(7)(C) Subject: McKinsey Hiring Extension Hi (b)(6); (b)(7)(C) OHC is in the process of determining whether to continue our partnership with McKinsey into another phase; however, we need a little more time to make a final decision. Would it be possible to get a nocost extension until July 8 in order to have time to make a decision and not have the vehicle lapse? Thanks for the help, 2019-ICLI-00048 000638 (b)(6), Chief of Staff Office of Human Capital U.S. Immigration and Customs Enforcement (b)(6), (b)(7)(C) (2020 732-= (d) I (202) 465- b 6, (m) 2019-ICLI-00048 000639 From: Sent: To: Cc: Subject: Attachments: 1(b)(6); (b)(7)(C) 16 Oct 2017 12:12:13 - 0400 (b)(6); (b)(7)(C) FW: McKinsey LSJ 02.03_Limited Sources Justification TT3 Extension.docx (b)(6) Here is the LSJ for the McKinsey mod. Because of the dollar value, it has to be reviewed by you,T)( (as acting DCR), OPLA, External Posting, and finally signed and approved by the ICE Comp Advocate (we're going to go in that order). We're hoping to get this to OPLA sometime tomorrow morning. Let me know if I can make any edits or if you have any questions. Thanks, From: (b)(6); (b)(7)(C) Sent: Sunday, October 15, 2017 7:47 PM To: (b)(6); (b)(7)(C) Subject: McKinsey LSJ Here are my changes. I have not reviewed either the white paper or McKinsey's quote in detail. Please review those again and consider whether anything needs to be added to the LSJ. As you will see, my approach in this version of the document is to write more persuasively and to our advantage and not include a lot of unnecessary details. I'm leaving you with all of the details and accuracy of the content so please own the document. No need to return it to me for review at this point. Please go ahead and run the document through the full review process with a routing sheet including poL. one level above the CO), external posting, OPLA, and ICE Competition advocate. Please don't submit to 1(b)(6); With the document in track changes, just incorporate everything. As people come back with comments or suggested revisions, I'd like you to make those directly. You can save external posting for last. Please aim to get it to OPLA no later than Tuesday morning. Let me know if you have any questions. Thanks! (b)(6); Contracting Officer I Detention, Compliance & Removals DHS I ICE I Office of Acquisition Management (OAQ) Office: 202-732-PP?;, I Mobile: 202-380- (b)(6); Email:;(b)(6); (b)(7)(C) 2019-ICLI-00048 000640 Limited Sources Justification ERO Transformation 2.0 FAR 8.405-6(a)(1)(i)(B) 1. Identification of the agency and the contracting activity: U.S. Immigration and Customs Enforcement (ICE), Office of Acquisition Management (OAQ) 2. Nature and/or description of the action being approved: a. Acquisition Purpose and Objectives On December 28, 2016, ICE/OAQ awarded task order HSCECR-17-F-00003 against GSA contract GS-10F-0118S held by McKinsey & Company, Inc. Washington D.C. (McKinsey). This task order included a primary area of focus entitled, "Transformation Task 3," which supported implementation of transformation efforts within ICE's Enforcement and Removal Operations (ERO). The task order currently expires on October 27, 2017, although there is an option on the task order to extend the OAQ-focused line item on the task order until February 23, 2018. Because of the beneficial results experienced by ERO as a result of McKinsey's Task 3.0 services, ICE/ERO is seeking to extend McKinsey's work on Transformation Task 3 for 25 weeks. b. Project Background The general purpose of this task order and McKinsey's services for ICE has been to procure expert, innovative consulting services to assist in developing ICE ERO's modernized vision and strategy; communicating this vision and strategy to the workforce and the organization's partners; creating an implementation strategy and tracking and measuring progress; and aligning the organization's culture, personnel and systems to best support the execution of the vision. The transformation includes change management practices that coordinate and leverage existing related initiatives; training and strategic communications planning and implementation; and stakeholder engagement. The objective of Transformation Task 3 under the logical follow-on task order HSCECR-17-F-00003 was to turn earlier recommendations from McKinsey into practical tools to transform how ERO operates on a daily basis, making it more efficient and effective. This support includes testing and refining recommendations at various locations throughout ICE and evaluating the effectiveness of change. Deliverables will eventually include finalized materials and hands-on coaching of ERO and ICE leadership to fully support and implement the transformation based on lessons learned and new models developed. The government's extension of Transformation Task 3 will extend the Period of Performance to April 15, 2018. 2019-ICLI-00048 000641 The current total value of HSCECR-17-F-00003, with all available options, is $19,536,498.26. Of that amount, Task 3 comprised ab)(4) The total price for the additional services will be (b)(4) 3. A description of the services required to meet the Agency's needs (including the estimated value): a. Project Title: Enforcement and Removal Operations Task 3, Step 3-4 b. Project Description: The purpose of the intended extension is procure additional support services for implementing critical and time-sensitive projects begun by ICE as a result of recommendations and deliverables under the task order. These services exceed the scope of services under the task order but are so closely tied to tasks already completed under the task order that re-competing for these services would be illogical and result in unacceptable delays to the government. Both OAQ and OHC are undertaking critical implementations of recommendations provided by McKinsey. However, the likelihood of success on these implementations, without McKinsey's on-going support, is very low and the risk of overall loss of value in the overall task order is high. The intent of Transformation Task 3 is to solidify the capabilities developed by the core ERO 2.0 work. To date, the ERO 2.0 project has shown quantifiable benefits within test AORs (Detroit, St. Paul, and Los Angeles), including increased total removals and reductions in time to remove a detainee. One focus of this extension is to provide time for recommended work to expand to other AORs. A second focus of the extension is to ensure that the recommendations are implemented in a way that will allow the work and processes to be sustained well after the project has completed, leaving a permanent mark on ERO's detainment process. c. Project Length and Estimated Value (if all options are exercised): October 16, 2017 — April 15, 2018, (b)(4) 4. The authority and supporting rationale: a. Acquisition Authority This acquisition is conducted under the authority of the Multiple-Award Schedule Program and FAR 8.405-6(a)(1)(i)(B). Due to McKinsey's intimate knowledge of ICE and ERO and the extensive work it has already completed, McKinsey is the only source capable of providing the highly customized services at the level of quality required by the Agency. 2 2019-ICLI-00048 000642 b. Supporting Rationale The planned extension of services are supporting by the following rationale: • The additional work described above cannot be economically or efficiently undertaken by another source without significant disruption to ICE's ongoing efforts, duplication of costs to the government not expected to be recovered through competition, and unacceptable delays in implementation and adoption of the recommendations. • Any new hypothetical contractor brought on to perform these services in the place of McKinsey would inevitably require start up time to study and understand the organization's structure and operations and this start up time would delay the benefits ICE anticipates receiving from the implementation support. • It would be illogical and not in the best interest of the government to interrupt on-going efforts by replacing the service provider who has been performing the critical services according to its own proprietary methods, processes, and systems with another firm that will have its own methods, processes, and systems. • McKinsey, as the current provider, is in the best position to support the implementation of the Agency's transformation efforts. Having already played such a critical role in assisting in the formation of ICE's strategies and having obtained so much Agencyspecific knowledge and experience to the benefit of ICE, McKinsey is the only source capable of now implementing ICE's new strategies based on its recommendations at the level of quality required by the Agency. • Even if this work were re-competed, it is highly unlikely another firm could successfully compete with McKinsey for this work which is merely a continuation of the work they have already been doing. Asking other vendors to invest the time and energy to compete for a requirement in such a disadvantageous position would be extremely unfair and merely an empty exercise. 5. Determination by contracting officer that the order represents the best value consistent with FAR 8.404(d): The contracting officer has determined that the proposed task order represents the best value consistent with FAR 8.404(d). The proposed task order award represents the greatest overall benefit to the government, considering price and administrative costs, for the following reasons: 1) GSA has already determined that the fixed weekly rates for services under GSA schedule 871-1 contract GS-10F-0118S (the applicable schedule contract) to be fair and reasonable; 3 2019-ICLI-00048 000643 2) McKinsey's quoted rates have been discounted from its GSA rates and are also in accordance with rates on requirements previously awarded to McKinsey on a competitive basis; 3) Under FAR 8.405-4, b)(4) if all options are b)(4) exercisea; an 4) This extension of services is expected to have the best result and the lowest overall cost to the Government considering the costs associated with conducting a competitive acquisition and the costs associated with another firm becoming thoroughly familiar with the body of work which has already been completed. These costs would include time and effort spent to learn about the organization and its challenges and to duplicate the knowledge already gained by the incumbent during performance of the current services. Prior to the issuance of the task order modification, the contracting officer will consider the level of effort and mix of labor proposed to perform the specific task being performed to allow a determination that the total price is fair and reasonable. 6. Description of the market research conducted among schedule holders and the results, or a statement of the reason market research was not conducted: Market research was not conducted among schedule holders because the Government did not previously intend to make this extension of services. The need for extension of services only came to the government's attention recently and market research in the form of sources sought or requests for information would have brought undue attention to the government's work with McKinsey where such work is of a sensitive nature. 7. Any other facts supporting the justification: None. 8. Statement of the actions, if any, the Agency may take to remove or overcome barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made: As the services being provided are non-severable and support completion of specific deliverables, no action is contemplated to remove or overcome the barriers that led to the restricted consideration. However, the government does not anticipate another subsequent acquisition for these services on a restricted consideration basis. 4 2019-ICLI-00048 000644 9. Program Office Certification Requisitioner: I certify that the facts and representations under my cognizance, which are included in this justification and which form a basis for this justification, are complete and accurate to the best of my knowledge and belief. Date (b)(6); (b)(7)(C) Contracting Officer's Representative ERO/FO/LESA Contracting Officer: I certify that this justification is accurate and complete to the best of my knowledge and belief. Date (b)(6); (b)(7)(C) Contracting Officer OAQ/DCR Approval: Date (b)(6); (b)(7)(C) Deputy Head of Contracting Activity ICE Competition Advocate Office of Acquisition Management 5 2019-ICLI-00048 000645 From: Sent: To: Subject: Attachments: (b)(6); (b)(7)(C) 16 Oct 2017 10:32:01 -0400 (b)(6) (b)(7)(C) FW: McKinsey New Requirement 192118EROLESA0001 $703,879.79.pdf 1jVe (1 put it on GS-10E-0118S/HSCECR-17-F-00003 as per the quote. Since it doesn't look like the TM work will ever be funded there is room???? Thank You khltAl. Office 202-732- (b)(6)• Cell 202-487 From (b)(6); (b)(7)(C) Sent: Monday, October 16, 2017 9:34 AM To: 1(131(61 (b)(71(C) Subject: RE: McKinsey New Requirement For your review and edits. 2.0 INVOICE SCHEDULE McKinsey proposes the following invoice schedule for the services. SII P3 si LP 4 Invoice Period Invoice Date October 16, 2017- November 15, 2017 November 16, 2017 November 16. 2017 - December 15. 2017 December 16. 2017 December 16. 2017 - January IS. 2018 January 16. 2018 Invoice Period Invoice Date January 16. 2018 - February 15. 2018 February 16. 2018 February 16. 2018 - March 15, 2018 March 16. 2018- April 15. 2018 March Invoice Amount (b)(4) Invoice Amount (b)(4) 16, 2018 April 16. 2018 From: (b)(6) (b)(7)(C) Sent: Monda , October 16, 2017 7:44 AM To: Cc. Subject: RE: McKinsey Thanks (b)(6) posted. I'll work on getting confirmation. It might not happen until tomorrow, but I will keep you (b)(6); (b)(7)(C) 2019-ICLI-00048 000646 Section Chief, Budget Execution Unit (BEU) Operations Support Division (OSD) Enforcement & Removal Operations (ERO) U.S. Immigration & Customs Enforcement (ICE) Phone: 202-732 (p)(6)' Check out the OSD Fiscal Management Sharepoint Site From: 1(b)(6), (b)(7)(C) Sent: Monday, October 16, 2017 7:43 AM To: (b)(6), (b)(7)(C) Cc: Subject: RE: McKinsey looks like we can send the first month invoice to start. (b)(6), (b)(7)(C), (b)(4) send over. is doing the G514 to Thank You (b)(6) (b)(7)(C) Office 202-732Cell 202-487 From: (b)(6). (b)(7)(C) Sent: Friday, October 13, 2017 7:08 PM To: (b)(61 (b)(71(C) Subject: FW: McKinsey I know it's late and if you don't see until Monday that's fine. Have you heard of any funds for McKinsey? I can fund the first piece not the whole task order but until I get on computer not sure wjat that is. Sent with BlackBerry Work (www.blackberry.com) From: (b)(61 (b)(71(C) Date: Friday, Oct 13, 2017, 6:46 PM To: (b)(6), (b)(7)(C) Subject: RE: McKinsey It'd be in the proposal. Whatever their first sub step is. Sorry not in front of my computer. I'll send it tomorrow morning. Sent with BlackBerry Work (www.blackberry.com) From: (b)(6), (b)(7)(C) 2019-ICLI-00048 000647 Date: Friday, Oct 13, 2017, 6:44 PM To: b 6; b(7 Subject: RE: McKinsey not sure what that's about. I'll check on the funding. Can you give me the minimal to get this moving? Sent with BlackBerry Work (www.blackberry.com) 2019-ICLI-00048 000648 1. NUMBER REQUISITION - 192118EROLESA0001 MATERIALS-SUPPLIES-EQUIPM ENT 2. DATE 16-OCT-2017 SEE INSTRUCTIONS ON REVERSE 3. ACTIVITY SYMBOL See Attachment A 4. TO: NAME AND ADDRESS -- PROCUREM ENT SECTION (OR STOREROOM) ICE DETENTION COMPLIANCE & REMOVALS IMMIGRATION AND CUSTOM ES ENFORCEMENT OFFICE OF ACQUISIONTION MANAGEMENT 801 I STREET, NW th)(rn WASHINGTON, DC 20536 5. FROM: NAM E AND ADDRESS ICE-ERO-FHO-LESA -- REQUISITIONER (b)(6); (b)(7)(C) 202-732 500 12TH ST SW MAIL STOP 5206 WASHINGTON, DC 20536 us STOCK NUMBER DESCRIPTION OF ARTICLE (MAKE, MODEL. TYPE, SIZE, COLOR, MFGR., ETC) QUANTITY 7 8 6 FIRM-FIXED PRICE FOR THE ADDITIONAL TRANSFORMATION TASK 3 SERVICES. COST UMT PFICE AMOUNT ACTION CODE 10 11 12 9 (b)(4) EA UNFLJND Subject to Availabili f Fun Justification: A DDITIONA L FUNDING FOR GS- 10 F-0118SINSCECR-17- F-00003, MCKINSEY CONTRACT. INCREMENTAL FUNDING TASK TALENT MANAGEMENT STEP 3 CONTINUE IMPLEMENTING.TASK ORDER POP 10/161 71115/17. R799 Recommended Vendor: 562405213 MCKINSEY & COMPANY, INC. WASH! 1200 19TH ST NW SUITE 1100 WASHINGTON, DC 20036-2412 Phone (b)(6). (b)(7)(C) 13. SIGNATURE OF APPROVING OFFICIAL Date 24. SIGNATURE OF FUNDING OFFICIAL Date 14. TITLE OF APPROVING OFFICIAL 25. TITLE OF FUNDING OFFICIAL 16. KEY TO ACTION CODE 2 CANCELLED-NOT STOCKID BACK ORDERED 3 CANCELLED-NOT ABLETO IDENTIFY 1 I 0 703,879 79 PROCUREMBIT SECTION (OR STOREROOM) SUBSTITUTE ITEM PURCHASED FOR DIRECT SIVEENT 15. TOTAL OTHER - AS IN:IICATED 17. DATE RECEIVED 19. PURCHASE ORDER DATE NUMBER 18. APPROVE) CANCELLED—STOCK EtHAUSTED I CERTIFY THAT THE ABOVE ARTICLES-- COLUMNS 3,9 AND 12- HAVE BEEN RECEIVED. 20. LOCATION 21. DATE 22. SIGNATURE 23. TITLE United States Department Of Homeland Security Immigration And Customs Enforcement FORM G-514 (REV. 8-1-5 Page 2019-ICLI-00048 000649 1 of 3 INSTRUCTIONS Use Use Form G-514 - continued on Form G-514.1 -- To requisition materials, supplies, and equipment through the Procurement section of the Regional (or Central) Office; or from a Service-operated Storeroom. Copies - Distribution Prepared by requistioner in an original and two copies, sending original (w hite) and Copy 1 (pink) to: Procurement Section (or Storeroom), and retaining Copy 2 (green). Procurement Section (or Storeroom) shall, as a rule, pack Copy 1 w ith shipment, or return it to requisitioner w ith appropriate advice. Entries By requisitioner: 1. Number consecutively, beginning w ith number one each fiscal year, and prefix w ith alphabetic location symbol and last two digits of fiscal year (e.g., MIA-58-1, MIA-58-2, MIA-58-3, etc., MIA-59-1, MIA-59-2, MIA-59-3, etc.). Number continuation sheets with numerical suffix(e.g., MIA-58-1.1, MA-58-1.2, MIA-581.3, etc). 2. Enter date of pre 3. Enter numerical s 4. Enter name and a , • ection, Immigration o nt s and Naturalization Se ice, ichmon , VA). 5. Enter full name, title, and address so that shipping label may be prepared w ithout reference to address directory& conbnee is oleithan requisiti2n2r, enter - hi...n ipitructions under Entry, 7. -et' 6. Enter forgot& ; Urtberl 'show Wederal Supply 7. Enter full descriptionlf article; attach sketches, plans, samples, etc. If cdfisignee is other than requisitioner, enter shipping instructions. 8. Enter issue - unit quantity. 9. Enter unit of issue (e.g., each, doz., C, gross, ream, M; lb., cwt, ton: bag, ball, bbl., bot., box, can, pkg., roll, tube; pt., qt., gal., etc.) 13. Signature of approving official. 14. Enter title of approving official. 24.Signature of funding official. 25.Enter title of funding official. niAltair .5 u anicis By Procurement Section ( or Storeroom): 10. Enter unit price. 11. Enter product of Entries 8 and 10. 12. Enter symbol of action taken. See Entry 16. 15. Enter total of amounts under Entry 11. 17.Enter date requisition received. 18.Signature of approving officer. 19.Enter, if issued, date and number of purchase order. By consignee: 20.Enter address - city and state. 21.Enter date shipment received. 22.Signature of employee authorized to accept delivery. 23.Enter title of receiving employee. United States Department Of Homeland Security Immigration And Customs Enforcement FORM G-514 (REV. 8-1-5 Page 2019-ICLI-00048 000650 2 of 3 Form G-514 REQUISITION - MATERIALS-SUPPLIES-EQUIPMENT Activity Symbols ATTACHMENT A REQUISITION NUMBER: 192118EROLESA0001 PROJECT TASK FUND PROGRAM NONE000 TFM El ORGANIZATION (b)(7)(E) OBJECT UDF AMOUNT GE-25-76-00 000000 $703,879.79 UNFUNDED Subject to Availability of Funds APPROPRIATION SYMBOL CROSSWALK: FUND El FY TAS TITLE AMOUNT 703,879.79 United States Department Of Homeland Security Immigration And Customs Enforcement FORM G-514 (REV. 8-1-5 Page 2019-ICLI-00048 000651 3 of 3 From: Sent: To: Cc: Subject: Attachments: (b)(6), (b)(7)( (b)(6) (b)(7)(C) 12 Jun 2017 23:11:19 -0400 (b)(6); (b)(7)(C) Fw: McKinsey Talent Management deliverable 20170313_Talent Mgmt strategy deliverables.pdf here was the second talent management deliverable submission. (b)(6) (b)(7)(C) McKinsey & Company 1200 19th Street NW, Suite 1000 Washington, DC 20036 I Mobile: Forwarded by kb)(6),,(b)(7)(C) DCG/NorthAmerica/MCKINSEY on 06/12/2017 11:07 PM From: Phlifil. I/DCG/NorthAmerica/MCKINSEY To: (111(61. (h1(71(C.1 Cc: ii-",a\• "-" " c" ISTA/NorthAmerica/MCKINSEY@MCKINSEY, (b)(6): Irkva )CG/NorthAmerica/MCKINSEY@MCKINSEY, 1/111ifil. DCG/NorthAmerica/MCKINSEY@MCKINSEY, (b)(6 DCG/NorthAmerica/MCKINSEY@MCKINSEY Date: 03/24/2017 06:56 AM Subject: McKinsey Talent Management deliverable (b)(6) , hope you had a great week! I'm attaching our second batch of deliverables for the Talent Management effort. This document includes: + Talent management strategy with analysis and references + Detailed recommendations on changes needed to existing practices, processes, and systems required to close key gaps + Alignment across key stakeholders on overall vision for talent management and key gaps and capabilities that need to be addressed Please let me know if you have any questions. Thanks, and have a great weekend! (b)(6), (b)(7)(C (See attached file: 20170313 Talent Mgmt strategy deliverables.pdf) (b)(6); (b)(7)(C) McKinsey & Company 1200 19th Street NW, Suite 1000 Washington, DC 20036 Mobile: (b)(6); (b)(7)(C) This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not 2019-ICLI-00048 000652 copy it, disclose its contents or use it for any purpose. 2019-ICLI-00048 000653 U.S. Immigration and Customs Enforcement Talent Management Contract Deliverable March 13, 2017 Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000654 Contents Talent management strategy with analysis and references Detailed recommendations on changes needed to existing practices, processes, and systems required to close key gaps I Alignment across key stakeholders on overall vision for talent management and key gaps and capabilities that need to be addressed Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000655 U.S. Immigration and Customs Enforcement I 2 We will make improvements across the full employee lifecycle PRELIMINARY (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000656 US. Immigration and Customs I 3 Enforcement Initiatives to improve ICE Recruiting PRELIMINARY (b)(5) (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000657 • U.S. Immigration and Customs I 4 Enforcement Talent needs assessment should be informed by baseline PRELIMINARY requirements and skill gaps for each division, role, and geography Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000658 US. Immigration and Customs I 5 Enforcement Ideal candidate profiles that outline desired skills, qualities, and tavnpriganrpc ran Pnc irp rnncictinnru in rprriiitinci niitrirh PRELIMINARY !CASE EXAMPLE: DOGS-7 (b)(5) (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000659 U.S. Immigration c t Eforc n ueso ments I 6 Recruiting materials should be tailored to specific desired PRELIMINARY candidate pools and informed by the Employee Value Proposition b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000660 US. Immigration and Customs I 7 Enforcement ICE will use specific and tailored ERO, HSI and M&A/Support EVPs to attract and retain the best talent Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000661 US. Immigration i and Customs I8 Enforcement mployee Value Proposition — ERO PRELIMINARY (b)(5) (b)(4) U. S. Immigration Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000662 and Customs ,z&Enforcement I 9 mployee Value Proposition — HSI PRELIMINARY (b)(5) (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000663 • U.S. Immigration and Customs I 10 Enforcement Employee Value Proposition — M&A / Mission Support PRELIMINARY (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000664 „, . and Custoins Enforcement I 11 G Recruiting efforts will need local field office involvement and ILLUSTRATIVE support from HQ (b)(5); (b)(4) (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000665 US. Immigration , ( Yr and Customs I 12 \--/' Enforcement Go Case example: Detroit FOD identified organizations that have candidates with the desired profiles will deploy personnel to recruiting events Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000666 U.S. Immigration and Customs Enforcement I 13 Recruiting: Next steps PRELIMINARY (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000667 U.S. Immigration and Customs I 14 Enforcement PRELIMINARY Initiatives to improve ICE Hiring and address the Executive Order (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000668 and Customs Enforcement I 15 Introducing screening mechanisms at the beginning of the application process could accelerate hiring and free up staff time (b)(5), (b)(4) SOURCE: Client interviews Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000669 U.S. Immigration and Customs I 16 Enforcement PRELIMINARY We could segment hiring across three aooroaches I I • •I • t II (b)(5) (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000670 auu W)).• Enforcement I 1/ Super one-stop hiring can be used to handle the highest volume positions PRELIMINARY (b)(5) (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000671 tntorcement 1PRELIMINARY (b)(4) will be built around the programs'needs (b)(5) (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000672 Enforcement PRELIMINARY We are working to plan super one stop hiring ILLUSTRATIVE (b)(5) (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000673 US. Immigration and Customs Enforcement I 20 PRELIMINARY Batch hiring for positions outside super one stops could save a significant amount of staff hours (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000674 aw.lerja and Customs r Enforcement I LI Authorities and partnerships update (b)(5), (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000675 US. Immigration and Customs Enforcement I 22 In order to grow the workforce by - I..8X, ICE will need to hire 4.5X more employees than its previous annual high PRELIMINARY (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000676 '• ;Torten;''' “, In the near term, OHC will need an additional - 65 positions in FY17RELIMINARY (either full-time or temporary) to address the Executive Order (b)(5) (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000677 and Customs Enforcement PRELIMINARY In the long term, OHC must increase full-time staff by - 190; during the surge, - 290-295 temporary hiring staff will be required to meet demand b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000678 Enforcement OHC can fill temporary hiring staff from a variety of sources PRELIMINARY (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000679 US. Immigration and Customs Enforcement I 26 We could restructure the service centers to meet the needs of PRELIMINARY the programs, service centers and applicants Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000680 US. Immigration and Customs I 27 Enforcement There are three key decisions for a potential service center restructuring Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000681 US. Immigration and Customs I 28 Enforcement There are two main restructure options to choose from: PRELIMINARY r. inrtinnal and ri ictnmar-kacarl (b)(5), (b)(4) e ueLs dl - vloprleidry drill cotinueriudi 2019-ICLI-00048 000682 /111010.1111t111 PRELIMINARY Functional: 2 or 3 centers? (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000683 Enforcement Customer based: 2 or 3 centers? PRELIMINARY (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000684 E ntor cemen t PRELIMINARY We also need to decide when we would implement any (b)(5) (b)(4) ctri iral rhino - i nut- rnrnr-nrnnnritinn Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000685 • U.S. Immigration and Customs I 32 Enforcement Going forward, service center design will answer more granular PRELIMINARY questions (b)(5) (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000686 US. Immigration and Customs I 33 Enforcement Service Center Structure — Tentative timeline to implement PRELIMINARY (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000687 US. Immigration and Customs Enforcement I 34 Hiring: Next steps PRELIMINARY (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000688 and Customs Enforcement I 35 Potential initiatives to improve ICE Training and Leadership Li Details to follow Development PRELIMINARY (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000689 US. Immigration and Customs Enforcement I 36 Ideal candidate profiles that outline desired skills, qualities, and PRELIMINARY CASE EXAMPLE: SDDO GS-13 experiences can ensure consistency in promotions (b)(5) (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000690 and Customs Enforcement I 37 A promotion matrix linked to OPM SES ECQ competencies would outline a Pathway to leadership roles CASE EXAMPLE SUPERVISOR LEVEL (b)(5) (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000691 , Enforcement The Leadership Development Model will define what good looks like at each level Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000692 US. Immigration and Customs I 39 Enforcement The Leadership Development Model will inform each stage of the talent lifecycle (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000693 Co US. Immigration and Customs Enforcement I 40 ICE Leadership Development Model (1/7) PRELIMINARY (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000694 US. Immigration and Customs Enforcement I 41 ICE Leadership Development Model (2/7) (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000695 • PRELIMINARY US. Immigration and Customs Enforcement I 42 ICE Leadership Development Model (3/7) PRELIMINARY (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000696 U.S. Immigration : and Customs I 43 C.V‘:-Enforcement ICE Leadership Development Model (4/7) PRELIMINARY (b)(5); (b)(4) ( Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000697 US. Immigration Yr and Customs \--/' Enforcement I 44 ICE Leadership Development Model (5/7) PRELIMINARY (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000698 „, . and Custoins Enforcement I 45 ICE Leadership Development Model (6/7) (b)(4); (b)(5) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000699 I PRELIMINARY US. Immigration and Customs I 46 Enforcement ICE Leadership Development Model (7/7) PRELIMINARY (b)(5); (b)(4) ( Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000700 Yr US. Immigration and Customs \--/' Enforcement I 47 0 Three scenarios to execute Executive Orders present unique Training challenges 111 Basic •Leadership PRELIMINARY Advanced (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000701 steritt., and Customs 67,7r! Enforcement I 46 0 Expanded training curriculum could build leadership skills required 1PRELIMINARY at each career stage as oart of an integrated learning iournev (b)(5); (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000702 Enfbrcement To maintain current spans of control, we need to promote PRELIMINARY current staff or bring in experienced hires (b)(5)• (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000703 Znilorten—ie'''' I Jlf 0 Analyzing current disincentives to leadership positions can generate creative solutions to fill priority gaps in the pipeline Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000704 US. Immigration and Customs I Si Enforcement Training & Leadership Development: Next steps PRELIMINARY (b)(5) (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000705 n—d. Enforcement I 52 Objectives PRELIMINARY Talent management strategy with analysis and references Detailed recommendations on changes needed to existing practices, processes, and systems required to close key gaps Alignment across key stakeholders on overall vision for talent management and key gaps and capabilities that need to be addressed Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000706 U.S. Immigration , and Customs Enforcement 53 Working teams created recommendations PRELIMINARY (b)(5). (b)(4) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000707 ktergq . z 411(1 LUSIAMIIS Enforcement I DLI. The steering committee agreed to recommendations PRELIMINARY (b)(6) (b)(7)(C) (b)(4) (b)(5) Pre-Decisional — Proprietary and Confidential 2019-ICLI-00048 000708 US. Immigration and Customs I 55 Enforcement From: Sent: To: Cc: Subject: 1(b)(6), (b)(7)(C) 25 Oct 2017 16:11:00 -0400 (b)(6), (b)(7)(C) FW: McKinsey TCO Extension (b)(6): Can you please process a mod to extend the OAQ portion of the McKinsey task order to November 3rd? Thanks, (b)(6), (b)(7)(C) From: l(hl(R1. (h1(71(C.1 Sent: Wednesday, October 25, 2017 4:08 PM To: (b)(6), (b)(7)(C) Subject: McKinsey TCO Extension Per our conversation, please have your team execute a no cost extension to the TCO task order for a week through 11/3. Please let me know if they need any backup documentation. Thanks, (b)(6), (b)(7)(C) CPPB, CFCM Detention, Compliance and Removals (DCR) I Section Chief DHS I ICE I Office of Acquisition Management (OAQ) Phone: 202-732- Xb)(6), Mobile: 202-345Email:1(b)(6), (b)(7)(C) NOTICE: This communication may contain privileged or otherwise confidential information. If you are not an intended recipient or believe you have received this communication in error, any review, dissemination, distribution, or copying of this message is strictly prohibited. Please inform the sender that you received this message in error and delete the message from your system. 2019-ICLI-00048 000709 From: Sent: (b)(6), (b)(7)(C) 2 Oct 2017 13:11:01 -0400 (b)(6), (b)(7)(C) Subject: FW: Mckinsey Topics Good afternoon, In response to in email below, is anyone interested in presenting? Thanks, (b)(6), (b)(7)(C) From: (b)(6), (b)(7)(C) Sent: Monday, October 2, 2017 1:07 PM To: (b)(6), (b)(7)(C) Cc: Subject: Mckinsey Topics Good Afternoon, I will be sending an email out to all of DCR in a few minutes. As most of you are aware, DCR has been working with McKinsey to reduce the cost at various facilities over the past few months. It seems that the McKinsey contract will not be renewed at the end of the month. However, given the amount of time and effort that has gone into these conversations, we would like to maximize the use of the McKinsey team to document lessons learned. The plan is to have two weekly sessions 30 mins each, tentatively targeted for Tuesday and Thursday in person for DC, and over the phone for Laguna to share this knowledge with all of DCR. Much of the conversation will center around cost analysis. The plan is to have a longer and more thorough discussion on the Jail Cost Statements at the end of October. As discussed with a few of you already, McKinsey will prepare the slides, much of the backup documents and in some cases exercises for the session. It will be up to you all to present the information with excitement. Additionally, these slides will allow us to reference the materials at a later date. You may be asked to do multiple sessions of the same topic if that topic becomes particularly important. A few of the topics that we have suggested to McKinsey. (b)(5) If there is a particular topic that you are interesting in presenting or if you are an expert in a particular topic please let me know. Additionally, if you have any questions please let me know. 2019-ICLI-00048 000710 From: Sent: To: Cc: Subject: Attachments: (b)(6), (b)(7)(C) 20 Oct 2017 14:49:53 -0400 (b)(6), (b)(7)(C) FW: McKinsey 02.03_Limited Sources Justification TT3 Extension (OPLA CALD).docx Al, Can you please let us know when you have about 5 — 10 minutes to discuss the LS.1for the McKinsey extension? Thanks, l(bW61 (bW7VC1 From: (b)(61 (b)(71(C) Sent: Friday, October 20, 2017 1:59 PM To: (b)(6) (b)(7)(C) Cc: Subject: FW: McKinsey From: (b)(6), (b)(7)(C) Sent: Friday, October 20, 2017 1:14 PM To: (b)(6), (b)(7)(C) Cc: Subject: McKinsey land I reviewed. See the attached comments (I just added mine to the (b)(6), bubbles). We have some issues regarding the justification for why the sole source and especially the non-severability, which would require all FY17 funds. Not sure what the timeline is on award. 1(b)(6) (b)(6 (b)(6), (b)(7)(C) Chief, Commercial and Administrative Law Division Office of the Principal Legal Advisor Immigration and Customs Enforcement Office: 202.732. Cell: 202.904 b 6, After you've done a thing the same way for 2 years, look it over carefully. After 5 years, look at it with suspicion. After 10 years, throw it away and start all over. — Alfred Edward Perlman *** Warning *** Attorney/Client Privilege *** Attorney Work Product *** 2019-ICLI-00048 000711 This communication and any attachments may contain confidential and/or sensitive attorney/client privileged information or attorney work product and/or law enforcement sensitive information. It is not for release, review, retransmission, dissemination, or use by anyone other than the intended recipient. Please notify the sender if this email has been misdirected and immediately destroy all originals and copies. Furthermore do not print, copy, retransmit, disseminate, or otherwise use this information. Any disclosure of this communication or its attachments must be approved by the Office of the Principal Legal Advisor, U.S. Immigration and Customs Enforcement. This document is for INTERNAL GOVERNMENT USE ONLY and may be exempt from disclosure under the Freedom of Information Act, 5 USC §§ 552(b)(5), (b)(7). 2019-ICLI-00048 000712 Page 143 Withheld pursuant to exemption (b)(5) : WIF Draft of the Freedom of Information and Privacy Act 2019-ICLI-00048 000713 Page 144 Withheld pursuant to exemption (b)(5) : WIF Draft of the Freedom of Information and Privacy Act 2019-ICLI-00048 000714 Page 145 Withheld pursuant to exemption (b)(5) : WIF Draft of the Freedom of Information and Privacy Act 2019-ICLI-00048 000715 Page 146 Withheld pursuant to exemption (b)(5) : WIF Draft of the Freedom of Information and Privacy Act 2019-ICLI-00048 000716 Page 147 Withheld pursuant to exemption (b)(5) : WIF Draft of the Freedom of Information and Privacy Act 2019-ICLI-00048 000717 From: Sent: To: Cc: Subject: Attachments: 1(h)(61. (h)(7VC1 14 Aug 2017 16:05:37 -0400 1(b)(6), (b)(7)(C) I CPARS_ICE_Focal Point FW: Modification terminating HSCECR-16-F-00001 and deobligating funds HSCECR-16-F-00001 P00001.pdf The original Task Order with McKinsey is showing for a CPAR. Could you please ask delete the requirement. Award was pulled back. (b)(6), to Thank You (b)(6); tkv-Ivr• From: (b)(6) (b)(7)(C) Sent: Monday, November 23, 2015 11:46 AM To: DFC, ICE-CONTRACTUAL-OBLIGATIONS Cc: OAQ Obligations; (b)(6), (b)(7)(C) Subject: Modification terminating HSCECR-16-F-00001 and deobligating funds Hi All, Please find attached our executed bi-lateral modification terminating HSCECR-16-F-00001 and deobligating funds. Thank you. (b)(61 Contracting Officer I Detention, Compliance & Removals DHS I ICE I Office of Acquisition Management (OAQ) Office: 202-732- (b)(6), Mobile: 202-3801(b)(6), Email: (b)(6), (b)(7)(C) 2019-ICLI-00048 000718 11/19/2015 P00001 CODE 6. ISSUED BY 7. ADMINISTERED BY (If other than Item 6) ICE/DCR 1 1 4, REQUISITION/PURCHASE REQ. NO. 3. EFFECTIVE DATE 2. AMENDMENT/MODIFICATION NO PAGE OF PAGES 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 3 5. PROJECT NO. (If applicable) CODE ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW krowtmavr1 WASHINGTON DC 20536 ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW kh)(6). I WASHINGTON DC 20536 8, NAME AND ADDRESS OF CONTRACTOR (No, street, county state and ZIP Code) (x) 4CKINSEY COMPANY INC WASHINGTON DC L200 19TH ST NW 3UITE 1100 iASHINGTON DC 200362412 9A, AMENDMENT OF SOLICITATION NO. 96. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. X GS-10F-0118S HSCECR-16—F-00001 108. DATED (SEE ITEM 13) CODE 10/21/2015 FACILITY CODE 8252293180000 11. THIS ITEM ONLY APPUES TO AMENDMENTS OF SOLICITATIONS is extended. Dis not extended. The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers Offers must acknowledge receipl of this amendment prior to the hots- and date specified in the solicitation or as amended , by one of the following methods (a) By completing copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By Items 8 and 15. and returning separate letter or telegram which includes a reference to the solicitation aid amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or teller, provided each telegram or teller makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) Net Decrease: —$4,245,495.48 See Schedule 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A B THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) X FAR 52.212-4(1) Contractor E. IMPORTANT: ID is not. 1 CI is required to sign this document and return copies to the issuing office 14 DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) DUNS Number: 825229318 (202) 7321(b)(6) COR: kb)(6)(b)(7)(C) Alt. COR. (b)(6) (b)(7)(C) (b)(7)(C) (202) 732— khl/R1- (1-0/7Ve.) (202) 732-1(b)(6): Contracting Officer: (b)(6), (b)(7)(C) The purpose of the modification is to terminate this task order for the convenience of the Government and to deobligate all previously obligated funds in the amount of $4,245,495.48. Continued ... full force and effect. Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15A. NAME AND TITLE OF SIGNER (Type or print) (b)(6); (b)(7)(C) (b)(6);(b)(7)(C) Principal 15C DATE SIGNED 156 (b)(6); (b)(7)(C) I 11/20/2015 168 UNITED STATES OF AMERICA 16C DATE SIGNED (b)(6) (b)(7)(C) (Signature of Contracting Officer) STANDARD FORM 30 (REV. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 NSN 7540-01-152-8070 Previous edition unusable 2019-ICLI-00048 000719 PAGE REFERENCE NO OF DOCUMENT BEING CONTINUED CONTINUATION SHEET GS-10E-0118S/HSCECR-16-F-00001/P00001 2 OF I 3 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE (E) AMOUNT (F') Exempt Action: Y LIST OF CHANGES: Reason for Modification : Terminate for Convenience (complete or partial) Total Amount for this Modification: kb)(4) New Total Amount for this Version: $0.00 New Total Amount for this Award: (b)(41 Obligated Amount for this Modification: -(b)(4) New Total Obligated Amount for this Award: $0.00 CHANGES FOR LINE ITEM NUMBER: 1 Quantity changed from 12 to 0 Total Amount changed to $0.00 from (b)(41 Obligated Amount for this modification: -InwAN I CHANGES FOR DELIVERY LOCATION: ICE/ERO Amount changed from lall(4) CHANGES FOR ACCOUNTING CODE: (b)(7XE) Quantity changed from 12 to 0 Amount changed from (b)(4) Percent changed from 100 to 0 to $0.00 CHANGES FOR LINE ITEM NUMBER: 2 Total Amount changed Ito $0.00 from i(h)(4) Obligated Amount for this modification: (b)(4) CHANGES FOR ACCOUNTING CODE: (b)(7(E) Amount changed from *IWAI Percent changed from 100 to 0 I to $0.00 CHANGES FOR LINE ITEM NUMBER: 3 Total Amount changed I to $0.00 from 4(b)(4) Obligated Amount for this modification: (b)(4) CHANGES FOR ACCOUNTING CODE: (b)(7XE) Continued ... NSN 7540-01.152 8067 2019-ICLI-00048 000720 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110 CONTINUATION SHEET PAGE REFERENCE NO. OF DOCUMENT BEING CONTINUED 3 GS-10E-0118S/HSCECR-16-F-00001/P00001 OF I 3 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) AMOUNT UNIT PRICE (D) (F) (E) 000000 Amount changed from $703,415.91 to $0.00 Percent changed from 100 to 0 Delivery Location Code: ICE/ERO ICE ENFORCEMENT REMOVAL IMMIGRATION AND CUSTOMS ENFORCEMENT 801 I STREET NW In-,Nta% 1 WASHINGTON DC 20536 Accounting Info: (b)(6),(b)(7)(C) Period of Performance: 10/23/2015 to 10/22/201c, Change Item 0001 to read as follows(amount shown is the total amount): 0001 MO (b)(4) Base Year Services 0.00 1 Change Item 0002 to read as follows(amount shown is the total amount): 0002 Base Year Travel Not to Exceed $25,000.00 and to be approved by the COR (SOW 11.0) Change Item 0003 to read as follows(amount shown is the total amount): 0003 Base Year Surge Not to Exceed 20% of Line Item 0001 and to be approved by the COR NSN 7540-01-152 8067 2019-ICLI-00048 000721 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110 From: Sent: To: Subject: (b)(6), (b)(7)(C) 27 Jun 2017 08:13:41 -0400 (b)(6), (b)(7)(C) Greetings & catch-up (b)(6) I hope all is well and you are having a good week. How is everything progressing with the Krome negotiation? Do you have time today to jump on a quick call to discuss the progress? Regards, (b)(6), (b)(7)(C) l(hl(RI. (h1(71(C11 Associate, Operations practice I McKinsey & Company I Stamford Mobile: (b)(6), (b)(7)(C) Office: 4 VOIP b 6, (Internal only) ====-1- This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. ====+ 2019-ICLI-00048 000722 From: Sent: To: Subject: (b)(6), (b)(7)(C) 25 Apr 2017 11:26:03 -0400 (b)(6) (b)(7)(C) guidance requested - implications of shutdown? Hi (b)(6) I hope you are well. I am reaching out to see if you've received any guidance on what ICE personnel / programs would be exempt from the shutdown, and if there is any general guidance you are providing to contractors at this time. Thank you! Regards, (b)(6), th\/7\i'C'N This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. 2019-ICLI-00048 000723 From: Sent: To: Subject: (b)(6), (b)(7)(C) 4 Apr 2019 16:46:37 +0000 6 7 HSCECR-17-F-00003 /1(0)(7)(E) (b)(6) This is the mod to close out the ERO 2.0 task order with McKinsey and deobligate remaining funds. If you are good with the mod, I'll send it to McKinsey for signature. S:\OAQ DCR CONTRACT FILES\DCR-DC\4-Southeast-Team (b)(6 Archives\FY2017\Change Management Services (HSCECR-17-F-00003 Logical Follow-on TO)\HSCECR-17-F-00003_P00023 I Contract Specialist Detention, Compliance, and Removal Immigration and Customs Enforcement In-orm troavrn 2019-ICLI-00048 000724 From: Sent: To: Subject: Attachments: (b)(6) (b)(7)(C) 13 Jun 2017 02:09:28 -0400 b 6 b 7 C Fw: TCO deliverables (1 of 3) Task 4 Step 2 DE Deliverables-Sanitized.pdf (b)(6) as discussed, here's the first of our 3 final deliverables for the TCO Procurement Strategy. I will forward the other deliverables for your reference. l(b)(6) (b)(7)(C) McKinsey & Company 1200 19th Street NW, Suite 1000 Washington, DC 20036 Mobile: Imminv7v(-1 I Forwarded by It)(6): I/DCG/NorthAmerica/MCKINSEY on 06/13/2017 02:06 AM From: NYO/NorthAmerica/MCKINSEY To: Th1(61. (h)(71(C,1 CC: 1/3-.VP\• IDCG/NorthAmerica/MCKINSEY@MCKINSEY Date: 06/12/2017 11:57 PM Subject: TCO deliverables (1 of 3) Hi (b)(6); In the following emails are these three deliverables for TCO-Task 4, Step 2, items D&E Task 4, Step 3 Task 4, Step 4 Step 2 also asked for the "MVP TCO model" which is an excel file that is close to 100MB. I cannot email a file that large. We're happy to either set up a share folder on Box or to physically hand it off on a CD or data stick. Let me know what will work best for you. Best, (b)(6 (See attached file: Task 4 Step 2 DE Deliverables-Sanitized.pdf) 1(131(6) (b)(7)(C) McKinse & Company New York Office: Mobile Assistant: 1(b)(6). (b)(7)(C) This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. 2019-ICLI-00048 000725 2019-ICLI-00048 000726 U.S. Immigration and Customs Enforcement Task 4, Step 2, Deliverable parts D and E TCO Procurement June 12, 2017 2019-ICLI-00048 000727 Contents • 2d: MVP version of a TCO model, including the specific data sets required as inputs, the levers available to users, and the desired outputs (1 of 2, see attached excel) - Overall structure of the MVP TCO model - Specific data sets used as inputs and sources of assumptions - Levers available to users - Desired outputs of the model • 2e: Perspective on the total value at stake and how ICE can capture 2019-ICLI-00048 000728 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 3 OVERALL STRUCTURE OF THE MVP TCO MODEL PRELIMINARY The total model to fulfill the mission is impacted by detention inputs, strategic, and operational choices b)(5); (b)(4) 2019-ICLI-00048 000729 Pre-Decisional — Proprietary and Confidential a and Customs '7, -.-re• Enforcement 4 NARY OVERALL STRUCTURE OF THE MVP TCO MODEL PRELIMI To estimate detention bed demand, TCO model can incorporate main drivers of elements both within and out of ICE's control (b)(5); (b)(4) 2019-ICLI-00048 000730 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 5 PRELIMINARY OVERALL STRUCTURE OF THE MVP TCO MODEL In addition to bed demand drivers, a set of constraints add to the complexity of the overall detention placement strategy (b)(5); (b)(4) 2019-ICLI-00048 000731 Pre-Decisional — Proprietary and Confidential r U.S. Immigration and Customs Enforcement 6 OVERALL STRUCTURE OF THE MVP TCO MODEL PRELIMINARY As factors vary, ICE could face a variety of different operating scenarios for detention and removals in 2020 (b)(5); (b)(4) 2019-ICLI-00048 000732 Pre-Decisional — Proprietary and Confidential ' U.S. Immigration and customs Enforcement 7 OVERALL STRUCTURE OF THE MVP TCO MODEL To model demand types and their lifecycle through the system, detainee archetypes can be built from combinations across five variations (b)(5); (b)(4) 2019-ICLI-00048 000733 Pre-Decisional — Proprietary and Confidential g , U.S.Immigration and Customs Enforcement 8 OVERALL STRUCTURE OF THE MVP TCO MODEL HIGHLY PRELIMINARY 0 A "total cost" model can use archetypes of detainees to estimate total removal costs and build options to inform procurement planning (b)(5); (b)(4) 2019-ICLI-00048 000734 Pre-Decisional — Proprietary and Confidential • U.S.Immigration ZO'` and CU‘IIIITIS Enforcement 9 PRELIMINARY TCO analysis can test various detention strategies based on facility type, placement, and dedication to certain competencies OVERALL STRUCTURE OF THE MVP TCO MODEL 0 (b)(5); (b)(4) 2019-ICLI-00048 000735 Pre-Decisional - Proprietary and Confidential Z • • US. Immigralion ..'! and CUSWITIS Enforcement 10 OVERALL STRUCTURE OF THE MVP TCO MODEL 0 The model can incorporate a set of operational decisions that impact capacity needs and total cost b)(5)• (b)(4) 2019-ICLI-00048 000736 Pre-Decisional — Proprietary and Confidential 4 •, : ..i,, u. . Immigrat ion . arid Customs 5.. _Enforcement ..- 11 Contents • 2d: MVP version of a TCO model, including the specific data sets required as inputs, the levers available to users, and the desired outputs (1 of 2, see attached excel) Overall structure of the MVP TCO model Specific data sets used as inputs and sources of assumptions Levers available to users Desired outputs of the model • 2e: Perspective on the total value at stake and how ICE can capture 2019-ICLI-00048 000737 Pre-Decisional — Proprietary and Confidential US. Immigration I and Customs Enforcement 12 SPECIFIC DATA SETS AND SOURCES OF ASSUMPTIONS Assumptions and data driving the model — transport section PRELIMINARY (b)(5); (b)(4) 2019-ICLI-00048 000738 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 13 SPECIFIC DATA SETS AND SOURCES OF ASSUMPTIONS ALOS / timing assumptions for each step of process PRELIMINARY (b)(5); (b)(4) 2019-ICLI-00048 000739 Pre-Decisional — Proprietary and Confidential ,id Customs 14 SPECIFIC DATA SETS AND SOURCES OF ASSUMPTIONS PRELIMINARY Assumptions and data driving the model— strategy hubs and scenario choices (b)(5); (b)(4) 2019-ICLI-00048 000740 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 15 SPECIFIC DATA SETS AND SOURCES OF ASSUMPTIONS PRELIMINARY Assumptions and data driving the model— routing choices (b)(5); (b)(4) 2019-ICLI-00048 000741 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 16 SPECIFIC DATA SETS AND SOURCES OF ASSUMPTIONS Assumptions and data driving the model — facility rates PRELIMINARY (b)(5); (b)(4) 2019-ICLI-00048 000742 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 17 SPECIFIC DATA SETS AND SOURCES OF ASSUMPTIONS Assumptions and data driving the model — volume inputs PRELIMINARY (b)(5); (b)(4) 2019-ICLI-00048 000743 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 18 SPECIFIC DATA SETS AND SOURCES OF ASSUMPTIONS The TCO model can be built out beyond this 'MVP'version (1/2) (b)(5); (b)(4) 2019-ICLI-00048 000744 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 19 SPECIFIC DATA SETS AND SOURCES OF ASSUMPTIONS The TCO model can be built out beyond this 'MVP'version (2/2) (b)(5); (b)(4) 2019-ICLI-00048 000745 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 20 Contents • 2d: MVP version of a TCO model, including the specific data sets required as inputs, the levers available to users, and the desired outputs (1 of 2, see attached excel) — Overall structure of the MVP TCO model — Specific data sets used as inputs and sources of assumptions — Levers available to users — Desired outputs of the model • 2e: Perspective on the total value at stake and how ICE can capture 2019-ICLI-00048 000746 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 21 LEVERS AVAILABLE TO USERS Levers to adjust the model (b)(5); (b)(4) 2019-ICLI-00048 000747 Pre-Decisional - Proprietary and Confidential c: US.Immigration and Cuuoms Enforcement 22 Contents • 2d: MVP version of a TCO model, including the specific data sets required as inputs, the levers available to users, and the desired outputs (1 of 2, see attached excel) — Overall structure of the MVP TCO model — Specific data sets used as inputs and sources of assumptions — Levers available to users — Desired outputs of the model • 2e: Perspective on the total value at stake and how ICE can capture 2019-ICLI-00048 000748 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 23 DESIRED OUTPUTS OF THE MODEL How the TCO model generates outputs PRELIMINARY (b)(5); (b)(4) 2019-ICLI-00048 000749 Pre-Decisional — Proprietary and Confidential >,.. U.S.Immigration and CU‘IIIITIS Enforcement 24 DESIRED OUTPUTS OF THE MODEL How the TCO model generates outputs PRELIMINARY (b)(5); (b)(4) 2019-ICLI-00048 000750 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 25 PRELIMINARY The TCO model can estimate total cost and ALOS changes for each strategy DESIRED OUTPUTS OF THE MODEL modeled (b)(5); (b)(4) SourcelN4) 2019-ICLI-00048 000751 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 26 DESIRED OUTPUTS OF THE MODEL HIGHLY PRELIMINARY ILLUSTRATIVE In addition to Total Cost of a scenario, the model can also determine the total cost of a single removal across different optimization scenarios (b)(5); (b)(4) 2019-ICLI-00048 000752 Pre-Decisional — Proprietary and Confidential .110 1.11.1.1111- 1.. F.11 ' , 11(b int11 LI Contents • 2d: MVP version of a TCO model, including the specific data sets required as inputs, the levers available to users, and the desired outputs (1 of 2, see attached excel) • 2e: Perspective on the total value at stake and how ICE can capture — Perspective on the total value at stake D Savings through improved acquisition and operational changes D — Additional TCO savings from detention operating model changes How ICE can capture these savings 2019-ICLI-00048 000753 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 30 SAVINGS THROUGH IMPROVED ACQUISITION AND OPERATIONS PRELIMINARY Summary of detention savings opportunities (b)(5); (b)(4) 2019-ICLI-00048 000754 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 31 SAVINGS THROUGH IMPROVED ACQUISITION AND OPERATIONS (b)(5); (b)(4) 2019-ICLI-00048 000755 Pre-Decisional — Proprietary and Confidential PRELIMINARY SAVINGS THROUGH IMPROVED ACQUISITION AND OPERATIONS ICE operates four facility types with unique cost structures (b)(5), (b)(4) 2019-ICLI-00048 000756 ) IC LAC, WIlal I rup Ina! yallli lt/IfillUt111.101 I PRELIMINARY PRELIMINARY SAVINGS THROUGH IMPROVED ACQUISITION AND OPERATIONS ICE can save rate 'V1 through improvements in facility bed-night (b)(5), (b)(4) 2019-ICLI-00048 000757 Pre-Decisional — Proprietary and Confidential 10 <,• iti Customs nlorcement 34 a SAVINGS THROUGH IMPROVED ACQUISITION AND OPERATIONS We used two approaches to develop a range of what a bed-night PRELIMINARY should cost (b)(5) (b)(4) e 2019-ICLI-00048 000758 ec s o a oprietary and Confidential SAVINGS THROUGH IMPROVED ACQUISITION AND OPERATIONS 0 For two major vendors, ICE is paying more than the average HIGHLY PRELIMINARY customer pays IN4) b)(5)• (b)(4) 2019-ICLI-00048 000759 Pre-Decisional — Proprietary and Confidential Enforcement SAVINGS THROUGH IMPROVED ACQUISITION AND OPERATIONS 'Special facilities and IGSAs both have savings opportunities VERY PRELIMINARY (b)(5); (b)(4) 2019-ICLI-00048 000760 Pre-Decisional - Proprietary and Confidential itil,Cts:,(itiiist 37 SAVINGS THROUGH IMPROVED ACQUISITION AND OPERATIONS Operational decisions to fill low cost beds before expensive beds can create additional savings (b)(5); (b)(4) PRELIMINARY and inform longer-term strategy 2019-ICLI-00048 000761 Pre-Decisional — Proprietary and Confidential ; U.S. Immigration and Customs Enforcement 38 SAVINGS THROUGH IMPROVED ACQUISITION AND OPERATIONS 0 ICE appears to have spent b)(4) PRELIMINARY in 2016 for unused beds b)(5); (b)(4) 2019-ICLI-00048 000762 Pre-Decisional — Proprietary and Confidential EnRwcerneril Contents • 2d: MVP version of a TCO model, including the specific data sets required as inputs, the levers available to users, and the desired outputs (1 of 2, see attached excel) • 2e: Perspective on the total value at stake and how ICE can capture — Perspective on the total value at stake ° Savings through improved acquisition and operational changes Ei Additional TCO savings from detention operating model changes — How ICE can capture these savings 2019-ICLI-00048 000763 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 40 PRELIMINARY The team evaluated the "total cost of ownership" (TCO) for four overarching ADDITIONAL TCO SAVINGS strategies, narrowing down to two feasible options (b)(5), (b)(4) 2019-ICLI-00048 000764 PRELIMINARY ADDITIONAL TCO SAVINGS b)(5) (b)(4) 2019-ICLI-00048 000765 Pre-Decisional — Proprietary and Confidential \INPV , En forcement '44 Contents • 2d: MVP version of a TCO model, including the specific data sets required as inputs, the levers available to users, and the desired outputs (1 of 2, see attached excel) • 2e: Perspective on the total value at stake and how ICE can capture — Perspective on the total value at stake — How ICE can capture these savings 2019-ICLI-00048 000766 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 43 HOW ICE CAN CAPTURE THESE SAVINGS PRELIMINARY The team has planned and begun to action negotiations and operations changes that could save an estimated Sib)(4) (b)(5) (b)(4) 2019-ICLI-00048 000767 Pre-Decisional — Proprietary and Confidential '•un rate reCri 4110 LUSLOEflS Enforcement HOW ICE CAN CAPTURE THESE SAVINGS Next steps across each of the 3 areas depend on ICE's savings aspiration (b)(5) (b)(4) 2019-ICLI-00048 000768 Pre-Decisional — Proprietary and Confidential .,nd customs Enforcement 45 From: Sent: To: Subject: Attachments: (b)(6) (b)(7)(C) 13 Jun 2017 02:09:35 -0400 (b)(6) (b)(7)(C) Fw: TCO deliverables (2 of 3) Task 4 Step 3 Deliverables-Sanitized.pdf kb)(6) (b)(7)(C) McKinsey & Company 1200 19th Street NW, Suite 1000 Washington, DC 20036 Mobile: 1(13)(61 (b)(7)(C) Forwarded by l(h)(6). IDCG/NorthAmerica/MCKINSEY on 06/13/2017 02:07 AM NYO/NorthAmerica/MCKINSEY From: 11^,10 \• To: ' (b)(6): (b)(7)(C) I pCG/NorthAmerica/MCKINSEY@MCKINSEY CC: 111,1/AN• Date: 06/12/2017 11:57 PM Subject: TCO deliverables (2 of 3) (See attached file: Task 4 Step 3 Deliverables-Sanitized.pdf) (b)(6); (b)(7)(C) McKinse & Corn an Office: (b)(6); (b)(7)(C) Mobile: Assistant: (b)(6); (b)(7)(C) New York This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. 2019-ICLI-00048 000769 U.S. Immigration and Customs Enforcement Task 4, Step 3 Deliverables TCO Procurement June 12, 2017 2019-ICLI-00048 000770 Contents of deliverable 3 • 3a: Negotiation strategy to capture value from the "should cost" analysis for 3 — 4 priority contracts from Step 1, including a summary of sources of leverage in negotiation • 3b: Negotiation "script" for 3-4 priority contracts from step 1 • 3c: Capability building workshops for negotiation & contract analysis team to build skills to manage negotiations and achieve "best value" outcome for ICE • 3d: Recommendation on which contracts OAQ should prioritize going forward for analysis based on both size of potential opportunity and contract timing • 3e: Process to use TCO model, should cost, and other procurement tools to regularly assess and improve value gained from high priority ICE spend areas 2019-ICLI-00048 000771 Pre-Decisional — Proprietary and Confidential , US. Immigration I and Customs Enforcement 2 Negotiation strategy will blend the expertise of the field with the business knowledge of OAQ to maximize the value created in negotiations (b)(4) (b)(5) 2019-ICLI-00048 000772 Pre-Decisional — Proprietary and Confidential ;5 , U.S. Immigration and Customs --A Enforcement 3 There are six tactical elements of the flow of successful negotiations PRELIMINARY (b)(4); (b)(5) 2019-ICLI-00048 000773 Pre-Decisional — Proprietary and Confidential z U.S.Imcmgralton and Customs Enforcement 4 The negotiation 'power team'will contain four types of PRELIMINARY ICE personnel from four different job roles (b)(4); (b)(5) 2019-ICLI-00048 000774 Pre-Decisional - Proprietary and Confidential U.S. Immigration and Customs Enforcement 5 Contents of deliverable 3 • 3a: Negotiation strategy to capture value from the "should cost" analysis for 3 — 4 priority contracts from Step 1, including a summary of sources of leverage in negotiation • 3b: Negotiation "script" for 3-4 priority contracts from step 1 • 3c: Capability building workshops for negotiation & contract analysis team to build skills to manage negotiations and achieve "best value" outcome for ICE • 3d: Recommendation on which contracts OAQ should prioritize going forward for analysis based on both size of potential opportunity and contract timing • 3e: Process to use TCO model, should cost, and other procurement tools to regularly assess and improve value gained from high priority ICE spend areas 2019-ICLI-00048 000775 Pre-Decisional — Proprietary and Confidential , US. Immigration I and Customs Enforcement 6 Farmville negotiation script (b)(4); (b)(5) 2019-ICLI-00048 000776 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 7 Krome negotiation script (b)(4); (b)(5) 2019-ICLI-00048 000777 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 8 Houston negotiation script (b)(4); (b)(5) 2019-ICLI-00048 000778 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 9 South Texas negotiation script PRELIMINARY (b)(4); (b)(5) 2019-ICLI-00048 000779 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 10 Contents of deliverable 3 • 3a: Negotiation strategy to capture value from the "should cost" analysis for 3 — 4 priority contracts from Step 1, including a summary of sources of leverage in negotiation • 3b: Negotiation "script" for 3-4 priority contracts from step 1 • 3c: Capability building workshops for negotiation & contract analysis team to build skills to manage negotiations and achieve "best value" outcome for ICE • 3d: Recommendation on which contracts OAQ should prioritize going forward for analysis based on both size of potential opportunity and contract timing • 3e: Process to use TCO model, should cost, and other procurement tools to regularly assess and improve value gained from high priority ICE spend areas 2019-ICLI-00048 000780 Pre-Decisional — Proprietary and Confidential , US. Immigration I and Customs Enforcement 11 The negotiation workshop conducted on April 25-26 included attendees from across OAQ, OPLA and ERO Custody Management, Ops Support, Field Offices (b)(4); (b)(5); (b)(6); (b)(7)(C) 2019-ICLI-00048 000781 Pre-Decisional — Proprietary and Confidential ;5A' Enforcement , U.S. Immigration and Customs 12 PRELIMINARY The goal of the workshop is to further develop our capabilities and drive value in leveraging a strong fact base in upcoming negotiations (b)(4); (b)(5) 2019-ICLI-00048 000782 Pre-Decisional — Proprietary and Confidential -1 x• U.S. Immigration and Customs Enforcement 1.3 Negotiation workshop agenda Day 1 (b)(4): (b)(5) 2019-ICLI-00048 000783 Pre-Decisional — Proprietary and Confidential N. Immigration .irid Customs Enforcement 14 Negotiation workshop agenda Day 2 (b)(4); (b)(5) 2019-ICLI-00048 000784 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 1.5 Contents • 3a: Negotiation strategy to capture value from the "should cost" analysis for 3 — 4 priority contracts from Step 1, including a summary of sources of leverage in negotiation • 3b: Negotiation "script" for 3-4 priority contracts from step 1 • 3c: Capability building workshops for negotiation & contract analysis team to build skills to manage negotiations and achieve "best value" outcome for ICE • 3d: Recommendation on which contracts OAQ should prioritize going forward for analysis based on both size of potential opportunity and contract timing — Recommendation on which contracts and other actions to prioritize — Methodology for prioritization • 3e: Process to use TCO model, should cost, and other procurement tools to regularly assess and improve value gained from high priority ICE spend areas 2019-ICLI-00048 000785 Pre-Decisional — Proprietary and Confidential , US. Immigration I and Customs Enforcement 17 RECOMMENDATION ON CONTRACTS TO PRIORITIZE PRELIMINARY The team prioritized two phases of contract negotiations and other actions that could save an estimated r"4) run rate (b)(4); (b)(5) 2019-ICLI-00048 000786 Pre-Decisional — Proprietary and Confidential —,.. Enforcement RECOMMENDATION ON CONTRACTS TO PRIORITIZE PRELIMINARY Wave 1 of single contract negotiations is progressing as planned as of June 12 (b)(4); (b)(5) 2019-ICLI-00048 000787 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 19 Contents • 3a: Negotiation strategy to capture value from the "should cost" analysis for 3 — 4 priority contracts from Step 1, including a summary of sources of leverage in negotiation • 3b: Negotiation "script" for 3-4 priority contracts from step 1 • 3c: Capability building workshops for negotiation & contract analysis team to build skills to manage negotiations and achieve "best value" outcome for ICE • 3d: Recommendation on which contracts OAQ should prioritize going forward for analysis based on both size of potential opportunity and contract timing — Recommendation on which contracts and other actions to prioritize — Methodology for prioritization • 3e: Process to use TCO model, should cost, and other procurement tools to regularly assess and improve value gained from high priority ICE spend areas 2019-ICLI-00048 000788 Pre-Decisional — Proprietary and Confidential , US. Immigration I and Customs Enforcement 20 METHODOLOGY FOR PRIORITIZATION Clearly defined criteria were used to select contracts for these two PRELIMINARY phases and can be used to expand the work to more contracts (b)(4) (b)(5) 2019-ICLI-00048 000789 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs -1 x• Enforcement 21 METHODOLOGY FOR PRIORITIZATION Contracts originally short-listed for phase 1 with justification (b)(4), (b)(5) 2019-ICLI-00048 000790 PRELIMINARY METHODOLOGY FOR PRIORITIZATION In addition, the team prioritized potential "multi-contract strategies," of which the leadership team selected two to move forward (b)(4), (b)(5) 2019-ICLI-00048 000791 Fre-Decisional — Proprietary and conticientoi ITT, 71 METHODOLOGY FOR PRIORITIZATION The team also prioritized 3 operational levers for further investigatiortRELIMINARY (b)(4); (b)(5) 2019-ICLI-00048 000792 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 24 METHODOLOGY FOR PRIORITIZATION The team built the two phases around a portfolio of initiatives based on level of complexity and estimated savings PRELIMINARY (b)(4) (b)(5) 2019-ICLI-00048 000793 Pre-Decisional — Proprietary and Confidential and Euit.iciLlrs i,dii-.. Enforcement 25 METHODOLOGY FOR PRIORITIZATION The team devised multiple "portfolio" options and selected "option rePRELIMINARY to create the two phase recommendation (b)(4)• (b)(5) 2019-ICLI-00048 000794 Pre-Decisional — Proprietary and Confidential ;5 , U.S. Immigration and Customs Enforcement 26 Contents of deliverable 3 • 3a: Negotiation strategy to capture value from the "should cost" analysis for 3 — 4 priority contracts from Step 1, including a summary of sources of leverage in negotiation • 3b: Negotiation "script" for 3-4 priority contracts from step 1 • 3c: Capability building workshops for negotiation & contract analysis team to build skills to manage negotiations and achieve "best value" outcome for ICE • 3d: Recommendation on which contracts OAQ should prioritize going forward for analysis based on both size of potential opportunity and contract timing • 3e: Process to use TCO model, should cost, and other procurement tools to regularly assess and improve value gained from high priority ICE spend areas 2019-ICLI-00048 000795 Pre-Decisional — Proprietary and Confidential , US. Immigration I and Customs Enforcement 27 PROCESS TO USE SHOULD COST, TCO AND OTHER TOOLS TO IMPROVE VALUE The procurement operating model will be improved across the following endto-end steps (1/2) (b)(4): (b)(5) 2019-ICLI-00048 000796 Pre-Decisional — Proprietary and Confidential ;5 , U.S. Immigration and Customs A' Enforcement 28 PROCESS TO USE SHOULD COST, TCO AND OTHER TOOLS TO IMPROVE VALUE The procurement operating model will be improved across the following endto-end steps (2/2) (b)(4) (b)(5) 2019-ICLI-00048 000797 Pre-Decisional — Proprietary and Confidential L U.S. Immigration and Customs Enforcement 29 PROCESS TO USE SHOULD COST, TCO AND OTHER TOOLS TO IMPROVE VALUE Priority areas for changes Improving the operating model will change how stakeholders execute b)(4); (b)(5) 2019-ICLI-00048 000798 Pre-Decisional — Proprietary and Confidential ;5 , A' U.S. Immigration and Customs Enforcement 30 PROCESS TO USE SHOULD COST, TCO AND OTHER TOOLS TO IMPROVE VALUE Four "no regrets" change to commit to now to improve operating model (b)(4), (b)(5) 2019-ICLI-00048 000799 Pre-Decisional — Proprietary and Confidential ;5A' Enforcement , U.S. Immigration and Customs 31 From: Sent: To: Subject: Attachments: 1(b.)(61, (Na(e)._ l(hvel (h)m(c) 13 Jun 2017 02:11:02 -0400 (b)(6) (b)(7)(C) Fw: TCO deliverables (3 of 3) Task 4 Step 4 Deliverables-Sanitized.pdf I McKinsey & Company 1200 19th Street NW, Suite 1000 Washington, DC 20036 Mobile: l(b)(6); (b)(7)(C) I Forwarded by 1(h)(61 DCG/NorthAmerica/MCKINSEY on 06/13/2017 02:08 AM From1(hVAl• NYO/NorthAmerica/MCKINSEY To: \ /PN• ikv7vt-N Cc: l(hvm• pCG/NorthAmerica/MCKINSEY@MCKINSEY Date: 06/12/2017 11:57 PM Subject: TCO deliverables (3 of 3) (See attached file: Task 4 Step 4 Deliverables-Sanitized.pdf) 6 7 McKinsey & Company I New York Office: (b)(6) (b)(7)(C) Mobile: Assistant: 6 7 This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. 2019-ICLI-00048 000800 U.S. Immigration and Customs Enforcement Task 4, step 4 deliverables TCO Procurement June 12, 2017 2019-ICLI-00048 000801 EVALUATION OF PROCUREMENT PRACTICES PRE-READ PRELIMINARY We interviewed 20+ stakeholders and experts across ICE to understand procurement challenges (b)(4) (b)(5) 2019-ICLI-00048 000802 Pre-Decisional — Proprietary and Confidential r U.S. Immigration and Customs --A Enforcement 2 QUALITATIVE EVALUATION OF PRICING PRACTICES There are four elements of best practice procurement, which correspond to different elements of the evaluations in Step 4 (b)(4): (b)(5) 2019-ICLI-00048 000803 Pre-Decisional — Proprietary and Confidential Enforcement Contents • 4a: Evaluation of ICE pricing tools and databases versus best-in-class for obtaining optimal pricing / should cost estimates — Evaluation of ICE pricing tool/database (jail cost statement) — Qualitative evaluation of ICE practices related to obtaining optimal pricing/should cost estimates • 4b: Evaluation of ICE capabilities vs. those required to obtain best-in-class pricing; summary of gaps that must be closed to reach best-in-class • 4c: Evaluation of how ICE sets priorities for which contracts to conduct price analysis; evaluation of ICE effectiveness in closing difference between today's price vs. should cost • 4d: Evaluation of ICE metrics / tracking methodology for driving "best value" vs. those used by organizations that achieve best-in-class pricing, including use / effectiveness of management tools such as dashboards • 4e: Evaluation of how effectively OAQ organization engages with ICE/ERO leadership and other stakeholders (e.g., AORs) to build excitement and gain buy in for its efforts — or to push for best value procurement decisions • 4f: Evaluation of OAQ organization roles and responsibilities versus organizations that achieve best-in-class pricing 2019-ICLI-00048 000804 Pre-Decisional — Proprietary and Confidential , US. Immigration I and Customs Enforcement 5 NARY EVALUATION OF PRICING TOOLS PRELIMI Variations in contract structure make it hard to conduct pricing analysis (b)(4), (b)(5) 2019-ICLI-00048 000805 EVALUATION OF PRICING TOOLS A (b)(4) is the foundation of a robust contract process (b)(4); (b)(5) 2019-ICLI-00048 000806 Pre-Decisional - Proprietary and Confidential US.Immigration and Customs Enforcement 7 EVALUATION OF PRICING TOOLS The current jail cost statement (JCS) needs additional data and greater specificity (b)(4); (b)(5) 2019-ICLI-00048 000807 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 8 EVALUATION OF PRICING TOOLS Improved should cost estimates for shortlist facilities are up to PRELIMINARY N4)% lower than current bed rates (b)(4); (b)(5) 2019-ICLI-00048 000808 Pre-Decisional — Proprietary and Confidential -cW EnRwcerneril Contents • 4a: Evaluation of ICE pricing tools and databases versus best-in-class for obtaining optimal pricing / should cost estimates — Evaluation of ICE pricing tool/database (jail cost statement) — Qualitative evaluation of ICE practices related to obtaining optimal pricing/should cost estimates • 4b: Evaluation of ICE capabilities vs. those required to obtain best-in-class pricing; summary of gaps that must be closed to reach best-in-class • 4c: Evaluation of how ICE sets priorities for which contracts to conduct price analysis; evaluation of ICE effectiveness in closing difference between today's price vs. should cost • 4d: Evaluation of ICE metrics / tracking methodology for driving "best value" vs. those used by organizations that achieve best-in-class pricing, including use / effectiveness of management tools such as dashboards • 4e: Evaluation of how effectively OAQ organization engages with ICE/ERO leadership and other stakeholders (e.g., AORs) to build excitement and gain buy in for its efforts — or to push for best value procurement decisions • 4f: Evaluation of OAQ organization roles and responsibilities versus organizations that achieve best-in-class pricing 2019-ICLI-00048 000809 Pre-Decisional — Proprietary and Confidential , US. Immigration I and Customs Enforcement 10 QUALITATIVE EVALUATION OF PRICING PRACTICES Gaps in three areas make it difficult for ICE to realize the full potential value from its procurements PRELIMINARY Gaps most relevant to should-cost/pricing (b)(4), (b)(5) 2019-ICLI-00048 000810 Pre-Decisional — Proprietary and Confidential En&1J:cement QUALITATIVE EVALUATION OF PRICING PRACTICES 0 PRE-READ , PRELIMINARY Stakeholders agree that the lack of an overarching, analytically rigorous pricing for detention procurement is a fundamental challenge b)(4), (b)(5) 2019-ICLI-00048 000811 Pre-Decisional — Proprietary and Confidential Enfoticement IL PR E-READ PRELIMINARY A price structure that better reflects the vendor cost structure would QUALITATIVE EVALUATION OF PRICING PRACTICES 0 create cost transparency and more consistent pricing (b)(4); (b)(5) 1(b)(4) 2019-ICLI-00048 000812 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 1.3 QUALITATIVE EVALUATION OF PRICING PRACTICES PRE-READ PRELIMINARY There are capability gaps in key tasks across the procurement process b)(4); (b)(5) 2019-ICLI-00048 000813 Pre-Decisional — Proprietary and Confidential at lid l l sto ttls n o cement 14 Contents • 4a: Evaluation of ICE pricing tools and databases versus best-in-class for obtaining optimal pricing / should cost estimates • 4b: Evaluation of ICE capabilities vs. those required to obtain best-in-class pricing; summary of gaps that must be closed to reach best-in-class • 4c: Evaluation of how ICE sets priorities for which contracts to conduct price analysis; evaluation of ICE effectiveness in closing difference between today's price vs. should cost • 4d: Evaluation of ICE metrics / tracking methodology for driving "best value" vs. those used by organizations that achieve best-in-class pricing, including use / effectiveness of management tools such as dashboards • 4e: Evaluation of how effectively OAQ organization engages with ICE/ERO leadership and other stakeholders (e.g., AORs) to build excitement and gain buy in for its efforts — or to push for best value procurement decisions • 4f: Evaluation of OAQ organization roles and responsibilities versus organizations that achieve best-in-class pricing 2019-ICLI-00048 000814 Pre-Decisional — Proprietary and Confidential , US. Immigration I and Customs Enforcement 15 EVALUATION OF ICE CAPABILITIES VS. THOSE REQUIRED TO OBTAIN BEST IN CLASS PRICING ICE strengths on procurement practices PRELIMINARY (b)(4); (b)(5) b)(4) 2019-ICLI-00048 000815 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 1.6 EVALUATION OF ICE CAPABILITIES VS. THOSE REQUIRED TO OBTAIN BEST IN CLASS PRICING Capability and mindset gaps make it difficult for ICE to obtain best-in-class pricing PRELIMINARY (b)(4); (b)(5) 1(b)(4) 2019-ICLI-00048 000816 Pre-Decisional — Proprietary and Confidential and Customs ,..c Enforcement 17 EVALUATION OF ICE CAPABILITIES VS. THOSE REQUIRED TO OBTAIN BEST IN CLASS PRICING 0 PRE-READ PRELIMINARY Mindset of 'not my job'limits accountability for outcomes (b)(4); (b)(5) 2019-ICLI-00048 000817 Pre-Decisional - Proprietary and Confidential all', EIf trlie sgenr11 .10 EVALUATION OF ICE CAPABILITIES VS. THOSE REQUIRED TO OBTAIN BEST IN CLASS PRICING 0 PRE-READ PRELIMINARY There are capability gaps in key tasks across the procurement process (b)(4) (b)(5) 2019-ICLI-00048 000818 Pre-Decisional — Proprietary and Confidential Contents • 4a: Evaluation of ICE pricing tools and databases versus best-in-class for obtaining optimal pricing / should cost estimates • 4b: Evaluation of ICE capabilities vs. those required to obtain best-in-class pricing; summary of gaps that must be closed to reach best-in-class • 4c: Evaluation of how ICE sets priorities for which contracts to conduct price analysis; evaluation of ICE effectiveness in closing difference between today's price vs. should cost — Evaluation of how ICE sets priorities for which contracts to conduct price analysis — Evaluation of ICE's effectiveness in closing difference between today's price vs. should cost • 4d: Evaluation of ICE metrics / tracking methodology for driving "best value" vs. those used by organizations that achieve best-in-class pricing, including use / effectiveness of management tools such as dashboards • 4e: Evaluation of how effectively OAQ organization engages with ICE/ERO leadership and other stakeholders (e.g., AORs) to build excitement and gain buy in for its efforts — or to push for best value procurement decisions • 4f: Evaluation of OAQ organization roles and responsibilities versus organizations that achieve best-in-class pricing 2019-ICLI-00048 000819 Pre-Decisional — Proprietary and Confidential , US. Immigration I and Customs Enforcement 21 EVALUATION OF HOW ICE SETS PRIORITIES FOR PRICE ANALYSIS Gaps in two areas make it difficult for ICE to realize the full potential value from its procurements PRELIMINARY Gaps most relevant to should-cost/pricing (b)(4); (b)(5) 2019-ICLI-00048 000820 Pre-Decisional — Proprietary and Confidential Enforcemenl EVALUATION OF HOW ICE SETS PRIORITIES FOR PRICE ANALYSIS PROPOSED, HIGHLY PRELIMINARY ICE currently is reactive and analyzes contracts only within acquisitions spurred by a variety of need triggers (b)(4): (b)(5) 2019-ICLI-00048 000821 Pre-Decisional — Proprietary and Confidential ,toitr, usuitns Enforcement Li EVALUATION OF HOW ICE SETS PRIORITIES FOR PRICE ANALYSIS ICE can improve its prioritization process by deploying criteria to PRELIMINARY identify the highest priority contracts for pricing analysis (b)(4) (b)(5) 2019-ICLI-00048 000822 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs -1 x• Enforcement 24 EVALUATION OF HOW ICE SETS PRIORITIES FOR PRICE ANALYSIL, A portfolio approach can be used to select a set of initiatives to drive SavingsRY in the short- and long-term (b)(4); (b)(5) 2019-ICLI-00048 000823 Pre-Decisional - Proprietary and Confidential , and Custans 7?-1'7' Enforcement 25 Contents • 4a: Evaluation of ICE pricing tools and databases versus best-in-class for obtaining optimal pricing / should cost estimates • 4b: Evaluation of ICE capabilities vs. those required to obtain best-in-class pricing; summary of gaps that must be closed to reach best-in-class • 4c: Evaluation of how ICE sets priorities for which contracts to conduct price analysis; evaluation of ICE effectiveness in closing difference between today's price vs. should cost — Evaluation of how ICE sets priorities for which contracts to conduct price analysis — Evaluation of ICE's effectiveness in closing difference between today's price vs. should cost • 4d: Evaluation of ICE metrics / tracking methodology for driving "best value" vs. those used by organizations that achieve best-in-class pricing, including use / effectiveness of management tools such as dashboards • 4e: Evaluation of how effectively OAQ organization engages with ICE/ERO leadership and other stakeholders (e.g., AORs) to build excitement and gain buy in for its efforts — or to push for best value procurement decisions • 4f: Evaluation of OAQ organization roles and responsibilities versus organizations that achieve best-in-class pricing 2019-ICLI-00048 000824 Pre-Decisional — Proprietary and Confidential , US. Immigration I and Customs Enforcement 26 PRELIMINARY b)(4); (b)(5) 2019-ICLI-00048 000825 Pre-Decisional — Proprietary and Confidential „ ...... Enforcement Detailed should cost modeling of 5 facilities suggests that ICE has not PRELIMINARY effectively closed the gap to "should cost" through existing techniques (b)(4); (b)(5) 2019-ICLI-00048 000826 Pre-Decisional — Proprietary and Confidential Ent;mcemeni Contents • 4a: Evaluation of ICE pricing tools and databases versus best-in-class for obtaining optimal pricing / should cost estimates • 4b: Evaluation of ICE capabilities vs. those required to obtain best-in-class pricing; summary of gaps that must be closed to reach best-in-class • 4c: Evaluation of how ICE sets priorities for which contracts to conduct price analysis; evaluation of ICE effectiveness in closing difference between today's price vs. should cost • 4d: Evaluation of ICE metrics / tracking methodology for driving "best value" vs. those used by organizations that achieve best-in-class pricing, including use / effectiveness of management tools such as dashboards • 4e: Evaluation of how effectively OAQ organization engages with ICE/ERO leadership and other stakeholders (e.g., AORs) to build excitement and gain buy in for its efforts — or to push for best value procurement decisions • 4f: Evaluation of OAQ organization roles and responsibilities versus organizations that achieve best-in-class pricing 2019-ICLI-00048 000827 Pre-Decisional — Proprietary and Confidential US. Immigration j, and Customs Enforcement 29 EVALUATION OF ICE METRICS/TRACKING METHODOLOGY Gaps in each of these four areas make it difficult for ICE to realize the full potential value from its procurements (b)(4); (b)(5) 2019-ICLI-00048 000828 Pre-Decisional — Proprietary and Confidential (b)(4) PRELIMINARY EVALUATION OF ICE METRICS/TRACKING METHODOLOGY Best in class procurement organizations track performance across 3 dimensions (b)(4)• (b)(5) 2019-ICLI-00048 000829 Pre-Decisional — Proprietary and Confidential ;5A' Enforcement , U.S. Immigration and Customs 31 EVALUATION OF ICE METRICS/TRACKING METHODOLOGY Procurement impact: best in class performance management uses performance, compliance and organizational metrics (b)(4) (b)(5) b)(4) 2019-ICLI-00048 000830 Pre-Decisional — Proprietary and Confidential tz U.S. Immigration and Customs —(4' Enforcement 32 EVALUATION OF ICE METRICS/TRACKING METHODOLOGY (? Top performing procurement organizations track not only results, but also ideas from identification through delivery (b)(4); (b)(5) 2019-ICLI-00048 000831 Pre-Decisional — Proprietary and Confidential U.S. Immigration Customs ; and Enforcement 33 EVALUATION OF ICE METRICS/TRACKING METHODOLOGY Data that could enable some tracking and performance management exists, but is not integrated, accessible, or used effectively PRELIMINARY (b)(4) (b)(5) (b)(4) 2019-ICLI-00048 000832 Pre-Decisional — Proprietary and Confidential U.S.1mmigration and Customs Enforcement 34 EVALUATION OF ICE METRICS/TRACKING METHODOLOGY 3 The vendor/contract management process does not have meaningful REFRESHER metrics and the tracking methodology does not provide actionable insight (b)(4); (b)(5) 2019-ICLI-00048 000833 Pre-Decisional — Proprietary and Confidential , tct n t ustom s Enforcement raoicemen S Contents • 4a: Evaluation of ICE pricing tools and databases versus best-in-class for obtaining optimal pricing / should cost estimates • 4b: Evaluation of ICE capabilities vs. those required to obtain best-in-class pricing; summary of gaps that must be closed to reach best-in-class • 4c: Evaluation of how ICE sets priorities for which contracts to conduct price analysis; evaluation of ICE effectiveness in closing difference between today's price vs. should cost • 4d: Evaluation of ICE metrics / tracking methodology for driving "best value" vs. those used by organizations that achieve best-in-class pricing, including use / effectiveness of management tools such as dashboards • 4e: Evaluation of how effectively OAQ organization engages with ICE/ERO leadership and other stakeholders (e.g., AORs) to build excitement and gain buy in for its efforts — or to push for best value procurement decisions • 4f: Evaluation of OAQ organization roles and responsibilities versus organizations that achieve best-in-class pricing 2019-ICLI-00048 000834 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 36 EVALUATION OF HOW EFFECTIVELY OACt ENGAGES WITH ICE/ERO A successful "procurement process" requires collaboration across PRELIMINARY NOT EXHAUSTIVE multiple stakeholder in OAQ and ICUERO b)(4) (b)(5) 2019-ICLI-00048 000835 Pre-Decisional - Proprietary and Confidential , .tritl Customs 7, -rn Enforcement 3/ EVALUATION OF HOW EFFECTIVELY OAC1 ENGAGES WITH ICE/ERO OAQ's strengths in engaging with ICE/ERO fall into two categories PRELIMINARY (b)(4); (b)(5) (b)(4) 2019-ICLI-00048 000836 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 38 EVALUATION OF HOW EFFECTIVELY OAC1 ENGAGES WITH ICE/ERO However, gaps in these areas make it difficult to obtain best-in-class nricing PRELIMINARY (b)(4); (b)(5) 2019-ICLI-00048 000837 Pre-Decisional — Proprietary and Confidential EnRwcerneril EVALUATION OF HOW EFFECTIVELY OAC1 ENGAGES WITH ICE/ERO PRE-READ VERY PRELIMINARY The requirements setting process demonstrates several collaboration pain 0 noints (b)(4) (b)(5) 2019-ICLI-00048 000838 Pre-Decisional — Proprietary and Confidential %WA. Enforcement EVALUATION OF HOW EFFECTIVELY OAC1 ENGAGES WITH ICE/ERO 0 PRE-READ PRELIMINARY Lack of process collaboration is driven by siloed roles and a mindset of "not my iob" in both 0A0 and !CUERO (b)(4) (b)(5) 2019-ICLI-00048 000839 Pre-Decisional — Proprietary and Confidential Enfor cement 41. EVALUATION OF HOW EFFECTIVELY OAQ ENGAGES WITH ICE/ERO PRE-READ PRELIMINARY Lack of collaboration between HQ and the field, specifically integrating field insight, compromises planning and execution, driving up cost (D)(4) (D)(5) 2019-ICLI-00048 000840 Pre-Decisional — Proprietary and Confidential elijoWena EVALUATION OF HOW EFFECTIVELY OAC1 ENGAGES WITH ICE/ERO PRE-READ PRELIMINARY Lack of cross-AOR coordination leads to duplicated effort and lost economies of scale for goods and services contracting (0)(4); (b)(5) (b)(4); (b)(5) 2019-ICLI-00048 000841 Pre-Decisional — Proprietary and Confidential Enforcement 64.3 Contents • 4a: Evaluation of ICE pricing tools and databases versus best-in-class for obtaining optimal pricing / should cost estimates • 4b: Evaluation of ICE capabilities vs. those required to obtain best-in-class pricing; summary of gaps that must be closed to reach best-in-class • 4c: Evaluation of how ICE sets priorities for which contracts to conduct price analysis; evaluation of ICE effectiveness in closing difference between today's price vs. should cost • 4d: Evaluation of ICE metrics / tracking methodology for driving "best value" vs. those used by organizations that achieve best-in-class pricing, including use / effectiveness of management tools such as dashboards • 4e: Evaluation of how effectively OAQ organization engages with ICE/ERO leadership and other stakeholders (e.g., AORs) to build excitement and gain buy in for its efforts — or to push for best value procurement decisions • 4f: Evaluation of OAQ organization roles and responsibilities versus organizations that achieve best-in-class pricing 2019-ICLI-00048 000842 Pre-Decisional — Proprietary and Confidential , US. Immigration I and Customs Enforcement 44 EVALUATION OF ICE CAPABILITIES VS. THOSE REQUIRED TO OBTAIN BEST IN CLASS PRICING ICE procurement has some strengths in its organization/roles PRELIMINARY (b)(4); (b)(5) (b)(4) 2019-ICLI-00048 000843 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 45 EVALUATION OF OAQ ORGANIZATION ROLES AND RESPONSIBILITIES Gaps in each of these four areas make it difficult for ICE to realize tha fi ill nntantinl (b)(4); (b)(5) PRELIMINARY frnm itc nrnriiramante 2019-ICLI-00048 000844 Pre-Decisional — Proprietary and Confidential En&1J:cement EVALUATION OF OAQ ORGANIZATION ROLES AND RESPONSIBILITIES OAQ currently is organized by geography, but other options exist that could Current design allow for better management of categories/vendors (b)(4) (b)(5) 2019-ICLI-00048 000845 Pre-Decisional — Proprietary and Confidential 4 •, : ..i,, u. .Imm gratron . arid Customs 5.. _Enforcement ..- 47 EVALUATION OF OAQ ORGANIZATION ROLES AND RESPONSIBILITIES Private sector companies use a variety of geography and category-driven reporting lines to achieve their procurement objectives (b)(4) (b)(5) 2019-ICLI-00048 000846 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 48 EVALUATION OF OAQ ORGANIZATION ROLES AND RESPONSIBILITIES Private sector example: best-in-class design can separate category management from other operational and strategic functions (b)(4) (b)(5) 2019-ICLI-00048 000847 Pre-Decisional — Proprietary and Confidential ;5 , U.S. Immigration and Customs Enforcement 49 EVALUATION OF OAQ ORGANIZATION ROLES AND RESPONSIBILITIES Demand complexity and supply markets are 2 guiding principles for dividing dimensions of responsibility (b)(4): (b)(5) 2019-ICLI-00048 000848 Pre-Decisional — Proprietary and Confidential and Cusio?ns -< Enforcement 50 EVALUATION OF OAQ ORGANIZATION ROLES AND RESPONSIBILITIES OAQ could consider a fully category-based organizational structure to best manage national vendors across multiple facilities -(b)(4)• (b)(5) 2019-ICLI-00048 000849 Pre-Decisional - Proprietary and Confidential VA U.Sa Ipmtration an usti s Enforcement 51 EVALUATION OF OAQ ORGANIZATION ROLES AND RESPONSIBILITIES To effectively drive best-in-class pricing, category managers must have several roles and responsibilities and the capabilities to fulfill them (b)(4); (b)(5) 2019-ICLI-00048 000850 Pre-Decisional — Proprietary and Confidential U.S.Immigration k and CUSWITIS Enforcement 52 From: Sent: To: Cc: Subject: (b)(6), (b)(7)(C) 30 Mar 2017 17:09:49 -0400 (b)(6), (b)(7)(C) FW: Thanks(!), Monday, and next steps As you are aware I am working with McKinsey to achieve greater efficiencies and cost savings within OAQ and ERO. Currently we are digging into standards to see what savings can be achieved there and so I am reaching out to you for information, data and examples. What is McKinsey looking to find? They are looking for ways to cut or reduce standards because they are too costly and to achieve cost savings through edits to the standards without sacrificing quality, safety and mission. McKinsey has specifically asked for the following: • (b)(5) • • • (b)(6), (b)(7)(C) • (b)(5) (b)(6), (b)(7)(C) (b)(6), (b)(7)(C) Unit Chief Detention Compliance and Removals Division DHS I ICE I Office of Acquisition Management (OAQ) 801 "I" Street, N.W. fthltRI. (KIM/MI 2019-ICLI-00048 000851 Mail Stop 5750 Washington, D.C. 20536-5750 Phone: 202-732 (b)(6) Email: b)(6), (b)(7)(C) From: b)(6) (b)(7)(C) Sent: Thursday, March 30, 2017 2:52 PM To: (b)(6), (b)(7)(C) Cc: Subject: Thanks(!), Monday, and next steps Dear qp?c9.?;,,, I hope you're having a wonderful day. Thank you again for all of your work so far, including your presentation at the meeting. I'm looking forward to prepping on Monday! Ahead of Monday, it would be great to get a few more pieces, which came out of the meeting yesterday. I've put them in order of priority to help. Let me know if you have any questions whatsoever. These are: (b)(5) Thanks so much and best of luck on Monday! 2019-ICLI-00048 000852 1(b)(6): (b)(7)(C) McKinsey & Company +I(b)(6); (b)(7)(C) I This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. +— 2019-ICLI-00048 000853 From: Sent: To: Cc: Subject: Attachments: (b)(6), (b)(7)(C) 20 Oct 2017 13:14:07 -0400 (b)(6), (b)(7)(C) McKinsey 02.03_Limited Sources Justification TT3 Extension (OPLA CALD).docx (b)(6) and I reviewed. See the attached comments (I just added mine to the (b)(6), bubbles). We have some issues regarding the justification for why the sole source and especially the non-severability, which would require all FY17 funds. Not sure what the timeline is on award. (b)(6 (b)(6), (b)(7)(C) Chief, Commercial and Administrative Law Division Office of the Principal Legal Advisor Immigration and Customs Enforcement Office: 202.732. UMW Cell: 202.904. (b)(6) After you've done a thing the same way for 2 years, look it over carefully. After 5 years, look at it with suspicion. After 10 years, throw it away and start all over. — Alfred Edward Perlman *** Warning *** Attorney/Client Privilege *** Attorney Work Product *** This communication and any attachments may contain confidential and/or sensitive attorney/client privileged information or attorney work product and/or law enforcement sensitive information. It is not for release, review, retransmission, dissemination, or use by anyone other than the intended recipient. Please notify the sender if this email has been misdirected and immediately destroy all originals and copies. Furthermore do not print, copy, retransmit, disseminate, or otherwise use this information. Any disclosure of this communication or its attachments must be approved by the Office of the Principal Legal Advisor, U.S. Immigration and Customs Enforcement. This document is for INTERNAL GOVERNMENT USE ONLY and may be exempt from disclosure under the Freedom of Information Act, 5 USC §§ 552(b)(5), (b)(7). 2019-ICLI-00048 000854 From: Sent: To: Subject: Attachments: (b)(6), (b)(7)(C) 11 Jul 2017 16:36:04 -0400 (b)(6), (b)(7)(C) July 11_Tae update_v4 slide 8 20170711T1630-04.pptx July 11_Tae update_v4 slide 8 20170711T1630-04.zip Team, I hope everyone is well. In preparation for our meeting with Tae and Bill on Thursday, we have prepared this summary page. Bill and Tae want a templated one page summary for each negotiation to track savings initiatives and align communications. This is the draft version that they saw today. Please let me know if you have any questions or feedback on the page. Please let me know if you have 30-45 mins tomorrow to join a meeting. Regards, (b)(6); ====± This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. ====+ 2019-ICLI-00048 000855 KrnITIP (b)(5); (b)(4) 2019-ICLI-00048 000856 Pre-Decisional — Proprietary and Confidential e rAtk and CLIS10111ti I 1 From: Sent: To: Subject: (b)(6) (b)(7)(C) 17 Nov 2017 09:58:43 +0000 (b)(6) (b)(7)(C) Kind reminder: Please share your feedback — TCO Procurement Strategy We greatly value your feedback! Dea (b)(6) _ _ We greatly value the opportunity to work with you on this project. As you know, we aim to make a lasting difference to your organization. To ensure we are fulfilling this mission, we'd like to ask for your feedback. Below is a button to a short, simple survey. This will help inform a broader conversation about your experience of working with McKinsey. Please click on the button and provide your feedback by 24/11/17 (dd/mm/yy). This survey is secure, and only one response can be submitted per link. Only your McKinsey team will see your feedback. Thank you for your collaboration! McKinsey client feedback (This email is sent to you on behalf of (b)(6) (b)(7)(C) If you are not directed to the survey automatically, you can also paste the URL provided below into your browser's address bar http://ctd.mckinsey.com/wix/p50529640.aspx? sid 2019-ICLI-00048 000857 =-5v-XVg41R0-2dX1kik- 2019-ICLI-00048 000858 From: Sent: To: Subject: Attachments: b 6 b 7 C 9 Aug 2017 12:09:35 -0400 (b)(6), (b)(7)(C) Krome cost analysis Krome Pricing July 2017_Optimal_Submission 7-12-17 V2.xlsx (b)(6); (h)(71(C) We received a breakdown of the rate buildup for the positions at Krome and we have a few questions about the cost accounting standards. Would you someone from your shop be able to advise us on the proper accounting of non-productive labor hours in a staffing model? I have attached the response from AGS which includes the rate build up for each post. Thanks in advance for your help. Regards, (b)(6), (b)(7)(C) I Associate, Operations practice I McKinsey & Company I Stamford Mobile: +1 (b)(6), (b)(7)(C) Office: +1 > (Internal only) V011 (3)(6), 6 7 ====± This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. ====± 2019-ICLI-00048 000859 Summary of Savings - Optimal Model Over and Above Tiered Bed Day Rate CLIN 3) - Average 100 beds over minimum (b)(4) $ Proposed 100 @MEM $ Current 100@(b)(4) $ Annual Savings from Tiered CLIN 3 Tiered KTU + Efficiency (b)(4) Removed Supervisor $ Daily Rate for Tier 1 Note - the (b)(71(E) $ 4nnual Savings for Tiered KTU $ CLIN 7A On Demand Stationary Guards (b)(4) 112,560 @ (b)(4) Current On Demand $ $ Proposed Fixed Schedule 112,560@ Annual Savings for Fixed Schedule Stationary $ Fixed Hospital Schedule + General Fixed Schedules, e.g. Construction =1(b)(4) innual hours Removed Fixed Posts at Larkin (b)(4) Annual Average Hours CLIN 12 Fixed Price $ CLIN 7 On Demand $ Annual Savings $ Summary Annual Total $ 2019-ICLI-00048 000860 I OPTIMAL STAFFING Contractors shall fill in the highlighted portions with their proposed unit price. Proposed unit price shall match the unit price submitted on the Standard Form 1447. Contractors shall submit this attachment in Excel form as a part of the soft copy submission. DO NOT CHANGE THE FORMAT TO INCLUDE THE CLINS, QTY, UNIT, UNIT PRICE OR FORMULAS. OPTION YEAR 3 UNIT UNIT PRICE QTY (b)(4) CLIN 3002: Detention 450 Minimum (b)(4), BDR (b)(7)(E) CLIN 3002a: KTU T-1 (1-12) DA CLIN 3002b: KTU T-2 (13-30) DA CLIN 3003: Detention Over 450 BDR CLIN 3003a: Detention Over 550 BDR CLIN 3005A: Transportation Labor HR CLIN 3005B: Transportation Labor OT HR CLIN 3007: Stationary Guards HR CLIN 3007A: Stationary Guards OT HR CLIN 3011: Miami International Airport MO CLIN 3015: Detainee Welfare MO AMOUNT SUBTOTAL CLINs Above: Option Year 3 OPTION YEAR 4 CLIN 4002: Detention 450 Minimum CLIN 4002a: Medical Support T-1 (1-12) CLIN 4002b: Medical Support T-2 (13-30) CLIN 4003: Detention Over 450 CLIN 4003a: Detention Over 550 CLIN 4005A: Transportation Labor CLIN 4005B: Transportation Labor OT CLIN 4007: Stationary Guards CLIN 4007A: Stationary Guards OT CLIN 4011: Miami International Airport CLIN 4015: Detainee Welfare UNIT BDR DA DA BDR BDR HR HR HR HR MO MO UNIT PRICE (b)(4) AMOUNT SUBTOTAL CLINs Above: Option Year 4 OPTION YEAR 5 (Leap Year) CLIN 5002: Detention 450 Minimum CLIN 5002a: Medical Support T-1 (1-12) CLIN 5002b: Medical Support T-2 (13-30) CLIN 5003: Detention Over 450 CLIN 5003a: Detention Over 550 CLIN 5005A: Transportation Labor CLIN 5005B: Transportation Labor OT CLIN 5007: Stationary Guards CLIN 5007A: Stationary Guards OT CLIN 5011: Miami International Airport CLIN 5015: Detainee Welfare UNIT BDR DA DA BDR BDR HR HR HR HR MO MO UNIT PRICE (b)(4) AMOUNT UNIT BDR DA DA BDR BDR HR HR HR HR MO MO UNIT PRICE (b)(4) AMOUNT UNIT UNIT PRICE AMOUNT SUBTOTAL CLINs Above: Option Year 5 OPTION YEAR 6 CLIN 6002: Detention 450 Minimum CLIN 6002a: Medical Support T-1 (1-12) CLIN 6002b: Medical Support T-2 (13-30) CLIN 6003: Detention Over 450 CLIN 6003a: Detention Over 550 CLIN 6005A: Transportation Labor CLIN 6005B: Transportation Labor OT CLIN 6007: Stationary Guards CLIN 6007A: Stationary Guards OT CLIN 6011: Miami International Airport CLIN 6015: Detainee Welfare SUBTOTAL CLINs Above: Option Year 6 OPTION YEAR 7 QTY Use or disclosure of the data contained on this page is subject to the restrictions on the title page of this proposal. 2019-ICLI-00048 000861 CLIN 7002: Detention 450 Minimum CLIN 7002a: Medical Support T-1 (1-12) CLIN 7002b: Medical Support T-2 (13-30) CLIN 7003: Detention Over 450 CLIN 7003a: Detention Over 550 CLIN 7005A: Transportation Labor CLIN 7005B: Transportation Labor OT CLIN 7007: Stationary Guards CLIN 7007A: Stationary Guards OT CLIN 7011: Miami International Airport CLIN 7015: Detainee Welfare SUBTOTAL CLINs Above: Option Year 7 OPTION YEAR 8 CLIN 8002: Detention 450 Minimum CLIN 8002a: Medical Support T-1 (1-12) CLIN 8002b: Medical Support T-2 (13-30) CLIN 8003: Detention Over 450 CLIN 8003a: Detention Over 550 CLIN 8005A: Transportation Labor CLIN 8005B: Transportation Labor OT CLIN 8007: Stationary Guards CLIN 8007A: Stationary Guards OT CLIN 8011: Miami International Airport CLIN 8015: Detainee Welfare SUBTOTAL CLINs Above: Option Year 8 OPTION YEAR 9 (Leap Year) CLIN 9002: Detention 450 Minimum CLIN 9002a: Medical Support T-1 (1-12) CLIN 9002b: Medical Support T-2 (13-30) CLIN 9003: Detention Over 450 CLIN 9003a: Detention Over 550 CLIN 9005A: Transportation Labor CLIN 9005B: Transportation Labor OT CLIN 9007: Stationary Guards CLIN 9007A: Stationary Guards OT CLIN 9011: Miami International Airport CLIN 9015: Detainee Welfare SUBTOTAL CLINs Above: Option Year 9 TOTAL (b)(4), (b)(7)(E) BDR DA DA BDR BDR HR HR HR HR MO MO (b)(4) UNIT BDR DA DA BDR BDR HR HR HR HR MO MO UNIT PRICE (b)(4) AMOUNT UNIT BDR DA DA BDR BDR HR HR HR HR MO MO UNIT PRICE (b)(4) AMOUNT Use or disclosure of the data contained on this page is subject to the restrictions on the title page of this proposal. 2019-ICLI-00048 000862 (b)(6), (b)(7)(C) From: Sent: 18 Sep 2017 12:51:39 -0400 (b)(6), (b)(7)(C) Subject: Attachments: Krome dynamic staffing Krome Pricing July 2017_Optimal_Submission 7-12-17 v4_dynamic staffing.xlsx All, were able to connect with me on Thursday and brainstorm the incremental savings that dynamic staffing could bring to AGS' "optimized model." Through the identification of unnecessary posts, the iyb)(4) I we were able to identify in additional savings at Krome. With this sizing complete, we should meet early this week to align on all incremental savings levers (below) and the negotiation approach back to AGS. (b)(6), (b)(7)(C) If everyone can let me know their availability Tuesday/Wednesday within the times below, I will send out an invite for team discussion. Tuesday, 9/19 • • 9am-11am ET 2:30pm-5:30pm ET Wednesday, 9/20 • • 9am-11am ET 2pm-5pm ET Opportunity Eliminate guard mount izing (low end) Sizing (high end) (b)(4) Calculation Delete guard mount hours 15% rate reduction w/ 60% capture Eliminate 1 supervisor plus tier 1 or 2 cost Shift permanent posts from CLIN 7 to CLIN 7A Tiered KTU and efficiencies Hospital guard ratio Reduce 2-3 posts (out of 11) 0(b)(4) rhr Dynamic staffing efficiencies See attached Opitmais vs—standards Not approved Sum of approved Total approved It is worth noting that these calculations are based upon incremental savings beyond those identified by AGS in their "optimal" model. That is, AGS found $5-10M of savings off of the baseline spend of $45.7M in their model, further increasing our total potential savings. (b)(6); tkv7vr•N 2019-ICLI-00048 000863 (b)(6);(b)(7)(C) McKinsey & Company I Senior Implementation Coach San Francisco, CA I 41(b)(6); (13)(7)(C) I This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. 2019-ICLI-00048 000864 Summary of Savings - Optimal Model Over and Above Tiered Bed Day Rate (CLIN 3) - Average 100 beds over minimum Return with a lower above tiered bed day rate Proposed 100 @(b)(4) (b)(4) $ Current 100 @ $ Annual Savings from Tiered CLIN 3 $ Tiered KTU + Efficiency Removed Supervisor $ (b)(4) Daily Rate for Tier 1 (Note - the KTU population has not exceeded 12 in the last 24 months) $ Annual Savings for Tiered KTU $ CLIN 7A On Demand Stationary Guards $ 112,560 @ (b)(4) (b)(4) Current On Demand Rate change Hrs per da Posts $ Proposed Fixed Schedule 112,560@ 1(b)(4) $ Annual Savings for Fixed Schedule Stationary Fixed Hospital Schedule + General Fixed Schedules, e.g. Construction = 1(b)(4) nnual hours Removed Fixed Posts at Larkin Annual Average Hours 1 CLIN 12 Fixed Price CLIN 70n Demand nnual Savings Summary Annual Total (b)(4) 2019-ICLI-00048 000865 OPTIMAL STAFFING Contractors shall fill in the highlighted portions with their proposed unit price. Proposed unit price shall match the unit price submitted on the Standard Form 1447. Contractors shall submit this attachment in Excel form as a part of the soft copy submission. DO NOT CHANGE THE FORMAT TO INCLUDE THE CLINS, QTY, UNIT, UNIT PRICE OR FORMULAS. OPTION YEAR 3 UNIT UNIT PRICE QTY (b)(4) CLIN 3002: Detention 450 Minimum BDR (b)(4) CLIN 3002a: KTU T-1 (1-12) DA CLIN 3002b: KTU T-2 (13-30) DA CLIN 3003: Detention Over 450 BDR CLIN 3003a: Detention Over 550 BDR CLIN 3005A: Transportation Labor HR CLIN 3005B: Transportation Labor OT HR CLIN 3007: Stationary Guards HR CLIN 3007A: Stationary Guards OT HR CLIN 3011: Miami International Airport MO CLIN 3015: Detainee Welfare MO SUBTOTAL CLINs Above: Option Year 3 OPTION YEAR 4 UNIT PRICE UNIT BDR CLIN 4002: Detention 450 Minimum (b)(4) CLIN 4002a: Medical Support T-1 (1-12) DA CLIN 4002b: Medical Support T-2 (13-30) DA CLIN 4003: Detention Over 450 BDR CLIN 4003a: Detention Over 550 BDR CLIN 4005A: Transportation Labor HR CLIN 4005B: Transportation Labor OT HR CLIN 4007: Stationary Guards HR CLIN 4007A: Stationary Guards OT HR CLIN 4011: Miami International Airport MO CLIN 4015: Detainee Welfare MO SUBTOTAL CLINs Above: Option Year 4 OPTION YEAR 5 (Leap Year) UNIT UNIT PRICE (b)(4) CLIN 5002: Detention 450 Minimum BDR CLIN 5002a: Medical Support T-1 (1-12) DA CLIN 5002b: Medical Support T-2 (13-30) DA BDR CLIN 5003: Detention Over 450 CLIN 5003a: Detention Over 550 BDR CLIN 5005A: Transportation Labor HR CLIN 5005B: Transportation Labor OT HR CLIN 5007: Stationary Guards HR CLIN 5007A: Stationary Guards OT HR CLIN 5011: Miami International Airport MO CLIN 5015: Detainee Welfare MO SUBTOTAL CLINs Above: Option Year 5 OPTION YEAR 6 UNIT UNIT PRICE (b)(4) CLIN 6002: Detention 450 Minimum BDR CLIN 6002a: Medical Support T-1 (1-12) DA CLIN 6002b: Medical Support T-2 (13-30) DA CLIN 6003: Detention Over 450 BDR CLIN 6003a: Detention Over 550 BDR CLIN 6005A: Transportation Labor HR CLIN 6005B: Transportation Labor OT HR CLIN 6007: Stationary Guards HR CLIN 6007A: Stationary Guards OT HR CLIN 6011: Miami International Airport MO CLIN 6015: Detainee Welfare MO SUBTOTAL CLINs Above: Option Year 6 OPTION YEAR 7 UNIT UNIT PRICE QTY AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT Use or disclosure of the data contained on this page is subject to the restrictions on the title page of this proposal. 2019-ICLI-00048 000866 CLIN 7002: Detention 450 Minimum CLIN 7002a: Medical Support T-1 (1-12) CLIN 7002b: Medical Support T-2 (13-30) CLIN 7003: Detention Over 450 CLIN 7003a: Detention Over 550 CLIN 7005A: Transportation Labor CLIN 7005B: Transportation Labor OT CLIN 7007: Stationary Guards CLIN 7007A: Stationary Guards OT CLIN 7011: Miami International Airport CLIN 7015: Detainee Welfare SUBTOTAL CLINs Above: Option Year 7 OPTION YEAR 8 CLIN 8002: Detention 450 Minimum CLIN 8002a: Medical Support T-1 (1-12) CLIN 8002b: Medical Support T-2 (13-30) CLIN 8003: Detention Over 450 CLIN 8003a: Detention Over 550 CLIN 8005A: Transportation Labor CLIN 8005B: Transportation Labor OT CLIN 8007: Stationary Guards CLIN 8007A: Stationary Guards OT CLIN 8011: Miami International Airport CLIN 8015: Detainee Welfare SUBTOTAL CLINs Above: Option Year 8 OPTION YEAR 9 (Leap Year) CLIN 9002: Detention 450 Minimum CLIN 9002a: Medical Support T-1 (1-12) CLIN 9002b: Medical Support T-2 (13-30) CLIN 9003: Detention Over 450 CLIN 9003a: Detention Over 550 CLIN 9005A: Transportation Labor CLIN 9005B: Transportation Labor OT CLIN 9007: Stationary Guards CLIN 9007A: Stationary Guards OT CLIN 9011: Miami International Airport CLIN 9015: Detainee Welfare SUBTOTAL CLINs Above: Option Year 9 TOTAL (b)(4) BDR DA DA BDR BDR HR HR HR HR MO MO (b)(4) UNIT BDR DA DA BDR BDR HR HR HR HR MO MO UNIT PRICE (b)(4) AMOUNT UNIT BDR DA DA BDR BDR HR HR HR HR MO MO UNIT PRICE (b)(4) AMOUNT Use or disclosure of the data contained on this page is subject to the restrictions on the title page of this proposal. 2019-ICLI-00048 000867 From: Sent: (b)(6); (b)(7)(C) 9 Aug 2017 09:57:27 -0400 b)(6) (b)(7)(C) Subject: Attachments: Krome negotiation strategy gif, pic08078.gif, ATT00001.htm, c095626.ics ;b)(4) Team, Let's meet to discuss how to finish up the negotiations at Krome. Please let me know if this time works for you. Regards, (b)(6); (b)(7)(C) Team, Let's meet to discuss how to finish up the negotiations at Krome. Please let me know if this time works for you. Regards, (b)(6); (b)(7)(C) 2019-ICLI-00048 000868 Team, Let's meet to discuss how to finish up the negotiations at Krome. Please let me know if this time works for you. Regards, (b)(6) (b)(7)(C) 2019-ICLI-00048 000869 From: Sent: (b)(6), (b)(7)(C) 19 Sep 2017 09:50:04 -0400 (b)(6) (b)(7)(C) Subject: Attachments: Krome opportunities and negotiation brainstorming 20170919 Krome negotiation meeting.pptx Hi team, Attached is a PowerPoint deck to support our Krome discussion. For those of you at 801 I St., we can meet in room 9162. b 6, (b)(6), (b)(7)(C) McKinsey & Company I Senior Implementation Coach San Francisco, CA I (b)(6), (b)(7)(C) ====± This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. ====+ 2019-ICLI-00048 000870 U.S. Immigration and Customs Enforcement Krome negotiation opportunities FOR DISCUSSIONSeptember 19, 2017 2019-ICLI-00048 000871 Krome (b)(4); (b)(5) 2019-ICLI-00048 000872 Pre-Decisional — Proprietary and Confidential glie and Customs Entot cenicilc 2 Staffing efficiencies, phased in as feasible, can yield significant savings (b)(4); (b)(5) 2019-ICLI-00048 000873 Pre-Decisional — Proprietary and Confidential launigration c and Customs Enforcement 3 Potential for savings PRELIMINARY (b)(4); (b)(5) b)(4) 2019-ICLI-00048 000874 Pre-Decisional — Proprietary and Confidential US. Immigration and Customs <.` Enforcement I4 Potential negotiation approach and storyline FOR DISCUSSION (b)(4) (b)(5) 2019-ICLI-00048 000875 Pre-Decisional — Proprietary and Confidential 44e — s'7e, U.S. Immigration and Customs I 5 Enforcement Next steps • Align upon opportunity list and negotiation storylineGain ICE leadership support for positionSchedule time to issue counteroffer to AGS (verbal discussion with supporting written documents)Finalize documentationHost negotiation 2019-ICLI-00048 000876 Pre-Decisional — Proprietary and Confidential US. Immigration , A.. and Cuoms st ”-,„;:::` Enforcement I 6 From: Sent: 19 Jul 2017 14:17:05 -0400 (b)(6); (b)(7)(C) Subject: Attachments: Krome Savings Initiative (b)(4). .gif, pic32280.gif, ATT00001.htm, c141627.ics Invitation: Krome Savings Initiative 07/20/2017 _J _J ( hair: Location: (b)(6); as invited (b)(6); Required: Ifb)(61: (b)(71(C) Optional: VhVR 11-11(711r1 (b)(6); (b)(7)( ;TA/NorthAmerica/MCKINSE US +1-212-798-0808„59806662# II VolP: 400-0808 PC: 5980-6662 to a meeting. You have not yet responded. IMIN/NorthAmerica/MCKINSEY Description From: (b)(6); (b)(7)(C) Sent: Wednesday, July 19, 2017 1:02 PM To: (b)(6); (b)(7)(C) 2019-ICLI-00048 000877 (b)(6); (b)(7)(C) Subject: RE: Krome Savings Ininati\ After noon work for me. (b)(6); (b)(7)(C) Mgmt & Prg Analyst (COR) Miami Field Office DHS/ICE/ERO 0: (305) 207.(b)(6); C: (305) 796- (b)(7)( From: (b)(6): (b)(7)(C) Sent: Wednesday, July 19, 2017 12:37 PM To: ,(b)(6); (b)(7)(C) Cc: Subject: RE: Krome Savings Initiative We don't have a planned meeting. Is there a time that everyone is available for a call? From: (b)(61:(b)(71(C) Sent: Wednesday, July 19, 2017 11:51 AM (b)(6); (b)(7)(C) Subject: RE: Krome Savings Initiative (b)(6); Ok, but I didn't know that we were meeting tomorrow. What time do you have in mind for everyone to meet/speak tomorrow? Thanks, 1(b)(6); (b)(7)(C) From: (b)(6); (b)(7)(C) Sent: Wednesday, July 19, 2017 To: 4(b)(6); (b)(7)(C) 11:41 AM Cc: Subject: RE: Krome Savings Initiative (b)(6); We should propose them after we discuss them as a group tomorrow. I want to ensure I am not overlooking anything and get your input. kb 6 From: kh)(61. (h)(71(C) Sent: Wednesday, July 19, 2017 11:33 AM (b)(6); (b)(7)(C) Subject: RE: Krome Savings Initiative 2019-ICLI-00048 000878 For clarity, are you asking us to propose the questions below to AGS right now so that we can have their response by the next round of discussions? Thanks, (b)(6); (b)(7)(C) From: (b)(6): (b)(7)(C) Sent: Wednesday, July 19, 2017 11:26 AM To: (b)(6): (b)(7)(C) Subject: RE: Krome Savings Initiative Team, After reviewing the AGS data, we have a few questions to add to c6? list. (b)(4); (b)(5) We can do a more detailed walkthrough of their response on the phone. We should move quickly to schedulc another negotiation to make the changes they recommended and (b)(6); changes. Is everyone available for a call tomorrow? Regards, (b)(6); imrnfrx From: 1(b)(6); (b)(7)(C) Sent: Friday, July 14, 2017 1:44 PM (b)(6); (b)(7)(C) Subject: FW: Krome Savings Initiative Good afternoon folks. I have a few issues with some of the information here. I'm only looking at the Optimal Submission. Specifically — SUMMARY OF SAVINGS — AGS is claiming (b)(4) savings on the removal (b)(4) at Larkin. (b)(4); (b)(5) OPTIMAL STAFFING — I don't see the "ICE AIR" team on here — which is currently billed on CLIN 7. Unless, they are depicted as Processing Rovers. Library 1 & 2 officers —nositions — Law library should be staffed "on demand". As long as we have the law library hours "available" at the optimal level, we exceed that standard. I do not want to staff the law 2019-ICLI-00048 000879 library when there is not demand. These position can be rover/escort positions or part of the positions we wish to add to remove CLIN 7 posts at the hospitals. Asylum desk (b)(4); (b)(5) Health and Sa ety on CLIN 7 — (b)(4); (b)(5) (b)(4); (b)(5) Scheduler — not with so many supervisors — we don't need. That's a Captain's job. Transportation — officers should be assigned by demand. I am ok with the amount of officers, but they should be scheduled based on the transportation demands scheduled in advance. There should be a few for emergencies. If they are not transporting, they should rove/escort. Let me know if! make any sense. From: (h)(61. (h)(71(C,1 Sent: Thursday, July 13, 2017 8:28 AM To: (b)(6); (b)(7)(C) Cc: Subject: Krome Savings Initiative Dear om et al, The attached files include: Cover Letter • Price Model Documentation Proposed Price Model for Optimal PBNDS Proposed Price Model for Minimal PBNDS Both Price Models include: 1. (b)(4) 2. 3. 4. 5. 6. The cover letter provides additional information on the Airport On-Demand review. It took longer than expected, but we are providing a very comprehensive review of the operations within these proposed models. It is also important to note that our original proposal had already provided ICE with a substantial cost reduction for the operation. 1(b)(6): (b)(7)(C) or I are available at your convenience for further discussion. V/r (b)(6); 2019-ICLI-00048 000880 (b)(6); (b)(7)(C) IPresident AGS 113873 Park Center Road, Suite 400N, Herndon, VA 20171 Office: 703-766-lb 6 Cell: 321-544 hA ,IC /h1/71/(1 Confidentiality Notice: This e• mail message, including any attachments, is for the sole use of the intended recipient(s) and may contain confidential and privileged information. Any unauthorized review, copy, use, disclosure, or distribution is strictly prohibited. If you are not the intended recipient, please contact the sender by reply e-mail and destro) all copies of the original message. This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. From: (b)(6); (b)(7)(C) Sent: Wednesday, July 19, 2017 1:02 PM (b)(6); (b)(7)(C) Subject: RE: Krome Savings Initiative 2019-ICLI-00048 000881 After noon work for me. r(b)(6); (b)(7)(C) Mgmt & Prg Analyst (COR) Miami Field Office DHS/ICE/ERO 0: (305) 207 (b)(6); (b)(7)(C C: (305) 796 From (b)(6); (b)(7)(C) Sent: Wednesday, July 19, 2017 12:37 PM To: (b)(6); (b)(7)(C) Cc: Subject: RE: Krome Savings Initiative We donâ€TMt have a planned meeting. Is there a time that everyone is available for a call? •I . I • I From. 111(61: (b)(7)(C) • r Sent: Wednesday, July 19, 2017 11:51 AM • A' • II (b)(6); (b)(7)(C) _ Subject: RE: Krome Savings Initiative (b)(6) Ok, but I didnâ€TMt know that we were meeting tomorrow. What time do you have in mind for everyone to meet/speak tomorrow? Thanks, (b)(6); (b)(7)(C) From: (b)(6); (b)(7)(C) Sent: Wednesday, July 19, 2017 11:41 AM To:(b)(6); (b)(7)(C) Cc: Subject:K rome Savings Initiative (b)(6); (b)(7)(C) We should propose them after we discuss them as a group tomorrow. I want to ensure I am not overlooking anything and get your input. (b)(6); (b)(7)( 2019-ICLI-00048 000882 From: (b)(6); (b)(7)(C) Sent: Wednesday, July 19, 2017 11:33 AM (b)(6); (b)(7)(C) Subject: RE: Krome Savings Initiative (b)(6); (b)(7)(C) For clarity, are you asking us to propose the questions below to AGS right now so that we can have their response by the next round of discussions? Thanks, (b)(6); (b)(7)(C) From: ib)(6): azirfi(c) Sent: Wednesday, July 19, 2017 11:26 AM (b)(6); (b)(7)(C) Subject: RE: Krome Savings Initiative Team, After reviewing the AGS data, we have a few questions to add to (b)(6); list. (b)(4); (b)(5) We can do a more detailed walkthrough of their response on the phone. We should move quickly to schedule another negotiation to make the changes they recommended and changes. Is everyone available for a call tomorrow? b 6 Regards, 6 From: 4b)(6), (b)(7)(C) Sent: Friday, July 14. 2017 1:44 PM (b)(6); (b)(7)(C) Subject: FW: Krome Savings Initiative 2019-ICLI-00048 000883 Good afternoon folks. I have a few issues with some of the information here. Iâ€TMm only looking at the Optimal Submission. Specifically aE" SUMMARY OF SAVINGS 5E" AGS is claiming $ (b)(4) (b)(4); (b)(5) at Larkin. (b)(5) >avings on the removal of (b)(4); (b)(5) OPTIMAL STAFFING a€" I dona€Tmt see the aEceICE AIRa€11 team on here aE" which is currently billed on CLIN 7.A Unless, they are depicted as Processing Rovers. Library 1 & 2 officers ae (,b,)( ositions a€" Law library should be staffed aEceon demanda€D.A As long as we have the law library hours aEceavai1ablea€0 at the optimal level, we exceed that standard.A I do not want to staff the law library when there is not demand.A These position can be rover/escort positions or part of the positions we wish to add to remove CLIN 7 posts at the hospitals. Asylum desk ae" (b)(4); (b)(5) Health and Safety Officers on CLIN 7 fie (b)(4); (b)(5) (b)(4); (b)(5) (b)(4); (b)(5) Scheduler a€" not with so many supervisors dE" we donâ€TMt need.A ThataETms a Captainâ€TMs job. Transportation ae- officers should be assigned by demand.A I am ok with the amount of officers, but they should be scheduled based on the transportation demands scheduled in advance.A There should be a few for emergencies.A If they are not transporting, they should rove/escort. Let me know if I make any sense. (b)(6); (b)(7)(C) 2019-ICLI-00048 000884 From: (b (6 ; (b (C Sent: Thursday, July 13, 2017 8:28 AM To: (b)(6); (b)(7)(C) Cc: Subject: Krome Savings Initiative Dear (b)(6) et al, The attached files include: A•AAAAAA Cover Letter A.A. A A AA A Price Model Documentation A.A. A A AA A Proposed Price Model for Optimal PBNDS AA A A A A A Proposed Price Model for Minimal PBNDS Both Price Models include: (b)(4) The cover letter provides additional information on the Airport On-Demand review. It took longer than expected, but we are providing a very comprehensive review of the operations within these proposed models. It is also important to note that our original proposal had already provided ICE with a substantial cost reduction for the operation. 1(b)(6); (b)(7)(C) I, or I are available at your convenience for further discussion. V/r (b)(6); 'President AGS 1 13873 Park Center Road, Suite 400N, Herndon, VA 20171 Office: 703-766I Cell: 321-544 (b)(6); I 11(b)(6): (b)(7)(C) [Confidentiality Notice: This e-mail message, including any attachments, is for the sole use of the intended recipient(s) and may contain confidential and privileged information. Any unauthorized review, copy, use, disclosure, or distribution is strictly prohibited. If you are not the intended recipient, please contact the sender by reply e-mail and destroy all copies of the original message. kb)(6): (b)(7)(C) 2019-ICLI-00048 000885 + This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. + + + + This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. + + + + This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. + 2019-ICLI-00048 000886 From: (b)(6); (b)(7)(C) Sent: Wednesday. July 19. 2017 1:02 PM (b)(6); (b)(7)(C) Subject: RE: Krome Savings Initiative After noon work for me. 1(b)(6); (b)(7)(C) I Mgmt & Prg Analyst (COR) Miami Field Office DHS/ICE/ERO 0: (305) 207-(b)(6); (b)(7)(C C: (305) 796From: .1(b)(6), (b)(7)(C) Sent: Wednesday, July 19, 2017 12:37 PM To: (b)(6); (b)(7)(C) Cc: Subject: RE: Krome Savings Initiative We donâ€TMt have a planned meeting. Is there a time that everyone is available for a call? From: 1(b)(6); (b)(7)(C) Sent: Wednesday, July 19, 2017 11:51 AM (b)(6); (b)(7)(C) Subject: RE: Krome Savings Initiative Ok, but I didnâ€TMt know that we were meeting tomorrow. What time do you have in mind for everyone to meet/speak tomorrow? Thanks, (b)(6); (b)(7)(C) From:.(b)(6); (b)(7)(C) Sent: Wednesday, July 19, 2017 11:41 AM To: (b)(6); (b)(7)(C) 2019-ICLI-00048 000887 Cc: Subject: RE: Krome Savings Initiative TPL, We should propose them after we discuss them as a group tomorrow. I want to ensure I am not overlooking anything and get your input. (b)(6); ,IsV7V/, ‘ From: (b)(6); (b)(7)(C) Sent: Wednesday, July 19, 2017 11:33 AM (b)(6); (b)(7)(C) Subject: RE: Krome Savings Initiative (b)(6); (b)(7)(C) For elm'ty, are you asking us to propose the questions below to AGS right now so that we can have their response by the next round of discussions? Thanks, 1(b)(6); (b)(7)(C) From. 6 Sent: Wednesday, July 19, 2017 11:26 AM (b)(6); (b)(7)(C) Subject: RE: Krome Savings Initiative Team, After reviewing the AGS data, we have a few questions to add to (b)(6); /I-11,11,1 list. (b)(4); (b)(5) We can do a more detailed walkthrough of their response on the phone. We should move quickly to schedule another negotiation to make the changes they recommended and changes. Is everyone available for a call tomorrow? 2019-ICLI-00048 000888 Regards, (b)(6); From. kb)(6); (b)(7)(c) Sent: Friday, July 14, 2017 1:44 PM (b)(6); (b)(7)(C) Subject: FW: Krome Savings Initiative Good afternoon folks. I have a few issues with some of the information here. Iâ€TMm only looking at the Optimal Submission. Specifically ae" OF SAVINGS dE" AGS is claiming 1(13)(4) at Larkin. SUMMARY (b)(4) savings on the removal of (b)(4); (b)(5) OPTIMAL STAFFING E" I donâ€TMt see the aeceICE AIRa€11 team on here fie" which is currently billed on CLIN 7.A Unless, they are depicted as Processing Rovers. Library 1 & 2 officers de" Dositions fie" Law library should be staffed Eceon demandED.A As long as we have the law library hours Nceavailablea€0 at the optimal level, we exceed that standard.A I do not want to staff the law library when there is not demand.A These position can be rover/escort positions or part of the positions we wish to add to remove CLIN 7 posts at the hospitals. Asylum desk ae" Health and Safety leers on CLIN 7 dE" b)(4) (b)(5) (b)(4); (b)(5) Scheduler H" not with so many supervisors dE" we donâ€TMt need.A Thata€Tms a Captainâ€TMs job. Transportation ae- officers should be assigned by demand.A I am ok with the amount of officers, but they should be scheduled based on the transportation demands scheduled in 2019-ICLI-00048 000889 advance.A There should be a few for emergencies.A If they are not transporting, they should rove/escort. Let me know if! make any sense. From: 1b6 b(7 C Sent: Thursday, July 13, 2017 8:28 AM To: (b)(6); (b)(7)(C) Cc: Subject: Krome Savings Initiative Dear (13)(6 et al, The attached files include: A.AAAAAA Cover Letter AA A A AA A Price Model Documentation AA A A AA A Proposed Price Model for Optimal PBNDS AA A A AA A Proposed Price Model for Minimal PBNDS Roth Price Models include: (b)(4) The cover letter provides additional information on the Airport On-Demand review. It took longer than expected, but we are providing a very comprehensive review of the operations within these proposed models. It is also important to note that our original proposal had already provided ICE with a substantial cost reduction for the operation. (b)(6); (b)(7)(C) or I are available at your convenience for further discussion. V/r cM6L, 2019-ICLI-00048 000890 IPresident AGS 113873 Park Center Road, Suite 400N, Herndon, VA 20171 Office: 703-766-Inv- II Cell: 321-544-1(b)(6); (b)(6); (b)(7)(C) Confidentiality Notice: This e-mail message, including any attachments, is for the sole use of the intended recipient(s) and may contain confidential and privileged information. Any unauthorized review, copy, use, disclosure, or distribution is strictly prohibited. If you are not the intended recipient, please contact the sender by reply e-mail and destroy all copies of the original message. (b)(6); (b)(7)(C) This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. 2019-ICLI-00048 000891 From: Sent: 1(b)(6), (b)(7)(C) 12 Jul 2017 16:13:02 -0400 (b)(6), (b)(7)(C) Subject: Attachments: Krome sum mary.pptx Krome summary.zip Team, Thanks for the great meeting today. It was very helpful to set our objectives and review the savings initiatives. I have attached the summary sheet. I removed the strategy to review their financial records. I will reach out to (b)(6) to check ICE's feasibility to support. Additionally, I reframed the signaling the of RFI & RFP process. We will differentiate conducting the RFI process for leverage and rebidding the guard contract and ensure we have the backing for both. Please let me knw if you have any changes or additions. Regards, (b)(6); 11,\17\11-,1 ====-1- This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. ====± 2019-ICLI-00048 000892 Krome Thic wPPIc (b)(5); (b)(4) 2019-ICLI-00048 000893 Pre-Decisional — Proprietary and Confidential uston's "•27,'r,':' Enforcement I From: Sent: To: Subject: Attachments: (b)(6), (b)(7)(C) 3 Oct 2017 11:59:57 -0400 (b)(6), (b)(7)(C) Krome 20170919 Krome negotiation meeting v2.pptx Hi team, Just wanted to check in with you quickly to see how things were going with AGS on Krome. Did they end up providing a proposal on Wednesday? Would be happy to continue the discussion of next steps and support in the ongoing short/long term negotiations. For today's status meeting with Bill and Tae, I have attached our last discussion document for your reference. It has a description of the numbers and a range for potential savings, keeping in mind that we may want to ultimately dampen our estimate by what we think we will be able to truly implement and enforce. Looking forward to getting this all nailed down with you. (b)(6),_ . 1(b 6 7 McKinsey & Company I Senior Implementation Coach San Francisco, CA I 1(b)(6), (b)(7)(C) ====± This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. 2019-ICLI-00048 000894 U.S. Immigration and Customs Enforcement Krome negotiation opportunities FOR DISCUSSIONSeptember 19, 2017 2019-ICLI-00048 000895 Krome (b)(4); (b)(5) 2019-ICLI-00048 000896 Pre-Decisional — Proprietary and Confidential ;Wig), azici t uston's Enforcement Staffing efficiencies, phased in as feasible, can yield significant savings (b)(4); (b)(5) 2019-ICLI-00048 000897 Pre-Decisional — Proprietary and Confidential launigration c and Customs Enforcement 3 Potential for savings PRELIMINARY b)(4) (b)(5) 2019-ICLI-00048 000898 Pre-Decisional — Proprietary and Confidential -r Potential negotiation approach and storyline FOR DISCUSSION (b)(4). (b)(5) 2019-ICLI-00048 000899 Pre-Decisional — Proprietary and Confidential c72, U.S. Immigration and Customs I 5 Enforcement Next steps (b)(5) 2019-ICLI-00048 000900 Pre-Decisional — Proprietary and Confidential US. Immigration and Customs <.` Enforcement I 6 From: Sent: To: Cc: (b)(6), (b)(7)(C) 30 Jun 2017 14:40:07 -0400 (b)(6), (b)(7)(C) ICECFORequisitionReview;1%1(61. (b)(71(C) (b)(6), (b)(7)(C) Subject: Attachments: McKinsey Contract - TCO/Talent Mgmt Extension ERO 2.0 Pricing Timeline_6.29.17.xlsx Hi 1(b)(6), (b)(7)(C) Please see the attached updated price schedule for the ERO 2.0 contract. I used the latest version of the Milestone Payment Schedule document from Scott to update this document, which increases the total cost of this contract from $14M to $23M. Please review and confirm POP dates for the new task/steps. Through our conversations, it seems that this contract will need about $7M in FY17 funds. Please see below for the break out. Remaining funds for original tasks (original $14M): • Transformation tasks 3, step 2a: (b)(4) • Transformation tasks 3, step 2b: • Total: $2,101,337 Currently partially funding the new tasks on the Total Cost of Ownership (TCO) and Talent Management: • TCO: 6 weeks, (b)(4) • Talent: 8 week • Total: $2.27M (192117EROLESA0044) Funds needed to fully fund the Total Cost of Ownership (TCO) and Talent Management efforts for FY17: • TCO: 16 weeks, • Talent: 16 week • Total: $5.28M It is my understanding that the remaining $4M for the new tasks on this contract will be discussed based on need and funded using FY18 funds. Is this correct? Thank you, (b)(6), (b)(7)(C) Balanced Workforce Strategy (BWS) Office of the Chief Financial Officer Immigration and Customs Enforcement Department of Homeland Security 202.732 (b)(6), 1(b)(6) (b)(7)(C) 2019-ICLI-00048 000901 As of 6/29/2017 Contract: GS-10E-0118S/HSCECR-17-F-00003 Vendor: McKinsey & Company, INC Contract Line Items Period of Performance Amount Needed for Full Task (b)(4) Amount Currently Funded New Option in FY18 Percent Funded Transformation Task 3 Step la 1/3/17-11/30/17 Transformation Task 3 Step lb 4/29/17 - 6/23/17 100% Transformation Task 3 Step 2a Transformation Task 3 Step 2b Total Cost of Ownership Step 1 6/26/17 - 8/18/17 8/21/17 - 10/13/17 1/3/17 - 3/31/17 50% 0% 100% Total Cost of Ownership Steps 2-4 3/1/17 - 5/26/17 100% Total Cost of Ownership Steps 5a ** Total Cost of Ownership Steps 5b ** Total Cost of Ownership Steps 6** Talent Management Strategy Step 1 Can start ASAP 100% 1/3/17 -3/31/17 100% Talent Management Strategy Step 2 4/3/17 - 6/16/17 100% Talent Management Strategy Step 3a ** Talent Management Strategy Step 3b ** Talent Management Strategy Step 4** Can start ASAP 100% Total Value New Current Total Value (YTD) New Tasks (**) New Proposed Total for ERO 2.0 Contract 1/3/17 - 10/15/17 100% 58% (b)(4) *Currently an Open Commitment **Not on original Contract, additional tasks 2019-ICLI-00048 000902 Requisition 192117EROLESA0006 192117EROLESA0017 192117EROLESA0021 192117EROLESA0026 192117EROLESA0032 192117EROLESA0033 192117EROLESA0007 192117EROLESA0017 192117EROLESA0021 192117ER0LESA0026 192117EROLESA0044* 192117ER0LESA0005 192117ER0LESA0017 192117ER0LESA0021 192117EROLESA0026 192117ER0LESA0044* 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 1 4. REQUISITIONIPURCHASE REQ. NO. P00012 See Block 16C ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW IN6);(b)(7)(C) WASHINGTON DC 20536 6. ISSUED BY PAGE OF PAGES CODE 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county. State and ZIP Code) 192117EROLESA0058 ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW l(b)(6) (0(7)(C) WASHINGTON DC 20536 7. ADMINISTERED BY (If other than Item 6) () 4CKINSEY COMPANY INC WASHINGTON DC L200 19TH ST NW MITE 1100 MSHINGTON DC 200362412 2 5. PROJECT NO. (If applicable) CODE 9A AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. GS-10E-01185 HSCECR-17-F-00003 108. DATED (SEE ITEM 13) CODE 12/26/2016 FACILITY CODE 8252293180000 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted , such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) Net Increase: $1,713,378.61 See Schedule 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such exchanges in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) X 52.217-9 E. IMPORTANT: Contractor x is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) DUNS Number: 825229318 (202) 732-(b)(6);(b)(7)(C) COR: ifb)(61(b)(7)(C) Contracting Officer: k0(6); 1 (202) 73210:0(6);(b)(7)(C) (202) 732-1(b)(6).(b)(7)(C) Contract Specialist: kb)(6)(b)(7)(C) The purpose of this modification is to provide funds for CLINs 1004 and 2004. Funds are being obligated as shown below. All other terms and conditions remain the same. Exempt Action: N Sensitive Award: NONE Continued ... Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 1(b)(6) (b)(7)(C) 15B. CONTRACTOR/OFFEROR (Signature of person authorized to sign) 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C DATE SIGNED (Signature of Contracting Officer) STANDARD FORM 30 (REV. 10-83) NSN 7540-01-152-8070 Previous edition unusable Prescribed by GSA FAR (48 CFR) 53.243 2019-ICLI-00048 000903 CONTINUATION SHEET AGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003/P00012 OF 2 I NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) UNIT PRICE AMOUNT (D) ( Discount Terms: Net 30 Accounting Info: (b)(7)(E) FOB: Destination Period of Performance: 01/03/2017 to 10/27/2017 Change Item 1004 to read as follows(amount shown is the obligated amount): 1004 Transformation Task 3 Step 2b: Support wave implementation and build capabilities in additional 1 Wave 1 site (San Antonio) Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER b)(4) Change Item 2004 to read as follows(amount shown is the obligated amount): jp)(4) 2004 Total Cost of Ownership Procurement Strategy Step 5b: Complete second wave of value capture and implement new procurement operating model Period of Performance: 8/19/17 - 10/27/17 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER NSN 7540-01-152 8067 OPTIONAL FORM 336 (4-86) 2019-ICLI-00048 000904 Sponsored by GSA FAR (48 CFR153.110 2 OAQ DCR CONTRACT & MODIFICATION LOG Rev: 91812016 Area of Responsibility (AOR): USA Contractor! Service Provider: McKinsey & Company Name of Facility or Description of Supply! Service: Facility Type: I Base Award: in..wav I Total: Facility Information Telephone #: I Program Contact (COR): IniVR \ - Contract POP Start: Bed Day Rates (BDR) I Telephone #: Sub-Contractor (as applicable): b ) (4) Modifications: Contract Specialist: GS-10F-0118S kb)(61: (b)(7)(C) Obligated Amounts 1,,,,,,,. Telephone #: McKinsey & Company Contractor Contact Information: DETLOC: Service Contracting Officer: Management Consulting Services Contract Number: N/A Supply! Service: Bed Level 1: Level 1 Rate: 1/3/2017 Bed Level 2: Level 2 Rate: Current Contractor POP End Date: 4/1/2018 Bed Level 3: Level 3 Rate: NONE Ultimate POP End Date: 6/30/2018 Bed Level 4: Level 4 Rate: Other Applied Policies: N/A Current Option Period: CAPACITY: GUAR MIN: SCA (CBR) Version: N/A Notice of Intent Date: Effective Bed Day Rate (BDR) Date: Last SCA (CBR) Review Date: N/A Projected Close Data: Data Contract Closed: Order Number: HSCECR-17-F-00003 Detention Standard: ontract Involves Minors! No 'Contract includes Volunteer Wages:I No Staffing Plan Included: No I Contract !Order Type: IDIO 12/28/2016 1/3/2017 Modification Tracker Use the SPACE BAR to delete data/correct/revise data in each of the cells below in lieu of usin. the DE ke . Cumulative S Dollar Amount Cumulative $ Funding Purpose Amount of Increase! Amount of End Date (BE DESCRIPTIVE) - I Mod Chanaes Total Obliaation Initial funding 10/9/2017 (b)(4) P00001 2/6/2017 1/3/2017 10/9/2017 Incorporate Milestone Payment Plan CS P00002 2/16/2017 1/3/2017 10/9/2017 Provide additional funding for CLINs 1001, 2001, and 3001 CS P00003 4/4/2017 1/3/2017 10/9/2017 Provide additional funding for CLIN 1001 and exercise 2002 and 3002. CS P00004 5/2/2017 1/3/2017 10/9/2017 Provide additional fundings for CLIN 1002, 2002, 3002, and exercise 1002. EK P00005 5/12/2017 1/3/2017 10/9/2017 Extend CLINs 2002 and 3002 CS P00006 5/12/2017 1/3/2017 10/9/2017 Fully fund CUN 1002, Steb 1b CS P00007 6/13/2017 1/3/2017 10/9/2017 Exercise CLIN 1003, funded one-half CS P00008 6/28/2017 6/29/2017 8/24/2017 Extension of Services CLINs CS P00009 7/12/2017 6/29/2017 9/1/2017 Extension of Period of Performance CS P00010 7/27/2017 6/29/2017 9/1/2017 Fully Fund CLIN 1003, Step 2a CS P00011 8/15/2017 8/14/2017 10/27/2017 Exercise CLINs 1004 and 2004 CS P00012 9/22/2017 9/22/2017 10/27/2017 Fully Fund CLINs 1004 and 2004 CS P00013 10/23/2017 10/23/2017 1/24/2018 Extension of Services, new CLINs 1005 and 1006 CS P00014 10/26/2017 Extension of POPfor CLIN 2004. CS P00015 11/9/2017 Extension of POPfor CLINs 1005 and 1006 CS P00016 1/18/2018 Funds for GUN 1005 CS P00017 2/7/2018 Funds for CUN 1005 CS P00018 2/26/2018 Exercise CUN 1006 CS P00019 3/14/2018 Exercise CLIN 3004 CS P00020 4/16/2018 Provide additional funds for CLIN 1006 CS P00021 5/16/2018 Provide additional funds for CLIN 1006 CS P00022 6/29/2018 no cost estension to July 13, 2018 CS Base / Mod # Base Base / Mod Funding Date Start Date 2019-ICLI-00048 000905 File Review CS Initials CS FPDS-NG : [ Award ] (b)(6); (b)(7)(C) Page 1 of 3 !tint HelE ) ) Transaction Information Award Type: Delivery/Task Order Prepared Date: 06/29/2018 10:16:45 Prepared User: Award Status: Final Last Modified Date: 06/29/2018 12:27:45 Last Modified User: Closed Status: No Closed Status Date: (b)(6) (b)(7)(C) Closed By: Document Information Agency Procurement Identifier Modification No Trans No Award ID: 7012 HSCECR17F00003 ,P00022 0 Referenced IDV ID: 4730 GS10F0118S 7 Reason For Modification: CHANGE ORDER Solicitation ID: Agency Main Sub Identifier Account Account Treasury Account Symbol: 70 Initiative Select One 0540 Dates Amounts Date Signed (mmIddlyyyy): 06/29/2018 Effective Date (mm/ddlyyyy): 06/29/2018 Completion Date (mm/ddlyyyy): Est. Ultimate Completion Date 07/13/2018 11/12/2018 (mm/ddlyyyy): Solicitation Date (mm/dd/yyyy): Current Total Action Obligation: $0.00 (b)(4) Base And Exercised Options Value: Base and All Options Value (Total Contract Value): $0.00 Fee Paid for Use of IDV: $0.00 $0.00 Purchaser Information Contracting Office Agency ID: 7012 Contracting Office Agency Name: U.S. IMMIGRATION AND CUSTOMS ENFC Contracting Office ID: 70CDCR Contracting Office Name: DETENTION COMPLIANCE AND REMOW Funding Agency ID: 7012 Funding Agency Name: U.S. IMMIGRATION AND CUSTOMS ENFC Funding Office ID: 70CDCR Funding Office Name: DETENTION COMPLIANCE AND REMOW Foreign Funding: Not Applicable Contractor Information SAM Exception: DUNS No: 825229318 Street: Vendor Name: MCKINSEY&COMPANY, INC. WASHIN. Street2: DBAN: Cage Code: 438P1 1200 19TH ST NW STE 1100 City: WASHINGTON State: DC Country: UNITED STATES Phone: 6 (202) 662-3256 DISTRICT OF COLUMBIA 00 Fax No: Congressional District: Zip: 200362412 Show Details Business Category Organization Type: Number of Employees: CORPORATE NOT TA: (b)(4) 'Corporate Entity, Not Tax Exempt Relationship With Federal Government State of Incorporation: Country of Incorporation: Business Types VContracts Organization Factors USA Annual Revenue: 1(b)(4) %/For Profit Organization Contract Data Type of Contract: Firm Fixed Price Inherently Governmental Functions: Other Functions No Multiyear Contract: jJ Major Program: National Interest Action: None Cost Or Pricing Data: Select One Purchase Card Used As Payment Method: No Undefinitized Action: No Yes - Service where PBA is used. 2019-ICLI-00048 000906 https://www.fpds.gov/common/jsp/LaunchWebPage.jsp?command=execute&requestid=88... 6/29/2018 FPDS-NG : (b)(6) (b)(7)(C) { Award] Page 2 of 3 Performance Based Service Acquisition: 'FY 2004 and prior; 80% or more specified as performance requirement ` FY 2005 and later; 50% or more specified as performance requirement Contingency Humanitarian Peacekeeping Operation: Not Applicable Contract Financing: Select One Cost Accounting Standards Clause: Select One Consolidated Contract: No Number Of Actions: 1 Principal Place of Performance Legislative Mandates Clinger-Cohen Act: Labor Standards: Materials, Supplies, Articles, and Equip: Construction Wage Rate Requirements: Additional Reporting: Principal Place Of Performance Code: Not ApplicableL Principal Place Of Performance County Name: Principal Place Of Performance City Name: Congressional District Place Of Performance: I Not Applicable =I Select One or More Options Service Contract Inventory None of the Above State Location Country DC 7 ' USA 9 DISTRICT OF COLUMBIA WASHINGTON 00 Place Of Performance Zip Code(+4): 20036 -2412 .• • • USPS ZIP Codes Interagency Contracting Authority: Not Applicable Other Interagency Contracting Statutory Authority: (1000 characters) Product Or Service Information L. Description: SUPPORT- MANAGEMENT: OTHER _ , b Description: ADMINISTRATIVE MANAGEMENT AND GENERAL I Product/Service Code: [R799 Principal NAICS Code: [541611 Bundled Contract: [Not a bundled requiremen DOD Acquisition Program: Description: Country of Product or Service Origin: [USA Place of Manufacture: iNot a manufactured end product Domestic or Foreign Entity: Recovered Materials/Sustainability: Ft UNITED STATES Select One N/1 OMB Policy on Sustainable Acquisition No Clauses Included and No Sustainability Included CI InfoTech Commercial Item Category: Select One 16 Claimant Program Code: Description: El Sea Transportation: Select One GFP Provided Under This Action: Transaction does not use GFPLI Use Of EPA Designated Products: Description Of Requirement: (4000 characters) Not Required CI INTEGRATED MANAGEMENT CONSULTING SERVICES IGF::OT::IGF Competition Information Extent Competed For Referenced IDV: Extent Competed: Full and Open Competition Solicitation Procedures: Subject to Multiple Award Fair Opportunity IDV Type Of Set Aside: No set aside used. Type Of Set Aside: Select One Type Of Set Aside Source: FSS Evaluated Preference: No Preference used SBIR/STTR: Select One Fair Opportunity/Limited Sources: Other Statutory Authority Other Than Full And Open Competition: Select One Local Area Set Aside: No FedBizOpps: Not Applicable N p Ld CI I A76 Action: No Commercial Item Acquisition Procedures: Commercial Item Procedures not used 2019-ICLI-00048 000907 https://www.fpds.gov/common/jsp/LaunchWebPagc.jsp?command=execute&requestid=88... 6/29/2018 FPDS-NG : 1(b)(6), (b)(7)(C) [ IDV Number of Offers: 999 Number Of Offers Received: 1 Small Business Competitiveness Demonstration Program: Simplified Procedures for Certain Commercial Items: Award ] Page 3 of 3 Number of Offers Source: This Action No Preference Programs! Other Data Contracting Officer's Business Size Selection: Subcontract Plan: Price Evaluation Percent Difference: Other than Small Businessbd 1re Select One ,i i% 2019-ICLI-00048 000908 https://www.fpds.gov/common/jsp/LaunchWebPage.jsp?command=execute&requestid=88... 6/29/2018 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE PAGE OF PAGES 1 4. REQUISITION/PURCHASE REQ. NO. 2 5. PROJECT NO. (If applicable) P00022 See Block 16C ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW b 6 b 7 C WASHINGTON DC 20536 6. ISSUED BY CODE 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county. State and ZIP Code) ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW VWM.(111(718-111 WASHINGTON DC 20536 7. ADMINISTERED BY (If other than Item 6) () 4CKINSEY COMPANY INC WASHINGTON DC L200 19TH ST NW MITE 1100 MSHINGTON DC 200362412 CODE 9A AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. GS-10F-0118S HSCECR-17-F-00003 108. DATED CODE (SEE ITEM 13) 12/26/2016 FACILITY CODE 8252293180000 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted , such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) See Schedule 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE X A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. FAR 52.212-4(c) B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such exchanges in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor is not, 1 x is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) DUNS Number: 825229318 (202) 732-1(b)(6); (b)(7)(C) COR: (b)(6) (b)(7)(C) Contracting Officer: ID 6 ID 7 c (202) 732-1(b)(6);(b)(7)(C) (202) 732 (b)(6);(b)(7)(C) Contract Specialist: (b)(6);(b)(7)(C) The purpose of this modification is to provide a no-cost extension of performance to July 13, 2018. All other terms and conditions remain the same. Exempt Action: N Sensitive Award: NONE Delivery: 30 Days After Award Continued ... Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) (b)(6); (b)(7)(C) (b)(6); (b)(7)(C) Partner 15B. CONTRACTOR/OFFEROR (b)(6); (b)(7)(C) 15C. DATE SIGNED 06/29/2018 16B.UNITED STATF CIF ARAFRICLI 16C. DATE SIGNED (b)(6); (b)(7)(C) (Signature of person authorized to sign) car) June 29, 2018 STANDARD FORM 30 (REV. 10-83) NSN 7540-01-152-8070 Previous edition unusable Prescribed by GSA FAR (48 CFR) 53.243 2019-ICLI-00048 000909 CONTINUATION SHEET AGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-01185/HSCECR-17-F-00003/P00022 OF 2 I NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE AMOUNT (H ) Discount Terms: Net 30 Delivery Location Code: ICE/ERO ICE ENFORCEMENT REMOVAL IMMIGRATION AND CUSTOMS ENFORCEMENT 801 I STREET NW 00X0WW) WASHINGTON DC 20536 Accounting Info: OWXE) FOB: Destination Period of Performance: 01/03/2017 to 07/13/2018 Change Item 3004 to read as follows(amount shown is the obligated amount): 3004 Talent Management Strategy Step 3b: Continue implementing immediate improvements to streamline the hiring process Period of Performance: 3/19/2018 - 7/13/2018 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER The funding provided in this Task Order is the amount presently available for payment and allotted to this Task Order. The service provider agrees to perform to the point that does not exceed the total amount currently allotted to the items funded under this Task Order. The Service Provider is not authorized to continue work on those items beyond that point. The Government will not be obligated to reimburse the Service Provider in excess of the amount allotted to those items for performance beyond the funding allotted. NSN 7540-01-152 8067 OPTIONAL FORM 336 (4-86) 2019-ICLI-00048 000910 Sponsored by GSA FAR (48 CFR153.110 2 From: To: Cc: Subject: Date: Attachments: Thank you (b)(6) (b)(7)(C) RE: HSCECR-17-F-00003 P00022 Friday, June 29, 2018 12:32:00 PM 05.03 HSCECR-17-F-00003 P00022 Sianed.ndf (b)(6); oth1171trl Please find attached our signed and executed modification extending the POP of HSCECR-17F-00003 to July 13, 2018. Section Chief I Detention, Compliance 8z Removals DHS I ICE I Office of Acquisition Management (OAQ) Office: 202-732- b 6 Mobile: 202-380- (b)(6); 11,\17\11—,1 1(b)(6); (b)(7)(C) From: (b)(6) (b)(7)(C) Sent: Friday, June 29, 2018 11:52 AM To:.(b)(6); (b)(7)(C) Cc: Subject: RE: HSCECR-17-F-00003 P00022 vkv7v Please find attached, a copy of the modification signed by McKinsey. Regards, kb (6: (b1(71(C1 McKinsey & Company, Inc. 1200 19th Street, NW Suite 1100 Washington, DC 20036 office(b)(6) (b)(7)(C) voip: mobi (b)(6); (b)(7)(C) From: b)(6); (b)(7)(C) Sent: Friday, June 29, 2018 11:34 AM To: (b)(6), (b)(7)(C) Cc: Subject: [EXT]HSCECR-17-F-00003 P00022 Importance: High (b)(6), (b)(7)(C) 2019-ICLI-00048 000911 Please find attached the draft modification. Please have the modification signed and returned me at your earliest convenience. Thank you. (b)(6), (b)(7)(C) Section Chief I Detention, Compliance & Removals DHS I ICE I Office of Acquisition Management (OAQ) Office: 202-732.40)(6) Mobile: 202-380- (b)(6), Email: b 61; b 7 C This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. 2019-ICLI-00048 000912 From: Sent: To: Cc: Subject: 1(b)(6), (b)(7)(C) 7 Oct 2017 19:16:22 -0400 (b)(6), (b)(7)(C) Re: CPARS Notification (Contract: GS10F0118S HSCECR16F00004) Hi (b)(6- just sending a separate email specifically on this to see if McKinsey's CPAR POC can be changed to (b)(6), (b)(6), (b)(7)(C) Thanks! l(h)(61: I (b)(6), (b)(7)(C) Date: 05/01/2017 11:17 AM Subject: CPARS Notification (Contract: GS10F0118S HSCECR16F00004) CPARS NOTIFICATION httbs://urldefense.broofboint.com/v2/url?u=httbs3A www.cbars.qov&d=DwICAq&c=vIH1_blh0270V_BdDph9suDLOJq0WcgndLmIu0Koms&r=zgPWFJezcvDR83tHHvfOxUlHq1DAs2P Lj8dUAIp03y8W=SxB5hHEahf8W7zMUcio8G_uJxQIU0b8PxCeRoDQS1K4&s=VeyrjDJuY2bfeVS4OLkIBSUdXbaid 02wTqHwlwrqZTY&e= Sent By/Respond To: kb)(6); (b)(7)(C) McKinsey 1200 19th Street NW Suite 1100 Washington, DC 20036 SUBJECT: Interim CPARS evaluation for Contract GS10F0118S Order HSCECR16F00004 Dear (b)(6), (b)(7)(C) Good performance by Federal contractors is essential. The Federal Acquisition Regulation requires all Federal agencies to collect past performance information on contracts. CPARS has been implemented to comply with this regulation and to ensure that source selection officials have a detailed evaluation of contractors' past performance. We have performed an evaluation of your company's work on contract GS10F0118S order HSCECR16F00004 for the period 03/14/2016 through 03/13/2017. 2019-ICLI-00048 000913 To access this evaluation: * Go to https://urldefense.proofpoint.com/v2/url?u=https3A www.cpars ov&d=DwICA &c=IH1 b1h0270V_BdDph9suDLOJq0WcgndLmIu0Xoms&r=zgPWFJezcvDR83tHHvfOxUlHq1DAs2P Li8dUAIp03v8W=SxB5hHEahf8W7zMUcio8G_uJxQIU0b8PxCeRoDIDS1K4&s=VeyrjDJuY2bfeVS4OLkIBSUdXbaid 02wTgHwlwrgZTY&e= * Click on 'System Logon' and log in. If you forgot your User ID or Password, use the 'Forgot User ID'or 'Forgot Password' function. Contractor users are encouraged to obtain and use a PKI certificate. * Select the CPARS module * From the Main Menu click on the 'To-Do List' * Click on the Contract Number * Tab through the evaluation, provide comments and indicate your concurrence/non-concurrence with the Government's review (see below for time constraints) * Comments should focus on objective facts in the Government's narrative as well as providing your views on the causes and ramifications of the assessed performance * Click the 'Validate and Send to the Assessing Official' button when finished You have 14 calendar days following the Assessing Official signature date (05/01/2017) to submit comments before the evaluation is made available in the Past Performance Information Retrieval System (PPIRS). You have a total of 60 calendar days following the Assessing Official signature date to submit comments. Any comments that you submit will be posted to PPIRS. If you do not sign and return the evaluation within 60 calendar days the evaluation will be returned to the Assessing Official, you will no longer be able to provide comments and the evaluation will be annotated as follows: 'The report was delivered/received by the contractor on 05/01/2017. The contractor neither signed nor offered comment in response to this evaluation.' Partially completed comments that were not signed and returned to the Government within 60 calendar days will be removed from the evaluation. The following guidelines apply concerning your use of CPARS: a. If for some reason you are unable to view and/or submit the evaluation through the automated system, contact the Focal Point for instructions. The Focal Point for this contract is (b)(6)4A7)(C) who can be reached at 202-732-1(b)(6);_ b. If you desire a meeting to discuss this evaluation, it should be requested in writing no later than seven days following your receipt of this notification. A meeting will then be held during your 60 day review period. c. Protect the evaluation as 'source selection information'. Strictly control access to the evaluation within your organization. Ensure it is never released to persons or entities outside of your control, this includes using the evaluation for advertising, promotional material, pre-award surveys, production readiness reviews, or other similar purposes. d. A copy of this evaluation will be available through the automated 2019-ICLI-00048 000914 system once it is completed by the Government. You will receive an automated email notification at the time of completion. The CPARS process is designed to fairly evaluate your performance under this specific contract. The guidelines used to prepare this evaluation are available at the website provided above. If you have any questions, feel free to contact me at (202) 73213)(6); or 6 Sincerely, (b)(6); (b)(7)(C) ASSESSING OFFICIAL This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. 2019-ICLI-00048 000915 U.S. Immigration and Customs Enforcement Risk sharing and guaranteed minimums "Bite Sized" Knowledge Event Presentation 2019-ICLI-00048 000916 Questions that we'll answer today • What's the big idea? • How do we use this? • Where do things get tricky? • What do I take away from this? 2019-ICLI-00048 000917 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs 1 2 Enforcement What is risk sharing and why does it matter? (b)(4); (b)(5) 2019-ICLI-00048 000918 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 3 Key terms for risk sharing and guaranteed minimum (b)(4), (b)(5) 2019-ICLI-00048 000919 Pre-Decisional — Proprietary and Confidential U.S. Immigration , and Customs 4 Enforcement Details on risk sharing in the detention industry (b)(4); (b)(5) 2019-ICLI-00048 000920 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 5 Differences in bed-night rate and total contract cost for risk sharing and guaranteed minimum structuring (b)(4) (b)(5) 2019-ICLI-00048 000921 Pre-Decisional — Proprietary and Confidential U.S. Immigration I and Customs Enforcement I6 What does a vendor's cost structure and desired profit suggest what prices they want to charge to make money on a facility? (b)(4) (b)(5) 2019-ICLI-00048 000922 Pre-Decisional — Proprietary and Confidential U.S. Immigration I and Customs I 7 Enforcement There are two different ways to set up GMs, which share risk differently (b)(4); (b)(5) 2019-ICLI-00048 000923 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs I 8 Enforcement Questions that we'll answer today • What's the big idea? • How do we use this? • Where do things get tricky? • What do I take away from this? 2019-ICLI-00048 000924 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs 1 Enforcement 9 Activity: Contract pricing structure at GCA Rio Grande (b)(4), (b)(5) 2019-ICLI-00048 000925 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement I 10 Answer key: Contract pricing structure at GCA Rio Grande (b)(4), (b)(5) 2019-ICLI-00048 000926 Pre-Decisional — Proprietary and Confidential U.S. Immigration , and Customs I 11 Enforcement Questions that we'll answer today • What's the big idea? • How do we use this? • Where do things get tricky? • What do I take away from this? 2019-ICLI-00048 000927 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs I 12 Enforcement Watch outs! (b)(4); (b)(5) 2019-ICLI-00048 000928 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs Enforcement 113 Questions that we'll answer today • What's the big idea? • How do we use this? • Where do things get tricky? • What do I take away from this? 2019-ICLI-00048 000929 Pre-Decisional — Proprietary and Confidential U.S. Immigration and Customs 1 14 Enforcement RISK SHARING AND GUARANTEED MINIMUMS (b)(4); (b)(5) 2019-ICLI-00048 000930 Pre-Decisional — Proprietary and Confidential US. Immigration and Customs Enforcement I 15 From: Sent: To: Subject: Attachments: 6 7 12 Jul 2017 12:06:16 -0400 b 6 b 7 C OAQ-ERO Coordination JN working slide 8 20170712T1159-04.pptx OAQ-ERO Coordination 1N working slide 8 20170712T1159-04.zip (b)(6); (111/71/r1 I made some updates to our progress page. We don't have a printer here. Do you still have your intern to print 5 single page copies for our meeting? Regards, (b)(6), ====± This email is confidential and may be privileged. If you have received it in error, please notify us immediately and then delete it. Please do not copy it, disclose its contents or use it for any purpose. ====± 2019-ICLI-00048 000931 Krn11113 (b)(4); (b)(5) 2019-ICLI-00048 000932 Pre-Decisional — Proprietary and Confidential and CLISIointi 1 From: Sent: To: Subject: (b)(6) (b)(7)(C) 10 Nov 2017 10:30:12 +0000 5(h)(6o (h)(7)(c) Please share your feedback — TCO Procurement Strategy We greatly value your feedback! Dear (b)(6). J1,1/71fr'N We greatly value the opportunity to work with you on this project. As you know, we aim to make a lasting difference to your organization. To ensure we are fulfilling this mission, we'd like to ask for your feedback. Below is a button to a short, simple survey. This will help inform a broader conversation about your experience of working with McKinsey. Please click on the button and provide your feedback by 24/11/17 (dd/mm/yy). This survey is secure, and only one response can be submitted per link. Only your McKinsey team will see your feedback. This survey is secure, and only one response can be submitted per link. Only your McKinsey team will see your feedback. Thank you for your collaboration! McKinsey client feedback (This email is sent to you on behalf of Tony D'Emidio) 2019-ICLI-00048 000933 If you are not directed to the survey automatically, you can also paste the URL provided below into your browser's address bar http://ctd.mckinsey.com/wix/p50529640.aspx?_sid_=-5v-XVg41R0-2dX1kiksBSAFIIRaa702qfMurPAJmhtqgd-WnHudHgDMkNkHbGBYSjg4NNCsLFiLxHoURgrw2 2019-ICLI-00048 000934 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT PAGE OF PAGES 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 10 5. PROJECT NO. (If applicable) P00001 See Block 16C ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW (b)(6);(b)(7)(C) WASHINGTON DC 20536 6. ISSUED BY CODE 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county. State and ZIP Code) 7. ADMINISTERED BY Of other than Item 6) (x) 4CKINSEY COMPANY INC WASHINGTON DC MN 0:0(6);(b)(7)(C) L200 19TH ST NW ;UITE 1100 iASHINGTON DC 20036 CODE 9A AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11) MODIFICATION OF CONTRACT/ORDER NO. X 10A. GS-10F-0118S HSCECR-16-F-00004 1013. DATED (SEE ITEM 13) CODE 03/14/2016 FACILITY CODE 8252293180000 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted , such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA Of required) See Schedule 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor x is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) DUNS Number: 825229318 (202) 732-(b)(6),(b)(7)(C) coR: opm(t)gyc) Alt. COR: (b)(6),(b)(7)(C) (202) 732-(b)(6),(b)(7)(C) Contracting Officer: (b)(6),(b)(7)(C) (202) 732-(b)(6),(b)(7)(C) The purpose of this modification is to incorporate the attached and finalized Performance Work Statement and Quality Assurance Surveillance Plan from the Vendor. All other terms and conditions remain unchanged. Continued ... Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A.NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) (b)(6),(b)(7)(C) 15U. CONTRACTOR/OFFEROR (Signature of person authorized to sign) 15V.DATE SIGNED 1,6R I inii-rpri CTATFC CIF LtRAFRICLI (b)(6),(b)(7)(C) 16C. DATE SIGNED (Signature of Contracting Officer) STANDARD FORM 30 (REV. 10-83) NSN 7540-01-152-8070 Previous edition unusable Prescribed by GSA FAR (48 CFR) 53.243 2019-ICLI-00048 000935 CONTINUATION SHEET PAGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-16-F-00004/P00001 2 OF I 10 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE (E) AMOUNT (F) Exempt Action: N Period of Performance: 03/21/2016 to 03/20/2017 NSN 7540-01-152 8067 2019-ICLI-00048 000936 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR 148 CFR) 53.110 Performance Work Statement ICE ERO Change Management Services March 31, 2016 1. BACKGROUND ICE ERO has a broad role across the U.S. national and homeland security landscape. Its diverse mission includes identifying and arresting aliens who present a national security, border security, or public safety risk. ERO is also responsible for pursuing and arresting alien fugitives, housing and providing for the medical care of as many as 35,000 detainees, caring for tens of thousands of unaccompanied minors during transportation, and repatriating aliens ordered removed to their country of origin. ERO manages a large geographic footprint across the continental United States and 12 overseas locations, and coordinates with multiple federal agencies, as well as state and local law enforcement. Across all these missions, ERO must navigate a complex political terrain, changing immigration policies, and the scrutiny of internal federal government partners, state and local government and law enforcement stakeholders, and private sector advocates. ERO is under pressure to meet an evolving set of competing demands, assuming a wider law enforcement role and more highly-specialized focus areas (e.g., fugitive operations), with no let-up in current mission requirements. In the face of these challenges, ERO has begun making substantial changes to its operations and business practices, including actions on immigration policy, information technology, a single career path, and business process reengineering initiatives. 2. OBJECTIVES ERO wishes to take a fresh look at the organization's vision and strategy, fundamentally transforming the way the organization operates while boosting employee engagement and morale. Specifically, ERO has six objectives for this effort: 1. Complete a full assessment of ERO's organization and identify critical areas for improvement in regards to ERO's workforce, organizational structure, operating model, information technology, and other relevant areas. 2. Make actionable recommendations for ERO to make tangible improvements in critical areas identified. 3. Recommend performance metrics to measure outcomes for this transformational effort and achievable goals to define successful outcomes. 4. Provide consulting services, as requested by ERO, through the period of performance for the purpose of evaluating the effectiveness of recommendations made by the contractor and implementation efforts by ERO. 5. Update and refine ERO's comprehensive vision and strategy by integrating existing and anticipated initiatives regarding immigration policy, DHS civil immigration enforcement priorities, workforce changes, operational ties with partner immigration agencies, data synchronization issues across agencies, existing information technology initiatives, and other major business process reengineering initiatives underway. 6. Provide strategies for ERO to communicate and implement the updated and refined vision and strategy throughout the organization and all key stakeholders. Page 1 of 8 2019-ICLI-00048 000937 3. SCOPE The scope of this PWS primarily involves the creation of a unifying strategic vision that will identify opportunities for profound change and improvement and that will guide the implementation of existing and evolving efforts. The Contractor shall provide ERO with innovative strategic consulting services to guide ICE in fundamentally changing the way ERO defines and communicates its vision, strategy, goals and objectives for the future. This task order will include assisting ERO with a strategy to hire, train, and fully develop a workforce consistent with the vision; and implementing the vision, strategy, goals, and objectives throughout ERO's organization. This transformation includes change management practices that coordinate and leverage existing related initiatives. This scope includes managing foreseen and unforeseen challenges, providing effective oversight and guidance to all ongoing elements of transformation, and establishing and tracking performance of all activities against metrics for success. 4. PERIOD OF PERFORMANCE Base Period: March 21, 2016— March 20, 2017 Option Period I: March 21, 2017 — March 20, 2018 Option Period II: March 21, 2018 — March 20, 2019 Option Period III: March 21, 2020 — September 20, 2020 TASKS AND DELIVERABLES 5. Task 1 (Aspire): Update and refine mission and vision, and recommend performance metrics (Objectives 3 and 5) The contractor will update and refine ERO's comprehensive vision and strategy by integrating existing and anticipated initiatives (Objective 5). The contractor will also recommend performance metrics for the transformation (Objective 3). Key activities include: • • • • Review and analyze existing personnel, processes, tools and infrastructure used to accomplish ERO missions Identify impacted ERO, ICE, DHS, and external stakeholders Update and refine, with assistance from ICE stakeholders, a feasible, focused, and flexible vision for ERO consistent with its new mission and operational needs Recommend performance metrics to measure outcomes for transformational effort Deliverables: • • • • Kickoff meeting Project plan Updated and refined vision and strategy Performance metrics Page 2 of 8 2019-ICLI-00048 000938 Task 2 (Assess/Architect): Complete a full assessment of ERO's organization, identify critical areas for improvement, and develop actionable recommendations (Objectives 1 and 2) The contractor will complete a full assessment of ERO's organization and identify critical areas for improvement in regards to ERO's workforce, organizational structure, operating model, information technology, and other relevant areas (Objective 1). Each of the areas for gap assessment will result in tangible improvement opportunities and actionable recommendations for organizational transformation (Objective 2). Key activities include: • • • • • • • • • • • Examine any current ERO operational workforce analyses, and develop an ERO-wide staffing model Assess and determine additional ERO workforce skill requirements Develop workforce training and professional development opportunities Develop a career progression strategy Develop personnel and HR processes for hiring, building, and supporting a stellar workforce Assess ERO's organizational structure and other ICE program office management to identify potential gaps in mission-essential and mission-supporting activities Provide recommendations concerning restructuring ERO programs and other ICE program office management to align with the organization's vision, strategy, goals and objectives Assess the operating model ERO uses to identify aliens that present a public safety/national security risk Provide recommendations concerning restructuring ERO operating model, including programs and other ICE program office management to align with the organization's vision, strategy, goals and objectives Assess ERO's data management and data sharing practices Develop recommendations to ensure the right data and analysis is available to those who need it for enhancing core mission performance and meeting internal and external reporting requirements Deliverables: • • • A full assessment of ERO's workforce, organizational structure, operating model and IT Actionable recommendations to improve the effectiveness and efficiency of ERO's workforce, organizational structure, operating model and IT Further updated and refined vision and strategy Task 3 (Act and Advance): Communicate, implement, and evaluate effectiveness of refined strategy and vision (Objectives 4 and 6) The contractor will provide strategies for ERO to communicate and implement the updated and refined vision and strategy throughout the organization and all key stakeholders (Objective 6). As part of this process, the contractor will also continue to support ERO in evaluating the effectiveness of recommendations and implementation efforts by ERO (Objective 4). Key activities include: • Launch quick wins Page 3 of 8 2019-ICLI-00048 000939 • • • • • • • • • Develop the high-level implementation strategy Prioritize and sequence the key initiatives (timelines and milestones) Identify resource needs Refine metrics and tools to measure progress Create communications plans to articulate and share ERO's vision, goals, and plans with stakeholders Engage internal and external stakeholders to ensure awareness and support of vision and transformation Develop communications tools and products to articulate rationale for change and role of stakeholders in effecting change Codify the work performed Perform ongoing evaluation activities Deliverables: • • 6. Strategies to communicate and implement transformation Periodic effectiveness evaluations (one during base period and approx. every 3 months during option periods) DELIVERABLE SCHEDULE No. Deliverable ASK 1 BASE P z11,1 1. Kickoff Meeting 2. Project Plan 3. Updated and refined vision and strategy (Obj 5) . Performance metrics Ob. 3 BASE PERIOD—TASK 2 . Full assessment of ERO organization (Obj 1) 6. Actionable recommendations (Obj 2) Updated and refined vision and strategy (Obj 5) :74.1M• 1 VICMkEI-1:li., Strategies to communicate and implement transformation (Obj 6) Effectiveness evaluation (Obj 4) 9. OPTION PE 7 I, I, Delivery Date 3/25/16 4/1/16 5/13/16 5/13/16 i 9/2/16 10/28/16 10/28/16 12/23/16 3/17/17 1. Effectiveness evaluation (Obj 4) 6/16/17 2. 3. 4. Effectiveness evaluation (Obj 4) Effectiveness evaluation (Obj 4) Effectiveness evaluation (Obj 4) 9/15/17 12/15/17 3/16/18 golillen :Mir•1911‘. 1. Effectiveness evaluation (Obj 4) Ma 6/15/18 2. Effectiveness evaluation (Obj 4) 9/14/18 3. 12/14/18 Effectiveness evaluation (Obj 4) . Effectiveness evaluation Ob. 4 3/15/19 OPTION PERIOD III . Effectiveness evaluation (Obj 4) 6/14/19 2. Effectiveness evaluation (Obj 4) 9/13/19 Bi-weekly progress meetings will occur throughout base and option periods Page 4 of 8 2019-ICLI-00048 000940 Quality Assurance Surveillance Plan ICE ERO Change Management Services March 31, 2016 1. INTRODUCTION This Quality Assurance Surveillance Plan has been developed to evaluate Contractor performance while implementing the Performance Work Statement (PWS). It is designed to provide an effective surveillance method for monitoring and evaluating the Contractor's performance for the requirements listed in the PWS. The Contractor, and not the Government, is responsible for management and quality control actions to meet the terms of the contract. The role of the Government is quality assurance to ensure contract standards are achieved. In this contract, the quality control program is the driver for service quality. The Contractor is required to develop a comprehensive program of inspections and monitoring actions. The major step to ensuring a "self-correcting" contract is to ensure that the quality control program approved after contract award provides the measures needed to lead the Contractor to success. Once the quality control program is approved, careful application of the process and standards presented in the remainder of this document will ensure a quality program. 2. OBJECTIVE This plan provides a quality surveillance strategy for DHS ICE ERO Change Management Services. The primary intent of the plan is to provide a basis for the Contracting Officer's Representative (COR) evaluation of performance quality. Oversight of Contractor performance will assure quality performance. The plan will also afford the COR and Contracting Officer (CO) a productive mechanism to preclude major deficiencies in performance, provide input for annual contractor past performance evaluations, and make the determination for exercising of contract options. 3. PERFORMANCE INDICATORS (MEASURES). Surveillance of contractor performance will be performed by the appointed COR and the CO based on the surveillance methodologies identified in the Performance Requirements Summary (PRS). The following primary task areas of the contract will be the basis from which all surveillance will originate: 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 Kickoff meeting Project plan Updated and refined ERO vision and strategy development Performance metric development for ICE ERO transformation Full assessment of ERO organization Actionable recommendations for ERO transformation Strategies to communicate and implement ERO transformation Effectiveness evaluations of ERO transformation Page 5 of 8 2019-ICLI-00048 000941 4. EVALUATION METHODS The COR efforts will primarily be based on verification and monitoring of the Contractor's performance. For each deliverable outlined in Section 5, the COR will work with ERO Project Leadership to complete the "Quality Assurance Monitoring Form" (see Appendix A). This form provides a record of acceptable performance and ensures that McKinsey has met the stated objectives and/or performance standards, including cost, technical, and scheduling objectives. The COR and McKinsey's Contract Manager will retain a copy of all completed QA surveillance forms. 5. PERFORMANCE REQUIREMENT SUMMARY The absence of any contract requirement from the PRS shall not detract from its enforceability or limit the rights or remedies of the government under any other provision of the contract. DHS ICE ERO CHANGE MANAGEMENT SERVCIES PERFORMANCE REQUIREMENTS SUMMARY (PRS) Work to be Performed / Source of Information Performance Standards Kickoff Meeting Held within the stated timeframe Project Plan Updated and refined vision and strategy Performance metrics Objectives for meeting outlined and met Delivered within the stated timeframe Outlines key milestones and objectives and roles / responsibilities Delivered within the stated timeframe Contain agreed-upon elements Delivered within the stated timeframe Full assessment of ERO organization Contains agreed-upon elements Delivered within the stated timeframe Actionable recommendations Contain agreed-upon elements Delivered within the stated timeframe Acceptable Quality Levels 100% Delivery Date Methods of Surveillance 3/25/2016 Participation and direct verbal and written feedback 100% 4/1/2016 100% Inspection —The ERO COR shall review using the Quality Assurance Monitoring Form 100% 5/13/2016 100% 5/13/2016 100% 9/2/2016 100% 10/28/2016 100% Inspection — The ERO COR shall review using the Quality Assurance Monitoring Form 100% Inspection — The ERO COR shall review using the Quality Assurance Monitoring Form 100% Inspection — The ERO COR shall review using the Quality Assurance Monitoring Form 100% Inspection — The ERO COR shall review using the Quality Page 6 of 8 2019-ICLI-00048 000942 Work to be Performed / Source of Information Updated and refined vision and strategy Strategies to communicate and implement transformation Effectiveness evaluation Performance Standards Acceptable Quality Levels Contain agreed-upon elements Delivered within the stated timeframe Contain agreed-upon elements Delivered within the stated timeframe Contain agreed-upon elements Delivered within the stated timeframe Delivery Date 100% 10/28/2016 100% 12/23/2016 100% 3/17/2017 Contain agreed upon elements Methods of Surveillance Assurance Monitoring Form 100% Inspection — The ERO COR shall review using the Quality Assurance Monitoring Form 100% Inspection — The ERO COR shall review using the Quality Assurance Monitoring Form 100% Inspection — The ERO COR shall review using the Quality Assurance Monitoring Form If the deliverable is unacceptable, McKinsey will be allowed two business weeks to redress any identified shortcomings in performance at no cost to ERO. The COR will coordinate and communicate with the McKinsey Project Manager and Contract Manager to resolve issues and concerns regarding marginal or unacceptable performance. The COR and Contractor shall jointly formulate tactical and long-term courses of action. Decisions regarding any changes to metrics, thresholds, or service levels will be clearly documented. Changes to service levels, procedures, and metrics will be incorporated as a contract modification when necessary. Page 7 of 8 2019-ICLI-00048 000943 APPENDIX A: QUALITY ASSURANCE MONITORING FORM DELIVERABLE: SURVEILLANCE METHOD: 100% Inspection LEVEL OF SURVEILLANCE: Per Deliverable ANALYSIS OF RESULTS: Performance standard Quality level The deliverables and the related interactions between McKinsey and ERO personnel have been high quality and delivered within the timeframes outlined in the QASP. 0 Meets Standards 0 Does not meet Standards Comments: PREPARED BY: DATE: Page 8 of 8 2019-ICLI-00048 000944 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT PAGE OF PAGES 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. P00002 See Block 16C ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW kh\tm. th\mtm I WASHINGTON DC 20536 6. ISSUED BY CODE 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county. State and ZIP Code) 192116ER0LE5A0016 7. ADMINISTERED BY Of other than Item 6) CODE 9A AMENDMENT OF SOLICITATION NO. () 4CKINSEY COMPANY INC WASHINGTON DC TTN (b)(6);(b)(7)(C) L200 19TH ST NW ;UITE 1100 iASHINGTON DC 20036 2 5. PROJECT NO. (If applicable) 9B. DATED (SEE ITEM 11) MODIFICATION OF CONTRACT/ORDER NO. X 10A. GS-10F-0118S HSCECR-16-F-00004 1013. DATED (SEE ITEM 13) CODE FACILITY CODE 8252293180000 03/14/2016 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted , such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) Net Increase: $208,000.00 See Schedule 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) X Funding E. IMPORTANT: x is not, Contractor is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) DUNS Number: COR : 825229318 (b)(6) (b)(7)(C) Alt. COR: (202) 732 (b)(6), (b)(7)(C) (b)(6), (b)(7)(C) Contracting Officer: (202) 732-(b)(6), (b)(7)(C) (b)(6) (b)(7)(C) (202) 732- (b)(6), (b)(7)(C) The purpose of this modification is to add required travel funding in the amount of $208,000.00 to Base Period Travel. The ceiling price for line item 10002 is increased to $233,000.00. Continued ... Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) (b)(6); (b)(7)(C) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B.UNITED STATES OF AMERICA 16C. DATE SIGNED (b)(6); (b)(7)(C) (Signature of person authorized to sign) (Signature of Contracting Officer) STANDARD FORM 30 (REV. 10-83) NSN 7540-01-152-8070 Previous edition unusable Prescribed by GSA FAR (48 CFR) 53.243 2019-ICLI-00048 000945 CONTINUATION SHEET PAGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-16-F-00004/P00002 2 OF 1 2 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE (E) AMOUNT (F) All other terms and conditions remain unchanged. Exempt Action: N Delivery: 30 Days After Award Discount Terms: Net 30 Delivery Location Code: ICE/ERO ICE ENFORCEMENT REMOVAL IMMIGRATION AND CUSTOMS ENFORCEMENT 801 I STREET NW moymum WASHINGTON DC 20536 Accounting Info: (WM(E) -1 FOB: Destination Period of Performance: 03/21/2016 to 03/20/2017 Change Item 10002 to read as follows(amount showr is the total amount): 10002 BASE PERIOD TRAVEL 233,000.00 NSN 7540-01-152 8067 2019-ICLI-00048 000946 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR 148 CFR) 53.110 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. P00003 See Block 16C ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW (b)(6);(b)(7)(C) WASHINGTON DC 20536 6. ISSUED BY CODE 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county. State and ZIP Code) 1 2 5. PROJECT NO. (If applicable) 192116ER0LE5A0027 7. ADMINISTERED BY Of other than Item 6) (x) 4CKINSEY COMPANY INC WASHINGTON DC MN (b)(6); (b)(7)(C) L200 19TH ST NW ;UITE 1100 iASHINGTON DC 20036 PAGE OF PAGES CODE 9A AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11) MODIFICATION OF CONTRACT/ORDER NO. X 10A. GS-10E-01185 HSCECR-16-F-00004 1013. DATED (SEE ITEM 13) CODE FACILITY CODE 8252293180000 03/14/2016 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted , such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) Net Decrease: -$703,415.91 See Schedule 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) X Deobligation of funds E.IMPORTANT: Contractor is not, 1 x is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) DUNS Number: 825229318 (202) 732- b 6 b 7 coR: (b)(6);(b)(7)(C) Alt. COR:(b)(6);(b)(7)(C) C (202) 732-(b)(6);(b)(7)(C) Contracting Officer:(b)(6);(b)(7)(C) (202) 732-(b)(6);(b)(7)(C) The purpose of this modification is to deobligate funds from CLIN 10003 in the amount of $703,415.91. All other terms and conditions remain unchanged. Continued ... Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A.NAME AND TITLE OF SIGNER (Type or print) (b)(6); (b)(7)(C) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Partner 15B.CONTRACTOR/OFFEROR (b)(6); (b)(7)(C) (Signature of person authorized to sign) (b)(6); (b)(7)(C) 15C.DATE SIGNED '" ' '"""^ 'TA"' '" ^"A''.'" (b)(6); (b)(7)(C) 9/21/2016 I 16C. DATE SIGNED (Signature of Contracting Officer) STANDARD FORM 30 (REV. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 NSN 7540-01-152-8070 Previous edition unusable 2019-ICLI-00048 000947 CONTINUATION SHEET PAGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-16-F-00004/P00003 2 OF 1 2 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE (E) AMOUNT (F) Exempt Action: N Delivery: 30 Days After Award Discount Terms: Net 30 Delivery Location Code: ICE/ERO ICE ENFORCEMENT REMOVAL IMMIGRATION AND CUSTOMS ENFORCEMENT 801 I STREET NW (b)(6)(b)(7)(0) WASHINGTON DC 20536 Accounting Info: (WM(E) FOB: Destination Period of Performance: 03/21/2016 to 03/20/2017 Change Item 10003 to read as follows(amount shown is the total amount): 10003 BASE PERIOD SURGE SERVICES 0.00 NSN 7540-01-152 8067 2019-ICLI-00048 000948 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR 148 CFR) 53.110 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. PAGE OF PAGES 1 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 1 8 5. PROJECT NO. (If applicable) P00004 See Block 16C ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW kb)(6)-.(b)(7)(C) WASHINGTON DC 20536 6. ISSUED BY CODE 8. NAME AND ADDRESS OF CONTRACTOR (No, street county, State and ZIP Code) 4CKINSEY COMPANY INC WASHINGTON DC kTTN (b)(6) (b)(7)(C) L200 19TH ST NW ;UITE 1100 VASHINGTON DC 20036 7. ADMINISTERED BY (II other than Item 6) CODE 9k AMENDMENT OF SOLICITATION NO. (X) 98. DATED (SEE ITEM 11) 10A MODIFICATION OF CONTRACT/ORDER NO x GS-10F-0118S HSCECR-16-F-00004 10B. DATED (SEE ITEM 13) CODE FACILITY CODE 8252293180000 03/14/2016 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14 The hour and date specified for receipt of Offers is extended, is not extended Offers must acknowledge receipt of this amendment prior to the hour and dale specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15. and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOVVLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) See Schedule 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A THIS CHANGE ORDER IS ISSUED PURSUANT TO (Specify authonty) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO IN ITEM 10A 8 THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office. appropriation date, etc) SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 43 103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authonty) X Deobligation of funds E. IMPORTANT: Contractor x is not is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) DUNS Number: 825229318 COR: (WM (b)(7)(C) (202) 732-z(b)(6), (b)(7)(C) Alt. COR: (b)(6), (b)(7)(C) Contracting Officer: (b)(6); (202) 732- (b)(6), (b)(7)(C) (202) 732- (b)(6), (b)(7)(C) The purpose of this modification is to update and incorporate the attached revised Performance Work Statement and Milestones Payment Plan. All other terms and conditions remain unchanged. Continued ... Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect . 15A NAME AND TITLE OF SIGNER (Type or pnnt) 16A NAME AND TITLE OF CONTRACTING OFFICER (Type or pnnt) (b)(6) (b)(7)(C) 15B CONTRACTOR/OFFEROR 15C DATE SIGNED 16? IIMIT fl c'rnrre flc ARA 01,A 16C DATE SIGNED (b)(6), (b)(7)(C) (Swami ol person oothotized to sign) g Onkel NSN 7540-01-152-8070 Previous edition unusable /1,y STANDARD FORM 30 (REV. 10-83) Prescribed by GSA FAR (48 CFR) 53 243 2019-ICLI-00048 000949 / CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE GS-10E-0118S/HSCECR-16-F-00004/P00004 2 OF 1 8 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) UNIT PRICE AMOUNT (D) Exempt Action: N Period of Performance: 03/21/2016 to 03/20/2017 NSN 7540-01.152 8067 OPTIONAL FORM 336 14-861 Sponsored by GSA FAR (48 CFR1 53.110 2019-ICLI-00048 000950 Performance Work Statement ICE ERO Change Management Services March 31, 2016 1. BACKGROUND ICE ERO has a broad role across the U.S. national and homeland security landscape. Its diverse mission includes identifying and arresting aliens who present a national security, border security, or public safety risk. ERO is also responsible for pursuing and arresting alien fugitives, housing and providing for the medical care of as many as 35.000 detainees, caring for tens of thousands of unaccompanied minors during transportation, and repatriating aliens ordered removed to their country of origin. ERO manages a large geographic footprint across the continental United States and 1 2 overseas locations, and coordinates with multiple federal agencies, as well as state and local law enforcement. Across all these missions, ERO must navigate a complex political terrain, changing immigration policies, and the scrutiny of internal federal government partners. state and local government and law enforcement stakeholders, and private sector advocates. ERO is under pressure to meet an evolving set of competing demands, assuming a wider law enforcement role and more highly-specialized focus areas (e.g., fugitive operations). with no let-up in current mission requirements. In the face of these challenges. ERO has begun making substantial changes to its operations and business practices, including actions on immigration policy. information technology, a single career path, and business process reengineering initiatives. 2. OBJECTIVES ERO wishes to take a fresh look at the organization's vision and strategy, fundamentally transforming the way the organization operates while boosting employee engagement and morale. Specifically. ERO has six objectives for this effort: 1. Complete a full assessment of ERO's organization and identify critical areas for improvement in regards to ERO's workforce. organizational structure, operating model, information technology, and other relevant areas. 2. Make actionable recommendations for ERO to make tangible improvements in critical areas identified. 3. Recommend performance metrics to measure outcomes for this transformational effort and achievable goals to define successful outcomes. 4. Provide consulting services, as requested by ERO. through the period of performance for the purpose of evaluating the effectiveness of recommendations made by the contractor and implementation efforts by ERO. 5. Update and refine ERO's comprehensive vision and strategy by integrating existing and anticipated initiatives regarding immigration policy. DHS civil immigration enforcement priorities, workforce changes, operational ties with partner immigration agencies, data synchronization issues across agencies, existing information technology initiatives, and other major business process reengineering initiatives underway. 6. Provide strategies for ERO to communicate and implement the updated and refined vision and strategy throughout the organization and all key stakeholders. Page I of 5 2019-ICLI-00048 000951 3. SCOPE The scope of this PWS primarily involves the creation of a unifying strategic vision that will identify opportunities for profound change and improvement and that will guide the implementation of existing and evolving efforts. The Contractor shall provide ERO with innovative strategic consulting services to guide ICE in fundamentally changing the way ERO defines and communicates its vision. strategy. goals and objectives for the future. This task order will include assisting ERO with a strategy to hire, train, and fully develop a workforce consistent with the vision: and implementing the vision, strategy. goals. and objectives throughout ERO's organization. This transformation includes change management practices that coordinate and leverage existing related initiatives. This scope includes managing foreseen and unforeseen challenges, providing effective oversight and guidance to all ongoing elements of transformation. and establishing and tracking performance of all activities against metrics for success. 4. PERIOD OF PERFORMANCE Base Period: March 21. 2016— March 20, 2017 Option Period I: March 21. 2017 — March 20. 2018 Option Period II: March 21. 2018— March 20, 2019 Option Period III: March 21, 2020— September 20, 2020 5. TASKS AND DELIVERABLES Task 1 (Aspire): Update and refine mission and vision, and recommend performance metrics (Objectives 3 and 5) The contractor will update and refine ERO's comprehensive vision and strategy by integrating existing and anticipated initiatives (Objective 5). The contractor will also recommend performance metrics for the transformation (Objective 3). Key activities include: • • • • Review and analyze existing personnel, processes. tools and infrastructure used to accomplish ERO missions Identify impacted ERO, ICE, DHS. and external stakeholders Update and refine, with assistance from ICE stakeholders, a feasible, focused, and flexible vision for ERO consistent with its new mission and operational needs Recommend performance metrics to measure outcomes for transformational effort Deliverables: • • • • Kickoff meeting Project plan Updated and refined vision and strategy Performance metrics Page 2 of 5 2019-ICLI-00048 000952 Task 2 (Assess/Architect): Complete a full assessment of ERO's organization, identify critical areas for improvement, and develop actionable recommendations (Objectives 1 and 2) The contractor will complete a full assessment of ERO's organization and identify critical areas for improvement in regards to ERO's workforce. organizational structure, operating model, information technology, and other relevant areas (Objective I). Each of the areas for gap assessment will result in tangible improvement opportunities and actionable recommendations for organizational transformation (Objective 2). Key activities include: • • • • • • • • • • • Examine any current ERO operational workforce analyses, and develop an ERO-wide staffing model Assess and determine additional ERO workforce skill requirements Develop workforce training and professional development opportunities Develop a career progression strategy Develop personnel and FIR processes for hiring. building. and supporting a stellar workforce Assess ERO's organizational structure and other ICE program office management to identify potential gaps in mission-essential and mission-supporting activities Provide recommendations concerning restructuring ERO programs and other ICE program office management to align with the organization's vision, strategy. goals and objectives Assess the operating model ERO uses to identify aliens that present a public safety/national security risk Provide recommendations concerning restructuring ERO operating model, including programs and other ICE program office management to align with the organization's vision, strategy. goals and objectives Assess ERO's data management and data sharing practices Develop recommendations to ensure the right data and analysis is available to those who need it for enhancing core mission performance and meeting internal and external reporting requirements Deliverables: • • • A full assessment of ERO's workforce, organizational structure, operating model and IT Actionable recommendations to improve the effectiveness and efficiency of ERO's workforce. organizational structure. operating model and IT Further updated and refined vision and strategy Task 3 (Act and Advance): Communicate, implement, and evaluate effectiveness of refined strategy and vision (Objectives 4 and 6) The contractor will provide strategies for ERO to communicate and implement the updated and refined vision and strategy throughout the organization and all key stakeholders (Objective 6). As part of this process. the contractor will also continue to support ERO in evaluating the effectiveness of recommendations and implementation efforts by ERO (Objective 4). Key activities include: • Launch quick wins Page 3 of 5 2019-ICLI-00048 000953 • • • • • • • • • Develop the high-level implementation strategy Prioritize and sequence the key initiatives (timelines and milestones) Identify resource needs Refine metrics and tools to measure progress Create communications plans to articulate and share ERO's vision, goals, and plans with stakeholders Engage internal and external stakeholders to ensure awareness and support of vision and transformation Develop communications tools and products to articulate rationale for change and role of stakeholders in effecting change Codify the work performed Perform ongoing evaluation activities Deliverables: • • 6. Strategies to communicate and implement transformation Periodic effectiveness evaluations (one during base period and approx. every 3 months during option periods) DELIVERABLE SCHEDULE 4. Kickoff Meetin Project Plan Updated and refined vision and strategy (Obj 5) Performance metrics Ob. 3 3/25/16 4/1/16 6/3/16 11/18/16 5. 6. 7 Full assessment of ERO organization (Obj 1) Actionable recommendations (Obj 2) U dated and refined vision and state Ob. 5 9/2/16 11/18/16 11/18/16 8 12/23/16 9. Strategies to communicate and implement transformation (Obj 6) Effectiveness evaluation Ob. 4 1. 2. 3. 4. Effectiveness evaluation (Obj 4) Effectiveness evaluation (Obj 4) Effectiveness evaluation (Obj 4) Effectiveness evaluation Ob. 4 6/16/17 9/15/17 12/15/17 3/16/18 1. 2. 3. 4. Effectiveness evaluation (Obj 4) Effectiveness evaluation (Obj 4) Effectiveness evaluation (Obj 4) Effectiveness evaluation Ob. 4 6/15/18 9/14/18 12/14/18 3/15/19 2. 3. 3/17/17 11 1f11rr .....1crr 1 41 111 2. Effectiveness evaluation (Obj 4) 9/13/19 Bi-weekl r-o ress meetines will occur throuhout base and otion eriods Page 4 of 5 2019-ICLI-00048 000954 Page 5 of5 2019-ICLI-00048 000955 Milestone Delivery Date Updated and refined vision and strategy (Obj 5) Comprehensive Status Report Performance metrics (Obj 3), Full assessment of ERO organization (Obj 1) Actionable recommendations (Obj 2), Updated and refined vision and strategy (Obj 5) Strategies to communicate and implement transformation (Obj 6) 6/3/2016 7/15/2016 9/2/2016 12/23/2016 Effectiveness evaluation (Obj 4) 3/17/2017 2019-ICLI-00048 000956 11/18/2016 Amount (b)(4) 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 1 4. REQUISITION/PURCHASE REQ. NO. P00018 See Block 16C ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW (:90); WASHINGTON DC 20536 6. ISSUED BY PAGE OF PAGES CODE 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county. State and ZIP Code) 192118ER0LE5A0023 ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW(DX6);(1:)(7)(C) WASHINGTON DC 20536 7. ADMINISTERED BY (If other than Item 6) () 4CKINSEY COMPANY INC WASHINGTON DC L200 19TH ST NW MITE 1100 MSHINGTON DC 200362412 2 5. PROJECT NO. (If applicable) CODE 9A AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. GS-10E-01185 HSCECR-17-F-00003 1013. DATED (SEE ITEM 13) CODE 12/26/2016 FACILITY CODE 8252293180000 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted , such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) Net Increase: $559,443.67 See Schedule 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such exchanges in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) X 52.217-9 E. IMPORTANT: Contractor x is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) DUNS Number: 825229318 (20 2 ) 732 (b)(6),(b)(7)(C) COR:(b)(6),(b)(7)(C) Contracting Officer: (b)(6),(b)(7)(C) (202) 732- bmimp (2 0 2 ) 732 b)(6),(b)(7)(C) Contract Specialist: (b)(6),(b)(7)(C) The purpose of this modification is to exercise CLIN 1006. The period of performance for CLIN 1006 is 4/1/2018 - 6/30/18. The period of performance of this order is extended to 6/30/2018. Funding is provided as shown below. All other terms and conditions remain the same. Exempt Action: N Sensitive Award: NONE Continued ... Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) (b)(6),(b)(7)(C) 15B. CONTRACTOR/OFFEROR (Signature of person authorized to sign) 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA (b)(6),(b)(7)(C) (oigrraruro or uoruracrvrg 'Juicer) 16C. DATE SIGNED 2/26/2018 STANDARD FORM 30 (REV. 10-83) NSN 7540-01-152-8070 Previous edition unusable Prescribed by GSA FAR (48 CFR) 53.243 2019-ICLI-00048 000957 CONTINUATION SHEET PAGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003/P00018 2 OF 1 2 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO, SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE (E) AMOUNT (F) Discount Terms: Net 30 Accounting Info: (b)(7)(E) FOB: Destination Period of Performance: 01/03/2017 to 06/30/2018 Change Item 1006 to read as follows(amount shown is the obligated amount): 1006 Step 4: Quality assurance across ERO 2.0 Field Waves and Data Driven Management + HQ wave execution 559,443.67 Period of Performance: 4/1/2018 - 6/30/2018 Fully Funded Obligation Amount: b 4 Incrementally Funded Amount: b 4 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER NSN 7540-01-152 8067 2019-ICLI-00048 000958 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR 148 CFR) 53.110 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 1 4. REQUISITION/PURCHASE REQ. NO. P00019 See Block 16C ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW (b)(6);(10)(7)(C) WASHINGTON DC 20536 6. ISSUED BY PAGE OF PAGES CODE 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county. State and ZIP Code) 1921180HC06090051 ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW opmmum WASHINGTON DC 20536 7. ADMINISTERED BY (If other than Item 6) (x) 4CKINSEY COMPANY INC WASHINGTON DC L200 19TH ST NW MITE 1100 MSHINGTON DC 200362412 3 5. PROJECT NO. (If applicable) CODE 9A AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. GS-10E-01185 HSCECR-17-F-00003 1013. DATED (SEE ITEM 13) CODE 12/26/2016 FACILITY CODE 8252293180000 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted , such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) Net Increase: $1,679,656.65 See Schedule 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) X FAR 52.217-9 E. IMPORTANT: Contractor x is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) DUNS Number: 825229318 ( 2 0 2 ) 732-(b)(6);(b)(7)(C) COR: b 6 b 7 C Contracting Officer:kW); ( 2 0 2 ) 7 3 2 -I(b)(6);(b)(7)(C) ( 2 0 2 ) 732 1(b)(6),(b)(7)(C) Contract Specialist: b 6 b 7 C The purpose of this modification is to: 1) Exercise and fully fund optional CLIN 3004 at $1,679,656.65. The new period of performance (POP) for CLIN 3004 is 3/19/2018 - 6/10/2018. 2) Modify the POP for unexercised optional CLINs 3005 and 3006. The POP for both CLINs is Continued ... Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) (b)(6);(b)(7)(C) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B.UNITED STATES OF AMERICA 16C. DATE SIGNED (b)(6);(b)(7)(C) (Signature of person authonzed to sign) 3/14/2018 - NSN 7540-01-152-8070 Previous edition unusable STANDARD FORM 30 (REV. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 2019-ICLI-00048 000959 CONTINUATION SHEET AGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003/P00019 OF 2 3 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE (E) AMOUNT (F) now 6/11/2018 - 10/28/2018. All other terms and conditions remain the same. Exempt Action: N Sensitive Award: NONE Discount Terms: Net 30 FOB: Destination Period of Performance: 01/03/2017 to 06/30/2018 Change Item 3004 to read as follows(amount shown is the obligated amount): 3004 Talent Management Strategy Step 3b: Continue implementing immediate improvements to streamline the hiring process 1,679,656.65 Period of Performance: 3/19/2018 - 6/10/2018 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER Accounting Info: (b)(7)(E) Funded: ithv A \ I Change Item 3005 to read as follows(amount shown is the obligated amount): 3005 n' Talent Management Strategy Step 4: Sustain and continually improve hiring operations (Team A Portion) Period of Performance: 6/11/2018 - 10/28/2018 Amount: (b)(4) b(Option Line Item) 11/24/2017 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER Accounting Info: Funded: $0.00 Change Item 3006 to read as follows(amount shown is the obligated amount): 3006 Talent Management Strategy Step 4: Sustain and continually improve hiring operations (Team E Portion) Continued ... NSN 7540-01-152 8067 2019-ICLI-00048 000960 0.00 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR 148 CFR) 53.110 CONTINUATION SHEET PAGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003/P00019 3 OF I 3 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE (E) AMOUNT (F) Period of Performance: 6/11/2018 - 10/28/2018 Amount: lb 4 (Option Line Item) 11/24/2017 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER Accounting Info: Funded: $0.00 NSN 7540-01-152 8067 2019-ICLI-00048 000961 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR 148 CFR) 53.110 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE P00020 6. ISSUED BY CODE PAGE OF PAGES 1 4. REQUISITION/PURCHASE REQ. NO. See Block 16C ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW (b)(6); WASHINGTON DC 20536 3 5. PROJECT NO. (If applicable) 192118ER0LE5A0031 7. ADMINISTERED BY (If other than Item 6) CODE ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW (b)(6);(b)(7)(C) WASHINGTON DC 20536 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county. State and ZIP Code) () 4CKINSEY COMPANY INC WASHINGTON DC L200 19TH ST NW MITE 1100 MSHINGTON DC 200362412 9A AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. GS-10E-01185 HSCECR-17-F-00003 1013. DATED (SEE ITEM 13) CODE FACILITY CODE 8252293180000 12/26/2016 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted , such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) Net Increase: See Schedule $559,443.67 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) FAR 52.217-9 X E. IMPORTANT: Contractor is not. x is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) DUNS Number: 825229318 1 (202) 732- kb)(6) (b)(7)(C) COR: kb)(61(b)(7)(C) Contracting Officer: kb 6 (202) 7324b)(6),(b)(7)(C) (202) 732- (b)(6),(b)(7)(C) Contract Specialist: 1(b)(6) (b)(7)(C) The purpose of this modification is to provide incremental funds to CLIN 1006 in the amount of $559,443.67. Total funds for this order are as follows: From: (b)(4) By: To: Continued ... Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A.NAME AND TITLE OF SIGNER (Type or print) (b)(6),(b)(7)(C) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) (b)(6),(b)(7)(C) Partner 15B.CONTRACTOR/OFFER° (b)(6),(b)(7)(C) 15C. DATE SIGNED 16B. UNI (b)(6),(b)(7)(C) 04/19/2018 (Signature of perso 16C. DATE SIGNED April 19, 2018 STANDARD FORM 30 (REV. 10-83) NSN 7540-01-152-8070 Previous edition unusable Prescribed by GSA FAR (48 CFR) 53.243 2019-ICLI-00048 000962 CONTINUATION SHEET AGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003/P00020 OF 2 3 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE (E) AMOUNT (F) This modification also updates the POP for CLINs 3004, 3005, and 3006. The current CLIN, CLIN 3004, is being extended by two weeks at no cost to the Government. The POP for CLINs 3005 and 3006 will shift by two weeks but will not be extended beyond their original duration of 20 weeks. The POP for these CLINs is now as follows: CLIN 3004: 3/19/2018 - 6/24/2018 CLIN 3005: 6/25/2018 - 11/12/2018 CLIN 3006: 6/25/2018 - 11/12/2018 All other terms and conditions remain the same. Exempt Action: N Sensitive Award: NONE Discount Terms: Net 30 FOB: Destination Period of Performance: 01/03/2017 to 06/30/2018 Change Item 1006 to read as follows(amount shown is the obligated amount): 1006 Step 4: Quality assurance across ERO 2.0 Field Waves and Data Driven Management + HQ wave execution 559,443.67 Period of Performance: 4/1/2018 - 6/30/2018 Fully Funded Obligation Amount WM Incrementally Funded Amount: $ Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER Accounting Info: (b)(7)(E) Funded: $0.00 Accounting Info: (b)(7)(E) Funded: IfFIVAI V Change Item 3004 to read as follows(amount shown is the obligated amount): 3004 Talent Management Strategy Step 3b: Continue implementing immediate Continued ... NSN 7540-01-152 8067 2019-ICLI-00048 000963 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR 148 CFR) 53.110 CONTINUATION SHEET AGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003/P00020 OF 3 3 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE (E) AMOUNT (F) improvements to streamline the hiring process Period of Performance: 3/19/2018 - 6/24/2018 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER Accounting Info: b)(7)(E) Funded: SU.OU Change Item 3005 to read as follows(amount shown is the obligated amount): 3005 Talent Management Strategy Step 4: Sustain and continually improve hiring operations (Team A Portion) 0.00 Period of Performance: 6/25/2018 - 11/12/2018 Amount: 1(1)101.1 I(Option Line Item) 05/25/2018 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER Accounting Info: Funded: $0.00 Change Item 3006 to read as follows(amount shown is the obligated amount): 3006 C. Ci Talent Management Strategy Step 4: Sustain and continually improve hiring operations (Team E Portion) Period of Performance: 6/25/2018 - 11/12/2018 Amount: °MO (Option Line Item) 05/25/2018 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER Accounting Info: Funded: $0.00 NSN 7540-01-152 8067 2019-ICLI-00048 000964 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR 148 CFR) 53.110 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 1 4. REQUISITION/PURCHASE REQ. NO. P00021 See Block 16C ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW moyamw) WASHINGTON DC 20J.510 6. ISSUED BY PAGE OF PAGES CODE 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county. State and ZIP Code) 192118ER0LE5A0034 ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW WASHINGTON DC 20536 7. ADMINISTERED BY (If other than Item 6) (x) 4CKINSEY COMPANY INC WASHINGTON DC L200 19TH ST NW MITE 1100 MSHINGTON DC 200362412 2 5. PROJECT NO. (If applicable) CODE 9A AMENDMENT OF SOLICITATION NO. 911DATED(SEE/TEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. GS-10E-01185 HSCECR-17-F-00003 10B.DATED(SEEnTAM) CODE 12/26/2016 FACILITY CODE 8252293180000 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted , such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) Net Increase: $559,443.67 See Schedule 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) X Incremental Funding E. IMPORTANT: Contractor x is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) DUNS Number: 825229318 1 (202) 732-1(h)(61'(h)(71(C) COR: (h)(61 (h)(71(C) Contracting Officer. 111-111Al• (202) 732-(b)(6),(b)(7)(C) (202) 732-(b)(6),(b)(7)(C) Contract Specialist: (b)(6),(b)(7)(C) The purpose of this modification is to provide incremental funds to CLIN 1006 in the amount of $559,443.67. Total funds for this order are as follows: From: (b)(4) By: To: Continued ... Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) (b)(6),(b)(7)(C) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B.UNITED S 16C. DATE SIGNED (b)(6);(b)(7)(C) (Signature of person authorized to sign) !kw) May 16, 2018 STANDARD FORM 30 (REV. 10-83) NSN 7540-01-152-8070 Previous edition unusable Prescribed by GSA FAR (48 CFR) 53.243 2019-ICLI-00048 000965 CONTINUATION SHEET AGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003/P00021 OF 2 2 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE (E) AMOUNT (F) All other terms and conditions remain the same. Exempt Action: N Sensitive Award: NONE Discount Terms: Net 30 Accounting Info: (b)(7)(E) FOB: Destination Period of Performance: 01/03/2017 to 06/30/2018 Change Item 1006 to read as follows(amount shown is the obligated amount): 1006 Step 4: Quality assurance across ERO 2.0 Field Waves and Data Driven Management + HQ wave execution 559,443.67 Period of Performance: 4/1/2018 - 6/30/2018 Fully Funded Obligation AmountODM Incrementally Funded Amount: . Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER The funding provided in this Task Order is the amount presently available for payment and allotted to this Task Order. The service provider agrees to perform to the point that does not exceed the total amount currently allotted to the items funded under this Task Order. The Service Provider is not authorized to continue work on those items beyond that point. The Government will not be obligated to reimburse the Service Provider in excess of the amount allotted to those items for performance beyond the funding allotted. NSN 7540-01-152 8067 2019-ICLI-00048 000966 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR 148 CFR) 53.110 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE PAGE OF PAGES 1 4. REQUISITION/PURCHASE REQ. NO. 2 5. PROJECT NO. (If applicable) P00022 See Block 16C ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW b 6; WASHINGTON DC 20536 6. ISSUED BY CODE 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county. State and ZIP Code) ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET N1(b)(6);(b)(7)(C) WASHINGTON DC 2 536 7. ADMINISTERED BY Of other than Item 6) () 4CKINSEY COMPANY INC WASHINGTON DC L200 19TH ST NW MITE 1100 MSHINGTON DC 200362412 CODE 9A AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. GS-10F-0118S HSCECR-17-F-00003 1013. DATED (SEE ITEM 13) CODE 12/26/2016 FACILITY CODE 8252293180000 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted , such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) See Schedule 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE X A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. FAR 52.212-4(c) B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such exchanges in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor is not, 1 x is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) DUNS Number: 825229318 (202) 732COR:MOY(b)(7)(C) Contracting Officer: (b)(6), (b)(7)(C) Contract Specialist: MN:WM 6 7 (202) 7321(b)(6),(b)(7)(C) (202) 732.(b)(6), (b)(7)(C) The purpose of this modification is to provide a no-cost extension of performance to July 13, 2018. All other terms and conditions remain the same. Exempt Action: N Sensitive Award: NONE Delivery: 30 Days After Award Continued ... Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) (b)(6), (b)(7)(C) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) b)(6), (b)(7)(C) Partner 15B. CONTRACTOR/OFFEROR (b)(6); (b)(7)(C) 15C. DATE SIGNED 06/29/2018 16B. UNITED • - 16C. DATE SIGNED (b)(6); (b)(7)(C) (Signature of person authorized to sign) cer) June 29, 2018 STANDARD FORM 30 (REV. 10-83) NSN 7540-01-152-8070 Previous edition unusable Prescribed by GSA FAR (48 CFR) 53.243 2019-ICLI-00048 000967 CONTINUATION SHEET PAGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003/P00022 2 OF 1 2 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM Na SUPPLIES/SERVICES (A) (B) QUANTITY UNIT (C) (D) UNIT PRICE (E) AMOUNT (F) Discount Terms: Net 30 Delivery Location Code: ICE/ERO ICE ENFORCEMENT REMOVAL IMMIGRATION AND CUSTOMS ENFORCEMENT 801 I STREET NW kbm,m(w) 1 WASHINGTON DC 20536 Accounting Info: b)(7)(E) -1 FOB: Destination Period of Performance: 01/03/2017 to 07/13/2018 Change Item 3004 to read as follows(amount shown is the obligated amount): 3004 Talent Management Strategy Step 3b: Continue implementing immediate improvements to streamline the hiring process .fl' Period of Performance: 3/19/2018 - 7/13/2018 Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER The funding provided in this Task Order is the amount presently available for payment and allotted to this Task Order. The service provider agrees to perform to the point that does not exceed the total amount currently allotted to the items funded under this Task Order. The Service Provider is not authorized to continue work on those items beyond that point. The Government will not be obligated to reimburse the Service Provider in excess of the amount allotted to those items for performance beyond the funding allotted. NSN 7540-01-152 8067 2019-ICLI-00048 000968 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR 148 CFR) 53.110 Fair Opportunity / Limited Sources JustificationHSCECR-17-F-00003 - Federal Business ... Page 1 of 2 My FB0 My Profile Notices Welcome. 116.% Document Packages I Accessibility User Guide Logout Fair Opportunity / Limited Sources JustificationHSCECR-17-F-00003 RETURN TO NOTICES RETURN TO LIST (NOTICES) Notice Information Packages Print Interested Vendors Link Note: This is a Fair Opportunity! Limited Sources Justification Notice Return To List Archive PROCUREMENT NOTICE INFO Created: November 2. 2017 4:51 per IrrivA By: Modified: November 2. 2017 5:18 pre By: Print Notice Information Solicitation: Agency/Office: HSCECR-17-F-00003 Immigration & Customs Enforcement GENERAL INFORMATION Notice Type: Location: Fair Opportunity I Limited Sources ICE-OAQ-DM Justification Title: Posted Date: November 2, 2017 Integrated Consulting Services Response Date: Fair Opportunity / Limited Sources Justification Authority: Only One Source (except brand name) Archiving Policy: Automatic, 15 days after response Contract Award Date: date October 23, 2017 Archive Date: Description(s): December 2.2017 Added: Nov 02, 2017 5:18 pm Classification Code: THIS IS NOT A SOLICITATION. R Professional, administrative, and management support services This Limited Sources Justification is being posted in accordance with FAR NAICS Code: 8.405-6. 541 -- Professional. Scientific. and Technical Services/541611 -- This Limited Sources Justification was developed in accordance with FAR Administrative Management and 8.405-6(a)(1)(i)(B). Primary Point of Contact.: General Management Consulting Secondary Point of Contact: (b)(6), (b)(7)(C) Contract Award Number: GS-10F-0118S Contracting Officer Phone: 20273 MGM l(h)(61 (h)(7)(C) Task/Delivery Order Number: HSCECR-17-F-00003_P00013 NOTICE HISTORY Original Notice: HSCECR-17-F-00003 (Nov 02, 20171 FILES Modification Number: P00013 Limited Sources Justification M Nov 02,2517 Contracting Office Address: 801 I Street, NW, Services 02 03 Limited Source MOM Washington, District of Columbia 20536 United States Place of Contract Performance: Washington. District of Columbia 20536 United States Allow Vendors To Add/Remove From Interested Vendors: No Allow Vendors To View Interested Vendors List: No Recovery and Reinvestment Act Action: No Solicitation External Reference: htips://www.fbo.govispg/DHS/INS/ICE-OAQ-DM/HSCECR-17-F-00003/listino.html 2019-ICLI-00048 000969 https://www.fbo.gov/index?mode=form&id=8a215526c4dbefa825547532ef25121f&tab=n... 11/2/2017 Fair Opportunity / Limited Sources JustificationHSCECR-17-F-00003 - Federal Business ... Page 2 of 2 Solicitation External Reference To Packages: https://www.fbo.00vispq/DHS/INS/ICE-OAQ-DM/HSCECR-17-F-00003/packaqes.html Return To List Archive User Guide For Help: Federal Service Desk Accessibility Ir17771771P7P7777, 77 2019-ICLI-00048 000970 https://www.fbo.gov/index?mode=form&id=8a2 1 5526c4dbefa825547532ef25121f&tab=n... 11/2/2017 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, £30 2. CONTRACT NO. 3 AWARD/ GS-10F-0118S . ICE/DCR 0 WOMEN.OWNED SMALL BUSINESS U (WOSE9 ELIGIBLE UNDER THE WOMEN.OWNED RNIAI I RI IRINFSS PROCIRAM NAICS: 0 EDWOSB SMALL BUSINESS BUSINESS n SERVICE-DISABLED 0 UNRESTRICTED OR Fl SET ASIDE: 8(A) [1 13a ICE/ERO 13b. RATING THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 14. METHOD OF SOLICITATION l IlF8 URFQ IS, ADMINISTERED BY ICE ENFORCEMENT REMOVAL IMMIGRATION AND CUSTOMS ENFORCEMENT 801 I STREET NW khvBv(mawc)1 WASHINGTON DC 20536 % FOR: SIZE STANDARD: VETERAN•OWNED SMALL BUSINESS Net 30 8252293180000 8 OFFER DUE DATE/LOCAL TIME iii] SEE SCHEDULE CODE (No coned caUs) riM1 10, THIS ACQUISITION IS n HUBZONE SMALL 12. DISCOUNT TERMS CODE B. SOLICITATION ISSUE DATE 202-732- ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW (b)(6);(b)(7)(C) WASHINGTON DC 20536 IS. DELIVER TO 38 HSCECR-17-F-00003 b. TELEPHONE NUMBER CODE OF $ SOLICITATION NUMBER b)(6);(b)(7)(C) 9 ISSUED BY 17a, CONTRACTOR/ OFFEROR 1 NAME FOR SOLICITATION k INFORMATION CALL: 0 PAGE 4. ORDER NUMBER EFFECTIVE DATE 11. DELIVERY FOR FOB DESTINA. TION UNLESS BLOCK IS MARKED 1 REQUISITION NUMBER See Schedule CODE U RFP ICE/DCR ICEDETENTION COMPLIANCE REMOVALS IMMIGRATION AND CUSTOMS ENFORCEMENT OFFICE OF ACQUISITION MANAGEMENT 801 I STREET NW b 6 WASHINGTON DC 20536 FACILITY CODE 18a. PAYMENT WILL BE MADE BY MCKINSEY COMPANY INC WASHINGTON DC 1200 19TH ST NW SUITE 1100 WASHINGTON DC 200362412 CODE ICE-OCF0-0FM-DFC DHS ICE BURLINGTON FINANCE CENTER PO BOX 1620 ATTN ICE-OCFO-OFM-DFC WILLISTON VT 05495-1620 TELEPHONE NO. 1 117b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 19, ITEM NO. 18b SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED FISEE ADDENDUM 20 SCHEDULE OF SUPPLIES/SERVICES 21. 22. QUANTITY UNIT 23. UNIT PRICE 24. AMOUNT DUNS Number: 825229318 COR: 1(b)(6);(b)(7)(C) (202) 732-1(b)(8); (b)(6);(b)(7)(C) I Alt. COR:(b)(6);(b)(7)(C) (b)(6);(b)(7)(C) 1 (202) 732-1(b)(6); 1 Contracting Officer: 1(b)(6):00 (7)(c) p02) 732-1(b)(6); (b)(6);(b)(7)(C) Contract Specialist: Irhym. th\avr\ (202) (Use Reverse and/or Attach Additional Sheets as Necessary) 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 25. ACCOUNTING AND APPROPRIATION DATA See schedule $1,608,792.49 27a SOLICITATION INCORPORATES BY REFERENCE FAR 52 212-1, 52 212-4. FAR 52212-3 AND 52 212-5 ARE ATTACHED ( I ARE Ll ARE NOT ATTACHED. ' 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52 212-4 FAR 52.212-5 IS ATTACHED. DARE I I ARE NOT ATTACHED. 0 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN El 29. AWARD OF CONTRACT: OFFER DATED YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH COPIES TO ISSUING OFFICE CONTRACTOR AGREES TO FURNISH AND DELIVER All ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. 30a. SIGNATURE OF OFFEROR/CONTRACTOR 30b NAME AND TITLE OF SIGNER (Type or pint) HEREIN. IS ACCEPT DAS TO ITEMS: 31a UNIT 30c DATE SIGNED ADDENDA ADDENDA b)(6),(b)(7)(C) "IGNATUREOFCONTRACTINGOFFICER) 31b. NAME ca-yoN I HAL. I iNc., OFFICER (Type or print) 1(b)(6); (b)(7)(C) AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE 31c. DATE SIGNED '0 4 C. (40\ CO STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA -FAR (48 CFR) 63.212 2019-ICLI-00048 000971 38 2 of 19. ITEM NO. 20. SCHEDULE OF SUPPLIES/SERVICES 21. 22. QUANTITY UNIT 23. UNIT PRICE 24. AMOUNT 732- (b)(6); (b)(7)(C) This order establishes the Task Order entitled, "Enforcement and Removal Operations Transformation 2.0" between Immigration and Customs Enforcement and McKinsey & Company, Inc. Washington DC, to provide integrated consulting services. Services shall be provided in accordance with the attached Performance Work Statement and Quality Assurance Surveillance Plan as well as the Vendor's technical quote dated December 2, 2016, which is hereby incorporated by reference. All prices are in accordance with the Vendor's updated price quote dated December 12, 2016. This order is placed against the Vendor's GSA Schedule Contract # GS-10E-01185 and is subject to the terms and conditions of the GSA Schedule contract and the terms and conditions attached to this order. Exempt Action: N Period of Performance: 01/03/2017 to 10/09/2017 1001 Transformation Task 3 3,017,439.00 Step la: Test and refine the Task 2 recommendations in one 'alpha' pilot site Fully Funded Obligation Amount: $3,017,439.00 Continued ... 32a. QUANTITY IN COLUMN 21 HAS BEEN RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: 32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE 33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED CORRECT FOR 36. PAYMENT COMPLETE PARTIAL 37. CHECK NUMBER PARTIAL FINAL FINAL 38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY 41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 42a. RECEIVED BY (Print) 41c. DATE 42b. RECEIVED AT (Location) 42c. DATE RECD (YY/MM/DD) 42d. TOTAL CONTAINERS STANDARD FORM 1449 (REV. 2/2012) BACK 2019-ICLI-00048 000972 CONTINUATION SHEET PAGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003 OF I 38 3 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. SUPPLIES/SERVICES (A) QUANTITY (C) (B) UNIT (D) UNIT PRICE (E) AMOUNT (F) Incrementally Funded Amount: $393,943.50 Requisition No: 192117ER0LE5A0006 Delivery: 1 Days After Notice to Proceed Accounting Info: (b)(7)(E) Funded: (b)(4) 1002 Transformation Task 3 Step lb: Test and refine the Task 2 recommendations in two 'beta'pilot sites Amount: 1(h)(41 Option Line Item) 04/24/2017 Fully Funded Obligation Amount: (b)(4) Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER 0.00 Accounting Info: Funded: $0.00 1003 Transformation Task 3 Step 2a: Support wave implementation and build capabilities in 4 Wave 1 sites Amount: (b)(4) (Option Line Item) 06/19/2017 Fully Funded Obligation Amount: (b)(4) Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER 0.00 Accounting Info: Funded: $0.00 1004 Transformation Task 3 Step 2b: Support wave implementation and build capabilities in additional 1 Wave 1 site (San Antonio) Amount: (b)(4) Option Line Item) 08/14/2017 4 Fully Funded Obligation Amount: Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER 0.00 Continued NSN 7540-01-152-8067 2019-ICLI-00048 000973 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110 CONTINUATION SHEET PAGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003 OF 4 I 38 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. SUPPLIES/SERVICES (A) QUANTITY (C) (B) UNIT (D) UNIT PRICE (E) AMOUNT (F) Accounting Info: Funded: $0.00 2001 Total Cost of Ownership Procurement Strategy Step 1 Fully Funded Obligation Amoun (ID)(4) Incrementally Funded Amount: Requisition No: 192117ER0LESA0007 628,633.00 Delivery: 1 Days After Notice to Proceed Accounting Info: (b)(7)(E) Funded: 2002 Ith la\ Total Cost of Ownership Procurement Strategy Steps 2-4 Amount: (b)(4) (Option Line Item) 02/23/2017 Fully Funded Obligation Amount: (b)(4) Product/Service Code: R799 Product/Service Description: SUPPORT- MANAGEMENT: OTHER 0.00 Accounting Info: Funded: $0.00 3001 Talent Management Strategy Step 1: Strategy Development Fully Funded Obligation Amount: 4(b)(4) Incrementally Funded Amount: b 4 Requisition No: 192117EROLESA0005 1,309,955.00 Delivery: 30 Days After Award Accounting Info: (b)(7)(E) Funded: 3002 b4 Talent Management Strategy Step 2: Strategy Implementation Amount: b4 (Option Line Item) 03/06/2017 Fully Funded Obligation Amount: (b)(4) Product/Service Code: R799 Continued ... NSN 7540-01-152-8067 2019-ICLI-00048 000974 0.00 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110 CONTINUATION SHEET PAGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003 OF 5 I 38 NAME OF OFFEROR OR CONTRACTOR MCKINSEY COMPANY INC WASHINGTON DC ITEM NO. (A) SUPPLIES/SERVICES QUANTITY (B) Product/Service Description: SUPPORT- MANAGEMENT: OTHER (C ) UNIT ( D) UNIT PRICE (E) AMOUNT (F) Accounting Info: Funded: $0.00 INVOICE PAYMENT: INVOICES MAY NOT BE SUBMITTED IN ADVANCE AND PARTIAL INVOICES WILL NOT BE ACCEPTED. PLEASE ENSURE THE FOLLOWING INSTRUCTIONS ARE FOLLOWED TO AVOID PAYMENT DELAYS DUE TO REJECTED INVOICES. The Burlington Finance Center now handles both payment submission and payment processing. The BFC customer support number for payment inquiries is: 1-866-233-1915, Option # 3 Contractors please use these procedures when you submit an invoice for all acquisitions emanating from ICE/OAQ and pertain to all invoices submitted. 1. Invoices shall now be submitted via one of the following three methods: a. By mail: DHS,ICE, Burlington Finance Center P.O. Box 1620 Attn: ICE/ERO/FHQ/RMD Willinston, VT 05495-1620 or b. By facsimile (fax) at: 802-288-7658 (include a cover sheet with point of contact & # of pages) C. By e-mail at: Invoice.Consolidation@dhs.gov Invoices submitted by other than these three methods will be returned. The Burlington Finance Center (BFC) handles both payment submission and payment processing. The BFC customer support number for payment inquiries is: 1-866-233-1915, Option # 3. 1. Contractor Taxpayer Identification Number (TIN) must be registered in the Central Contractor Registration (http://www.ccr.gov) Continued ... NSN 7540-01-152-8067 2019-ICLI-00048 000975 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110 CONTINUATION SHEET PAGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003 OF 6 I 38 NAME OF OFFEROR OR CONTRACTOR MCKINSEY ITEM NO. (A) COMPANY INC WASHINGTON DC SUPPLIES/SERVICES QUANTITY (B) prior to award and shall be notated on every invoice submitted to ICE/OAQ to ensure prompt payment provisions are met. The ICE program office identified in the delivery order/contract shall also be notated on every invoice. (C ) UNIT ( D) UNIT PRICE (E) AMOUNT ( F) 2. In accordance with Contract Clauses, FAR 52.212-4 (g)(1), Contract Terms and Conditions, Commercial Items, the information required with each invoice submission is as follows: An invoice must include: (i) Name and address of the Contractor; (ii) Invoice date and number; Contract number, CONTRACT LINE ITEM NUMBER (iii) (CLIN) and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (See paragraph 1 above.) (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer; Central Contractor Registration by Electronic Funds Transfer; Other Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if Continued NSN 7540-01-152-8067 2019-ICLI-00048 000976 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110 CONTINUATION SHEET PAGE REFERENCE NO. OF DOCUMENT BEING CONTINUED GS-10E-0118S/HSCECR-17-F-00003 OF 7 I 38 NAME OF OFFEROR OR CONTRACTOR MCKINSEY ITEM NO. (A) COMPANY INC WASHINGTON DC SUPPLIES/SERVICES QUANTITY (B) the Government waived the requirement to pay by EFT. (C ) UNIT ( D) UNIT PRICE (E) AMOUNT (F) Invoices without the above information may be returned for resubmission. Receiving Officer/COTR/Program Office POC: Each Program Office is responsible for acceptance and receipt of goods and/or services. Upon receipt of goods/services, complete the applicable FFMS reports or BFC will not process the payment. The total amount of award: 0:0(10 The is shown in for this award box 26. obligation NSN 7540-01-152-8067 2019-ICLI-00048 000977 OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110 HSCECR-17-F-00003 Performance Work Statement ICE ERO Transformation Task 3, TCO Procurement Strategy, and Talent Management Strategy 1. BACKGROUND ICE ERO has a broad role across the U.S. national and homeland security mission space. Its diverse mission includes identifying and arresting aliens who present a national security, border security, or public safety risk. ERO is also responsible for housing more than 30,000 detainees every day, caring for tens of thousands of unaccompanied minors during transportation, and repatriating aliens to their country of origin. ERO manages a large geographic footprint across the continental United States and 12 overseas locations, with —7,500 dedicated employees, and coordinates with multiple federal agencies, as well as state and local law enforcement. Across all these missions, ICE must navigate a complex political terrain, changing immigration policies, and the scrutiny of internal federal government partners, state and local government and law enforcement stakeholders, and private sector advocates. ICE has embarked on an ambitious transformation of ERO to empower its people and strengthen public safety and national security in the current (and future) dynamic environment. In March 2016, the organization launched a disciplined three-phased approach: • Task 1: Aspire to a bold strategic vision for ERO • Task 2: Assess the strengths and weaknesses of the current model, and Architect new strategies and recommendations to address those weaknesses • Task 3: Act on those recommendations and Advance the organization 2. OBJECTIVES To date, ERO has completed the Task 1 aspiration, conducted its Task 2 assessment, and architected new strategies and recommendations to advance the organization. ERO now has three objectives: 1. Embark on Task 3 to pilot, refine, and implement the Task 2 recommendations 2. Improve ICE's and ERO's procurement strategy (most notably in detention), and transition to a Total Cost of Ownership approach 3. Enhance talent management for all employees, by investing significantly in recruiting, hiring, and developing front-line staff, supervisors, and leaders 3. SCOPE The Contractor shall provide ERO with innovative strategic consulting services to support ICE in achieving the three objectives above: piloting and implementing the Task 2 recommendations, improving ICE's and ERO's procurement strategy, and enhancing talent management. This scope includes managing foreseen and unforeseen challenges, providing effective oversight and guidance to all ongoing elements of the effort, and establishing and tracking performance of all 7 2019-ICLI-00048 000978 activities against metrics for success. 4. PERIOD OF PERFORMANCE Transformation Task 3, Step la: Transformation Task 3, Step lb: Transformation Task 3, Step 2a: Transformation Task 3, Step 2b: January 3, 2017 — April 24, 2017 April 25, 2017 — June 19, 2017 June 20, 2017 — August 14, 2017 August 15, 2017 — October 9, 2017 Total Cost of Ownership Step 1: January 3, 2017 — February 27, 2017 Total Cost of Ownership Steps 2-4: February 28, 2017 — May 22, 2017 Talent Management Strategy Step 1: January 3, 2017 — March 13, 2017 Talent Management Strategy Step 2: March 14, 2017 — May 22 2017 5. TASKS AND DELIVERABLES Task 3: Pilot, refine, and implement the Task 2 recommendations The current effort includes several Task 3 activities: developing implementation strategies, developing communications strategies, and evaluating the effectiveness of the change. To increase the odds of a successful transformation, the contractor will support ERO in performing two additional steps within Task 3: • • Step 1: Test and refme the Task 2 recommendations via field "alpha" and "beta" tests, and at HQ. Step 2: Support the first full wave (i.e., Wave 1) of the ERO 2.0 roll out and implementation in the field, and continued refinement at HQ Key activities include: • Step 1a. Prepare for, execute, and incorporate lessons learned from the "alpha" field test in a single AOR (e.g., Detroit) and the HQ initiatives Develop a set of detailed materials that provide practical guidelines and best practices for ERO staff to execute the recommendations developed in the Architect phase Recruit and train a cohort of individuals who will help lead the pilot and subsequent roll-out of the transformation Test the new strategies and recommendations in a representative "alpha" field office(s) to refine the future-state design, and identify capabilities required to implement • Step lb. Test the detailed best practices, job aides, and training material developed during Step la, and refme these materials based on the experience of a "beta" test in two additional field sites 8 2019-ICLI-00048 000979 Refine the recommendations, detailed materials, and implementation strategies based on learnings from the "beta" test Refine ERO 2.0 HQ roll out • Step 2a. Roll out ERO 2.0 to El Paso, Houston, San Diego, and Dallas AORs - Conduct a "bootcamp" for ERO individuals who will lead Wave 1 implementation Provide support for individuals who are leading Wave 1 implementation in each AOR Refine the ERO 2.0 set of materials, implementation plan, and best practices based on 'earnings from Wave 1 implementation Provide leadership coaching and facilitation to build capabilities of ERO's leaders to execute the new model, manage the change, and continuously improve • Step 2b. Roll out ERO 2.0 to San Antonio AOR - Conduct a "bootcamp" for ERO individuals who will lead Wave 1 implementation Provide support for individuals who are leading Wave 1 implementation in each AOR Refine the ERO 2.0 set of materials, implementation plan, and best practices based on learnings from Wave 1 implementation Provide leadership coaching and facilitation to build capabilities of ERO's leaders to execute the new model, manage the change, and continuously improve Deliverables schedule: Deliverable Delivery Date STEP 1 Draft set of materials to support roll out of ERO 2.0. These materials could include, for example: "week in the life" depictions of key roles (e.g., FODs, SDD0s), "how to" guides for key processes (e.g., enforcement, removals, performance management), job aides (e.g., simple reference guides for front-line staff), and communications materials Successful "alpha" test of the new model Successful "beta" test of the new model Refined recommendations, based on 'earnings from the pilot Refined set of materials, based on learnings from the pilot Refined implementation strategies (e.g., master schedule of overall implementation timing, sequencing of key initiatives, resource needs), based on 'earnings from the )ilot STEP 2 Bootcamp training materials for ERO individuals leading the charge. These materials would include both "hard" skills (e.g., instruction on the new enforcement and removals processes) and "soft" skills (e.g., change management, influencing, feedback and coaching) 9 2019-ICLI-00048 000980 4/24/17 4/24/17 6/19/17 6/19/17 6/19/17 6/19/17 8/14/17 Successful implementation of the new model in Wave 1 field offices Refined set of materials, based on learnings from Wave 1 10/9/17 10/9/17 Task 4: Improve ICE's and ERO's procurement strategy (most notably in detention), and transition to a Total Cost of Ownership approach The contractor will undertake a four-step plan to both validate the size of and begin to capture significant procurement improvement opportunity. After Step 1, ICE will make a determination on whether it makes sense to continue work through Steps 2 — 4 (based on the opportunity identified in Step 1). Key activities include: • • Hold a kick-off meeting with critical ICE stakeholders to review the plan for Steps 1 — 4, and launch a data request to gather the required information to begin work outlined in Step 1 Step 1: Assess 3-4 high-priority contracts - Collaborate with ICE team to select 3 - 4 contracts for robust analysis from highpriority spend categories Conduct detailed analysis of contract services delivered and terms; build "should cost" analysis and compare against price for each contract to determine if there is value at stake ICE could capture • Step 2: Build Total Cost of Ownership model Define requirements that the TCO model should include Collect and cleanse data Design the conceptual logic of the TCO model Build, test and refine the model • Step 3: Build negotiation strategies and implement processes - Build negotiation strategy to capture value from should cost and other analysis against high priority spend categories Prepare ICE team for negotiations via role plays, scenario analysis, bestalternative-to-negotiated-agreement (BATNA) analysis, etc Conduct analysis to determine which contracts would be highest priority for ICE to analyze Design process for ICE to regularly assess contracted spend for opportunities to achieve best value for ICE Conduct detailed analysis of contract services delivered and terms; build "should cost" analysis and compare against price for each contract to determine if there is value at stake ICE could capture • Step 4: Assess OAQ and ERO organizational readiness - Assess infrastructure and tools - Assess talent and capabilities - Recommend pipeline management and roll-out 10 2019-ICLI-00048 000981 - Assess management and tracking processes Assess interface management Evaluate the organizational structure Deliverables schedule: Deliverable Delivery Date STEP I Detailed should cost estimate for the focus service in each contract. Estimate of opportunity across all procurement by extrapolating based on findin.s from sam le set of 3-4 contracts. 10417441— 1.11. .11.1 Prioritized lists of the requirements for modeling TCO across mission lifecycle. Set of logic flows that collectively illustrate the relationships to be captured by a MVP version of a TCO model, including the initial data sets that feed the TCO estimate, as defmed by requirements established in the first stage Data sets to be used in developing a TCO estimate for ICE, including both cost and performance factors, as well as a list of data gaps and potential workarounds or recommendations for future data collection to fill those gaps. MVP version of a TCO model, including the specific data sets required as inputs, the levers available to users, and the desired outputs. Perspective on the total value at stake and how ICE can capture ' TEP Negotiation strategy to capture value from the "should cost" analysis for 3 — 4 priority contracts from Step 1, including a summary of sources of leverage in negotiation Negotiation "script" for 3 —4 priority contracts from Step 1 Capability building workshops for negotiation & contract analysis team to build skills to manage negotiations and achieve "best value" outcome for ICE Recommendation on which contracts OAQ should prioritize going forward for analysis based on both size of potential opportunity and contract timing Process to use TCO model, should cost, and other procurement tools to regularly assess and improve value gained from high priority ICE spend areas STEP _I Evaluation of ICE pricing tools and databases versus best-in-class for obtaining optimal pricing / should cost estimates Evaluation of ICE capabilities vs. those required to obtain best-in-class pricing; summary of gaps that must be closed to reach best-in-class Evaluation of how ICE sets priorities for which contracts to conduct price analysis; evaluation of ICE effectiveness in closing difference between today's price vs. should cost 11 2019-ICLI-00048 000982 2/27/17 2/27/17 4/10/17 4/10/17 4/10/17 5/22/17 5/22/17 5/22/17 5/22/17 5/22/17 5/22/17 5/22/17 5/22/17 5/22/17 5/22/17 Deliverable Delivery Evaluation of ICE metrics / tracking methodology for driving "best value" vs. those used by organizations that achieve best-in-class pricing, including use / effectiveness of management tools such as dashboards Evaluation of how effectively OAQ organization engages with ICE/ERO leadership and other stakeholders (e.g., AORs) to build excitement and gain buy in for its efforts — or to push for best value procurement decisions Evaluation of OAQ organization roles and responsibilities versus organizations that achieve best-in-class pricing 5/22/17 Date 5/22/17 5/22/17 Task 5: Enhance talent management for all employees, by investing significantly in recruiting, hiring, and developing front-line staff, supervisors, and leaders The contractor will take a two-step approach to developing and implementing a talent management strategy. Key activities include: • Step 1: Strategy development - Develop a factual baseline Assess current talent management processes, systems and practices Define a key set (3-5) of near-term initiatives for further design and/or immediate implementation to gain momentum through "quick wins." Conduct senior leadership "vision" workshop • Step 2: Strategy implementation - Build and pilot initiatives for each priority area - Continue to engage the senior management team and staff throughout the initiative development process Deliverables schedule: Deliverable Delivery , Date STEP 1 Factual baseline and assessment of current talent management processes, systems and practices across levels and segments Prioritized set of gaps that must be addressed in Step Two Talent management strategy with analysis and references Detailed recommendations on changes needed to existing practices, processes, and systems required to close key gaps Alignment across key stakeholders on overall vision for talent management and ke .ta I s and ca 'abilities that need to be addressed STEP 2 Identification of ERO leadership sponsors to carry initiatives through to national level implementation 12 2019-ICLI-00048 000983 2/13/17 2/13/17 3/13/17 3/13/17 3/13/17 4/17/17 Prioritized set of initiatives, with some initiatives piloted and adjustments made based on findings Communications materials to provide an understanding of the changes and effort by ERO's staff 13 2019-ICLI-00048 000984 5/22/17 5/22/17 HSCECR-17-F-00003 Quality Assurance Surveillance Plan ICE ERO Transformation Task 3, TCO Procurement Strategy, and Talent Management Strategy 1. INTRODUCTION This Quality Assurance Surveillance Plan has been developed to evaluate Contractor performance while implementing the Performance Work Statement (PWS). It is designed to provide an effective surveillance method for monitoring and evaluating the Contractor's performance for the requirements listed in the PWS. The Contractor, and not the Government, is responsible for management and quality control actions to meet the terms of the contract. The role of the Government is quality assurance to ensure contract standards are achieved. In this contract, the quality control program is the driver for service quality. The Contractor is required to develop a comprehensive program of inspections and monitoring actions. The major step to ensuring a "self-correcting" contract is to ensure that the quality control program approved after contract award provides the measures needed to lead the Contractor to success. Once the quality control program is approved, careful application of the process and standards presented in the remainder of this document will ensure a quality program. 2. OBJECTIVE This plan provides a quality surveillance strategy for ICE ERO Transformation Task 3, TCO Procurement Strategy, and Talent Management Strategy. The primary intent of the plan is to provide a basis for the Contracting Officer's Representative (COR) evaluation of performance quality. Oversight of Contractor performance will assure quality performance. The plan will also afford the COR and Contracting Officer (CO) a productive mechanism to preclude major deficiencies in performance, provide input for annual contractor past performance evaluations, and make the determination for exercising of contract options. 3. PERFORMANCE INDICATORS (MEASURES). Surveillance of contractor performance will be performed by the appointed COR and the CO based on the surveillance methodologies identified in the Performance Requirements Summary (PRS). The following primary task areas of the contract will be the basis from which all surveillance will originate: ERO Transformation Task 3 3.1 Step la: Prepare for, execute, and incorporate lessons learned from the "alpha" field test in a single AOR (e.g., Detroit) and the HQ initiatives 3.2 Step lb: Test the detailed best practices, job aides, and training material developed during Step I a, and refine these materials based on the experience of a "beta" test in two additional field sites 3.3 Step 2a. Roll out ERO 2.0 to El Paso, Houston, San Diego, and Dallas AORs 3.4 Step 2b. Roll out ERO 2.0 to San Antonio AOR 14 2019-ICLI-00048 000985 TCO 3.5 3.6 3.7 3.8 Procurement Strategy Step 1: Assess 3-4 high-priority contracts Step 2: Build Total Cost of Ownership model Step 3: Build negotiation strategies and implement processes Step 4: Assess OAQ and ERO organizational readiness Talent Management Strategy 3.9 Step 1: Strategy development 3.10 Step 2: Strategy implementation 4. EVALUATION METHODS The COR efforts will primarily be based on verification and monitoring of the Contractor's performance. For each deliverable outlined in Section 5, the COR will work with ERO Project Leadership to complete the "Quality Assurance Monitoring Form" (see Appendix A). This form provides a record of acceptable performance and ensures that McKinsey has met the stated objectives and/or performance standards, including cost, technical, and scheduling objectives. The COR and McKinsey's Contract Manager will retain a copy of all completed QA surveillance forms. 5. PERFORMANCE REQUIREMENT SUMMARY The absence of any contract requirement from the PRS shall not detract from its enforceability or limit the rights or remedies of the government under any other provision of the contract. DHS ICE ERO TRANSFORMATION TASK 3, TCO PROCUREMENT STRATEGY, AND TALENT MANAGEMENT PERFORMANCE REQUIREMENTS SUMMARY (PRS) Work to be Performance Performed / Standards Source of Information ERO Transformation Task 3 Delivered within the Step la. Prepare stated timeframe for, execute, and incorporate lessons learned from the Contain agreed"alpha" field test in upon elements a single AOR (e.g., Detroit) and the HQ initiatives Step lb. Test the Delivered within the detailed best stated timeframe practices, job aides, Acceptable Quality Levels Delivery Date Methods of Surveillance 100% 4/24/2017 100% Inspection — The ERO COR shall review using the Quality Assurance Monitoring Form 100% 6/19/2017 100% Inspection — The ERO COR shall review using the Quality 15 2019-ICLI-00048 000986 Work to be Performed / Source of Information and training material developed during Step la, and refine these materials based on the experience of a "beta" test in two additional field sites Step 2a. Roll out ERO 2.0 to El Paso, Houston, San Diego, and Dallas AORs Step 2b. Roll out ERO 2.0 to San Antonio AOR Performance Standards Acceptable Quality Levels Delivery Date Assurance Monitoring Form Contains agreedupon elements — Delivered within the stated timeframe Contain agreedupon elements Delivered within the stated timeframe Contain agreedu $ on elements TCO Procurement Strate Step 1: Assess 3-4 Delivered within the high-priority stated timeframe contracts Contain agreedupon elements Step 2: Build Total Delivered within the Cost of Ownership stated timeframe model Contain agreedupon elements Delivered within the Step 3: Build negotiation stated timeframe strategies and implement Contain agreedprocesses upon elements Step 4: Assess Delivered within the OAQ and ERO stated timeframe organizational Contain agreedreadiness upon elements . ii i • iSL Step 1: Strategy Delivered within the Methods of Surveillance 100% 10/9/2017 100% 10/9/2017 100% 2/27/2017 100% 5/22/2017 100% 5/22/2017 100% 5/22/2017 100% 3/13/2017 16 2019-ICLI-00048 000987 100% Inspection — The ERO COR shall review using the Quality Assurance Monitoring Form 100% Inspection — The ERO COR shall review using the Quality Assurance Monitoring Form 100% Inspection — The ERO COR shall review using the Quality Assurance Monitoring Form 100% Inspection — The ERO COR shall review using the Quality Assurance Monitoring Form 100% Inspection — The ERO COR shall review using the Quality Assurance Monitoring Form 100% Inspection — The ERO COR shall review using the Quality Assurance Monitoring Form 100% Inspection — The Work to be Performed / Source of Information development Step 2: Strategy implementation Performance Standards A Acceptable Quality Levels Delivery Date Methods of Surveillance 5/22/2017 ERO COR shall review using the Quality Assurance Monitoring Form 100% Inspection — The ERO COR shall review using the Quality Assurance Monitoring Form stated timefi-ame Contain agreed upon elements Delivered within the 100% stated timeframe Contain agreed upon elements If the deliverable is unacceptable, McKinsey will be allowed two business weeks to redress any identified shortcomings in performance at no cost to ERO. The COR will coordinate and communicate with the McKinsey Project Manager and Contract Manager to resolve issues and concerns regarding marginal or unacceptable performance. The COR and Contractor shall jointly formulate tactical and long-term courses of action. Decisions regarding any changes to metrics, thresholds, or service levels will be clearly documented. Changes to service levels, procedures, and metrics will be incorporated as a contract modification when necessary. 17 2019-ICLI-00048 000988 APPENDIX A: QUALITY ASSURANCE MONITORING FORM STEP: SURVEILLANCE METHOD: 100% Inspection LEVEL OF SURVEILLANCE: Per Step ANALYSIS OF RESULTS: Performance standard The deliverables and the related interactions between McKinsey and ERO personnel have been high quality and delivered within the timefi-ames outlined in the QASP. Quality level 171 Meets Standards 0 Does not meet Standards Comments: PREPARED BY: DATE: 18 2019-ICLI-00048 000989 HSCECR-17-F-00003 SECURITY REQUIREMENTS GENERAL The United States Immigration and Customs Enforcement (ICE) has determined that performance of the tasks as described in HSCECR-17-F-00003 requires that the Contractor, subcontractor(s), vendor(s), etc. (herein known as Contractor) have access to sensitive DHS information, and that the Contractor will adhere to the following. PRELIMINARY DETERMINATION ICE will exercise full control over granting; denying, withholding or terminating unescorted government facility and/or sensitive Government information access for Contractor employees, based upon the results of a background investigation. ICE may, as it deems appropriate, authorize and make a favorable expedited pre-employment determination based on preliminary security checks. The expedited pre-employment determination will allow the employees to commence work temporarily prior to the completion of the full investigation. The granting of a favorable pre-employment determination shall not be considered as assurance that a favorable full employment determination will follow as a result thereof. The granting of a favorable pre-employment determination or a full employment determination shall in no way prevent, preclude, or bar the withdrawal or termination of any such access by ICE, at any time during the term of the contract. No employee of the Contractor shall be allowed to enter on duty and/or access sensitive information or systems without a favorable preliminary fitness determination or final fitness determination by the Office of Professional Responsibility, Personnel Security Unit (OPR-PSU). No employee of the Contractor shall be allowed unescorted access to a Government facility without a favorable preemployment determination or full employment determination by the OPR-PSU. Contract employees are processed under the ICE Management Directive 6-8.0. The contractor shall comply with the pre-screening requirements specified in the DHS Special Security Requirement — Contractor Pre-Screening paragraph located in this contract, if HSAR clauses 3052.204-70, Security Requirements for Unclassified Information Technology (IT) Resources; and/or 3052.204-71, Contractor Employee Access are included in the Clause section of this contract. BACKGROUND INVESTIGATIONS Contract employees (to include applicants, temporaries, part-time and replacement employees) under the contract, needing access to sensitive information, shall undergo a position sensitivity analysis based on the duties each individual will perform on the contract. The results of the position sensitivity analysis shall identify the appropriate background investigation to be conducted. Background investigations will be processed through the Personnel Security Unit. Prospective Contractor employees shall submit the following completed forms to the Personnel Security Unit through the Contracting Offices Representative (COR), no less than 35 days before the starting date of the contract or 5 days prior to the expected entry on duty of any employees, whether a replacement, addition, subcontractor employee, or vendor: 1. Standard Form 85P (Standard Form 85PS (With supplement to 85P required for armed positions)), "Questionnaire for Public Trust Positions" Form will be submitted via e-QIP (electronic Questionnaires for Investigation Processing) Archival Copy. (One e-copy uploaded into e-QIP database and one Copy to COR for forwarding to PSU) 2. Signature Forms generated from e-QIP database upon completion of Questionnaire. (e-signature acceptable) (One e-copy uploaded into e-QIP database and one Copy to COR for forwarding to PSU) 3. SF 87 (Rev. March 2013), "Fingerprint Card" (Two Original Cards to COR for forwarding to PSU) 4. Foreign National Relatives or Associates Statement. (One e-copy uploaded into e-QIP database and one Copy to COR for forwarding to PSU) 19 2019-ICLI-00048 000990 5. DHS 11000-9, "Disclosure and Authorization Pertaining to Consumer Reports Pursuant to the Fair Credit Reporting Act" (One e-copy uploaded into e-QIP database and one Copy to COR for forwarding to PSU) 6. Optional Form 306 Declaration for Federal Employment (applies to contractors as well) (One ecopy uploaded into e-QIP database and one Copy to COR for forwarding to PSU) Prospective Contractor employees who currently have an adequate current investigation and security clearance issued by the Department of Defense Central Adjudications Facility (DoD CAF) or by another Federal Agency may not be required to submit complete security packages, and the investigation will be accepted for adjudication under reciprocity. An adequate and current investigation is one where the investigation is not more than five years old and the subject has not had a break in service of more than two years. Required forms will be provided by ICE at the time of award of the contract. Only complete packages will be accepted by the OPR-PSU. Specific instructions on submission of packages will be provided upon award of the contract. Be advised that unless an applicant requiring access to sensitive information has resided in the US for three of the past five years, the Government may not be able to complete a satisfactory background investigation. In such cases, DHS retains the right to deem an applicant as ineligible due to insufficient background information. The use of Non-U.S. citizens, including Lawful Permanent Residents (LPRs), is not permitted in the performance of this contract for any position that involves access to DHS /ICE IT systems and the information contained therein, to include, the development and / or maintenance of DHS/ICE IT systems; or access to information contained in and / or derived from any DHS/ICE IT system. TRANSFERS FROM OTHER DHS CONTRACTS: Personnel may transfer from other DHS Contracts provided they have an adequate and current investigation (see above). If the prospective employee does not have an adequate and current investigation an eQip Worksheet will be submitted to the Intake Team to initiate a new investigation. Transfers will be submitted on the COR Transfer Form which will be provided by the Dallas PSU Office along with other forms and instructions. CONTINUED ELIGIBILITY If a prospective employee is found to be ineligible for access to Government facilities or information, the COR will advise the Contractor that the employee shall not continue to work or to be assigned to work under the contract. The OPR-PSU may require drug screening for probable cause at any time and/ or when the contractor independently identifies, circumstances where probable cause exists. The OPR-PSU will conduct reinvestigations every 5 years, or when derogatory information is received, to evaluate continued eligibility. ICE reserves the right and prerogative to deny and/ or restrict the facility and information access of any Contractor employee whose actions are in conflict with the standards of conduct, 5 CFR 2635 and 5 CFR 3801, or whom ICE determines to present a risk of compromising sensitive Government information to which he or she would have access under this contract. REQUIRED REPORTS: The Contractor will notify OPR-PSU, via the COR, of terminations/resignations of contract employees under the 20 2019-ICLI-00048 000991 contract within five days of occurrence. The Contractor will return any ICE issued identification cards and building passes, of terminated/ resigned employees to the COR. If an identification card or building pass is not available to be returned, a report must be submitted to the COR, referencing the pass or card number, name of individual to whom issued, the last known location and disposition of the pass or card. The COR will return the identification cards and building passes to the responsible ID Unit. The Contractor will report any adverse information coming to their attention concerning contract employees under the contract to the OPR-PSU, via the COR, as soon as possible. Reports based on rumor or innuendo should not be made. The subsequent termination of employment of an employee does not obviate the requirement to submit this report. The report shall include the employees' name and social security number, along with the adverse information being reported. The Contractor will provide, via the COR, a Quarterly Report containing the names of personnel who are active, pending hire, have departed within the quarter or have had a legal name change (Submitted with documentation) . The list shall include the Name, Position and SSN (Last Four) and should be derived from system(s) used for contractor payroll/voucher processing to ensure accuracy. CORs will submit reports td(b 6.b(7 C EMPLOYMENT ELIGIBILITY The contractor will agree that each employee working on this contract will successfully pass the DHS Employment Eligibility Verification (E-Verify) program operated by USCIS to establish work authorization. The E-Verify system, formerly known as the Basic Pilot/Employment Eligibility verification Program, is an Internet-based system operated by DHS USCIS, in partnership with the Social Security Administration (SSA) that allows participating employers to electronically verify the employment eligibility of their newly hired employees. E- Verify represents the best means currently available for employers to verify the work authorization of their employees. The Contractor must agree that each employee working on this contract will have a Social Security Card issued and approved by the Social Security Administration. The Contractor shall be responsible to the Government for acts and omissions of his own employees and for any Subcontractor(s) and their employees. Subject to existing law, regulations an& or other provisions of this contract, illegal or undocumented aliens will not be employed by the Contractor, or with this contract. The Contractor will ensure that this provision is expressly incorporated into any and all Subcontracts or subordinate agreements issued in support of this contract. SECURITY MANAGEMENT The Contractor shall appoint a senior official to act as the Corporate Security Officer. The individual will interface with the OPR-PSU through the COR on all security matters, to include physical, personnel, and protection of all Government information and data accessed by the Contractor. The COR and the OPR-PSU shall have the right to inspect the procedures, methods, and facilities utilized by the Contractor in complying with the security requirements under this contract. Should the COR determine that the Contractor is not complying with the security requirements of this contract, the Contractor will be informed in writing by the Contracting Officer of the proper action to be taken in order to effect compliance with such requirements. The following computer security requirements apply to both Department of Homeland Security (DHS) U.S. Immigration and Customs Enforcement (ICE) operations and to the former Immigration and Naturalization Service operations (FINS). These entities are hereafter referred to as the Department. INFORMATION TECHNOLOGY When sensitive government information is processed on Department telecommunications and automated information systems, the Contractor agrees to provide for the administrative control of sensitive data being processed and to adhere to the procedures governing such data as outlined in DHS IT Security Program 21 2019-ICLI-00048 000992 Publication DHS MD 4300.Pub. or its replacement. Contractor personnel must have favorably adjudicated background investigations commensurate with the defined sensitivity level. Contractors who fail to comply with Department security policy are subject to having their access to Department IT systems and facilities terminated, whether or not the failure results in criminal prosecution. Any person who improperly discloses sensitive information is subject to criminal and civil penalties and sanctions under a variety of laws (e.g., Privacy Act). INFORMATION TECHNOLOGY SECURITY TRAINING AND OVERSIGHT In accordance with Chief Information Office requirements and provisions, all contractor employees accessing Department IT systems or processing DHS sensitive data via an IT system will require an ICE issued/provisioned Personal Identity Verification (PIV) card. Additionally, Information Assurance Awareness Training (IAAT) will be required upon initial access and annually thereafter. IAAT training will be provided by the appropriate component agency of DHS. Contractors, who are involved with management, use, or operation of any IT systems that handle sensitive information within or under the supervision of the Department, shall receive periodic training at least annually in security awareness and accepted security practices and systems rules of behavior. Department contractors, with significant security responsibilities, shall receive specialized training specific to their security responsibilities annually. The level of training shall be commensurate with the individual's duties and responsibilities and is intended to promote a consistent understanding of the principles and concepts of telecommunications and IT systems security. All personnel who access Department information systems will be continually evaluated while performing these duties. Supervisors should be aware of any unusual or inappropriate behavior by personnel accessing systems. Any unauthorized access, sharing of passwords, or other questionable security procedures should be reported to the local Security Office or Information System Security Officer (ISSO). 22 2019-ICLI-00048 000993 1-1,SCEC12-174-00003 ADDITIONAL CLAUSES FEDERAL SUPPLY SCHEDULE (FSS) RFQ INTRODUCTORY LANGUAGE All clauses and provisions from the Federal Acquisition Regulation (FAR) and General Services Administration Regulation (GSAR) from the applicable FSC Group of the Multiple Award Schedule and Federal Supply Schedule Program, and the specific GSA Schedule contract that will be referenced on the Standard Form 1449, Block 2, are hereby incorporated by reference. The full text of any FAR, DHS and GSA clauses which are incorporated by reference may be obtained at the following URLs: FAR: http://www.acqnet.gov/FAR/ DHS: http://farsite.hill.af mil/VFHSARl.htm GSAM: http://www.acquisition.gov/GSAM/gsam.html NOTICE LISTING CLAUSES INCORPORATED BY REFERENCE The following clauses are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at "FAR 52.252-2, Clauses Incorporated by Reference" contained in the basic contract and "A.2 FSS RFQ Introductory Language" contained in this document. The foregoing clauses contain the Internet address for electronic access to the full text of a clause. DHS Clauses/Provisions 3052.203-70 3052.222-70 3052.222-71 3052.228-70 3052.242-71 3052.242-72 3052.245-70 Instructions for Contractor Disclosure of Violations (Sept 2012) Strikes or Picketing Affecting Timely Completion of the Contract Work (Dec 2003) Strikes or Picketing Affecting Access to a DHS Facility (Dec 2003) Insurance (Dec 2003) Dissemination of Contract Information (Dec 2003) Contracting Officer's Technical Representative (Dec 2003) Government Property Reports [Deviation] (Aug 2008) FAR Clauses 52.203-6 52.203-16 52.204-9 52.245-1 52.245-9 FAR Restrictions on Subcontractors Sales to the Government (Sept 2006) Preventing Personal Conflicts of Interest (Dec 2011) Personal Identity Verification of Contractor Personnel (Jan 2011) Government Property (Jun 2007) Use and Charges (Apr 2012) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a firm fixed price task order. (End of clause) 23 2019-ICLI-00048 000994 FAR 1989) 52.217-7 OPTION FOR INCREASED QUANTITY -- SEPARATELY PRICED LINE ITEM. (MAR The Government may require the delivery of numbered line items, identified in the Schedule as option items, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 6 days, unless the parties mutually agree to a shorter notice period. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within the period of performance of the Task Order. (End of Clause) FAR 52.224-1 — PRIVACY ACT NOTIFICATION (APR 1984) The Contractor will be required to design, develop, or operate a system of records on individuals, to accomplish an agency function subject to the Privacy Act of 1974, Public Law 93-579, December 31, 1974 (5 U.S.C.552a) and applicable agency regulations. Violation of the Act may involve the imposition of criminal penalties. (End of clause) FAR 52.224-2 — PRIVACY ACT (APR 1984) (a) The Contractor agrees to -(1) Comply with the Privacy Act of 1974 (the Act) and the agency rules and regulations issued under the Act in the design, development, or operation of any system of records on individuals to accomplish an agency function when the contract specifically identifies -(i) The systems of records; and (ii) The design, development, or operation work that the contractor is to perform; (2) Include the Privacy Act notification contained in this contract in every solicitation and resulting subcontract and in every subcontract awarded without a solicitation, when the work statement in the proposed subcontract requires the redesign, development, or operation of a system of records on individuals that is subject to the Act; and (3) Include this clause, including this subparagraph (3), in all subcontracts awarded under this contract which requires the design, development, or operation of such a system of records. (b) In the event of violations of the Act, a civil action may be brought against the agency involved when the violation concerns the design, development, or operation of a system of records on individuals to accomplish an agency function, and criminal penalties may be imposed upon the officers or employees of the agency when the violation concerns the operation of a system of records on individuals to accomplish an agency function. For 24 2019-ICLI-00048 000995 purposes of the Act, when the contract is for the operation of a system of records on individuals to accomplish an agency function, the Contractor is considered to be an employee of the agency. (c) (1)"Operation of a system of records," as used in this clause, means performance of any of the activities associated with maintaining the system of records, including the collection, use, and dissemination of records. (2)"Record," as used in this clause, means any item, collection, or grouping of information about an individual that is maintained by an agency, including, but not limited to, education, financial transactions, medical history, and criminal or employment history and that contains the person's name, or the identifying number, symbol, or other identifying particular assigned to the individual, such as a fingerprint or voiceprint or a photograph. (3)"System of records on individuals," as used in this clause, means a group of any records under the control of any agency from which information is retrieved by the name of the individual or by some identifying number, symbol, or other identifying particular assigned to the individual. (End of clause) HSAR 3052.204-71 CONTRACTOR EMPLOYEE ACCESS (SEP 2012) (a) Sensitive Information, as used in this clause, means any information, which if lost, misused, disclosed, or, without authorization is accessed, or modified, could adversely affect the national or homeland security interest, the conduct of Federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (the Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense, homeland security or foreign policy. This definition includes the following categories of information: (1)Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of 2002 (Title II, Subtitle B, of the Homeland Security Act, Public Law 107-296, 196 Stat. 2135), as amended, the implementing regulations thereto (Title 6, Code of Federal Regulations, Part 29) as amended, the applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the PCII Program Manager or his/her designee); (2)Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, Part 1520, as amended, "Policies and Procedures of Safeguarding and Control of SSI," as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the Assistant Secretary for the Transportation Security Administration or his/her designee); (3)Information designated as "For Official Use Only," which is unclassified information of a sensitive nature and the unauthorized disclosure of which could adversely impact a person's privacy or welfare, the conduct of Federal programs, or other programs or operations essential to the national or homeland security interest; and (4)Any information that is designated "sensitive" or subject to other controls, safeguards or protections in accordance with subsequently adopted homeland security information handling procedures. 25 2019-ICLI-00048 000996 (b) "Information Technology Resources" include, but are not limited to, computer equipment, networking equipment, telecommunications equipment, cabling, network drives, computer drives, network software, computer software, software programs, intranet sites, and interne sites. (c) Contractor employees working on this contract must complete such forms as may be necessary for security or other reasons, including the conduct of background investigations to determine suitability. Completed forms shall be submitted as directed by the Contracting Officer. Upon the Contracting Officer's request, the Contractor's employees shall be fingerprinted, or subject to other investigations as required. All Contractor employees requiring recurring access to Government facilities or access to sensitive information or IT resources are required to have a favorably adjudicated background investigation prior to commencing work on this contract unless this requirement is waived under Departmental procedures. (d) The Contracting Officer may require the Contractor to prohibit individuals from working on the contract if the Government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, insubordination, incompetence, or security concerns. (e) Work under this contract may involve access to sensitive information. Therefore, the Contractor shall not disclose, orally or in writing, any sensitive information to any person unless authorized in writing by the Contracting Officer. For those Contractor employees authorized access to sensitive information, the Contractor shall ensure that these persons receive training concerning the protection and disclosure of sensitive information both during and after contract performance. (f) The Contractor shall include the substance of this clause in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources. (End of clause) HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUN 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting 'more than 50 percent' for 'at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- 26 2019-ICLI-00048 000997 (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held— (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) Stock of such entity which is sold in a public offering related to an acquisition described in section 835(b)(1) of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: 27 2019-ICLI-00048 000998 (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. The offeror under this solicitation represents that [Check one]: it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003; it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it has submitted a request for waiver pursuant to 3009.108-7004, which has not been denied; or it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it plans to submit a request for waiver pursuant to 3009.108-7004. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of clause) HSAR 3052.209-73 LIMITATION OF FUTURE CONTRACTING (JUN 2006) (a) The Contracting Officer has determined that this acquisition may give rise to a potential organizational conflict of interest. Accordingly, the attention of prospective offerors is invited to FAR Subpart 9.5--Organizational Conflicts of Interest. (b) The nature of this conflict arises from the possibility that following the completion of or while in the process of completing this task order, the Government may decide that additional services are required to implement, supplement, or continue the services performed or being performed under this task order. (c) The restrictions upon future contracting are as follows: (1) If the Contractor, under the terms of this contract, or through the performance of tasks pursuant to this contract, is required to develop specifications or statements of work that are to be incorporated into a solicitation, the Contractor shall be ineligible to perform the work described in that solicitation as a prime or first-tier subcontractor under an ensuing DHS contract. This restriction shall remain in effect for a reasonable time, as agreed to by the Contracting Officer and the Contractor, sufficient to avoid unfair competitive advantage or potential bias (this time shall in no case be less than the duration of the initial production contract). DHS shall not unilaterally require the Contractor to prepare such specifications or statements of work under this contract. 28 2019-ICLI-00048 000999 (2) To the extent that the work under this contract requires access to proprietary, business confidential, or financial data of other companies, and as long as these data remain proprietary or confidential, the Contractor shall protect these data from unauthorized use and disclosure and agrees not to use them to compete with those other companies. (End of clause) HSAR 3052.215-70 KEY PERSONNEL OR FACILITIES (DEC 2003) (a) The personnel or facilities specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel or facilities, as appropriate. (b) Before removing or replacing any of the specified individuals or facilities, the Contractor shall notify the Contracting Officer, in writing, within ten (10) business days before the change becomes effective. The Contractor shall submit sufficient information to support the proposed action and to enable the Contracting Officer to evaluate the potential impact of the change on this contract. The Contractor shall not remove or replace personnel or facilities until the Contracting Officer approves the change. The Key Personnel under this Contract: I (1) Project Manager —PO); (b)(7)(C) (2) Alternate Project Manager —I(b)(6); (b)(7)(C) (End of clause) SAFEGUARDING OF SENSITIVE INFORMATION (MAR 2015) (a) Applicability. This clause applies to the Contractor, its subcontractors, and Contractor employees (hereafter referred to collectively as "Contractor"). The Contractor shall insert the substance of this clause in all subcontracts. (b) Definitions. As used in this clause— "Personally Identifiable Information (PII)" means information that can be used to distinguish or trace an individual's identity, such as name, social security number, or biometric records, either alone, or when combined with other personal or identifying information that is linked or linkable to a specific individual, such as date and place of birth, or mother's maiden name. The definition of PII is not anchored to any single category of information or technology. Rather, it requires a case-by-case assessment of the specific risk that an individual can be identified. In performing this assessment, it is important for an agency to recognize that non-personally identifiable information can become personally identifiable information whenever additional information is made publicly available—in any medium and from any source—that, combined with other available information, could be used to identify an individual. PII is a subset of sensitive information. Examples of PII include, but are not limited to: name, date of birth, mailing address, telephone number, Social Security number (SSN), email address, zip code, account numbers, certificate/license numbers, vehicle identifiers including license plates, uniform resource locators (URLs), static Internet protocol addresses, biometric identifiers such as fingerprint, voiceprint, iris scan, photographic facial images, or any other unique identifying number or characteristic, and any information where it is reasonably foreseeable that the information will be linked with other information to identify the individual. "Sensitive Information" is defined in HSAR clause 3052.204-71, Contractor Employee Access, as any information, which if lost, misused, disclosed, or, without authorization is accessed, or modified, could adversely affect the national or homeland security interest, the conduct of Federal programs, or the privacy to which individuals are entitled under section 552a of Title 5, United States Code (the Privacy Act), but which has not been specifically 29 2019-ICLI-00048 001000 authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense, homeland security or foreign policy. This definition includes the following categories of information: (1)Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of 2002 (Title II, Subtitle B, of the Homeland Security Act, Public Law 107- 296, 196 Stat. 2135), as amended, the implementing regulations thereto (Title 6, Code of Federal Regulations, Part 29) as amended, the applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the PCII Program Manager or his/her designee); (2)Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, Part 1520, as amended, "Policies and Procedures of Safeguarding and Control of SSI," as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the Assistant Secretary for the Transportation Security Administration or his/her designee); (3)Information designated as "For Official Use Only," which is unclassified information of a sensitive nature and the unauthorized disclosure of which could adversely impact a person's privacy or welfare, the conduct of Federal programs, or other programs or operations essential to the national or homeland security interest; and (4)Any information that is designated "sensitive" or subject to other controls, safeguards or protections in accordance with subsequently adopted homeland security information handling procedures. "Sensitive Information Incident" is an incident that includes the known, potential, or suspected exposure, loss of control, compromise, unauthorized disclosure, unauthorized acquisition, or unauthorized access or attempted access of any Government system, Contractor system, or sensitive information. "Sensitive Personally Identifiable Information (SPII)" is a subset of PII, which if lost, compromised or disclosed without authorization, could result in substantial harm, embarrassment, inconvenience, or unfairness to an individual. Some forms of PII are sensitive as stand-alone elements. Examples of such PII include: Social Security numbers (SSN), driver's license or state identification number, Alien Registration Numbers (A-number), financial account number, and biometric identifiers such as fingerprint, voiceprint, or iris scan. Additional examples include any groupings of information that contain an individual's name or other unique identifier plus one or more of the following elements: (1)Truncated SSN (such as last 4 digits) (2)Date of birth (month, day, and year) (3)Citizenship or immigration status (4)Ethnic or religious affiliation (5)Sexual orientation (6)Criminal History (7)Medical Information (8)System authentication information such as mother's maiden name, account passwords or personal identification numbers (PIN) Other PII may be "sensitive" depending on its context, such as a list of employees and their performance ratings or an unlisted home address or phone number. In contrast, a business card or public telephone directory of agency employees contains PII but is not sensitive. (c) Authorities. The Contractor shall follow all current versions of Government policies and guidance accessible at http://www.dhs.gov/dhs-security-and-training-requirements-contractors, or available upon request from the Contracting Officer, including but not limited to: (1) DHS Management Directive 11042.1 Safeguarding Sensitive But Unclassified (for Official Use Only) Information 30 2019-ICLI-00048 001001 (2)DHS Sensitive Systems Policy Directive 4300A (3)DHS 4300A Sensitive Systems Handbook and Attachments (4)DHS Security Authorization Process Guide (5)DHS Handbook for Safeguarding Sensitive Personally Identifiable Information (6)DHS Instruction Handbook 121-01-007 Department of Homeland Security Personnel Suitability and Security Program (7)DHS Information Security Performance Plan (current fiscal year) (8)DHS Privacy Incident Handling Guidance (9)Federal Information Processing Standard (FIPS) 140-2 Security Requirements for Cryptographic Modules accessible at http://csrc.nist.gov/groups/STM/cmvp/standards.html (10) National Institute of Standards and Technology (NIST) Special Publication 800-53 Security and Privacy Controls for Federal Information Systems and Organizations accessible at http://csrc.nist.gov/publications/PubsSPs.html (11)NIST Special Publication 800-88 Guidelines for Media Sanitization accessible at http://csrc.nist.gov/publications/PubsSPs.html (d) Handling of Sensitive Information. Contractor compliance with this clause, as well as the policies and procedures described below, is required. (1)Department of Homeland Security (DHS) policies and procedures on Contractor personnel security requirements are set forth in various Management Directives (MDs), Directives, and Instructions. MD 11042.1, Safeguarding Sensitive But Unclassified (For Official Use Only) Information describes how Contractors must handle sensitive but unclassified information. DHS uses the term "FOR OFFICIAL USE ONLY" to identify sensitive but unclassified information that is not otherwise categorized by statute or regulation. Examples of sensitive information that are categorized by statute or regulation are PCII, SSI, etc. The DHS Sensitive Systems Policy Directive 4300A and the DHS 4300A Sensitive Systems Handbook provide the policies and procedures on security for Information Technology (IT) resources. The DHS Handbook for Safeguarding Sensitive Personally Identifiable Information provides guidelines to help safeguard SPII in both paper and electronic form. DHS Instruction Handbook 121-01007 Department of Homeland Security Personnel Suitability and Security Program establishes procedures, program responsibilities, minimum standards, and reporting protocols for the DHS Personnel Suitability and Security Program. (2)The Contractor shall not use or redistribute any sensitive information processed, stored, and/or transmitted by the Contractor except as specified in the contract. (3)All Contractor employees with access to sensitive information shall execute DHS Form 11000-6, Department of Homeland Security Non-Disclosure Agreement (NDA), as a condition of access to such information. The Contractor shall maintain signed copies of the NDA for all employees as a record of compliance. The Contractor shall provide copies of the signed NDA to the Contracting Officer's Representative (COR) no later than two (2) days after execution of the form. (4)The Contractor's invoicing, billing, and other recordkeeping systems maintained to support financial or other administrative functions shall not maintain SPII. It is acceptable to maintain in these systems the names, titles and contact information for the COR or other Government personnel associated with the administration of the contract, as needed. (End of clause) INFORMATION TECHNOLOGY SECURITY AND PRIVACY TRAINING (MAR 2015) (a) Applicability. This clause applies to the Contractor, its subcontractors, and Contractor employees (hereafter referred to collectively as "Contractor"). The Contractor shall insert the substance of this clause in all subcontracts. (b) Security Training Requirements. 31 2019-ICLI-00048 001002 (1)All users of Federal information systems are required by Title 5, Code of Federal Regulations, Part 930.301, Subpart C, as amended, to be exposed to security awareness materials annually or whenever system security changes occur, or when the user's responsibilities change. The Department of Homeland Security (DHS) requires that Contractor employees take an annual Information Technology Security Awareness Training course before accessing sensitive information under the contract. Unless otherwise specified, the training shall be completed within thirty (30) days of contract award and be completed on an annual basis thereafter not later than October 31st of each year. Any new Contractor employees assigned to the contract shall complete the training before accessing sensitive information under the contract. The training is accessible at http://www.dhs.gov/dhs-security-and-trainingrequirements-contractors. The Contractor shall maintain copies of training certificates for all Contractor and subcontractor employees as a record of compliance. Unless otherwise specified, initial training certificates for each Contractor and subcontractor employee shall be provided to the Contracting Officer's Representative (COR) not later than thirty (30) days after contract award. Subsequent training certificates to satisfy the annual training requirement shall be submitted to the COR via e-mail notification not later than October 31st of each year. The email notification shall state the required training has been completed for all Contractor and subcontractor employees. (2)The DHS Rules of Behavior apply to every DHS employee, Contractor and subcontractor that will have access to DHS systems and sensitive information. The DHS Rules of Behavior shall be signed before accessing DHS systems and sensitive information. The DHS Rules of Behavior is a document that informs users of their responsibilities when accessing DHS systems and holds users accountable for actions taken while accessing DHS systems and using DHS Information Technology resources capable of inputting, storing, processing, outputting, and/or transmitting sensitive information. The DHS Rules of Behavior is accessible at http://www.dhs.gov/dhs-security-and-trainingrequirements-contractors. Unless otherwise specified, the DHS Rules of Behavior shall be signed within thirty (30) days of contract award. Any new Contractor employees assigned to the contract shall also sign the DHS Rules of Behavior before accessing DHS systems and sensitive information. The Contractor shall maintain signed copies of the DHS Rules of Behavior for all Contractor and subcontractor employees as a record of compliance. Unless otherwise specified, the Contractor shall e-mail copies of the signed DHS Rules of Behavior to the COR not later than thirty (30) days after contract award for each employee. The DHS Rules of Behavior will be reviewed annually and the COR will provide notification when a review is required. (c) Privacy Training Requirements. All Contractor and subcontractor employees that will have access to Personally Identifiable Information (PII) and/or Sensitive PII (SPII) are required to take Privacy at DHS: Protecting Personal Information before accessing PII and/or SPII. The training is accessible at hftp://www.dhs.gov/dhs-security-andtraining-requirements-contractors. Training shall be completed within thirty (30) days of contract award and be completed on an annual basis thereafter not later than October 31st of each year. Any new Contractor employees assigned to the contract shall also complete the training before accessing PII and/or SPII. The Contractor shall maintain copies of training certificates for all Contractor and subcontractor employees as a record of compliance. Initial training certificates for each Contractor and subcontractor employee shall be provided to the COR not later than thirty (30) days after contract award. Subsequent training certificates to satisfy the annual training requirement shall be submitted to the COR via e-mail notification not later than October 31st of each year. The email notification shall state the required training has been completed for all Contractor and subcontractor employees. (End of clause) HSAR 3052.204-71 CONTRACTOR EMPLOYEE ACCESS (SEP 2012) (a) Sensitive Information, as used in this clause, means any information, which if lost, misused, disclosed, or, without authorization is accessed, or modified, could adversely affect the national or homeland security interest, the conduct of Federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (the Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense, homeland security or foreign policy. This definition includes the following categories of information: 32 2019-ICLI-00048 001003 (1)Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of 2002 (Title II, Subtitle B, of the Homeland Security Act, Public Law 107-296, 196 Stat. 2135), as amended, the implementing regulations thereto (Title 6, Code of Federal Regulations, Part 29) as amended, the applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the PCII Program Manager or his/her designee); (2)Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, Part 1520, as amended, "Policies and Procedures of Safeguarding and Control of SSI," as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the Assistant Secretary for the Transportation Security Administration or his/her designee); (3)Information designated as "For Official Use Only," which is unclassified information of a sensitive nature and the unauthorized disclosure of which could adversely impact a person's privacy or welfare, the conduct of Federal programs, or other programs or operations essential to the national or homeland security interest; and (4)Any information that is designated "sensitive" or subject to other controls, safeguards or protections in accordance with subsequently adopted homeland security information handling procedures. (b) "Information Technology Resources" include, but are not limited to, computer equipment, networking equipment, telecommunications equipment, cabling, network drives, computer drives, network software, computer software, software programs, intranet sites, and internet sites. (c) Contractor employees working on this contract must complete such forms as may be necessary for security or other reasons, including the conduct of background investigations to determine suitability. Completed forms shall be submitted as directed by the Contracting Officer. Upon the Contracting Officer's request, the Contractor's employees shall be fingerprinted, or subject to other investigations as required. All Contractor employees requiring recurring access to Government facilities or access to sensitive information or IT resources are required to have a favorably adjudicated background investigation prior to commencing work on this contract unless this requirement is waived under Departmental procedures. (d) The Contracting Officer may require the Contractor to prohibit individuals from working on the contract if the Government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, insubordination, incompetence, or security concerns. (e) Work under this contract may involve access to sensitive information. Therefore, the Contractor shall not disclose, orally or in writing, any sensitive information to any person unless authorized in writing by the Contracting Officer. For those Contractor employees authorized access to sensitive information, the Contractor shall ensure that these persons receive training concerning the protection and disclosure of sensitive information both during and after contract performance. (f) The Contractor shall include the substance of this clause in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources. (g) Before receiving access to IT resources under this contract the individual must receive a security briefing, which the Contracting Officer's Technical Representative (COTR) will arrange, and complete any nondisclosure agreement furnished by DHS. (h) The Contractor shall have access only to those areas of DHS information technology resources explicitly stated in this contract or approved by the COTR in writing as necessary for performance of the work under this contract. Any attempts by Contractor personnel to gain access to any information technology resources not expressly 33 2019-ICLI-00048 001004 authorized by the statement of work, other terms and conditions in this contract, or as approved in writing by the COTR, is strictly prohibited. In the event of violation of this provision, DHS will take appropriate actions with regard to the contract and the individual(s) involved. (i) Contractor access to DHS networks from a remote location is a temporary privilege for mutual convenience while the Contractor performs business for the DHS Component. It is not a right, a guarantee of access, a condition of the contract, or Government Furnished Equipment (GFE). (j) Contractor access will be terminated for unauthorized use. The Contractor agrees to hold and save DHS harmless from any unauthorized use and agrees not to request additional time or money under the contract for any delays resulting from unauthorized use or access. (k)Non-U.S. citizens shall not be authorized to access or assist in the development, operation, management or maintenance of Department IT systems under the contract, unless a waiver has been granted by the Head of the Component or designee, with the concurrence of both the Department's Chief Security Officer (CSO) and the Chief Information Officer (CIO) or their designees. Within DHS Headquarters, the waiver may be granted only with the approval of both the CSO and the CIO or their designees. In order for a waiver to be granted: (1)There must be a compelling reason for using this individual as opposed to a U. S. citizen; and (2)The waiver must be in the best interest of the Government. (1) Contractors shall identify in their proposals the names and citizenship of all non-U.S. citizens proposed to work under the contract. Any additions or deletions of non-U.S. citizens after contract award shall also be reported to the contracting officer. (End of clause) ICE PRO Clauses PRIV 1.2: Reporting Suspected Loss of Sensitive PII: Contractors must report the suspected loss or compromise of Sensitive PII to ICE in a timely manner and cooperate with ICE's inquiry into the incident and efforts to remediate any harm to potential victims. 1.The Contractor must develop and include in its security plan (which is submitted to ICE) an internal system by which its employees and Subcontractors are trained to identify and report the potential loss or compromise of Sensitive PII. 2.The Contractor must report the suspected loss or compromise of Sensitive PII by its employees or Subcontractors to the ICE Security Operations Center (480-496-6627), the Contracting Officer's Representative (COR), and the Contracting Officer within one (1) hour of the initial discovery. 3.The Contractor must provide a written report to ICE within 24 hours of the suspected loss or compromise of Sensitive PII by its employees or Subcontractors. The report must contain the following information: a. b. c. d. e. f. g. Narrative or detailed description of the events surrounding the suspected loss or compromise of information. Date, time, and location of the incident. Type of information lost or compromised. Contractor's assessment of the likelihood that the information was compromised or lost and the reasons behind the assessment. Names of person(s) involved, including victim, Contractor employee/Subcontractor and any witnesses. Cause of the incident and whether the company's security plan was followed and, if not, which specific provisions were not followed. Actions that have been or will be taken to minimize damage and/or mitigate further compromise. 34 2019-ICLI-00048 001005 h. Recommendations to prevent similar situations in the future, including whether the security plan needs to be modified in any way and whether additional training may be required. 4.The Contractor must cooperate with ICE or other Government Agency inquiries into the suspected loss or compromise of Sensitive PII. 5.At the Government's discretion, Contractor employees or Subcontractor employees may be identified as no longer eligible to access Sensitive PII or to work on that contract based on their actions related to the loss or compromise of Sensitive PII. (End of clause) PRIV 1.3: Victim Remediation Provision: The Contractor is responsible for the notification of victims and the provision of victim remediation services in the event of a loss or compromise of Sensitive PII held by the Contractor, its agents, and its Subcontractors, under this contract. The victim remediation services shall include at least 18 months of credit monitoring and, for serious or large incidents as requested by the Government, call center help desk services for the individuals whose Sensitive PII was lost or compromised. The Contractor and ICE will collaborate and agree on the method and content of any notification that may be required to be sent to individuals whose Sensitive PII was lost or compromised. (End of clause PRIV 1.4: Separation Checklist for Contractor Employees: Contractors shall enact a protocol to use a separation checklist before its employees, Subcontractor employees, or independent Contractors terminate working on the contract. The separation checklist must cover areas such as: (1) return of any Government-furnished equipment; (2) return or proper disposal of Sensitive PII (paper or electronic) in the custody of the Contractor/Subcontractor employee or independent Contractor, including the sanitization of data on any computer systems or media as appropriate; and (3) termination of any technological access to the Contractor's facilities or systems that would permit the terminated employee's access to Sensitive PII. In the event of adverse job actions resulting in the dismissal of an employee, Subcontractor employee, or independent Contractor, the Contractor shall notify the Contract Officer's Representative (CUR) within 24 hours. For normal separations, the Contractor shall submit the checklist on the last day of employment or work on the contract. As requested, contractors shall assist the ICE Point of Contact (ICE/POC), Contracting Officer, or CUR with completing ICE Form 50-005/Contractor Employee Separation Clearance Checklist by returning all Governmentfurnished property including but not limited to computer equipment, media, credentials and passports, smart cards, mobile devices, PIV cards, calling cards, and keys and terminating access to all user accounts and systems. (End of clause) PRIV 1.6: Prohibition on Performing Work Outside a Government Facility/Network/Equipment: The Contractor shall perform all tasks described in this document at authorized Government facilities and on authorized Government networks, using Government-furnished IT and other equipment. The Contractor is prohibited from performing these tasks at or removing Government-furnished information to any other facility, or on any other network or equipment. Government information shall remain within the confines of authorized Government facilities and/or networks at all times. (End of clause) PRIV 1.7: Privacy Act Information: In accordance with FAR 52.224-1, PRIVACY ACT NOTIFICATION (APR 1984), and FAR 52.224-2, PRIVACY ACT (APR 1984), this contract requires Contractor personnel to have access to information protected by the Privacy Act of 1974. The Agency advises that the relevant system of records notices (SORNs) applicable to this Privacy Act information are as follows: DHS/ALL-019 Payroll, Personnel, and Time and Attendance Records DHS/ICE-011 Immigration and Enforcement Operational Records (ENFORCE) DHSTICE-007 Alien Criminal Response Information Management System (ACRIMe) DHS/ALL-007: Department of Homeland Security Accounts Payable System of Records 35 2019-ICLI-00048 001006 DHS/ALL-008: Department of Homeland Security Accounts Receivable System of Records DHS/ICE-004: Bond Information Management System GSA/GOVT-003: Travel Charge Card Program System of Records These SORN may be updated at any time. The most current DHS versions are publicly available at www.dhs.gov/privacy. SORNs of other agencies may be accessed through the agencies' websites or by searching FDsys, the Federal Digital System of the Government Publishing Office, available at http://www.gpo.gov/fdsys/. (End of clause) REC: 1.1: Required DHS Basic Records Management Training: The Contractor shall provide DHS basic records management training for all employees and Subcontractors that have access to Sensitive PII as well as the creation, use, dissemination and/or destruction of Sensitive PII at the outset of the Subcontractor's/employee's work on the contract and every year thereafter. This training can be obtained via links on the ICE intranet site. The Agency may also make the training available through other means (e.g., CD or online). The Contractor shall maintain copies of certificates as a record of compliance. The Contractor must submit an annual e-mail notification to the Contracting Officer's Representative that the required training has been completed for all the Contractor's employees. (End of clause) REC 1.2: Deliverables are the Property of the U.S. Government: The Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable without the expressed permission of the Contracting Officer or Contracting Officer's Representative. The Contractor shall certify in writing the destruction or return of all Government data at the conclusion of the contract or at a time otherwise specified in the contract. The Agency owns the rights to all data/records produced as part of this contract. (End of clause) REC 1.3: Contractor Shall Not Create or Maintain Unauthorized Records: The Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. The Contractor shall not create or maintain any records containing any Government Agency data that are not specifically tied to or authorized by the contract. (End of clause) REC 1.4: Agency Owns Rights to Electronic Information: The Government Agency owns the rights to all electronic information (electronic data, electronic information systems or electronic databases) and all supporting documentation created as part of this contract. The Contractor must deliver sufficient technical documentation with all data deliverables to permit the Agency to use the data. (End of clause) REC 1.5: Comply With All Records Management Policies: The Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format, mode of transmission, or state of completion. (End of clause) REC 1.6: No Disposition of Documents without Prior Written Consent: No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the Agency records schedules. (End of clause) 36 2019-ICLI-00048 001007 37 2019-ICLI-00048 001008