SOLICITATIONICONTRACTIORDER FOR COMMERCIAL ITEMS DEFEROR TD COMPLETE BLOCKS 12, 17, 23, 24, 30 PAGE OF 1 REOUISITION NUMBER 471414 I32 2. CONTRACT NO. 3-. 4. ORDER NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION EFFECTIVEDATE ISSUEDATE 7_ FOR SOLICITATION I1. TELEPHONE NUMBER (ND B. OFFER DUE DATEILOCAL TIME INFORMATION CALL: 8. NAME I I 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: FOR: WOM EN-OWNED SMALL BUSINESS PRO PROC UREMENT I SMALL . IWOSEI ELIGIBLE UNDER THE COMMUNICATIONS CENTER Hw?mEm?? [Ups 2 4 5 MURRAY LANE SW BURNER EDWOSB BL DG 5 8w SIZE STANDARD. WASHINGTON DC 20223 1T DEUVERTFORFOEDESNNA- 12.MSCOUNTTERMS IRLRANNG UNLESS BLOCK IS 133. THIS CONTRACT IS A MARKED RATEDORDERUNDER SEESCHEDULE RFF CODE PROTECT INTEL DTUT IEADMINISTERED BY CODE 950 STREET NW, INTELLIG, RM 9400 PRO-PROCUREMENT DIV 950 ST NW COMMUNICATIONS CENTER INTELLIG, RM 9400 245 MURRAY LANE. SW WASHINGTON DC 20223 BLDG WASHINGTON DC 20223 1T3. OFFEROR FACILITY CODE OODEI I BABEL STREET INC 1818 LIBERTY STREET 5TH FLOOR RESTON VA 20190 TELEPHONE NO. 133. PAYMENT WILL BE MADE BY CODE FMD PO BOX COMMUNICATIONS CENTER ATTN: COMML GOVT PAYMENTS P. O. BOX 6500 SPRINGFIELD VA 22150 1Tb. CHECK IF REMITTANOE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 13b. SUBMIT INVOIO ES TO ADDRESS SHOWN IN BLOCK 133 UNLESS BLOCK ISCHECKED SEEADDENDUM '19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIE STEERUICES QUANTITY UNIT UNIT PRICE AMOUNT Base Year period of performance: 09f28f2015 - Option Year 1 period of performance: 09f2812016 Option Year 2 period of performance: 09f28f2017 - COR: Paul Adams 202?406?9411 Paul.Adams@uess.dhs.gov (Use Reverse endforAI'Iech Additional! Sheets as Necessary} 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT {For Govt. Use 5 8 . 2T3. SOLICITATION INCORPORATES REFERENCE FAR 52.212-1. 52212?4. FAR 52.212-3 AND 52212-5 ARE ATTACHED. ADDEND 2Tb. CONTRACTIPURCHASE ORDER INCORPORATED BY REFERENCE FAR 52212-4. FAR 52.212-5 IS ATTACHED. ARE ARE ARE NOT ATTACHED. AD DENDA ARE NOT ATTACHED. 23. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN COPIES TO ISSUING 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. 29. AWARD OF CONTRACT: OFFER DATED . YOUR OFFER ON SOLICITATION 5). INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN. IS ACCEPTED AS TO ITEMS: 303. SIGNATURE OF OFFERORICONTRACTOR 3'13. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING 30b. NAME AND TITLE OF SIGNER {Type or print) 306. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER {Type or print) I I 316. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 144$ (REV. Prescribed by GSA - FAR {43 CFRI 53.212 2 of 32 '19. 20. 21. 22. 23. 2d. ITEM NO. SCHEDULE OF QUANTITY UNIT UNIT PRICE AMOUNT Babel Street POC: I I NKNIWUHC) Period of Performance: 09f28/2015 to 09f27f2016 0001 Open Source Intelligence Monitoring (25 user 580000 US 1.00 580,000.00 licenses plus training and data feed subscriptions) Obligated Amount: $580,000.00 0002 Option Year 1 Open Source Intelligence Monitoring 580000 US 00 0.00 (25 user licenses plus training and data feed subscriptions) Amount: $580,000.00IOption Line Item) 09f15f2016 0003 Option Year 2 Open Source Intelligence Monitoring 580000 US 00 0.00 (25 user licenses plus training and data feed subscriptions) Amount: $580,000.00IOption Line Item) 09/15f201T Continued RECEIVED INSPECTED ACCEPTED. AND CONFORMS To THE CONTRACT. AS NOTED: 326. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE 329. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE 33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED 36. PAYMENT CHECK NUMBER CORRECT FOR COMPLETE PARTIAL FINAL PARTIAL FINAL 38. SIR ACCOUNT NUMBER 39, SR VOUCHER NUMBER :10. PAID BY 413. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41:. DATE 428. RECEIVED BY (Print) 42b. RECEIVED AT {Location} 426. DATE 42d. TOTAL CONTAINERS STANDARD FORM 14119 (REV. ?2012] BACK CONTINUATION SHEET REFERENCE NC. CF DOCUMENT EEING CONTINUED PAGE OF 3 3 2 NAME OF OFFEROR 0R CONTRACTOR BABEL STREET INC ITEM No. QUANTITY UNIT UNIT PRICE AMOUNT (A) (B) (C) (F) The total amount of award: $1,740,000 obligation for this award is shown in box 26. .00. The NSN T540-01 -1 52-8067 OPTIONAL FORM 336 (4-35) Sponsored by GSA FAR (43 53.110 Attachment 2 ?Open Source Intelligence (OSINT) Monitoring System? Perfonnance Work Statement (PWS) 1.0 General Information 1.1 Scope The purpose of this solicitation is to provide the United States Secret Service Protective Intelligence and Assessment Division with an advanced dashboard capability and the data streams, including open source and ?dark web,? necessary to support real-time monitoring of open source information based on geolocation, as well as key-terms, for situational awareness and to support protective intelligence investigations. Moreover, the system software must be capable of searching and aggregating open source information in near real-time, including social media, based on unique identifiers for related associations and enhanced data analytics, including analytic reporting on sentiment and other related factors. Training and technical support for user familiarity and system sustainability are also required. 1.2 Background, Objective, and Goals 1.2.1 Organization Overview The plays a critical role in meeting the Department of Homeland Security?s (DHS) priorities for preventing terrorism and enhancing security. In accordance with Title 18 United States Code, Section 3056, the is mandated to protect the President, the Vice President, their immediate families, former Presidents, national leaders, visiting foreign heads of state, major Presidential and Vice Presidential candidates, and designated National Special Security Events (NSSES), and safeguard the nation?s currency and financial payment systems. PID engages in a multifaceted approach to support protective operations through the analysis of information, investigation of threats, assessment of risk, and dissemination of protective intelligence information. 1.2.2 Objective Threat identification and analysis of risk, defined as protective intelligence (PI), is a crucial aspect of upholding this mandate, and mission success for PID is dependent on the timely identification, tracking, and dissemination of threat-related information. 1.2.3 Goals To be successful, PID must identify information from publicly available sources to produce actionable open source intelligence (OSINT) for situational awareness and threat identification, which is then disseminated to personnel for further action and inclusion in assessment products. 1.3 Terms AOI Area of Interest (geographic zone de?ned by user for monitoring) Business Hours Monday thru Friday 9A-5P, excluding government holidays DHS Department of Homeland Security GUI General User Interface (dashboard) IP Internet Protocol Address PI Protective Intelligence PII Personally Identifiable Information PID Protective Intelligence and Assessment Division OSINT Open Source Intelligence OSU Open Source Intelligence Unit URL Universal Resource Locator United States Secret Service 1.4 Government Furnished Services and Property 1.4.1 1.4.2 The contractor shall specifically identify in their proposal the type, amount, and time frames for any government resources. When required, the Government will provide a work station with a telephone, a computer, and appropriate physical and network privileges. At the conclusion of this contract, the contractor shall return all Government property in good condition. 1.5 Place of Performance 1.5.1 Facility: United States Secret Service Headquarters Memorial Building Protective Intelligence and Assessment Division, Suite 9400 Open Source Intelligence Unit 950 Street, N.W. Washington DC, 20223 1.6 Operating Environment (Technology) The Open Source Monitoring System must be capable of operating in the current PID infrastructure, including on the existing hardware and software platform. The current platform includes: 1.6.1 1.6.2 Hardware: a) Dell Desktops b) Dell Laptops c) Sun Oracle thin-clients d) Apple IPADs Software: a) Windows 8.1 (Or most current version) b) Browsers: Internet Explorer, Google Chrome, Mozilla Firefox c) Snagit d) Microsoft Office (most current version), including Word, Excel, and PowerPoint 1.7 Contractor Travel 1.7.1 The work will primarily be performed at the Headquarters, or at another 1.7.2 facility located in Washington, DC. area. Local travel to facilities in the Washington, D.C. metropolitan area, including Maryland or Virginia, may be required. The government will not reimburse expenses for local travel in the Washington, DC. area. 2 1.7.3 1.8 Security 1.8.1 1.8.2 1.8.3 1.8.4 1.8.5 Any additional travel, outside the Washington, DC. area, must be coordinated with the COR. Clearances All contractor personnel, including any subcontracted support, shall be United States citizens with no dual citizenship, based in the United States, and must be cleared prior to any facilities or systems access. The government will provide facility access and systems access in order to perform activities under the award as required. Subcontract Activities Notification must be made to the government of any subcontract work based on the scope of these requirements in any proposals or after award. Facility Access The contractor will complete the necessary security forms required to obtain facility access to Headquarters immediately upon award. This will include providing a release for a credit history inquiry. Sensitive, but Unclassified Information Performance under this contract may involve being granted conditional access to certain United States government documents and material containing sensitive, but unclassi?ed information. This information must be protected from unauthorized disclosure in accordance with the terms of the contract. Specific security requirements are listed in the contract additional terms and conditions addendum. System Integrity Notification must be made to the government of any data breaches or attempted data breaches that might compromise information handled under this contract. 1.9 Organization Con?ict of Interest (OCI) Constraints The contractor will identify any OCI issue that may prohibit them from providing and technically supporting contact requirements. 1.10 Work Hours 1.10.1 Contractor personnel are expected to conform to customer agency normal Operating hours. 1.10.2 Technical Support (Help Desk support) must be available 2417865 days a year. The contractor must provide technical support regardless of inclement weather or office closings and early dismissals, unless otherwise approved by the COR or PM. 1.10.3 All user (Help Desk support) technical assistance must be resolved within two (2) hours of the user?s initial contact. 1.11 Period of Performance The period of performance is for 365 days from contract award. 3 1.12 Billing and Invoicing 1.12.1 Invoicing shall occur on a quarterly basis. 1.12.2 Invoices can be forwarded to the COR via email. 2.0 Specific Functional Requirements Required 2.1 System Availability and Con?guration: 2.1.1 2.1.2 2.1.3 2.1.4 2.1.5 2.1.6 2.1.7 2.1.8 Continuous system operability and availability is required for uninterrupted operation to support protective operations 24f7f365 days a year. Any system outages must be immediately be reported to the government, and be restored within 2 hours during business hours, or 4 hours outside of business hours. Any known data source interruptions, including social media feeds, must be reported to the government, including the expected restoration time. The dashboard view must provide for a constant refresh rate to achieve real-time monitoring, with a minimum refresh rate of three minutes or less. System must be able to be configured to meet protective requirements as outlined under these functional requirements. System must be able to accept search terms and criteria. System must be capable to provide a data usage report at the request of the user, including the current and previous month. A minimum of 20 licenses is required to support operational requirements. Optimal performance would be achieved with acquiring 4U licenses. 2.2 Dashboard Requirements 2.2.1 2.2.2 2.2.3 2.2.4 2.2.5 GUI should be user friendly and contain simplified processes for data entry. GUI should allow for customizable views which enable users to resize displayed views and images. GUI should allow for point and click functionality. GUI should allow for menu selections appropriate to functionality. GUI should allow for document upload of search criteria as de?ned by the user, such as a list of keywords within an AOI. 2.3 Real-time Monitoring Capability 2.3.1 2.3.2 2.3.3 2.3.4 Capability to identify online communications social media posts) based on geolocation enabled or via an IP address. (Con?rmed location) Capability to identify online communications social media posts) based on inferred geolocation such as user associations or other self-reported location (textual detection). (Inferred location) Capability to identify online communications (Le. social media posts) based on both confirmed and inferred geolocation (reference 2.3.1 and 2.3.2). Capability to filter information within existing AOI results based on key term. 4 2.3.5 2.3.6 2.3.7 2.3.8 2.3.9 Capability for the GUI to display multiple AOIs during a session or project. Capability of the GUI to overlay search results on a geographic map. Capability to display results in a common preview pane queue or ?inbox? within the GUI. Capability to safely view search results within the GUI without detection by external sources. Capability to capture unique identifiers Facebook Craiglist postingr number) and display for user view. 2.4 Advance Searching/Queries 2.4.1 2.4.2 2.4.3 2.4.4 2.4.5 Capability to search for associated open source information in reSponse to a specific set of unique identifiers, such as user pro?le name, handle, or other criteria. Capability to conduct a secondary search based on validated results from a previous query. Capability to filter for specific phrases or a combination of phrases in the available source feeds. Capability to save filters, or searches, for future queries. Capability to display the percent (We) match for the returned data based on the data criteria used in the search. 2.5 Search Results Output 2.5.1 2.5.2 2.5.3 2.5.4 2.5.5 2.6 Analytics 2.6.1 2.6.2 2.6.3 2.6.4 2.6.5 Capability to produce a PDF or Microsoft Wordexcel document with datex?tirne. Capability to produce a report based on information for search results and specific selections. Capability to produce a screen capture with a time stamp, and the original date and URL for a selected posting. Capability to capture a user?s unique identifiers for a social media site. Capability for the user to run a data usage report for the current calendar month. Capability to complete analysis of social media sentiment (Le. positive, neutral, and negative) based on a time frame of a day-, a week-, or a month-long period (scheduled any day of the week). Capability to provide a list of the most popular topics for specified criteria within social media content. Capability to display heat maps based on location and volume given specified criteria or the most popular topics and trends. Capability to display most mentioned topics within social media in real-time. Capability to display the most popular hashtags within social media in real-time. 2.7 Export Functionality 2.7.1 Capability to export data to commonly used analytic tools available in the marketplace. 5 2.7.2 Capability to export raw search results to common Microsoft applications, such as Excel. 2.8 Records Retention 2.8.1 Automated ability to delete user transactions at a minimum of every 30 days. 2.8.2 Automated ability to delete user queries at a minimum of every 30 days. 2.8.3 Manual ability to delete user transactions. 2.8.4 Manual ability to delete query transactions. 2.9 Software Accessibility 2.9.1 Software and data sources must be able to be con?gured on common thick client PCs as outlined under 1.6. 2.9.2 Software and data sources must be able to be con?gured on common thin client machines as outlined under 1.6. 2.10 Data Sources Required, but not limited to: a) Deep Web Content b) c) Message boards d) Online broadcasting websites e) Open-source information portals f) Public email groups and discussion forums g) Social media sites h) USEnet Data i) Web blogs j) World Wide Web 2.11 Social Media Sources 2.11.1 Sources should include, but are not limited to: a) Bitly b) Facebook Public c) Foursquare d) Google Plus e) Instagram f) LinkedIn g) MySpace h) Pinterest i) SnapChat j) WordPress k) Flickr 1) StumbleUpon m) Tagged n) Tumblr o) Vine p) YouTube q) WhatsApp r) VK (Russia) s) Mixi (Japan) t) Line (Japan) u) QZone (China) v) WeChat (China) w) TencentWeibo (China) it) Sina Weibo (China) 2.11.2 ?Twitter" Firehose Twitter firehouse content shall allow for a minimum access of 5 million Tweets per month. 2.12 Dark Web Content 2.12.1 Access to online content not otherwise found in either the ?surface? or ?deep web." 2.12.2 Content should include: a) ihadisthon-US. based data content b) Right Wing Extremist Militia US. based content c) Explosives?mprovised Weapons data content 2.12.3 Capability to safely view content within the software without detection by external sources (reference to 2.3.8). 2.13 Automated Notifications 2.13.1 GUI noti?cation of new results upon login or refresh. 2.13.2 Email notification for specified analytic results. 2.13.3 GUI should alert user to emerging high-volume activities within the A01 or data set. 2.14 User Training 2.14.1 Training is required for all PID users assigned to use the software. This may include up to 40 users per calendar year. 2.14.2 Training must be provided at Headquarters and will be scheduled with the contractor based on the availability of the government. 2.14.3 Training must include a defined curriculum for the software dashboard, advanced searches, and analytics. 2.14.4 Training may be scheduled based on separate training sessions, but will include a minimum of 10 students with a maximum of 4 training sessions in one calendar year, provided on a quarterly basis. 2.14.5 Initial training must be provided within 30 days of award. 3.0 Specific Functional Requirements Optional 3.1 Social Media Pro?le Identification 3.1.1 Capability to identify active fake profiles based on a confirmedl?official pro?le. 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 3.10 3.1.2 Capability to identify active fake profiles based on a confirmedfofficial profile protectee account) containing malicious links. 3.1.3 Capability to identify active fake pro?les based on a confirmedfofficial profile protectee account) containing pornographic material. 3.1.4 Capability to identify active fake pro?les based on a confirmedfofficial profile (Le. protectee account) that redirects users to fraud based webpages aimed at capturing user PII. Language Translation 3.2.1 Capability to translate results within the GUI from a foreign language to English. 3.2.2 Capability to accept English words and translate to foreign language for advanced query or monitoring. Internet Protocol Resolution 3.3.1 Capability to complete a WHOIS query for a source IP address, including 3.3.2 Capability to complete a geolocation search for a source IP address. Broadcast Noti?cations 3.4.1 Capability to send broadcast blast message to social media users in a specific geographic area. URL Information 3.5.1 Capability to display most visited URLs in speci?ed dataset or AOI. Metadata 3.6.1 Capability to extract metadata for photo-based social media. Video Capturing 3.7.1 Capability to capture and store, for later viewing, streaming video from open sources, including social media sources. System Administration 3.8.1 Capability to con?gure the GUI for different views based on organizational role. 3.8.2 Capability to give the government the ability to addfdelete users. Auditing 3.9.1 The software shall have the ability for the government to produce a report containing user login times, including session length, within the 30-day retention period. 3.9.2 The software shall have the ability to produce a report detailing the searches conducted. and sites visited. over a specified data range for a particular user within the 30-day retention period. Analytics 3.10.1 Capability to complete a historical analysis of social media sentiment (Le. positive, neutral, and negative) review based on a past day, week, or month. 3.10.2 3.10.3 4.0 Deliverables Capability to display most mentioned topics within social media for a specific time period (Le. over the previous two weeks). Capability to display the most popular hashtags within social media for a specific time period (Le. over the previous two weeks). The items listed in the table below will be delivered in support of the activities listed above. Item Mode Frequency Due Date Response Time 4.1 Initial software configuration, account setup, and in-person *kick-o?? meeting at Upon Within 10 business HQ NA Award days of award. 4.2 Upon Request New User account from Within 3 business configuration and setup NA CORIPM days of request. 4.3 by the day of each month covering the preceding month. The report for transition and first month of Email to Every 30 services may be Data Usage Reports CORIPM days. combined. 4.4 Usage Billing Email to When Within 10% of usage (Overage) CORIPM Identified limit. 4.5 Training curriculum and trainer name Email to Upon Within 3 business provided to CORIPM Award days after the award. 4.6 Initial Training for 10 Quarter Users In-person Quarterly *Within 30 days 4.7 Training Session 2 In-person Quarterly 2nd Quarter 4.8 Training Session 3 In?person Quarterly 3rd Quarter 4.9 Training Session 4 In?person Quarterly 4?1 Quarter 9 5.0 6.0 4.10 Technical Support Helpdesk 241?72?365 Corrective action within 2 hours of initial Helpdesk call. 4.11 System Outage Email to CORIPM NA Immediately, upon any known system outage, the GOV shall be immediately notified of the outage and expected restoration time. System availability must be restored within 2 hours during business hours, or within 4 hours outside business hours. 4.12 Data Source, including Social Media feeds, Availability Email to CORIPM NA Immediately, upon any known data source outages, the GOV should be notified of which data source and expected restoration time. Usage Reporting *Contingent on authorization for facility access. The contractor shall submit a usage report as described: 5.1 Meeting 6.1 6.2 6.3 6.4 10 The Usage Report shall include all data used and re?ect cost based on the terms of the contract. The format and content of the status report shall be approved by the COR. The contractor shall agree to a minimum of one meeting to address contract issues. The meeting dateftime will be scheduled by the COR or PM, but will always be held the ?rst week of the month. These meetings will be designed as an opportunity for both parties to discuss ongoing issues and potential risks or problematic issues. It also provides an opportunity for feedback on the contract deliverables to ensure they are on-track with the goals of the contract. The meetings will be in addition to, and separate from, any training session. At the discretion of the COR, the meeting may be conducted via teleconference. 7.0 8.0 9.0 10.0 Inspection and Acceptance Process 7.1 All written deliverables, including training materials, shall be quality products that are complete and thorough; structured in a clear, logical fashion; and in a proper, accepted writing style. 7.2 Written deliverables shall be accompanied by a cover letter, signed by an authorized representative of the company, af?rming that the deliverable has been through necessary review and quality control procedures. 7.3 If, for any reason, a deliverable cannot be delivered within the scheduled time frame: The contractor shall notify the COR with cause of delay, the proposed revised schedule, and the impact on the overall program. Quality Assurance Surveillance Plan The QASP, enclosure 1 to this PWS, serves as the principal basis for assessing overall performance quality and provides the methodology by which the Contractor?s performance will be monitored. Points of Contact 9.1 Contracting Of?cers Representative (COR): Name: 1 (bra-1W6) Title: Supervisory Protective Intelligence Research Specialist Phone: Emailzl (overcame) Program Manager (PM): Name: Title: Assistant to the Special Agent in Charge Phone tooxouotm Email: 9.2 Invoice Address United States Secret Service Protective Intelli-ence and Assessment Division Am: 950 Street, NW. Suite 9400 Washington, DC 20223 (P) SPECIAL INSTRUCTIONS 10.1 Documentation All documents and deliverables described in this PWS, and its amendments or modifications, shall be submitted in a professional manner. 10.2 Point-of?Contact 10.2.1 The contractor shall assign a single Point-of-Contact designated as key personnel with responsibility for control and coordination of work performed. 11 10.2.2 The agreed upon timeframes and deliverables shall not be interrupted due to change in contractor key personnel. 10.3 Proposal Format 10.3.1 Offeror is requested to submit one (I) signed and dated original, and four (4) copies of the proposal. 10.3.2 Responses shall contain the following: a) Statement of capabilities, corporate experience, and expertise. b) Statement outlining methodology, including technical capabilities, to successfully complete each task, including training and user support. c) Current product which can meet the requested tasks. d) Past performance information. e) Pricing information. Evaluation Phases and Competitive Range Determination Proposals will be evaluated based on the evaluation criteria described in this request. Following the Government?s initial evaluation, a Competitive Range Determination will be made based on written proposals. Basis for Award The evaluation will be based on best value principles. Accordingly, award will be made to the responsible and technically acceptable Offeror whose proposal provides the greatest overall value to the Government, price and other factors considered. This will be determined by comparing the value of the differences in the technical capabilities for competing offers based on their weaknesses, and risks with differences of their price to the Government. In making this comparison, the Government is more concerned with obtaining superior technical capabilities than with making an award at the lowest overall cost to the Government. However, the Government will not make an award at a significantly higher overall price to the Government to achieve superior technical skills. Evaluation Factors: Proposals will be evaluated in relation to the following evaluation factors: 0 Factor 1: Experience and Capability 0 Factor 2: Past Performance 0 Factor 3: Price Factors 1 and 2 are considered technical factors, and Factor 1 (Experience and Capability) is considered the more important of the two technical factors. Factor 3 is a cost factor, and will be evaluated separately. The cost factor may become more important as the technical scores. FACTOR 1 EXPERIENCE AND CAPABILITY Proposals will be evaluated against the requirements of the solicitation and in accordance with the evaluation factors set forth below to determine: 0 How the Offeror demonstrates the ability to understand the requirements. 12 How the Offeror intends to meet the task requirements. How the current experience of the Offeror?s personnel relates to the requirements of this task. How the experience of the Offeror has contributed to the success of similar tasks. How the capabilities of the Offeror has contributed to the success of similar tasks. How the capabilities of key personnel contributed to the success of similar tasks. General statements such as "the vast resources of our nationwide company will be used to perform the services required by the Statement of Work" are not sufficient. The Offeror shall clearly address each element of the proposal as required by this solicitation. Any proposal failing to address all of the elements of this SOW may be considered an indication of the Offeror's lack of understanding in response to the Govemment?s requirements, and may result in the proposal being determined unacceptable. FACTOR 2 - PAST PERFORMANCE The Government is seeking to determine whether: 0 The Offeror consistently delivers quality services in a timely manner. 0 The quality of the Offeror?s past performance will be evaluated on the basis of information contained in the Offeror?s proposals. and the information that the Government obtains through reference checks or any other means. FACTOR 3 - PRICE AND OTHER BUSINESS FACTORS The cost of obtaining the software and the ability to continue to develop its capabilities is subject to budgetary constraints. Therefore, cost will be a major factor in the Govemment?s decision making process. The cost must be comparable to product of the described ability. Enclosure 1 - Quality Assurance Surveillance Plan (QASP) (1) INTRODUCTION 1.1 Purpose 1.1.1 This quality assurance surveillance plan (QASP) is pursuant to the requirements listed in the performance work statement entitled Monitoring System?. This plan sets forth the procedures and guidelines PID will use to survey, observe, test. sample, evaluate, and document the contractor?s performance in meeting the critical performance standards identi?ed in the contract. 1.1.2 The QASP describes the systematic methods used to monitor performance and identify the required documentation and the resources to be employed to ensure the Government pays only for the level of services received. 1.2 Performance Management Approach 1.2.1 The PWS structures the acquisition around ?what" service or quality level is required, as opposed to ?how? the contractor should perform the work results, not compliance). This QASP will define the performance management approach taken by PID to monitor and manage the contractor?s performance, and to ensure the expected outcomeslperformance objectives are achieved. 13 1.2.2 Performance management represents a significant shift from the more traditional quality assurance (QA) concepts in several ways. Performance management focuses on assessing whether outcomes are being achieved and to what extent. This approach migrates away from scrutiny of compliance with the processes and practices used to achieve the outcome. A performance-based approach enables the contractor to play a large role in how the work is performed, as long as the proposed processes are within the stated constraints. The only exceptions to process reviews are those required by law (federal, state, and local) and compelling business situations, such as safety and health. A ?results? focus provides the contractor flexibility to continuously improve and innovate over the course of the contract, as long as the critical outcomes expected are being achieved andz?or the desired performance levels are being met. 1.3 Performance Management Strategy 1.3.1 The contractor is responsible for the quality of all work and services provided. 1.3.2 The Government will monitor performance to determine how the contractor is performing against communicated objectives. The Government will make determinations regarding incentives based on performance and notify the contractor of those decisions. The contractor will be responsible for making required changes in processes and practices to ensure performance is managed effectively and meets objectives. (2) ROLES AND RESPONSIBILITIES 2.1 The Contracting Officer The contracting officer (CO) is responsible for monitoring contract compliance, contract administration, and cost control, and for resolving any differences between the observations documented by the COR for performance management. The number of additional representatives serving as technical inspectors depends on the complexity of the services measured, as well as the contractor?s performance, and must be identi?ed and designated by the CO. 2.2 The Contracting Officer?s Representative The contracting of?cer?s representative (COR) is designated in writing her authorized representative to assist in administering a contract. COR limitations are contained in the written appointment letter. The COR is responsible for technical administration of the project and ensures proper government surveillance of the contractor?s performance. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government?s behalf. The COR will have the responsibility for completing QA monitoring forms used to document the inspection and evaluation of the contractor?s work performance. Any changes in the scope of the contract that may affect price, terms, or conditions shall be referred to the CO for action. (3) IDENTIFICATION OF REQUIRED PERFORMANCE STANDARDSIQUALITY LEVELS The required performance standards andfor quality levels are included in the PWS and in Attachment 1, ?Performance Requirements Summary?. If the contractor meets the required service or performance level, it will be paid the quarterly amount agreed upon in the contract. If the contractor exceeds the service or performance level, it is eligible to receive an incentive or award fee as stated in the contract. Failure to meet the required service or performance level will result in a deduction from the amount. (4) METHODOLOGIES TO MONITOR PERFORMANCE 14 4.1 4.2 4.3 The COR will function as the Technical Representative for this task order, and herfhis authority will be limited to administering specific technical aspects of this contract. The COR will not provide direction that is outside the scope of the responsibilities delineated under this task order. The designated individual will: I Maintain a detailed knowledge of the technical requirements of the contract; I Document contractor performance in accordance with the and, I Identify and immediately forward notification of deficient or non-compliant performance to the CO. Primary Method of Surveillance Surveillance of contractor performance is the method used by the Government to determine whether the contractor is effectively and ef?ciently complying with all terms and conditions of the PWS. In addition to statistical analysis, the functional expertise of the COR plays a critical role is adequately evaluating contractor performance. The below methods will be used to administer the QASP and the standards are delineated by statement of work task number in the Performance Requirements Survey (PRS) table. The COR will notify the contractor within 2 days following the determination of poor performance: 5 1! Demonstration A qualification method that is carried out by operation and relies upon observable functional operation. It does not require the use of instrumentation or special test equipment. Analysi A qualification method that is carried out by examining and assessing the application of services in order to determine if they are appropriate and sufficient. The quality of performance can be determined from government or contractor task-based reports, or from government observation of completed tasks. 3) Periodic Inspection The COR will notify the CO of inspections and the result of such inspections. A qualitative inspection can be accomplished through one of the following techniques: I Sampling: A sample of users will be surveyed to determine if the level of performance is acceptable. I User input: A standard form will be used to measure the performance by the contractor or the service provided. User Feedback The contractor is expected to establish and maintain professional communication with the Government during all aspects of user feedback. Any negative user feedback will be set forth clearly and in writing, detailing the nature of the complaint, signed, and forwarded to the COR. User feedback may also be obtained through periodic inspection via sampling inspections or user input. Acceptable Quality Levels The Acceptable Quality Levels (AQLs), included in Performance Requirements Summary Table 1.1, for contractor performance are structured to allow the contractor to manage how the work is performed, while providing negative incentives for performance shortfalls. 15 For certain critical activities, such as those involving ?System Availability? and ?Technical Support", the desired performance level is established at 100 percent. Other levels of performance are keyed to the relative importance of the task to the overall mission performance at The performance requirements and performance standards associated with this PWS are the following: Performance Requirements Summary (PRS) Table 1.1 Performance PWS Performance AQL Method of Incentive Objective Reference Standard Surveillance (PositivefNegative) System Functional Acceptable Excellent Demonstration If the services take Con?guration Requirements performance Acceptable Analysis more than 10 21 has been set Poor Inspection and business days to when the Monitoring complete, then the contractor?s government shall Deliverables quality receive a discount 4-0 standards and of 3% off the total products billing amount for consistently that quarter. provide acceptable results using optimal resources that are compliant with prescribed schedules. System Functional Acceptable Acceptable Demonstration If the system Availabilirv Requirements performance p001- Analysig availability is less 2-11 19 has been set Inspection and than 100%, then the when the Monitoring government shall . system is receive a discount Dallverabl? available 100% of 5% off the total 4-0 of the time. billing amount for that quarter. Data Source Functional Acceptable Excellent Demonstration If the data source Availability Requirements performance Acceptable Analysis availability is less 210, 2111 has been set Poor Inspection and than 95%, then the 212 when 95% of Monitoring government shall the system?s receive a discount data sources of 5% off the total Deliverables are available. billing amount for 4-0 that quarter. 16 GUI Functional Acceptable Excellent Demonstration If the GUI fails to Functionality Requirements performance Acceptable Analysis perform as 229,7 has been set Poor Inspection and designed 95% of when the Monitoring the time, the system government shall Dehverables functions as receive a discount 4-0 designed 95% of 3% off the total of the time. billing amount for that quarter. Technical Functional Acceptable Acceptable Demonstration If technical support Support Requirements performance is Poor Analysis is not provided 23 achieved when Inspection and within 2 hours corrective Monitoring 100% of the time, action is then the Dehverables achieved government shall 4-0 within 2 hours receive a discount of a technical of 5% off the total support or billing amount for helpdesk call, that quarter. 100% of the time. User Training Functional Acceptable Excellent Demonstration If user training is Requirements performance Acceptable Analysis not provided in an 214 has been set Poor Inspection and acceptable manner when the Monitoring and is observed by contractor the CORIPM as Deliverables delivers in- ?poor", then the 4.0 person training to the minimum number of users, ?nished curriculum, and within the required time frame. government shall receive a discount of 3% off the total billing amount for that quarter. If receipt of the initial training takes more than 30 days, then the government shall receive a discount of 3% off the total billing amount for that quarter except for if the delay is due to the facility access. 17 (5) QUALITY ASSURANCE DOCUMENTATION 5.1 5.2 The Performance Management Feedback Loop The performance management feedback loop begins with the communication of expected outcomes. Performance standards are expressed in the PWS and are assessed using the performance monitoring techniques. Monitoring Forms The Govemment?s QA surveillance, accomplished by the COR, will be reported using the monitoring forms in Attachments 1 and 2. The forms, when completed, will document the Govemment?s assessment of the contractor?s performance to ensure the required results are being achieved. The COR and contractor will resolve any discrepancies between the ?ndings and the contractor?s records. The COR will retain a copy of all completed QA surveillance forms. (6) ANALYSIS OF QUALITY ASSURANCE ASSESSMENT 6.1 6.2 6.3 Determining Performance The Government shall use the monitoring methods to determine whether the AQLs have been met. If the contractor has not met the minimum requirements, it may be asked to develop a corrective action plan to show how and by what date it intends to bring performance up to the required levels. Failure to meet the AQLs may result in a deduction from the quarterly payment, using the deduction percentages shown in PRS Table shown above. Reporting At the end of each quarter, the COR will prepare a written report for the PM summarizing the overall results of the quality assurance surveillance of the contractor?s performance. This written report, which includes any contractor documentation and the completed quality assurance monitoring forms (Attachment 2), will become part of the QA documentation. Reviews and Resolution The CO may require the contractor?s project manager, or a designated alternate, to meet with the COR and other government IPT personnel as deemed necessary to discuss performance evaluation. The COR will de?ne a frequency of in-depth reviews with the contractor, including appropriate self-assessments by the contractor; however, if the need arises, the contractor will meet with the COR as often as required or per the contractor?s request. The agenda of the reviews may include: I performance assessment data and trend analysis I Issues and concerns of both parties I Projected outlook for upcoming months and progress against expected trends, including a corrective action plan analysis I Recommendations for improved efficiency andfor effectiveness I Issues arising from the performance monitoring processes The COR must coordinate and communicate with the contractor to resolve issues and concerns regarding marginal or unacceptable performance. Decisions regarding changes to metrics, thresholds, or service levels should be clearly documented. Changes to service levels, procedures, and metrics will be incorporated as a contract modification by the CO. 18 ATTACHMENT 1: PERFORMANCE REQUIREMENTS SUMMARY Required Services Performance Acceptable huh-111.0% {Tasks} Standards Incentive (Negative) {Impact on Contractor Payments) Quality of Levels Surveillance 19 ATTACHMENT 2: SAMPLE QUALITY ASSURANCE MONITORING FORM Required Task: Performance Standard: SURVEY PERIOD: SURVEILLANCE METHOD (Check): CI Demonstration CI Analysis CI Inspection Sampling CI Inspection User lnput LEVEL OF SURVEILLANCE (Cheek): CI CI Quarterly CI As needed ANALYSIS OF RESULTS: Demonstration Notes Observed Service Provider Performance Measurement Rate: Service Provider?s Performance (AQL): CI Meets Standards (Circle one) Excellent Acceptable Pour CI Does Not Meet Standards Narrative of Performance during Survey Period: PREPARED BY: DATE: OSU PM APPROVED: DATE: OSU COR APPROVED: DATE: 20 AMENDMENT OF SOLICITATIONIMODIFICATION OF CONTRACT 1' CONTRACT "3 CODE PAGE OFI PAGES 1 2 2. NO. 3. EFFECTIVE DATE 4. RECI. NO. 5. PROJECT NO. I'lfappiicabiel 000001 See Schedule E. ISSUED BY CODE PROCUREMENT ADMINISTERED EIY (Ifother than item 5) CODE PROCUREMENT DIV DIV COMMUNICATIONS CENTER COMMUN ICAT IONS CENTER I PRO) 245 MURRAY LANE SW 245 MURRAY LANE, SW BLDG T-5 BLDG T-5 WASHINGTON DC 20223 WASHINGTON DC 20223 8. NAME AND ADDRESS OF CONTRACTOR We. street. county, State and ZIP Code) (X) 9A. AMENDMENT OF SOLICITATION NO. BAEEL STREET INC 1818 LIBERTY STREET 5TH FLOOR QBDMEDHEEHEWHJ RESTON VA 20190 10A. MODIFICATION OF NO 1GB. DATED ITEMI 13} CODE FeanYcooE ggy15y2015 11. THIS ITEM OH 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 speci?ed in the solicitation or as amended by one of the following methods: ta] By completing Items 5 and 15. and returning copies of the amendment; By acknowledging receipt of this amendment on each copy of the otter submitted or {cj 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 he 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 ANDAPPROPRIATION DATA (Ifrequireo?) El; Increase: 3600' 000 00 2016? 25212? 671003? 61000001? 0? 0?0 13. THIS ONLY APPLIES To MODIFICATION OF IT mooIFIEa THE NO. A5 DESCRIBED ITEM 14. 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 B. THE ABOVE NUMBERED IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (Such as changes In paying of?ce. appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103Ib]. C. TH IS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO OF: D. OTHER (Speci?r type of modi?cation and authority} Exercise Option and Other Supplement Agreement. E. IMPORTANT: Contractgr is not. It is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF (Organized by UCF section headings. including soficita?erL/contract subject matter where feasible.) The purpose of this modification is the following: 1. Establish CLIN 0004 for surge assistance in accordance with Babel Street's quote 640_2 dated June 7, 2016. CLIN 0004 is funded for up to ten (10} assessments to be coordinated, as needed, by the COR and Contractor. The period of performance for CLIN 0004 is June 8, 2016 through June 7, 201?. 2. Exercise Option Period Two of the contract, CLIN 0002. The effective dateXperiod of performance for Option Period Two is September 28, 2016 through September 27, 2017. 3. The total dollar value of the contract is increased from $580,000 by $600,000 to Continued Except as provided herein, all terms and conditions of the document referenced in Item 9 Aor IDA, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or part!) 15A. NAME AND TITLE OF CONTRACTING OFFICER (Type orprintjl 153. CONTRACTORIOFFEROR 15C. DATE SIGNED 168. UNITED STATES OF AMERICA 16C. DATE SIGNED {Signature ofperson authon'zed to Sign) {Signature of Contracting Officer? NSN T540-01-152-30TD STANDARD FORM 30 (REV. 10-83} Previous edition unusable Prescribed by OSA FAR (48 53.243 REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF CONTINUATION SHEET 2 2 NAME OF OFFEROR OR CONTRACTOR EABEL STREET INC ITEM NO. SUPPLIESISERVICES QUANTITY UNIT UNIT PRICE AMOUNT (B) IEI $1,180,000.00. All other terms and conditions are in full force and effect. Delivery Location Code: INTEL DU 950 STREET NW, RM 9400 950 ST NW INTELLIG, RM 9400 WASHINGTON DC 20223 US Payment: COMMUNICATIONS CENTER ATTN: COMML GOVT PAYMENTS P. 0. BOX 6500 SPRINGFIELD VA 22150 FOB: Destination Change Item 0002 to read as followsIamount shown is the obligated amount): 0002 Option Year 1 Open Source Intelligence Monitoring US 1.00 580,000.00 (25 user licenses plus training and data feed subscriptions) Obligated Amount: $580,000.00 Requisition No: 481944 Add Item 0004 as follows: 0004 Surge Support 20000 US 1.00 20,000.00 Babel Sentry - Principal Threat Intelligence Analysis. 885?001?000. This line item is to cover up to 10 assessments. See attachment A. Obligated Amount: $20,000.00 Requisition No: 48193? Delivery: 06f03f2016 NSN FWD-01 -1 52-806? OPTIONAL FORM 335 (4-86] Sponsored by GSA FAR I48 CFRI 53.110 AMENDMENT OF SOLICITATIONIMODIFICATION OF CONTRACT 1' CONTRACT "3 CODE PAGE OFI PAGES 1 3 2. NO. 3. EFFECTIVE DATE 4. REQUISITIONIPURCHASE REG. NO. 5 PROJECT NO. (IfappII'cabIel 000002 07f18f2016 482534 E. ISSUED BY CODE PROCUREMENT ADMINISTERED EIY {Ifotnerthan Item 5) CODE PROCUREMENT 01y DIV COMMUNICATIONS CENTER (PRO) COMMUNICATIONS CENTER 245 MURRAY LANE SW BLDG T-5 WASHINGTON DC 20223 245 MURRAY LANE, BLDG T-5 WASHINGTON DC 20223 SW 8. NAME AND ADDRESS OF CONTRACTOR (No. street. county, State and ZIP Code) BAEEL STREET INC 1818 LIBERTY STREET 5TH FLOOR RESTON VA 20190 (X) 9A. AMENDMENT OF SOLICITATION NO. QB. DATED ITEM It} 1GB. DATED ITEM 13} CODE FACILITY CODE 09f16/2015 11. THIS ITEM ON L?i" APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date speci?ed for receipt oI Offers is extend ed. is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date speci?ed in the solicitation or as amended by one of the following methods: Ia] By completing Items 5 and 15. and returning copies of the amendment; By acknowledging receipt of this amendment on each copy of the otter submitted or {ct 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 he 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. 2016? 150? 25212? 61000001? et Increase: $34,800.00 0- 0-0 13? THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTSIORDERS. IT MODIFIES THE NO. AS DESCRIBED IN ITEM 14. CHECK ONE ORDER NO. IN ITEM A THIS CHANGE ORDER IS ISSUED PURSUANT TO: authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (Such as changes In payIng of?ce. appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103Ib]. TH IS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: O. OTHER (Speo'?r type of modi?cation and authority} Exercise Option and Other Supplement Agreement. E. IMPORTANT: Contractor is not. It is required to sign this document and return 1 copies to the issuing cities. 14. DESCRIPTION OF AMENDMENTIMODIFICATION (Orgam'zed by UCF section headI'ngs, Including soIicIta?orL/contract subject matter where feasible.) The purpose of this modification is to add a clin for one license for Investigative Support Division (I80) for a period of one year with an additional option year CLIN 0006i. Babel's quotation dated July 14, modification as Attachment A. isee CLIN 0005 and 2016 is hereby incorporated into the The total dollar value of the contract is increased from $1,180,000.00 by $34,800.00 to $1,214,800.00. All other terms and conditions remain in full force and effect. SUPP DIV INV SUPPRT RM 5700' Delivery Location Code: 950 STREET NW, Continued Except as provided herein, all terms and conditions 0! the document referenced in Item 9 Aor IDA, as heretofore changed, remains unchanged and in full force and eerct. 15A. NAME AND TITLE OF SIGNER (Type or pn?nt} 15A. NAME AND TITLE OF CONTRACTING OFFICER (Type (bit?itbi?itci CONTRACTORIOFFEROR 15C. DATE SIGNED {Signature of person authon'zed to align) 168. UNITED STATES OF AMERICA 16C. DATE SIGNED {Signature of Contracting Of?cer? NSN Previous edition unusable STANDARD FORM 30 (REV. 10-83} Prescribed by GSA FAR (48 53.243 REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF 3 NAME OF OFFEROR OR CONTRACTOR BABEL STREET INC ITEM NO. SUPPLIESISERVICES (B) QUANHTY (CI UNIT UNIT PRICE IEI AMOUNT 0005 0006 950 STREET NW INV SUPPORT ROOM 5700 WASHINGTON DC 20223 US Payment: COMMUNICATIONS CENTER (FMD) ATTN: COMML GOVT PAYMENTS P. 0. BOX 6500 SPRINGFIELD VA 22150 FOB: Destination Period of Performance: 0?f18f2016 to Add Item 0005 as follows: Babel Annual Subscription 1 $4,200.00 Babel Data Package 15M Docs $12,600.00 (Total Subscription Data $16,800.00} Initial OSINT Platform Training 3 days $10,000.00 (Includes travel and training) Third Party Data-Flashpoint 1 user TPD-001-001 $18,000.00 Grand Total $34,800.00 for 07118/2016-07/17/2017 obligated Amount: $34,800.00 Delivery: 1 Days After Award Add Item 0006 as follows: Option for CLIN 0005 (ISD) Babel Annual Subscription $4,326.00 Babel Data Package 15M Docs (Total Subscription Data $17,304.00} Initial USINT Platform Training 3 days $10,300.00 (Includes travel and training) Continued 34800 35844 34,800.00 .00 NSN T540411 -1 52-806? OPTIONAL FORM 335 (4-86] Sponsored by GSA FAR I48 CFRI 53.110 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF 3 3 NAME OF OFFEROR OR CONTRACTOR BABEL STREET INC ITEM NO. SUPPLIECISERMICES QUANTITY UNIT UNIT PRICE AMOUNT (A) (B) (C) (D) (E) Third Party Data?FlashpOint 1 use: $18,540.00 Grand Total $35,844.00 for U7!le2Ul??U?f17f2017 amount: Line Item) NSN OPTIONAL FORM 335 {4-85} Sponsored by GSA FAR I418 53.110 1 PAEE or PAGES AHEIIDMENT OF SOLICITATIDHIMDDIFIDATIOH OF CONTRACT 1 I 2 2 ND 1 EFFECTIVE DATE 4 REOUISITIONIPURCHASE RED ND. 5. FRDJECTND ("app-link} 000003 See Block 16C DISSUEDBY CODE PRO-PROCUREMENT TADMINISEREDBYNIDIMHMITMDI CODE PRO-PROCUREMENT a] PRO-PROCUREMENT PRO-PROCUREMENT COMMUNICATIONS CENTER (PRO) COMMUNICATIONS CENTER 245 MURRAY LANE SH 245 MURRAY LANE. SN BLDG T's BLDG T-5 WASHINGTON DC 20223 WASHINGTON DC 20223 3. AND ADDRESS OF CONTRACTOR rm. mm. mm. sm- 9A. OF SOLICITATION MD. RABBI. STREET INC 1313 LIBERTY STREET 5TH FLOOR EB RESTON VA 20190 IDA. me DATED 13] come DQI1612015 11. WEDMENH ITA Illilml??l. Iiimtutumed. Olin mum Wedge madman-Imam? priorlolrn Wl?d??o apeo?dhmewIdtelionorunaneo .Dy one methods. (alu?yoornplanng Item 0 Ind15. Ind ramming oopiu of I'm amendment: to] By momma recent of TM nrnerdnem on each copy of Ihe slur ammo or lo} By nap-rule latte: or telogmn mid- how" a reform to In. and 3mm moo-m FAILURE OF YOUR TO BE RECEWED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJEDTIDN OF YOUR OFFER II by 91m: ohms unenmIanl Dl'llr mItIItI'p' telegram orlmr provided and: Iologmm ?Intermen- tolho hot: 12. #000 DATA See Schedule 13. I'll! ITEM ONLY TD MODIFIIATIOH OF DONTRAOTBIORD ERS. IT MODIFIED THE CONTRACTIDRDEH ND. AI DESCRIBED IN was. A Is ISSUED PURSUANT TD: [Specify imam THE CHANGES FORTH IN ITEM 14 ARE MADE IN THE CONTRACT B. THE ABOVE NUIIE ERED (:0ch RDER IS TO RE FL EDT THE ADMINISTRATNE CHANGES {sum as changes rn pom Mice. appropriation boom om SET FORTH ll ITEM 14 PURSUANT TO THEAUTHORITY OF FARIIM 103m. 5. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTE PUREUANT TFAUTH DRITY D. OTHER (Spec-?y type dm'im and ammo: Exercise Option and Other Supplement Agreement. E. IWORTAHT: 5mg? a not. If] is wired to Sign this donmem md mum ?1 copies to the Issuing of?ce 14. DESCRIPTION OF AMENDM ENTIMDDIFIDATIDN (Organized by uo?m humans. Including subject manor where W. I The purpose of this administrative modification is to reallocate four licenses of the Babel Annual Individual Subscription Services including Babel Data Package {15m Documents per License) and Third Party Data Flashpoint, from PID to ISO. There is no change to the value of this contract or paying office. 52.233-11 Contractor Employee Nhistleblower Rights and Requirement To Inform Employees of Nhistleblower Rights. 2014} Rs prescribed in 3.908-9. insert the following clause: CONTRACTOR EMPLOYEE WHISTLEBLONER RIGHTS AND REQUIREMENT TO INFORM EHPLOYEES RIGHTS (APR 2014} Continued . . . Except a: preview rune, allIonmandmoHIl commentator-Imam IIum eAur 1DA.al wrenching-d. mainsumtunanu whim Ioroeande?lol 15A NAME AND TITLE OF SIGN ER {Type 0mm; NAME AND TITLE OF CONTRACTING orpnn? (DIIEIJIDIITIICI Isa. CONTHADTDRIDF FEROR 15c DATE SIGNED 155. UNITED STATES or AMERICA Isc DATE woman a - 1? NBN Tao-massacre Form no (new. 10-33} Hm mule Prunibed by 138.8 FM I43 ten} 53.243 REFERENCE NO. OF DDCUME NT BEING CONTINUED OF ?mm? on SHEET 2 2 ME CK: OFFEROH OR CWTRACTDR snarl. STREET INC ITEMND SUPPLIESIBEWIBES QUANTITY WITPRICE AMOUNT (A) to: (E) (F) This contract and employees working on this contract will be subject to the whistleblower rights and remedies in the pilot program on Contractor employee whistleblower protections established at 41 U.S.C. 4112 by section 528 of the National Defense Authorization Act for Fiscal Year 2013 {Pub. L. 112-239} and FAR 3.900. The Contractor shall inform its employees in writing. in the predominant language of the workforce, of employee whistleblower rights and protections under 41 0.5.0. 4?12. as described in section 3.900 of the Federal Acquisition Regulation. The Contractor shall insert the substance of this clauser including this paragraph in all subcontracts over the simplified acquisition threshold. {End of clause} Payment: COMMUNICATIONS CENTER (PHD) ATTN: GOVT PAYMENTS P. 0. BOX 6500 SPRINGFIELD VA 22150 Period of Performance: 01/18f2016 to 0?/1?/2010 NEH mum-152m: Mlomi FORM ass {as} Bonnier? by GSA FAR ME MI 53,110 AMENDMENT OF SOLICITATIONIMODIFICATION OF CONTRACT 1' CONTRACT "3 CODE PAGE OFI PAGES 1 2 2. NO. 3. EFFECTIVE DATE 4. REOUISITIONIPURCHASE RED. NO. 5. PROJECT NO. (despicable) 000004 See Block 16C 437896 E. ISSUED BY CODE PROCUREMENT ADMINISTERED EIY (Rather than item 5) CODE PROCUREMENT DIV DIV COMMUNICATIONS CENTER COMMUN ICAT IONS CENTER I PRO) 245 MURRAY LANE SW 245 MURRAY LANE, SW BLDG T-5 BLDG T-5 WASHINGTON DC 20223 WASHINGTON DC 20223 8. NAME AND ADDRESS OF CONTRACTOR We. street. county, State and ZIP Code) (X) 9A. AMENDMENT OF SOLICITATION NO. BAEEL STREET INC 1818 LIBERTY STREET 5TH FLOOR QBDMEDHEEWEWHJ RESTON VA 20190 10A. MODIFICATION OF NO 1GB. DATED (SEE ITEM 13} 000E FAanYcooE ggy15y2015 11. THIS ITEM OH APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date speci?ed for receipt of Offers is extended. is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date speci?ed in the solicitation or as amended by one of the following methods: ta] By completing Items 5 and 15. and returning copies of the amendment; By acknowledging receipt of this amendment on each copy of the alter submitted or to] 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 he 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 ANDAPPROPRIATION DATA (Ifrequireo?) et Increase: 3580' 000 00 2017? 25212? 671003? 61000001?0? 0?0 13. THIS ONLY APPLIES To MODIFICATION OF IT mooIFIEe THE CONTRACTIORDER NO. A5 cescmeen IN ITEM 14. 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 B. THE ABOVE NUMBERED IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (Such as changes In paying of?ce. appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103tb]. C. TH IS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO OF: D. OTHER (Speci?r type of modi?cation and authorityIMPORTANT: Contractor is not. is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF (Organized by UCF section headings. including soiicitadorL/contract subject matter where feasible.) The purpose of this modification is to exercise option period 2, CLIN 0003, for the period of to 9f27f18 in the amount of $580,000.00. The total obligation of this contract is now $1,794,800.00. All other terms and conditions remain unchanged. Payment: COMMUNICATIONS CENTER (FMDI ATTN: COMML GOVT PAYMENTS P. 0. BOX 6500 SPRINGFIELD VA 22150 Continued Except as provided herein, all terms and conditions of the document referenced in Item 9 Aor IDA, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or pn'ni} 15A. NAME AND TITLE OF CONTRACTING OFFICER (Type orprint} 153. CONTRACTORIOFFEROR 150. DATE SIGNED 168. UNITED STATES OF AMERICA IEC. DATE SIGNED {Signature efperson authon'zed to Sign) {Signature of Contracting Officer? NSN T540-01-152-BUTD STANDARD FORM 30 (REV. 10-83} Previous edition unusable Prescribed by GSA FAR (48 53.243 REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF CONTINUATION SHEET 2 2 NAME OF OFFEROR OR CONTRACTOR BABEL STREET INC ITEM NO. SUPPLIESISERVICES QUANTITY UNIT UNIT PRICE AMOUNT (A) (B) ICI IEI FOB: Destination Period of Performance: 09f28/2017 to 09f27f2018 Change Item 0003 to read as followsiamount shown is the obligated amount): 0003 Option Year 2 Open Source Intelligence Monitoring US 1.00 530,000.00 (25 user licenses plus training and data feed subscriptions) Obligated Amount: $580,000.00 0855 BETC: DISB NSN OPTIONAL FORM 335 {4-85} Sponsored by GSA FAR I418 CFRI 53.110 AMENDMENT OF SOLICITATIONIMODIFICATION OF CONTRACT 1' CONTRACT "3 CODE PAGE OFI PAGES 1 2 2. NO. 3. EFFECTIVE DATE 4. REQUISITIONIPURCHASE REG. NO. 5. PROJECT NO. (Ifappli'cablel 000005 See Block 16C 490113 E. ISSUED BY CODE PROCUREMENT T. ADMINISTERED EIY {Ifotnerthan Item 5) CODE PROCUREMENT Div DIV COMMUNICATIONS CENTER COMMUNICATIONS CENTER IPROI 245 MURRAY LANE SW BLDG T-5 WASHINGTON DC 20223 245 MURRAY LANE, BLDG T-5 WASHINGTON DC 20223 SW 8. NAME AND ADDRESS OF CONTRACTOR (Na. street. county, State and ZIP Code) BAEEL STREET INC 1818 LIBERTY STREET 5TH FLOOR RESTON VA 20190 (X) 9A. AMENDMENT OF SOLICITATION NO. QB. DATED ITEM 1GB. DATED ITEM 13} CODE FACILITY CODE 09f16/2015 11. THIS ITEM ON L?i" APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date speci?ed for receipt of Offers is extend ed. is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date speci?ed in the solicitation or as amended by one of the following methods: ta] By completing Items 5 and 15. and returning copies of the amendment; By acknowledging receipt of this amendment on each copy of the otter submitted or {ct 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 he 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. 2017? 25212? 671003? 61000001? 0? et Increase: $168,750.00 0-0 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTSIORDERS. IT MODIFIES THE NO. AS DESCRIBED IN ITEM 14. CHECK ONE ORDER NO. IN ITEM 10A A THIS CHANGE ORDER IS ISSUED PURSUANT TO: {Specify ardhorityj THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT B. THE ABOVE NUMBERED IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (Such as changes in paying office. appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103Ib]. C. TH IS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO OF: O. OTHER (Speci?r type of modi?cation and authority} FAR 52.212?4 E. IMPORTANT: Contractor is not. it is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UCF section headings, Including solicitadorL/contract subject matter where feasible.) The purpose $168,750.00 support the am for five 28, 2017 to (Mon-Fri} 2018. days a week September 27, As a result of the modification, increased by $168,750.00 FROM: of this modification is to add CLIN 7 and add funding in the amount of for 080 monitoring of open source information for situational awareness and to protective intelligence investigations for night shift from 22:00 pm to 06:00 at contractor's location for one year starting September the total amount obligated to this order is hereby 1,794,800.00 to $1,963,550.00. The total obligation of this contract is now $1,963,550.00. Continued Except as provided herein, all terms and conditions of the document referenced in Item 9 Aor IDA, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or pith!) 15A. NAME AND TITLE OF CONTRACTING OFFICER (Type orprint} roommate) CONTRACTORIOFFEROR 15C. DATE SIGNED {Signature of person authon'zed to sign) 168. UNITED STATES OF AMERICA 16C. DATE SIGNED {Signature of Contracting Officer? NSN 7540-01-152-3070 Previous edition unusable STANDARD FORM 30 (REV. 10-83} Prescribed by GSA FAR (48 53.243 REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF CONTINUATION SHEET 2 2 NAME OF OFFEROR OR CONTRACTOR BABEL STREET INC ITEM NO. SUPPLIESISERVICES QUANTITY UNIT UNIT PRICE AMOUNT (A) (B) ICI IEI (F) All other terms and conditions remain unchanged. Payment: COMMUNICATIONS CENTER ATTN: COMML GOVT PAYMENTS P. 0. BOX 6500 SPRINGFIELD VA 22 150 FOB: Destination Period of Performance: 09f28f2015 to DBIZTIZUIB Add Item 0007 as follows: 000? Night Shift IESTED US 1.00 Obligated Amount: U355 BETC: DISB POP: 9/28f1? NSN OPTIONAL FORM 335 {4-85} Sponsored by GSA FAR I418 CFRI 53.110 AMENDMENT OF SOLICITATIONIMODIFICATION OF CONTRACT 1' CONTRACT "3 CODE PAGE OFI PAGES 1 2 2. AMENDMENTJMODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITIONIPURCHASE REO. NO. 5. PROJECT NO. (Ifappiicabiel 000006 See Block 16C See Schedule E. ISSUED BY CODE PROCUREMENT ADMINISTERED BY {Rather than item 5) CODE PROCUREMENT DIV DIV COMMUNICATIONS CENTER COMIUIUN ICAT IONS CENTER i PRO) 245 MURRAY LANE SW 245 MURRAY LANE, SW BLDG T-5 BLDG T-5 WASHINGTON DC 20223 WASHINGTON DC 20223 8. NAME AND ADDRESS OF CONTRACTOR We. street. county, State and ZIP Code) 9A. AMENDMENT OF SOLICITATION NO. BAEEL STREET INC 1818 LIBERTY STREET 5TH FLOOR QBDMEDREEHEWHJ RESTON VA 20190 10A. MODIFICATION OF OONTRACTIORDER NO. 1GB. DATED (SEE ITEM 13} CODE FACILITY CODE r311. THIS ITEM ON L't" APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date speci?ed for receipt of Offers is extended. is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date speci?ed in the solicitation or as amended by one of the following methods: By completing Items 5 and 15. and returning copies of the amendment; (to) By acknowledging receipt of this amendment on each copy of the otter submitted or {cj 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 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 ANDAPPROPRIATION DATA (Ifrequired) Net Increase: $35 I 4 US See Schedule 13. THIS ONLY APPLIES TO MODIFICATION OF CONTRACTSIORDERS. IT MODIFIES THE No. As DESCRIBED IN ITEM 14. A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Speedy atdhorifyj THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM B. THE ABOVE NUMBERED IS MODIFIED TCI REFLECT THE ADMINISTRATIVE CHANGES (Such as changes in paying ori?ce. appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103Ib]. O. TH IS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: O. OTHER (Specify type of modi?cation and authority} FAR 52.212?4 E. IMPORTANT: Contractor is hot. is required to sign this document and retum 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENTIMODIFICATION {Organized by UCF section headings, including soiici'tadorL/contract subject matter where fassr'bie.) The purpose of this modification is to add 1 licenses to CLIN 0003 and incorporate the Master Subs cr ipti on Agreement and Locate Addendum as attached . In additi on add as the Point of Contact atl MKMIMUMC) As a result of the licenses CLIN 3 is hereby increased by $35,844. The Period of performance for the licenses is from September 28, 201? to September 27, 2018. As a result of the modification, the total amount obligated to this order is hereby increased by $35,844 FROM: $1,963,550.00 TO: $1,999,394.00. All other terms and conditions remain unchanged. Continued Except as provided herein. all terms and conditions of the document referenced in Item 9 Aor IDA. as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print} I 15A. NAME AND TITLE OF CONTRACTING OFFICER (Type crprintl (estimate) 158. CONTRACTORIOFFEROR 150. DATE SIGNED 168. UNITED STATES OF AMERICA 160. DATE SIGNED {Signature ofperson authon'zed to sign) {Signature of Contracting Of?cer? NSN STANDARD FORM 30 (REV. 10-83} Previous edition unusable Prescribed by GSA FAR (48 53.243 REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF CONTINUATION SHEET 2 2 NAME OF OFFEROR OR CONTRACTOR BABEL STREET INC ITEM NO. SUPPLIESISERVICES QUANTITY UNIT UNIT PRICE AMOUNT (B) ICI IEI Payment: COMMUNICATIONS CENTER ATTN: GOVT PAYMENTS P. 0. BOX 6500 SPRINGFIELD VA 22150 FOB: Destination Period of Performance: 08/28/2017 to 09f27f2018 Change Item 0003 to read as followsiamount shown is the obligated amount): 0003 Option Year 2 {1 user licenses) 35844 US 1.00 35,844.00 0888 BETC: DISB Requisition No: 482896, 489836 Delivery Location Code: INTEL DU 950 STREET NW, INTELLIG, RM 9400 950 ST NW INTELLIG, RM 9400 WASHINGTON DC 20223 US Quantity: 580000 Accounting Info: Funded: $0.00 Delivery Location Code: 950 STREET NW ROOM 8800 WASHINGTON DC 20223 08 Quantity: 35844 Accounting Info: Funded: $35,844.00 NSN T540401 -1 52-806? OPTIONAL FORM 335 {4-86} Sponsored by GSA FAR I48 CFRI 53.110 OF SOLICITADDNIMDDIFIDATIDN OF CONTRACT PME are??s 1 I I CONTRACT ID CODE 3 2. ND. 3 EFFECTIVE DATE 4. REDUSITIDNJPURCHASE RED ND 5 PRDJEDT NO 000007 09/28l2013 495254 E.ISSUEDBY CODE PRO-PROCUREMENT I PRO-PROCUREMENT DIV CENTER (PRO) 245 MURRAY SW BLDG T-5 WASHINGTON DC 20223 3, NAME RND ADDREI OF CONTRACTOR met haunt. Slut! It) ISA. AMENDMENTDF SOLICITATION NO BABEL STREET INC ATTN 93. DATED ITEM It] 1313 LIBERTY STREET 5TH FLOOR RESTDN VA 20190 10AMDEIIFI IDS DATED (SEE ITEM CODE 829429369 11. Winner-us DF souclunu?s Thu in urandnd I: mtmannad Off-1 mutt may. ramp! at this amendment prior to the new and date speci?ed in tho solitilalron or a: manned, by arm at the In?awmn methods Ely template-u Item: Band 15, andr?um'ng mp6" at 1h. [bl By scumbaglnu at [Its amandnont an end-I copy at the o?lr stamina; er It] By separate letter or [charm whim int-Jude: a alarm to the anlmnaltan and amendment numb-It: FAILURE OF YOUR To BE RECEIVED AT TI-E PLACE DESIG HATED F0 THE RECEIPT or (ZIP FEES PRIOR TO THE HDLIFI AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER by virtue at this annulment you main: to dunno an utter already summed. such change may be by Mom or Iottur each telegram. or later mam rater-ones la the mlieilatnn anemia amendment. and remind In the 23mm hour Ind data Md. Net Increase: 12. ACCOUNTING m: APPROPRIATION DATA mmqw?md; See Schedule $73,366.53 11 THIS ITEII ONLY FPPLIES TO OF CONTRACTSIDRDERS. IT HDDIFIES THE ND. IS DESCRIBED IN ITEM 14. CHECK ONE INITEI-I A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: [Spod?rBMI THE CHANGES SET FORTH IN ITEM Id MADE IN THE CONTRACT THE ABOVE NLMBERED IS MODIFIED TD REFLEDT THE ADMINISTRATIVE as changes If: paying m. dab. arc; SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 43.1% THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF FAR 52.217-3 Optien to Extend Services E. IN PDRTANT: Cormwlur is not. .1 il required In sign thin document and return 1 mm to the 5mm of?ce 1?4 DESCRIPTION OF [atomized by UCF mdudmg xterm-?Mme subject mam: after-B (enable) The purpose of this modification is to: 1] Establish CLIN DUDE (utilizing FAR clause 52.211-8} for continued Babel Subscriptions, additienal active filters, searches. and included training for twenty-five (25} users: I I 2} Extend the contract period of performance from September 23, ZDIB through November 27, 2018: 3) Change the Contracting Officer's Representative fram ItoI I Ican be reached at mn?meYMC) orI Continued Except as when! twain. all Ian-nu and umdnions of the document referenced in lam 9A or Ian. remains unchanged end in MI tame and a?oat. 15A NINE AND TITLE OF SIGNER {Type or print) Eric A Bowen. Chief Operating Of?cer, Babel Street. Inc. 16A. NM: AND TITLE OF OFFICER {Type I I 153 murmur Frame 15:: DATE Stereo 9? 41201 3 Imam Madam; NSN 7540-01- 152mm Previous edition unusable 153 szng??IIBD. DATE SIGNED 1?1 g?a??t Cerf Huemuauem FARI4ECFRI51243 CONTINUATION SHEET REFERENCE NO OF DOCUMENT aEmo comma PAGE OF NAME oF OFFERCIR on CONTRACTOR BABEL STREET INC neuno. suPPuEssEemtEs DUANTIW (D) AMOUNT (F) 4] Change the Contracting officer from Im?oxm?ultol I I loan be reached at wro1m0HC) or I (brooms) and 5! As a result of the modification. the total amount obligated to this contract is hereby increased from $1,999,394.00 by $73,866.68 to $2,073,260.68. All other terms and conditions remain unchanged. Paynent: COMMUNICATIONS CENTER RTTN: COMML GOVT PAYMENTS P. 0. BOX 5500 SPRINGFIELD VA 22150 FOB: Destination Period of Performance: to 11/27/2018 Add Item 0008 as f0110w5: FAR 52.21T-B [First two months]: ?3 Babel Subscription, Babel Authorized Users. Product Code BSL-DUB-DDU. Quantity of twenty-five {25) at $360.00 ea. Total. Babel Fixed Rate. two hundred-fifty [250} Active Filters, Product Code EDP-DOZ-GED. Quantity of one at $64,366.66 ea. $64,366.68 Total. Babel Public Records Search, one thousand {1,000} Searches/Userr Product Code Quantity of twenty?five :25] included. Babel University. twenty-five {25) UsersIr Product Code Quantity of one (1) included. obligated Amount: $73,866.68 U355 BETC: DISB Project Data: Intelligence 6 Assessment Division (PID)-252-Dn1ine Services-03f29/2016 Accounting Info: Continued 366.68 US 1.00 NEH 452-8"! DPT ONIJ. FORM 136 [ti-Ill War CONTINUATION SHEET REFERENCE no 0E mcumeur BEING CONTINUED AGE OF ME UP OFFERDH OR CO BABEL STREET INC HEMNO SUPPLESISEHVICES (Bl aumrmr UNIT UHITPFIICE (El AMDUHT I. F) 2018-0400 . OOUDAOD . . Funded: $13,866.68 - 152-?? OPTIONAL FORM 31! [1-561 5mm by GM FM 53