Service Platform, Infrastructure, Service Interface and Integration Page 1 of 40
A Statement of Work (SOW) is typically used when the task is well-known and can be described in specific terms.
Statement of Objective (SOO) and Performance Work Statement (PWS) emphasize performance-based concepts
such as desired service outcomes and performance standards. Whereas PWS/SOO's establish high-level outcomes
and objectives for performance and PWS's emphasize outcomes, desired results and objectives at a more detailed
and measurable level, SOW's provide explicit statements of work direction for the contractor to follow. However,
SOW's can also be found to contain references to desired performance outcomes, performance standards, and
metrics, which is a preferred approach.
The Table of Content below is informational only and is provided to you for purposes of outlining the
PWS/SOO/SOW. This sample is not all inclusive, therefore the reader is cautioned to use professional judgment
and include agency specific references to their own PWS/SOO/SOW.
B.1 SUPPLIES OR SERVICES AND PRICES/COSTS GENERAL DESCRIPTION .......................................... 4
B.2 ORDER TYPE ................................................................................................................................................. 4
B.3 SERVICES AND PRICES/COSTS .................................................................................................................. 4
B.4 BASE PERIOD ................................................................................................................................................ 4
B.5 INDIRECT/MATERIAL HANDLING RATE ................................................................................................ 5
B.6 INCREMENTAL FUNDING ........................................................................................................................... 5
B.6.1 INCREMENTAL FUNDING LIMITATION OF GOVERNMENT’S OBLIGATION .................................. 5
C.1 DESCRIPTION/ SPECIFICATIONS / STATEMENT OF WORK ................................................................. 5
C.1.1 PURPOSE ........................................................................................................................................................ 5
C.1.2 BACKGROUND .............................................................................................................................................. 6
C.1.3 CURRENT IT/NETWORK ENVIRONMENT ................................................................................................ 6
C.2 SCOPE ............................................................................................................................................................. 6
C.3 OBJECTIVE ..................................................................................................................................................... 6
C.4 TASKS ............................................................................................................................................................. 6
C.4.1 TASK 1 - TRANSITION ................................................................................................................................. 6
C.4.2 TASK 2 –PROGRAM MANAGEMENT ........................................................................................................ 7
C.4.3 TASK 3 –– NETWORK SUPPORT ................................................................................................................ 9
C.4.4 TASK 4 – APPLICATION MANAGEMENT ................................................................................................. 9
C.4.5 TASK 5 – APPLICATIONS OPERATIONS SUPPORT .............................................................................. 11
C.4.6 TASK 6 – SYSTEMS ADMINISTRATION ................................................................................................. 11
C.4.7 TASK 7 – INFORMATION ASSURANCE .................................................................................................. 12
C.4.8 TASK 8 – CUSTOMER SUPPORT SERVICES ........................................................................................... 13
C.4.9 TASK 9 – COMPTROLLER SUPPORT ....................................................................................................... 13
C.4.10 TASK 10 – OTHER SUPPORT ................................................................................................................. 13
C.4.11 TASK 11 – SURGE SUPPORT (OPTIONAL) ............................................................................................. 14
D.1 PRESERVATION, PACKAGING, PACKING, AND MARKING ............................................................... 14
E.1 FAR CLAUSES INCORPORATED BY REFERENCE ................................................................................ 15
E.2 PLACE OF INSPECTION AND ACCEPTANCE ........................................................................................ 15
Service Platform, Infrastructure, Service Interface and Integration Page 2 of 40
E.3
SCOPE OF INSPECTION ............................................................................................................................. 15
E.4 BASIS OF ACCEPTANCE ............................................................................................................................ 15
E.5 DRAFT DELIVERABLES ............................................................................................................................ 16
E.6 WRITTEN ACCEPTANCE/REJECTION BY THE GOVERNMENT ......................................................... 16
E.7 NON-CONFORMING PRODUCTS OR SERVICES ................................................................................... 16
F.1 FAR CLAUSES INCORPORATED BY REFERENCE ................................................................................ 16
F.2 PERIOD OF PERFORMANCE ..................................................................................................................... 16
F.3 PLACE OF PERFORMANCE ....................................................................................................................... 16
F.4 DELIVERABLES .......................................................................................................................................... 17
F.5 PLACE(s) OF DELIVERY ............................................................................................................................ 17
F.6 NOTICE REGARDING LATE DELIVERY/PROBLEM NOTIFICATION REPORT ................................ 17
G.1 CONTRACTING OFFICER’S REPRESENTATIVE ................................................................................... 17
G.2 INVOICE SUBMISSION............................................................................................................................... 18
G.3 INVOICE REQUIREMENTS ........................................................................................................................ 18
G.4 COST PLUS FIXED FEE (CPFF) CLINS (FOR LABOR) ........................................................................... 18
G.5 OTHER DIRECT COSTS (ODCS) ................................................................................................................ 19
G.6 TRAVEL ........................................................................................................................................................ 19
G.7 CONTRACT ADMINISTRATION ............................................................................................................... 20
H.1 FAR CLAUSES INCORPORATED BY REFERENCE ................................................................................ 20
H.1.1 52.227-15 - REPRESENTATION OF LIMITED RIGHTS DATA AND RESTRICTED COMPUTER
SOFTWARE (DEC 2007) ........................................................................................................................................... 20
H.2 KEY PERSONNEL ........................................................................................................................................ 20
H.2.1 PROGRAM MANAGER ........................................................................................................................... 21
H.2.2 GENERAL PERSONNEL REQUIREMENTS ......................................................................................... 21
H.2.3 KEY PERSONNEL SUBSTITUTION ...................................................................................................... 23
H.3 RESERVED ................................................................................................................................................... 23
H.4 RESERVED ................................................................................................................................................... 23
H.5 GOVERNMENT FURNISHED PROPERTY (GFP) ..................................................................................... 23
H.5.1 GOVERNMENT-FURNISHED SPACE AND EQUIPMENT ................................................................. 23
H.5.2 CONTRACTOR-FURNISHED VEHICLES ............................................................................................. 23
H.6 SECURITY REQUIREMENTS ..................................................................................................................... 24
H.7 INFORMATION ASSURANCE CERTIFICATION .................................................................................... 24
H.8 ORGANIZATIONAL CONFLICT OF INTEREST ...................................................................................... 24
H.9 NON DISCLOSURE REQUIREMENTS ...................................................................................................... 25
H.10 CONTRACTOR’S PURCHASING SYSTEMS ............................................................................................ 25
H.11 PRIVACY ACT ............................................................................................................................................. 25
H.12 TASK ORDER CLOSEOUT ......................................................................................................................... 25
H.13 PAST PERFORMANCE INFORMATION ................................................................................................... 25
H.14 TRAVEL REGULATIONS ........................................................................................................................... 26
Service Platform, Infrastructure, Service Interface and Integration Page 3 of 40
H.15
TRAVEL AUTHORIZATION REQUESTS.................................................................................................. 26
H.16 TRIP REPORTS ........................................................................................................................................... 27
H.16.1 PASSPORT .............................................................................................................................................. 27
H.17 ODCS ............................................................................................................................................................. 27
H.18 TRANSFER OF HARDWARE/SOFTWARE MAINTENANCE AGREEMENTS ..................................... 27
H.19 ADMINISTRATIVE CONSIDERATIONS................................................................................................... 27
H.19.1 REGULATIONS ........................................................................................................................................ 27
H.19.2 PUBLIC RELEASE OF INFORMATION ................................................................................................ 27
H.19.3 RADIO TRANSMITTER RESTRICTIONS ............................................................................................. 27
H.19.4 EXTRAORDINARY RESTRICTIONS REGARDING ACCESS OF VEHICLES AND PARKING ...... 28
H.19.5 PRIVATE VEHICLE RESTRICTIONS .................................................................................................... 28
H.19.6 PHOTOGRAPHY AND RECORDING EQUIPMENT ............................................................................ 28
H.19.7 RESTRICTED USE OF COLORS ............................................................................................................ 28
H.20 OCONUS REQUIREMENTS ........................................................................................................................ 28
I.1 FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) SOLICITATION CLAUSES
(HTTP://WWW.ARNET.GOV/FAR/) ........................................................................................................................ 28
I.2 GENERAL SERVICES ADMINISTRATION ACQUISITION MANUAL (GSAM)....................................... 29
I.3 DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENTS (DFARS) CLAUSES
INCORPORATED BY REFERENCE ........................................................................................................................ 29
J.1 LIST OF ATTACHMENTS ........................................................................................................................... 30
J.2 QUALITY ASSURANCE SURVIELLANCE PLAN (QASP) INTRODUCTION ....................................... 33
J.2.1 PURPOSE ...................................................................................................................................................... 33
J.2.2 PERFORMANCE MANAGEMENT APPROACH ....................................................................................... 33
J.2.3 PEFORMANCE MANAGEMENT STRATEGY .......................................................................................... 34
J.2.4 ROLES AND RESPONSIBILITIES .............................................................................................................. 34
J.2.5 IDENTIFICATION OF SERVICES TO BE PERFORMED ......................................................................... 34
J.2.6 METHODOLOGIES TO MONITOR PERFORMANCE .............................................................................. 34
J.2.7 QUALITY ASSURANCE REPORTING ...................................................................................................... 35
J.2.8 ANALYSIS OF QUALITY ASSURANCE MONITORING RESULTS ...................................................... 35
J.2.9 FAILURE TO PERFORM ............................................................................................................................. 35
J.3 REQUIRED PERFORMANCE METRICS (RPM) ....................................................................................... 37
J.3.1 ATTACHMENT 1 .......................................................................................................................................... 37
J.3.2 ATTACHMENT 2 .......................................................................................................................................... 38
J.3.3 ATTACHMENT 3 .......................................................................................................................................... 39
J.4 PROBLEM NOTIFICATION REPORT ........................................................................................................ 40
Service Platform, Infrastructure, Service Interface and Integration Page 4 of 40
STATEMENT OF WORK
Project Name & ID: ______________
May 1, 2011
SECTION B – SUPPLIES OR SERVICES AND PRICES/COSTS
NOTE: The Section B of the contractor’s Alliant Contract is applicable to this Task Order and is hereby
incorporated by reference. In addition, the following applies:
B.1 SUPPLIES OR SERVICES AND PRICES/COSTS GENERAL DESCRIPTION
The work shall be performed in accordance with all sections of this task order and the offeror’s Basic Contract,
under which the resulting task order will be placed. An acronym listing to support this TOR is included in Section J,
Attachment A.
B.2 ORDER TYPE
The contractor shall perform the effort required by this task order on a Cost Plus Fixed Fee (CPFF) Term basis for
CLINs 0001 and a Not to Exceed (NTE) basis for CLINs 0002, 0003, and 0004.
B.3 SERVICES AND PRICES/COSTS
The following abbreviations are used in this price schedule:
NTE: Not To Exceed
CLIN: Contract Line Item Number
ODC: Other Direct Cost
CPFF: Cost Plus Fixed Fee
B.4 BASE PERIOD
Labor Category Hours Hourly Rate
Applications Developer (Master)
Applications Systems Analyst (Senior)
Applications Systems Analyst (Journeyman)
Applications Systems Analyst (Entry Level)
Help Desk Specialist (Senior)
Help Desk Specialist (Journeyman)
Help Desk Specialist (Entry Level)
Information Assurance/Security Specialist (Master)
Information Assurance/Security Specialist (Journeyman)
Information Assurance/Security Specialist (Entry Level)
Network Specialist (Master)
Network Specialist (Senior)
Network Specialist (Journeyman)
Network Specialist (Entry Level)
Program Manager
Quality Assurance Specialist (Journeyman)
Service Platform, Infrastructure, Service Interface and Integration Page 5 of 40
CLIN
Description Estimated Cost Fixed Fee
Total Estimated
Cost Plus Fixed Fee
0001 Labor
0001AA Labor (Task 1 – 10)
0001AB
Labor (Task 11)
(Optional)
$NTE)_____
TRAVEL, TOOLS and ODCs CLINs
CLIN Description Total Ceiling Price
0002 Travel Including Indirect Handling Rate ___%
N
TE
0003 Tools Including Indirect Handling Rate ______%
N
TE
0004 ODCs Including Indirect Handling Rate & Fee
N
TE
GRAND TOTAL BASE PERIOD CLINS: $________________
B.5 INDIRECT/MATERIAL HANDLING RATE
Travel, Tools, and ODC costs incurred may be burdened with the contractor’s indirect/material handling rate if one
is entered in the contractor’s basic contract (contractor to enter amount, but not to exceed the ceiling rate of the basic
contract) and such indirect/material handling rate is not included in the fully burdened labor rate.
B.6 INCREMENTAL FUNDING
B.6.1 INCREMENTAL FUNDING LIMITATION OF GOVERNMENT’S OBLIGATION
Incremental funding for CLINs 0001 through 0005 is currently allotted and available for payment by the
Government. Additional incremental funding for these CLINs will be allotted and available for payment by the
Government as the funds become available. The estimated period of performance covered by the allotments for the
mandatory CLINs is from award. The task order will be modified to add funds incrementally up to the maximum of
$xxx over the performance period of this TO. These allotments constitute the estimated cost for the purpose of
FAR
Clause 52.232-22, Limitation of Funds, which applies to this task order on a CLIN-by-CLIN basis.
SECTION C – DESCRIPTION/ SPECIFICATIONS / STATEMENT OF WORK
NOTE: The Section C of the contractor’s Alliant Contract is applicable to this Task Order and is hereby
incorporated by reference. In addition, the following applies:
C.1 DESCRIPTION/ SPECIFICATIONS / STATEMENT OF WORK
C.1.1 PURPOSE
The purpose of this effort is to provide the Government information Technology (IT) support for Continental United
States (CONUS) and Outside Continental United States (OCONUS) systems.
TOTAL HOURS
Service Platform, Infrastructure, Service Interface and Integration Page 6 of 40
C.1.2 BACKGROUND
The agency is focused on providing customers with quality, timely and cost efficient maintenance, modernization,
and technical and logistics support. The Government has sites in Bremerton, Bangor, Everett, San Diego, and,
Japan. Additional OCONUS sites may be implemented in the future. The agency employs more than 10,000
engineering and industrial personnel (7,500 computer users) and serves as a major maintenance depot.
The Government proactively maintains an IT architecture that supports users on a real time basis to include access to
needed corporate information from workstations for CONUS and Government owned workstations for CONUS and
OCONUS.
C.1.3 CURRENT IT/NETWORK ENVIRONMENT
The Government is responsible for the design, implementation, maintenance and management of all networks and
communications on the complex and remote sites that is not covered by the XXX contract. The Government is a
general support sensitive unclassified network that operates in the UNIX and Windows environments. The network
provides office automation tools to administrative, investigative, analytical, technical, and production personnel in
carrying out their mission-related functions. Administrative support is facilitated through the use of commercial off-
the-shelf (COTS) products and government off-the-shelf (GOTS) applications (locally developed applications and
corporate applications). The Government provides access to information resources via commercially obtainable
equipment (COE) including communication equipment, servers, workstations, and peripherals. This environment
supports OCONUS infrastructure providing network connectivity to approximately 300 OCONUS workstations.
C.2 SCOPE
The agency services a broad and constantly changing client base (CONUS and OCONUS) with diverse IT
requirements. Just as the client's base is fluid, so are the client's requirements and the IT products available to
answer those requirements. The scope of this effort includes all facets of computer, network, and communications
hardware and software technology, products and systems. The contractor is not be responsible for the development
and maintenance of IT processes and procedures.
C.3 OBJECTIVE
The primary objectives of this task order are to provide continuing IT integration and technical support to the agency
including remote sites and detachments to meet mission requirements.
C.4 TASKS
Task 1 - Transition
Task 2 – Program Management
Task 3 – Network Support
Task 4 – Applications Management
Task 5 – Applications Operations Support
Task 6 – Systems Administration
Task 7 – Information Assurance & Security Engineering
Task 8 – Customer Support Services
Task 9 – Comptroller Support
Task 10 – Other Agency Support
Task 11 – Surge Support -Optional
C.4.1 TASK 1 - TRANSITION
C.4.1.1 SUBTASK 1 – TRANSITION IN
Service Platform, Infrastructure, Service Interface and Integration Page 7 of 40
A transition shall ensure minimum disruption to vital Government business. The contractor shall ensure there will
be no service degradation during and after transition. The contractor shall propose a draft Transition Plan and
present a finalized Transition Plan for the migration of current systems and operations within five (5) working days
after award.
C.4.1.2 SUBTASK 2 –TRANSITION OUT
The Transition-Out Plan shall facilitate the accomplishment of a seamless transition from the incumbent to an
incoming contractor /government personnel at the expiration of the Task Order. The contractor shall provide a
Transition-Out Plan NLT ninety (90) days prior to expiration of the Task Order. The contractor shall identify how it
will coordinate with the incoming contractor and/or Government personnel to transfer knowledge regarding the
following:
Project management processes
Points of contact
Location of technical and project management documentation
Status of ongoing technical initiatives
Appropriate contractor to contractor coordination to ensure a seamless transition
Transition of key personnel
Identify schedules and milestones
Identify actions required of the Government,
Establish and maintain effective communication with the incoming contractor/ Government personnel for
the period of the transition via weekly status meetings
C.4.2 TASK 2 –PROGRAM MANAGEMENT
The contractor shall provide program management support under this Task Order. This includes the management
and oversight of all activities performed by contractor personnel, including subcontractors, to satisfy the
requirements identified in this Statement of Work (SOW). The contractor shall identify a Program Manager (PM)
by name, who shall provide management, direction, administration, quality assurance, and leadership of the
execution of this Task Order.
C.4.2.1 SUBTASK 1 – COORDINATE PROJECT KICKOFF MEETING
The contractor shall schedule, coordinate and provide an agenda for the Project Kick-Off Meeting at the location
approved by the Government. The meeting will provide an introduction between the contractor personnel and
Government personnel who will be involved with the Task Order. The meeting will provide the opportunity to
discuss technical, management, security issues, travel authorization, and reporting procedures. At a minimum, the
attendees shall include vital contractor personnel, representatives from the directorates, other relevant Government
personnel, and the Contracting Officer’s Representative (COR). The contractor shall provide the following at the
kickoff meeting:
Transition Plan,
Final Quality Control Plan
PMP
Service Platform, Infrastructure, Service Interface and Integration Page 8 of 40
C.4.2.2 SUBTASK 2 – PREPARE A MONTHLY STATUS REPORT (MSR)
The contractor Program Manager shall develop and provide an MSR, using MS Office Suite applications, by the
10th of each month via electronic mail to the COR. The MSR shall include the following:
Activities during reporting period, by task (Include: On-going activities, new activities, completed
activities, progress to date on all above mentioned activities). Start each section with a brief description of
the task
Problems and corrective actions taken. Also include issues or concerns and proposed resolutions to address
them,
Personnel gains, losses and status (security clearance, etc.)
Government actions required
Schedule (Shows major tasks, milestones, and deliverables, planned and actual start and completion dates
for each)
Summary of trips taken, conferences attended, etc. (Attach trip reports to the MSR for reporting period),
EVM statistics
Accumulated invoiced cost for each CLIN up to the previous month
Projected cost of each CLIN for the current month,
Comparison data / monthly performance reports
Contractor performance metrics
C.4.2.3 SUBTASK 3 - PREPARE A PROGRAM MANAGEMENT PLAN (PMP)
The contractor shall document all support requirements in a PMP. The PMP shall describe the proposed
management approach. The PMP shall include milestones, tasks, and subtasks required in this Task Order. The
PMP shall provide for an overall Work Breakdown Structure (WBS) and associated responsibilities and partnerships
with Government organizations. The PMP shall include the contractor’s Quality Control Plan (QCP).
The PMP is an evolutionary document. It shall be updated yearly. The contractor shall work from a Government
approved PMP. The contractor shall work from a new version of the PMP once approved by the Government.
C.4.2.4 SUBTASK 4 – PREPARE TRIP REPORTS
The Contractor shall provide the Government with a Trip Report five (5) days after the travel is completed. The
contractor shall identify the travel, to include: the name of the employee, location of travel, duration of trip, POC at
travel location, task that the travel supports, benefit to the Government, accomplishments/lessons learned, and
itemized listing of expenses, both planned and actual.
C.4.2.5 SUBTASK 5 – UPDATE QUALITY CONTROL PLAN (QCP)
The contractor shall update the QCP submitted with their proposal and provide a final QCP. The contractor shall
periodically update the QCP as changes in program processes are identified.
C.4.2.6 SUBTASK 6 – SECTION 508 COMPLIANCE REQUIREMENTS
Unless the Government invokes an exemption, all EIT (Electronic Information Technology) products and services
proposed shall fully comply with Section 508 of the Rehabilitation Act of 1973, per the 1998 Amendments, 29
Service Platform, Infrastructure, Service Interface and Integration Page 9 of 40
U.S.C. 794d, and the Architectural and Transportation Barriers Compliance Board’s Electronic and Information
Technology Accessibility Standards at 36 CFR 1194. The contractor shall identify all EIT products and services
proposed, identify the technical standards applicable to all products and services proposed and state the degree of
compliance with the applicable standards. Additionally, the contractor must clearly indicate where the information
pertaining to Section 508 compliance can be found (e.g., Vendor’s or other exact web page location). The
contractor must ensure that the list is easily accessible by typical users beginning at time of award.
C.4.2.7 SUBTASK 7 – In-Progress Reviews (IPR)
The contractor shall conduct Monthly In-Progress Review Meetings to discuss program, project and service status,
existing or potential problems, and projected tasks and milestones. In addition, the contractor shall provide updates
to the PMP at the IPR. The contractor shall provide the Contracting Officer Representative (COR) an e-mail three
(3) business days before the meeting containing the agenda for the meeting and any materials that will be discussed
during the meeting. The contractor shall publish the minutes for each IPR by the close of business the following
day.
C.4.3 TASK 3 –– NETWORK SUPPORT
This includes support for workstations, servers, peripherals, and other telecommunications devices. The contractor
shall support the following functions necessary to ensure that the IT systems are operational and available to the
users.
Add, change, remove station cables from concentrators and patch panels, and maintain correct labeling of station
cables,
Provide Local Area Network (LAN)/system hardware and software support, and
Implement and monitor agency security policies.
C.4.3.1 SUBTASK 1 - NETWORK MAINTENANCE
Following existing network design and procedures, the contractor shall install, operate, maintain, and configure all
network infrastructure systems to include fiber optics, switches, hubs, routers, and other required equipment to
provide data connectivity to and from all activities operated or supported by the agency with minimal interruption of
services.
C.4.3.2 SUBTASK 2 - CABLE PLANT SUPPORT
The contractor shall perform site surveys of the processes and procedures (provided at time of award), for the
infrastructure. Recommendations for placement and installation of the cable plant, type of cabling, and maintenance
support requirements of cabling (located both indoors and outdoors) will be required. The contractor shall deliver a
final Site Survey Report.
The contractor shall install, test, evaluate, certify to industry standards, maintain, and repair all cable plant facilities
to operational requirements. Documentation such as Cable Plant Upgrade Design Documentation, Cable Plant
Upgrade Design Drawings, Cable Plant As Built LAN Upgrade Design Drawings, Maintenance and Repair Status
Reports, Configuration Management Documentation, Operational Manuals, and Engineering Data, will be delivered
as required. Cable plant support is required eight (8) hours per day, five (5) days per week for contractor personnel.
Hours may need to be adjusted or extended based on fluctuating workload and project needs. Additionally, the
contractor shall transport equipment to required PSNS & IMF locations.
C.4.4 TASK 4 – APPLICATION MANAGEMENT
There are two major categories of application management personnel. The first category is personnel that provide
support to shipyard enterprise applications. Also known as corporate applications, they are developed by a central
Service Platform, Infrastructure, Service Interface and Integration Page 10 of 40
design agent for all shipyards to locally manage and operate. Of the current 30 corporate applications,
approximately 7% are currently managed by contract support. The second category is personnel that provide
support to locally developed and maintained applications. Of the current 90 locally developed applications,
approximately 30% are managed by contract personnel. Technology for locally developed applications include, but
are not limited to, Microsoft .NET (dot net) Framework , ColdFusion, SharePoint (WSS/MOSS), Visual Studio,
C++, CSS, Oracle and SQLServer RDBMS, etc.
The contractor shall:
Plan, schedule, and manage the implementation of Commercial Off-The-Shelf (COTS) software and
Government Off-The-Shelf software (GOTS),
Manage and install routine and regularly scheduled COTS/GOTS updates
Prepare test and implementation plans for COTS/GOTS updates
Execute and validate COTS/GOTS requirements and specifications including batch and interface processes
during application release testing
Continuously examine and evaluate the COTS/GOTS data interface and batch processes, proposing
technically feasible improvements to automation that will benefit the shipyard
Troubleshoot COTS/GOTS application anomalies
Work with internal departments as well as outside activities and agencies diagnosing and resolving
problems in response to user reported incidents, customer functional issues, technical problems, questions,
or concerns
Provide user account management consisting of: Creation, Password resets, and Modifications
Assist user community creating and maintaining reports
Assist PSNS & IMF departments and external commands in answering data calls
Develop and maintain data processing schedules following the requirements of PSNS & IMF applications,
Oracle Database Administrators (DBA), Solaris System Administrator (SAs), departments and external
commands
Provide analysis, design, evaluation, and programming support for IT systems deployed locally
Provide analysis, design, evaluation, programming, and support for Web-based systems deployed,
The contractor shall provide complete documentation on all developed or modified systems, including but
not limited to user and maintenance documentation, and insertion of imbedded program comments,
Maintain working knowledge of agency standard software
Troubleshoot, resolve, and document inquiries and report possible discrepancies in corporate data and
associated output
Issue passwords and maintain password database(s)
Provide data administration and ad-hoc reporting functions
Manage CAD/CAM Software.
Service Platform, Infrastructure, Service Interface and Integration Page 11 of 40
C.4.5 TASK 5 – APPLICATIONS OPERATIONS SUPPORT
Applications Operations support includes maintaining data, processing schedules, monitoring batch processes and
interfaces, and executing daily and nightly batch job runs for GOTS Systems. Computer Operations Centers are
operated at both the Bremerton and Bangor sites. The Bremerton site requires a continual presence during swing
and graveyard shifts, seven (7) days a week, 365 days a year. A majority of operations procedures require a second
set of eyes to ensure parameters are correctly entered prior to job execution. The Bangor site requires a continual
presence five (5), days a week, Monday – Friday, for a minimum of 13 hours per day. Both sites require sufficient
staffing to account for operator personnel absences (e.g., vacation, sickness, etc).
The Contractor shall:
Develop and maintain data processing schedules following the requirements of application managers,
database administrators, departmental POC (point of contact), and external commands
Execute interface and batch processes for local and corporate applications
Monitor batch processes and interfaces to successful completion
Capture, troubleshoot, and/or report any anomalies of application, batch, interface, or system failures,
Analyze, code, and coordinate daily settings of process control codes and designators for Payroll/Cost and
MAT (Material) applications for daily batch jobs
Monitor server status, utilizing provided software tools, and report anomalies to the correct POC
Operate data processing printing equipment for work documents including the scheduling and distribution
of print jobs
C.4.6 TASK 6 – SYSTEMS ADMINISTRATION
System administration consists of the planning and coordinating installation, testing, operation, troubleshooting, and
maintenance of hardware and software systems. System administration includes assisting in the following:
Manage accounts and access to systems and equipment
Manage systems resources including performance, capacity, availability, serviceability, and recoverability
Implement security procedures and tools
Develop and document systems administration standard operating procedures
Resolve hardware/software interface and interoperability problems
Ensure systems availability, functionality, integrity, and efficiency,
Maintain systems configuration
Manage the installation and integration of systems fixes, updates, and enhancements
Ensure the rigorous application of information security and information assurance policies, principles, and
practices in the delivery of systems administration services
Maintain configuration documentation of systems and equipment
Update disaster recovery documentation
Maintain, monitor, and performance tuning (Balancing the load on the servers)
Service Platform, Infrastructure, Service Interface and Integration Page 12 of 40
Data backup and recovery
Maintain the environment of computer data center(s) (temperature, humidity, cleanliness, etc.),
Monitor and analyze audit logs, report any irregularities
Monitor server disk storage (by user and by program) including temporary storage requirements (print
queues, etc.)
Archive and delete unneeded files
Recover disk space from deleted users
Maintain structure of rights for accounts and groups
Perform system back-up functions on a daily, weekly and monthly basis as required
C.4.7 TASK 7 – INFORMATION ASSURANCE
The contractor shall review existing security policies and procedures, whether formal or informal. The contractor
shall work closely with the Information Assurance Manager (IAM) and staff to develop formal policies and
procedures to facilitate the protection of U.S. Government sensitive unclassified and classified information and the
security of the various information systems and networks. The contractor shall review existing policies, procedures
and guidelines and shall draft appropriate policy documents for implementation across the enterprise as directed by
the IAM. The contractor shall assist appropriate government personnel in determining information assurance (IA)
requirements, aid in the development of policies and procedures for implementation, and provide support in
implementing these mechanisms and processes to ensure that the policies can be enforced. This includes Information
Assurance Vulnerability Alert (IAVA) tracking, IA awareness training, System Administrator certification, and all
other activities that contribute to the successful implementation of the full range of IA policies, procedures, and
guidelines. The contractor shall:
Provide on-site technical support for the Information Assurance Manager (IAM)
Prepare weekly highlights, monthly and ad-hoc reports for management
Upon request provide information security analysis services to the IAM
Assist in preparing Certification & Accreditation (C&A) documentation for submission to the Designated
Approving Authority (DAA)
Utilize standard software tools to conduct vulnerability scans of all equipment on the network for
vulnerabilities to ensure sound security configurations
Assist systems administrators in implementing corrective actions required as a result of vulnerabilities
uncovered during system scans
Maintain a tracking log for all Electronic Spillage activity across the enterprise
Support Information Assurance (IA) strategic planning activities to evaluate services provided to the
Enterprise through assessment of priorities and risks
Maintain the C&A package repository
Develop and maintain the C&A accreditation status tracking database, used to record the present status of
all accreditation packages as well as storing/archiving information on accreditations already received and
systems that have since been inactivated
Assist with the destruction of removable media generated
Service Platform, Infrastructure, Service Interface and Integration Page 13 of 40
C.4.8 TASK 8 – CUSTOMER SUPPORT SERVICES
Customer support services include the IT Tier 1 Help Desk which requires 24 x 7 coverage, requiring a minimum of
three employees per shift. Other customer support services require other personnel to work normal day shifts. The
contractor shall assist in providing on-site IT customer support services for all CONUS and OCONUS users,
including, but not limited to, the following:
Troubleshooting
Equipment technical evaluation
Password resets
Account management
IT user training
IT asset inventory
Requests for IT services (moves, adds, changes (MACs), Remedy tickets, trouble tickets, etc.)
Data input requests for services
Administration and Management of Global Groups, Distribution Lists, Public Folders
Account Management
Material inventory & metrics
Remedy Accounts,
Manage the IT hardware lifecycle management program including: excessing hard drives, end-of-life IT
equipment and maintaining chain-of-custody transaction records
Manage the printer consumables program, including: replacing consumables, maintaining a consumables
inventory, and providing printer consumable ordering information based on inventory and usage metrics
Support the cell phone program by issuing cell phones, Blackberries, and accessories; troubleshooting cell
phone problems; and maintaining inventory listings that identify equipment assignments,
Maintain an inventory of laptops to include issuing and receiving
Install, remove or change workstations, printers, scanners
Issue passwords and maintain password database(s).
C.4.9 TASK 9 – COMPTROLLER SUPPORT
The contractor shall assist the Comptroller Department during normal business hours, with data input and data
validation for Cost Database (COST), Supervisor’s Desk (SUPDESK) (Timekeeping), and Travel System (DTS)
applications.
C.4.10 TASK 10 – OTHER SUPPORT
The contractor shall provide support to other activities as described below.
C.4.10.1 SUBTASK 1 - SAN DIEGO AREA SUPPORT
The contractor shall provide on-site customer support services specialists for both classified and unclassified IT
systems and supporting infrastructure. The contractor shall assist the Government by providing on-site support at
the San Diego area locations supporting Communication Security (COMSEC). The required support shall include:
Service Platform, Infrastructure, Service Interface and Integration Page 14 of 40
communications support, server configuration and maintenance, COMSEC support, and desktop support. Support is
required eight (8) hours per day, five (5) days per week for personnel. Hours may need to be adjusted or extended
based on fluctuating workload and project needs.
C.4.10.2 SUBTASK 2 - OCONUS SUPPORT
The contractor shall provide a single on-site support services specialist to include basic network administration
(including inside and outside cable plant), basic network server administration and customer support for ship
maintenance and repair activities at the detachment located in Yokosuka, Japan. Government oversight and
contractor augmentation will be provided during peak workload events.
C.4.10.3 SUBTASK 3 - ENTERPRISE MAINTENANCE AUTOMATED
Information Systems (EMAIS) and Regional Maintenance
Automated Information Systems (RMAIS) Administration
The contractor shall provide assistance with EMAIS Disaster Recovery (DR) and provide all functions associated
with RMAIS Administration and Management. The contractor shall work in conjunction with IT personnel to
ensure systems, applications, data integrity, and connectivity are maintained at all times.
The following is a summary of services the contractor shall provide in performance of this task.
Ensure that the systems are operationally available 24x7x365,
Ensure backups are completed in accordance with technical requirements identified in the EMAIS and
RMAIS procedures,
Operate and monitor all systems associated with the EMAIS DR and RMAIS hardware,
Cycle or restart system application products at the request of EMAIS and RMAIS Technical Staff,
Maintain daily database logs as directed using the Tivoli Storage Manager, and
Eject, package, and ship media to EMAIS Technical staff as directed.
C.4.11 TASK 11 – SURGE SUPPORT (OPTIONAL)
Based on the nature of maintenance, there may be a need for emergency repairs or a shift or increase in workload to
meet National Security requirements. Operations and maintenance changes in the Navy’s network system may also
result in an increase in workload. The contractor shall be prepared to provide CONUS or OCONUS support for
unanticipated surge support requirements for all identified tasks within the Task Order.
SECTION D - packaging and marking
NOTE: The section numbers in this Task Order correspond to the section numbers in the Alliant Contract. Section
D of the contractor’s Alliant Contract is applicable to this Task Order and is hereby incorporated by reference. In
addition, the following applies:
D.1 PRESERVATION, PACKAGING, PACKING, AND MARKING
The contractor shall deliver all electronic versions by email and CD-ROM as well as placing in the designated
repository. Identified below are the required electronic formats, whose versions must be compatible with the latest,
commonly available version on the market:
Text Microsoft Word
Spreadsheets Microsoft Excel
Service Platform, Infrastructure, Service Interface and Integration Page 15 of 40
Briefings Microsoft PowerPoint
Drawings Microsoft Visio
Schedules Microsoft Project
SECTION E - INSPECTION AND ACCEPTANCE
NOTE: The Section E of the contractor’s Alliant Contract is applicable to this Task Order and is hereby
incorporated by reference. In addition, the following applies:
E.1 FAR CLAUSES INCORPORATED BY REFERENCE
The following clauses apply to this Task Order. Upon request the Contracting Officer will make their full text
available. Also, the full text of a clause may be accessed electronically at this address:
http://acqnet.gov/far/index.html
CLAUSE # CLAUSE TITLE DATE
52.246-3 Inspection of supplies – Cost reimbursement May 2001
52.246-5 Inspection of services – Cost reimbursement Apr 1984
52.246-11 Higher-level contract quality requirement Feb 1999
52.246-15 Certificate of conformance Apr 1984
E.2 PLACE OF INSPECTION AND ACCEPTANCE
Inspection and acceptance of all work performance, reports and other deliverables under this Task Order shall be
performed by the COR.
E.3 SCOPE OF INSPECTION
All deliverables will be inspected for content, completeness, accuracy and conformance to Task Order requirements
by the COR. Inspection may include validation of information or software through the use of automated tools,
testing or inspections of the deliverables, as specified in the Task Order. The scope and nature of this inspection
will be sufficiently comprehensive to ensure the completeness, quality and adequacy of all deliverables.
The Government requires a period not to exceed 15 work days after receipt of final deliverable items for inspection
and acceptance or rejection.
E.4 BASIS OF ACCEPTANCE
The basis for acceptance shall be compliance with the requirements set forth in the Task Order, the contractor’s
proposal and other terms and conditions of the contract. Deliverable items rejected shall be corrected in accordance
with the applicable clauses.
For software development, the final acceptance of the software program will occur when all discrepancies, errors or
other deficiencies identified in writing by the Government have been resolved, either through documentation
updates, program correction or other mutually agreeable methods.
Reports, documents and narrative type deliverables will be accepted when all discrepancies, errors or other
deficiencies identified in writing by the Government have been corrected.
If the draft deliverable is adequate, the Government may accept the draft and provide comments for incorporation
into the final version.
Service Platform, Infrastructure, Service Interface and Integration Page 16 of 40
All of the Government's comments to deliverables must either be incorporated in the succeeding version of the
deliverable or the contractor must demonstrate to the Government's satisfaction why such comments should not be
incorporated.
If the Government finds that a draft or final deliverable contains spelling errors, grammatical errors, improper
format, or otherwise does not conform to the requirements stated within this Task Order, the document may be
immediately rejected without further review and returned to the contractor for correction and resubmission. If the
contractor requires additional Government guidance to produce an acceptable draft, the contractor shall arrange a
meeting with the COR.
E.5 DRAFT DELIVERABLES
The Government will provide written acceptance, comments and/or change requests, if any, within 15 work days
(unless specified otherwise in section F) from Government receipt of the draft deliverable. Upon receipt of the
Government comments, the contractor shall have 15 work days to incorporate the Government's comments and/or
change requests and to resubmit the deliverable in its final form.
E.6 WRITTEN ACCEPTANCE/REJECTION BY THE GOVERNMENT
The Contracting Officer (CO)/Contracting Officer’s Representative (COR) shall provide written notification of
acceptance or rejection of all final deliverables within 15 work days (unless specified otherwise in section F). All
notifications of rejection will be accompanied with an explanation of the specific deficiencies causing the rejection.
E.7 NON-CONFORMING PRODUCTS OR SERVICES
Non-conforming products or services will be rejected. Deficiencies will be corrected, by the contractor, within 15
work days of the rejection notice. If the deficiencies cannot be corrected within 15 work days, the contractor will
immediately notify the COR of the reason for the delay and provide a proposed corrective action plan within 15
work days.
SECTION F – DELIVERABLES OR PERFORMANCE
NOTE: Section F of the contractor’s Alliant Contract is applicable to this Task Order and is hereby incorporated by
reference. In addition, the following applies:
F.1 FAR CLAUSES INCORPORATED BY REFERENCE
The following clauses apply to this task order. Upon request the Contracting Officer will make their full text
available. Also, the full text of a clause may be accessed electronically at this address:
http://acqnet.gov/far/index.html
CLAUSE # CLAUSE TITLE DATE
52.242-15 Stop-work order Aug 1989
52.242-15 Alternate I Apr 1984
F.2 PERIOD OF PERFORMANCE
The period of performance for this Task Order is one (1) year base period and four (4), one (1) year options for a
total Period of Performance of five (5) years (if all optional periods are exercised)
F.3 PLACE OF PERFORMANCE
Place of Performance is the XXX.
Service Platform, Infrastructure, Service Interface and Integration Page 17 of 40
F.4 DELIVERABLES
The following schedule of milestones will be used by the COR to monitor timely progress under this Task Order.
The following abbreviations are used in this schedule:
NLT: No Later Than
TOA: Task Order Award
All references to Days: Government Workdays
NO. DELIVERABLE SOW
REF
DELIVERY
TIME
00 Project Start Date - TOA
TASK 1
01 Final Transition-In Plan C.4.1.1 5 Days after TOA
02 Transition-Out Plan C.4.1.2 60 Days Prior to TO
expiration
TASK 2
03 Kick Off Meeting Agenda C.4.2.1 3 days after TOA
04 Monthly Status Reports C.4.2.2 10
th
Day of Month
05 Project Management Plan C.4.2.3 5 days after TOA and
Revised Yearly
06 Trip Reports C.4.2.4 5 Days After end of
Travel
07 QCP Update C.4.2.5 5 Days after TOA
08 508 Compliance Listing C.4.2.6 30 Days after TOA
09 IPR Briefings C.4.2.7 1 Day after IPR
F.5 PLACE(S) OF DELIVERY
Unclassified deliverables and correspondence shall be delivered to the Contracting Officer (CO) and Contracting
Officer’s Representative (COR) at the address below: XXX
F.6 NOTICE REGARDING LATE DELIVERY/PROBLEM NOTIFICATION REPORT
The contractor shall notify the COR via a Problem Notification Report (PNR) Section J, Attachment H as soon as it
becomes apparent to the contractor, that a scheduled delivery will be late. The contractor shall include in the PNR
the rationale for late delivery, the expected date for the delivery and the project impact of the late delivery. The
COR will review the new schedule and provide guidance to the contractor. Such notification in no way limits any
Government contractual rights or remedies including but not limited to termination.
SECTION G – CONTRACT ADMINISTRATION DATA
NOTE: The Section G of the contractor’s Alliant Contract is applicable to this Task Order and is hereby
incorporated by reference. In addition, the following applies:
G.1 CONTRACTING OFFICER’S REPRESENTATIVE
The Contracting Officer will appoint a Contracting Officer's Representative (COR) in writing for each TO. The
COR will receive, for the Government, all work called for by the TO and will represent the CO in the technical
phases of the work. The COR will provide no supervisory or instructional assistance to contractor personnel.
Service Platform, Infrastructure, Service Interface and Integration Page 18 of 40
The COR is not authorized to change any of the terms and conditions of the Contract or the TO. Changes in the
scope of work will be made only by the CO by properly executed modifications to the Contract or the TO.
G.2 INVOICE SUBMISSION
The contractor shall submit Requests for Payments in accordance with the format contained in GSAM 552.232-70,
INVOICE REQUIREMENTS (SEPT 1999), to be considered proper for payment. In addition, the data elements
indicated below shall be included on each invoice:
Task Order number
Paying Number
Project No
Project Title
The contractor shall provide invoice backup data in accordance with the contract type, including detail such as labor
categories, rates and quantities of labor hours per labor category.
The contractor shall submit invoices as follows:
The contractor shall utilize electronic Tracking and Ordering System (TOS) to submit invoices. The contractor shall
submit invoices electronically by logging onto the following link (requires Internet Explorer to access the link):
Select Vendor Support, log in using your assigned I.D. and password, then click on Create Invoice. The TOS Help
Desk should be contacted for support at 877-472-4877 (toll free). By utilizing this method, no paper copy of the
invoice shall be submitted to Finance Center. However, the COR may require the contractor to submit a written
“hardcopy” invoice with the client’s certification prior to invoice payment.
G.3 INVOICE REQUIREMENTS
The contractor may invoice the fixed fee on a monthly basis. The monthly fixed fee invoiced shall be proportionate
to the amount of labor expended for the month invoiced. The contractor shall submit simultaneous copies of the
invoice to POC. If the Task Order has different contract types, each should be addressed separately in the invoice
submission. The final invoice is desired to be submitted within 6 months of project completion.
G.4 COST PLUS FIXED FEE (CPFF) CLINS (FOR LABOR)
The contractor may invoice monthly on the basis of cost incurred for the CPFF CLINs. The invoice shall include
the period of performance covered by the invoice and the CLIN number and title. All hours and costs shall be
reported by CLIN element (as shown in Section B) and contractor employee and shall be provided for the current
billing month and in total from project inception to date. The contractor shall provide the invoice data in
spreadsheet form with the following detailed information. The listing shall include separate columns and totals for
the current invoice period and the project to date:
Employee name (current and past employees)
Employee company labor category
Employee Alliant labor category
Monthly and total cumulative hours worked
Billing rate (as proposed in the cost proposal)
Corresponding Alliant ceiling rate
Service Platform, Infrastructure, Service Interface and Integration Page 19 of 40
Fixed fee
Cost incurred not billed
All cost presentations provided by the contractor shall also include Overhead Charges, and General and
Administrative Charges.
G.5 OTHER DIRECT COSTS (ODCS)
The contractor may invoice monthly on the basis of cost incurred for the ODC CLIN. The invoice shall include the
period of performance covered by the invoice and the CLIN number and title and IA number. In addition, the
contractor shall provide the following detailed information for each invoice submitted, as applicable. Spreadsheet
submissions are required:
ODCs purchased
Consent to Purchase number or identifier
Date accepted by the Government
Associated CLIN
Project to date totals by CLIN
Cost incurred not billed
Remaining balance of the CLIN
All cost presentations provided by the contractor shall also include Overhead Charges, General and Administrative
Charges and Fee.
G.6 TRAVEL
The contractor may invoice monthly on the basis of cost incurred for cost of travel comparable with the JTR/FTR.
Long distance travel is defined as travel over 75 miles. The invoice shall include the period of performance covered
by the invoice, the CLIN number and title, and the IA Account number. Separate worksheets, in MS Excel format,
shall be submitted for travel.
CLIN/Task Total Travel
: This invoice information shall identify all cumulative travel costs billed by CLIN/Task.
The current
invoice period’s travel detail shall include separate columns and totals and include the following:
Travel Authorization Request number or identifier
Current invoice period
Names of persons traveling
Number of travel days
Dates of travel
Number of days per diem charged
Per diem rate used
Total per diem charged
Transportation costs
Total charges
Service Platform, Infrastructure, Service Interface and Integration Page 20 of 40
All cost presentations provided by the contractor shall also include Overhead Charges and General and
Administrative Charges.
G.7 CONTRACT ADMINISTRATION
Contracting Officer:
Contracting Officer’s Representative:
SECTION H – SPECIAL ORDER REQUIREMENTS
NOTE: The Section H of the contractor’s Alliant Contract is applicable to this Task Order and is hereby
incorporated by reference. In addition, the following applies:
H.1 FAR CLAUSES INCORPORATED BY REFERENCE
The following clauses apply to this task order. Upon request the Contracting Officer will make their full text
available. Also, the full text of a clause may be accessed electronically at this address:
http://acqnet.gov/far/index.html
CLAUSE # CLAUSE TITLE DATE
52.227-15*
Representation of Limited Rights Data and
Restricted Computer Software
Dec 2007
(Note: Clause numbers followed by an asterisk (*) require fill-ins by the CO)
H.1.1 52.227-15 - REPRESENTATION OF LIMITED RIGHTS DATA AND RESTRICTED COMPUTER
SOFTWARE (DEC 2007)
(a) This solicitation sets forth the Government’s known delivery requirements for data (as defined in the clause at
52.227-14
, Rights in Data—General). Any resulting contract may also provide the Government the option to order
additional data under the Additional Data Requirements clause at 52.227-16
, if included in the contract. Any data
delivered under the resulting contract will be subject to the Rights in Data—General clause at 52.227-14 included in
this contract. Under the latter clause, a Contractor may withhold from delivery data that qualify as limited rights data
or restricted computer software, and deliver form, fit, and function data instead. The latter clause also may be used
with its Alternates II and/or III to obtain delivery of limited rights data or restricted computer software, marked with
limited rights or restricted rights notices, as appropriate. In addition, use of Alternate V with this latter clause
provides the Government the right to inspect such data at the Contractor’s facility.
(b) By completing the remainder of this paragraph, the offeror represents that it has reviewed the requirements for
the delivery of technical data or computer software and states [offeror check appropriate block]—
[ ] (1) None of the data proposed for fulfilling the data delivery requirements qualifies as limited rights data or
restricted computer software; or
[ ] (2) Data proposed for fulfilling the data delivery requirements qualify as limited rights data or restricted
computer software and are identified as follows:
____________________________________________________________________________________
(c) Any identification of limited rights data or restricted computer software in the offeror’s response is not
determinative of the status of the data should a contract be awarded to the offeror.
H.2 KEY PERSONNEL
Service Platform, Infrastructure, Service Interface and Integration Page 21 of 40
The following are designated key personnel for this Task Order. The offeror shall propose
appropriate labor categories for these positions.
The Government desires that key personnel be assigned for the duration of the Task Order.
H.2.1 PROGRAM MANAGER
The contractor shall identify a Program Manager to serve as the Government’s point of contact and to provide
technical supervision and guidance for all contractor personnel assigned to the Task Order.
The Government desires that the Program Manager has experience in managing personnel knowledgeable with
network operations, software development, IA processes and procedures, system administration, and customer
support. The Government desires the Program Manager have demonstrated experience in the management of
Information Resource Management (IRM) projects with approximately 50 staff members, to include assignment of
personnel, implementing cost controls, and developing project timelines.
H.2.2 GENERAL PERSONNEL REQUIREMENTS
See Section J, Attachment K for certification requirements.
H.2.2.1 APPLICATIONS SUPPORT SPECIALISTS
The Applications Support Specialists’ desired qualifications include:
Working knowledge and experience with the management and implementation of software applications
Working knowledge and experience with scheduling, management and installation of COTS/GOTS
software updates
Working knowledge and experience with test and implementation plans for COTS / GOTS software
updates
Working knowledge and experience with batch and interface processes during application release testing
Working knowledge and experience with troubleshooting COTS / GOTS application anomalies
Working knowledge and experience with Software Application Administration, Routine Maintenance and
Data Management
Working knowledge and experience with Information Assurance policies and procedures with respect to
software development
Working knowledge and experience with Web-Based Applications and Systems including analysis, design,
evaluation, programming, and support
Working knowledge and experience with developing system application documentation
Working knowledge and experience with providing software maintenance and troubleshooting services in
support of Software Engineering Projects
Excellent written and oral communications skills
H.2.2.2 APPLICATIONS OPERATORS
The Applications Operators’ desired qualifications include:
Service Platform, Infrastructure, Service Interface and Integration Page 22 of 40
Working knowledge and experience with developing and maintaining data processing schedules
Working knowledge and experience with executing and monitoring application interface and batch
processes
Working knowledge and experience with capturing, troubleshooting, and reporting anomalies of
application, batch, interface, or system failures
Working knowledge and experience with respect to analyzing, coding, and coordinating daily settings of
process control codes for payroll and cost applications
Working knowledge and experience with monitoring server status and utilizing software tools
Working knowledge and experience with operating data processing printing equipment including
scheduling and distribution of print jobs
Excellent written and oral communications skills
H.2.2.3 System Administrators
The Systems Administrators’ desired qualifications include:
Maintaining the functionality of Microsoft Windows and SUN Solaris / IBM AIX UNIX servers,
Implementing updates in server hardware and software,
Managing server configuration,
Monitoring and managing use of disk space, memory, and connections,
Managing accounts and permissions Windows and UNIX servers,
Performing server backup and restore,
Diagnosing system problems,
Monitoring server performance and performing tuning enhancements,
Troubleshooting and fixing hardware or software problems, and
Managing server event logs.
H.2.2.4 CUSTOMER SUPPORT SPECIALISTS
The Customer Support Specialists’ desired qualifications include working knowledge and experience with:
Troubleshooting hardware and software,
Equipment technical evaluation,
User account management,
IT user training,
IT asset inventory,
Providing IT services (e.g., moves, adds, changes (MACs), remedy tickets, NMCI trouble tickets, etc),
Administration and management of global groups, distribution lists, public folders, account management,
and remedy accounts,
Service Platform, Infrastructure, Service Interface and Integration Page 23 of 40
Managing IT hardware lifecycle management program,
Replacing IT consumables,
Maintaining IT equipment and consumable inventories,
Distribution management of cell phones, blackberries, and accessories, and
Excellent written and oral communication skills.
H.2.2.5 IA SUPPORT SPECIALISTS
The IA Support Specialists’ desired qualifications include:
Computer Information System Security Professional (CISSP)
Experience with Security Management policy guidance and directives
Knowledge and experience of current and emerging information assurance enterprise security practices
Experience with DIACAPs, vulnerability assessments, IAVA reporting, and IA problem resolution
Ability to convey complex information assurance data to a wide variety of government audiences
Demonstrated oral and written communication skills
H.2.3 KEY PERSONNEL SUBSTITUTION
The contractor shall not replace any personnel designated as key personnel without the written concurrence of the
CO. Prior to utilizing other than personnel specified in proposals in response to a TOR, the contractor shall notify
the Government CO and the COR of the existing TO. This notification shall be no later than 10 calendar days in
advance of any proposed substitution and shall include justification (including resume(s) and labor category of
proposed substitution(s)) in sufficient detail to permit evaluation of the impact on TO performance.
Substitute personnel qualifications shall be equal to, or greater than, those of the personnel being substituted. If the
Government CO and the COR determine that the proposed substitute personnel is unacceptable, or that the reduction
of effort would be so substantial as to impair the successful performance of the work under the TO, the contractor
may be subject to default action as prescribed by FAR 52.249-6 Termination (Cost Reimbursement) or FAR 52.249-
8, Default (Fixed-Price Supply and Service).
H.3 RESERVED
H.4 RESERVED
H.5 GOVERNMENT FURNISHED PROPERTY (GFP)
H.5.1 GOVERNMENT-FURNISHED SPACE AND EQUIPMENT
The Government will provide on-site office facilities (computer, printer, desk, chair, telephone service) for up to
fifty (50) contractor personnel at the appropriate sites (including one in Japan, two in San Diego) to complete
requirements identified in this Task Order.
H.5.2 CONTRACTOR-FURNISHED VEHICLES
The contractor shall provide vehicles for tasks that require transportation of personnel or materials. The contractor
personnel shall have insurance coverage that will allow them to operate the vehicles.
Service Platform, Infrastructure, Service Interface and Integration Page 24 of 40
Throughout the life of this Task Order, the contractor may also be required to operate Government-owned vehicles
to carry out duties described in the TO. The contractor shall maintain insurance in accordance with above
paragraph.
H.6 SECURITY REQUIREMENTS
Security Clearance: Contractor personnel will be assigned to positions designated as IT-1 Critical Sensitive or IT-2
Non-Critical Sensitive as defined in SECNAV M-5510.30 Paragraph 5-3, subparagraph b(6), and Exhibit 5A.
Personnel requiring privileged access to the Government systems (e.g., System Administrators) are required to meet
Information Assurance performance and IA certification requirements in accordance with DoD Manual 8570-1M,
Chapter 3. Performance requirements will be set based on operating environment at the Information Assurance
Technical level (IAT) I, II or III.
All Contractor personnel working on this Task Order must be U.S. citizens, and will be required to a minimum
clearance equal to CONFIDENTIAL for Special Handling and Not For Release to Foreign Nationals (NOFORN)
information will be required by all contractor personnel working on-site. Additionally, the OCONUS support
functions may require higher-level clearance. These requirements will be identified by specific task and sub-task.
This Task Order will also deal with sensitive data. Any password or user identification requirements will be
coordinated through a designated Representative. A DD Form 254, Department of Defense Contract Security
Classification Specification, will be provided at the time of award. The Contactor and COR will coordinate all
security requirements and forward a completed DD Form 254 to the Contracting Officer for incorporation into the
Task Order.
Information Assurance: Contractor personnel supporting this Task Order who require access to Government
Information Systems are required to receive and complete; initial IA orientation awareness and Unclassified-Naval
Nuclear Propulsion Information (U-NNPI) training before being granted access to the system(s) and annual IA
awareness training to retain access, as required IAW DoD 8570.01-M and DODI 8500.2 E3.3.7. Access requests to
IT systems will utilize OPNAV 5239/14 (July 2008) SAAR-N form.
H.7 INFORMATION ASSURANCE CERTIFICATION
Contractor personnel must agree as a “condition of employment” to obtain and maintain currency for appropriate
certification(s) required for the position IAW DoD 8570.01M. All training and certification specifications are
required to be met within six (6) months for any currently contracted employee, and must be met within six (6)
months of any newly reporting personnel being assigned. The Contractor shall meet the applicable IA certification
requirements, including:
Agency-approved IA workforce certifications appropriate for each category and level as listed in the
current version of DoD 8570.01-M
Appropriate operating environment certification for IA technical positions as required by the Government
8570.01-M
Upon request by the Government, the Contractor shall provide documentation supporting the IA
certification status of personnel performing IA functions
Contractor personnel who do not have proper and current certifications shall be denied access to Government
information systems for the purpose of performing IA functions. See Section J, Attachment K for certification
guidance.
H.8 ORGANIZATIONAL CONFLICT OF INTEREST
Service Platform, Infrastructure, Service Interface and Integration Page 25 of 40
If the contractor is currently providing support or anticipates providing support to the Government that creates or
represents an actual or potential organizational conflict of interest (OCI), the contractor shall immediately disclose
this actual or potential OCI in accordance with FAR Subpart 9.5. The contractor is also required to complete and
sign an Organizational Conflict of Interest Statement in which the contractor (and any Subcontractors, consultants or
teaming partners) agrees to disclose information concerning the actual or potential conflict with any proposal for any
solicitation relating to any work in the TO. All actual or potential OCI situations shall be identified and addressed in
accordance with FAR Subpart 9.5.
H.9 NON DISCLOSURE REQUIREMENTS
If this TO requires the contractor to act on behalf of, or provide advice with respect to any phase of an agency
procurement, as defined in FAR 3.104-4, then the contractor shall ensure that all its personnel (to include
Subcontractors, teaming partners, and consultants) who will be personally and substantially involved in the
performance of the TO:
Execute and submit an “Employee/Contractor Non-Disclosure Agreement” Form (Section J, Attachment F)
prior to the commencement of any work on the Task Order
Are instructed in the FAR 3.104 requirements for disclosure, protection, and marking of contractor bid or
proposal information, or source selection information
All proposed replacement contractor personnel also must submit a Non-Disclosure agreement and be
instructed in the requirements of FAR 3.104. Any information provided by contractors in the performance
of this TO or obtained by the Government is only to be used in the performance of the TO. The contractor
shall put in place appropriate procedures for the protection of such information and shall be liable to the
Government for any misuse or unauthorized disclosure of such information by its personnel, as defined
above.
H.10 CONTRACTOR’S PURCHASING SYSTEMS
The objective of a contractor purchasing system assessment is to evaluate the efficiency and effectiveness with
which the contractor spends Government funds and complies with Government policy with subcontracting.
Prior to the award of a Task Order the Contracting Officer shall verify the validity of the contractor's purchasing
system. Thereafter, the contractor is required to certify to the Contracting Officer no later than 30 calendar days
prior to the exercise of any options the validity of their purchasing system. Additionally, if reviews are conducted of
the purchasing system after the exercise of the option, the contractor shall provide the results of the review to the
Contracting Officer within 2 weeks from the date the results are known to the contractor.
H.11 PRIVACY ACT
Work on this project may require that personnel have access to Privacy Information. Personnel shall adhere to the
Privacy act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations.
H.12 TASK ORDER CLOSEOUT
The contractor shall submit a final invoice within forty-five (45) calendar days after the end of the Performance
Period. After the final invoice has been paid the contractor shall furnish a completed and signed Release of Claims
to the Contracting Officer. This release of claims is due within fifteen (15) calendar days of final payment.
H.13 PAST PERFORMANCE INFORMATION
Service Platform, Infrastructure, Service Interface and Integration Page 26 of 40
In accordance with FAR 42.15 Contractor Performance Information, past performance evaluations shall be prepared
for each task order that exceeds the simplified acquisition threshold placed against a Government-wide Acquisition
Contract. For severable task orders, interim evaluations will be required prior to exercising any option periods. For
non-severable task orders, evaluations must be collected, coordinated and reported upon completion of the task
order.
The Government will provide and record Past Performance Information for acquisitions over $100,000 utilizing the
Contractor Performance Assessment Reporting System (CPARS). The CPARS allows contractors to view and
comment on the Government's evaluation of the contractor's performance before it is finalized. Once the contractor’s
past performance evaluation is finalized in CPARS it will be transmitted into the Past Performance Information
Retrieval System (PPIRS).
Contractors are required to register in CPARS, so contractors may review and comment on past performance reports
submitted.
Contractors must register at the following websites:
CPARS: http://www.cpars.csd.disa.mil/
PPIRS: http://www.ppirs.gov/
H.14 TRAVEL REGULATIONS
Contractor costs for travel will be reimbursed at the limits set in the following regulations (see FAR 31.205-46):
(1) Federal Travel Regulations (FTR) - prescribed by the General Services Administration, for travel in the
contiguous United States.
(2) Joint Travel Regulations (JTR), Volume 2, prescribed by the Government, for travel in Alaska, Hawaii, and
outlying areas of the United States.
(3) Department of State Standardized Regulations (DSSR) (Government Civilians, Foreign Areas), Section 925,
"Maximum Travel Per Diem Allowances for Foreign Areas", prescribed by the Department of State, for travel in
areas not covered in the FTR or JTR.
H.15 TRAVEL AUTHORIZATION REQUESTS
Before undertaking travel to any Government site or any other site in performance of this Contract, the contractor
shall have this travel approved by, and coordinated with, the COR. Notification shall include, at a minimum, the
number of persons in the party, traveler name, destination, duration of stay, purpose, and estimated cost. Prior to
any long distance travel, the contractor shall prepare a Travel Authorization Request for Government review and
approval. Long distance travel will be reimbursed for cost of travel comparable with the Joint Travel Regulations
(JTR). If overseas travel is contemplated on the Task Order, the contractor shall also refer to the DSSR.
Requests for travel approval shall:
Be prepared in a legible manner
Include a description of the travel proposed including a statement as to purpose
Be summarized by traveler
Identify the Task Order number
Identify the CLIN and Interagency Agreement account associated with the travel
Be submitted in advance of the travel with sufficient time to permit review and approval
Service Platform, Infrastructure, Service Interface and Integration Page 27 of 40
The contractor shall use only the minimum number of travelers and rental cars needed to accomplish the task(s).
Travel shall be scheduled during normal duty hours whenever possible.
H.16 TRIP REPORTS
See paragraph C.4.2.6.
H.16.1 PASSPORT
Contractors going on OCONUS travel are required to obtain and maintain a United States passport.
H.17 ODCS
The Government may require the contractor to purchase hardware, software, and related supplies critical and related
to the services being acquired under the TO. Such requirements will be identified at the time a TOR is issued or
may be identified during the course of a TO, by the Government or the contractor. If the contractor initiates a
purchase within the scope of this TO and the prime contractor has an approved purchasing system, the contractor
shall submit to the COR a Request to Initiate Purchase (RIP). If the prime contractor does not have an approved
purchasing system, the contractor shall submit to the CO a Consent to Purchase (CTP). The RIP and CTP shall
include the purpose, specific items, estimated cost, cost comparison, and rationale. The contractor shall not make
any purchases without an approved RIP from the COR or an approved CTP from the CO. ODCS include overseas
allowances.
H.18 TRANSFER OF HARDWARE/SOFTWARE MAINTENANCE AGREEMENTS
If the Contractor acquires hardware/software maintenance support, all licenses and/or contractual rights to receive
title shall be turned over to the Government upon completion of the Task Order.
The Government's liability to reimburse the contractor for costs incurred from the acquisition of hardware/software
maintenance support SHALL BE LIMITED to costs incurred during the period of the order for which the
Government received the hardware/software maintenance support acquired by the contractor on a cost reimbursable,
fee basis.
H.19 ADMINISTRATIVE CONSIDERATIONS
H.19.1 REGULATIONS
The contractor and its employees shall become familiar with and obey all station regulations, including fire, traffic,
cell phones, and security regulations. All contractor-employed personnel on the station shall keep within limits of
the work (and avenues of ingress and egress) and shall not enter any restricted areas unless required to do so and are
cleared for such entry. The contractor’s equipment shall be conspicuously marked for identification.
H.19.2 PUBLIC RELEASE OF INFORMATION
The contractor shall not publicly disclose any information concerning any aspect of the materials or services related
to this TO without the prior written approval of the COR.
H.19.3 RADIO TRANSMITTER RESTRICTIONS
The contractor shall not operate citizens band or amateur radio equipment (receive or transmit) within the
geographic limits of the Station without permission of the Radio Frequency Officer. The contractor shall turn off all
radio-transmitting equipment installed in privately owned motor vehicles upon entering the Station premises.
Service Platform, Infrastructure, Service Interface and Integration Page 28 of 40
H.19.4 EXTRAORDINARY RESTRICTIONS REGARDING ACCESS OF VEHICLES AND PARKING
All contractor vehicle traffic shall enter Controlled Industrial Area at the Gate. The contractor shall ensure no
equipment delivery traffic will occur between the hours of 0700 through 0800 and 1600 through 1700, Monday
through Friday.
H.19.5 PRIVATE VEHICLE RESTRICTIONS
No contractor employees or representatives shall park private vehicles in the controlled areas of the Government.
The contractor shall clearly mark any and all vehicles and equipment needed to perform work with proper insignia
(company name) on the outside of the vehicle.
H.19.6 PHOTOGRAPHY AND RECORDING EQUIPMENT
The contractor shall not bring any photographic equipment, camera cell phones, camera black berries, video tape
recorders, or recording devices at all the Government locations.
H.19.7 RESTRICTED USE OF COLORS
The contractor shall not use the colors Yellow, Blue, Magenta, and Red, as these are colors the agency uses to
identify specially controlled materials. Garbage bags, plastic tape, bags, covers, or wrapping materials in these
colors shall not be used by the contractor at the Station. The contractor shall recognize that Blue is used for
Asbestos identification only and clearly identified as Asbestos; Red is used for Mercury-bearing material and clearly
identified as Mercury.
H.20 OCONUS REQUIREMENTS
Contractor support shall include having contractor personnel in the Pacific Operations. Currently contractor support
is being provided in Japan. The contractor shall be familiar with and be able to adhere to regulations (i.e. SOFA)
governing contractor employment in Japan. The contractor shall be capable and able to provide staffing in countries
other than Japan in the Pacific Operations.
SECTION I – CONTRACT CLAUSES
NOTE: The Section I of the contractor’s Alliant Contract is applicable to this Task Order and is hereby incorporated
by reference. In addition, the following applies:
I.1 FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) SOLICITATION CLAUSES
(HTTP://WWW.ARNET.GOV/FAR/)
CLAUSE NO CLAUSE TITLE DATE
52.217-8 OPTON TO EXTEND SERVICES (NOV 1999)
Fill-In Date: 30 days prior to expiration of Task Order.
52.217-9 OPTION TO EXTEND THE TERM OF THE
(SEP 2006)
CONTRACT: 30 days prior to expiration of Task Order.
Service Platform, Infrastructure, Service Interface and Integration Page 29 of 40
I.2 GENERAL SERVICES ADMINISTRATION ACQUISITION MANUAL (GSAM)
CLAUSES
CLAUSE NO CLAUSE TITLE DATE
552.232-1 Payments (APR1984)
I.3 DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENTS (DFARS) CLAUSES
INCORPORATED BY REFERENCE
CLAUSE NO CLAUSE TITLE DATE
252.204-7004 Required Central Contractor (Nov 2001)
Registration
252.227-7013 Rights in Technical Data - (Nov 1995)
Noncommercial Items
252.227-7014 Rights in Noncommercial Computer (Jun 1995)
Software and Noncommercial
Computer Software Documentation
252.227-7016 Rights in Bid or Proposal Information (Jun 1995)
252.227-7019 Validation of Asserted Restrictions - (Jun 1995)
Computer Software
252.227-7028 Technical Data or Computer Software (Jun 1995)
Previously Delivered to the Government
252.239-7001 Information Assurance Contractor
Training and Certification (Jan 2008)
252.246-7001 Warranty of Data (Mar 2003)
Service Platform, Infrastructure, Service Interface and Integration Page 30 of 40
SECTION J – LIST OF ATTACHMENTS
NOTE: The section numbers in this Task Order correspond to the section numbers in the Alliant Contract. Section
J of the contractor’s Alliant Contract is applicable to this Task Order and is hereby incorporated by reference. In
addition, the following applies:
J.1 LIST OF ATTACHMENTS
Attachment A Acronym List
Attachment B Quality Assurance Surveillance Plan (QASP)
Attachment C Problem Notification Report
SECTION J –ATTACHMENT A
ACRONYMS
ANSI American National Standards Institute
ATO Authority to Operate
CAC Common Access Card
CAF Contract Access Fee
CIF Controlled Industrial Facility
CIO Chief Information Officer
CLIN Contract Line Item Number
CM Configuration Management
CO Contracting Officer
COE Commercially Obtainable Equipment
CONUS Continental United States
COMSEC Communication Security
COR Contracting Officer Representative
COTS Commercial-Off-The-Shelf
COST Cost Database
CPFF Cost Plus Fixed Fee
CPI Cost Performance Index
CR Client Representative
CT&E Certification Test & Evaluation
CTP Consent To Purchase
CV Cost Variance
DAA Designated Approving Authority
Service Platform, Infrastructure, Service Interface and Integration Page 31 of 40
DAC Discretionary Access Controls
DADMS Database Management Systems
DBA Database Administrators
DBMS Database Management Systems
DFAR Defense Federal Acquisition Regulation
DFARS Defense Federal Acquisition Regulation Supplement
DIACAP Defense Information Assurance Certification and Accreditation Process
DITSCAP DoD Information Technology Security Certification and Accreditation
Process
DMZ Demilitarized Zone
DoD Department of Defense
DTS Defense Travel System
EAC Estimated cost At Completion
EIA Electronic Industries Alliance
EAC Estimate at Completion
EIT Electronic Information Technology
ETC Estimate to Completion
FAR Federal Acquisition Regulation
FTR Federal Travel Regulations
FY Fiscal Year
GFP Government Furnished Property
GOTS Government Off-The-Shelf Software
GSA General Services Administration
IA Information Assurance
IAM Information Assurance Manager
IAT Information Assurance Technical level
IAVA Information Assurance Vulnerability Alert
IAW In accordance with
IDS Intrusion Detection Systems
IPR In Progress Review
ISO International Organization for Standardization
IT Information Technology
JTR Joint Travel Regulation
LAN Local Area Network
LOE Level Of Effort
NLT No Later Than
MAC Moves, Adds, Changes
Service Platform, Infrastructure, Service Interface and Integration Page 32 of 40
MSR Monthly Status Report\
NAC National Agency Check
EMAIS Enterprise Maintenance Automated Information Systems
NGEN Next Generation Enterprise network
CN Corporate Network
NTE Not to Exceed
OCI Organizational Conflict of Interest
OCONUS Outside the Continental United States
ODC Other Direct Cost
OEM Original Equipment Manufacturer
PM Program Manager
PMP Project Management Plan
PNR Problem Notification Report
POA&M Plan of Action and Milestones
POC Point Of Contact
POP Period of Performance
PV Planned Value
QA Quality Assurance
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Plan
Q&A Questions and Answers
RIP Request to Initiate Purchase
RMAIS Regional Maintenance Automated Information Systems
SA System Administrator
SME Subject Matter Expert
SOP Standard Operating Procedure
SOW Statement of Work
SPI Schedule Performance Index
RF Repair Facility
SSAA System Security Authorization Agreements
SSBI Single Scope Background Investigation
STARS Standard Accounting and Reporting System
SV Schedule Variance
TA Travel Authorization
TCP/IP Transmission Control Protocol / Internet Protocol
TEB Technical Evaluation Board
Service Platform, Infrastructure, Service Interface and Integration Page 33 of 40
TO Task Order
TOS Tracking and Ordering System
TOA Task Order Award
TOR Task Order Request
TPOC Technical Point of Contact
TWA Travel Web Application
VAC Variance at Completion
VPN Virtual Private Network
WAN Wide Area Network
WBS Work Breakdown Structure
SECTION J –ATTACHMENT B
QUALITY ASSURANCE SURVIELLANCE PLAN (QASP)
Quality Assurance Surveillance Plan (QASP
J.2 QUALITY ASSURANCE SURVIELLANCE PLAN (QASP) INTRODUCTION
This Quality Assurance Surveillance Plan (QASP) is pursuant to the requirements listed in the Task Order (TO)
entitled “Network and Software Engineering Support”. This plan sets forth the procedures and guidelines that the
Government will use in evaluating the technical performance of the service contractor.
J.2.1 PURPOSE
The purpose of the QASP is to describe the systematic methods used to measure performance and to identify the
reports required and the resources to be employed. The QASP provides a means for evaluating whether the
contractor is meeting the performance standards identified in the TO.
This QASP is designed to define roles and responsibilities, identify the performance objectives, define the
methodologies used to monitor and evaluate the contractor’s performance, describe quality assurance reporting, and
describe the analysis of quality assurance monitoring results.
J.2.2 PERFORMANCE MANAGEMENT APPROACH
This QASP will define the performance management approach taken by the Government to monitor, manage, and
take appropriate action on the contractor’s performance against expected outcomes communicated in the TO.
Performance management rests upon developing a capability to review and analyze information generated through
performance metrics. The ability to make decisions based on the analysis of performance data is the cornerstone of
performance management. The data generated in a performance management approach provides information that
indicates whether or not expected outcomes for required services are being achieved adequately by the contractor.
Performance management also represents a significant shift from the more traditional Quality Assurance (QA)
concepts in several ways. Performance management focuses on assessing whether or not outcomes are being
achieved and migrates away from scrutiny on compliance with the processes and practices used to achieve the
outcome. The only exceptions to process reviews are those required by law (Federal, State, and local) and
compelling business situations such as safety and health. An outcome 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 at the desired levels of performance.
Service Platform, Infrastructure, Service Interface and Integration Page 34 of 40
J.2.3 PEFORMANCE MANAGEMENT STRATEGY
The contractor’s Quality Control Plan (QCP) will set forth the staffing and procedures for self inspecting the quality,
timeliness, responsiveness, customer satisfaction, and other performance requirements in the TO. The contractor
will develop and implement a performance management system with processes to assess and report their
performance to the designated Government representative.
The Government representative will monitor performance and review performance reports furnished by the
contractor to determine how the contractor is performing against communicated performance objectives. The
Government will make decisions based on performance measurement metric data 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.
J.2.4 ROLES AND RESPONSIBILITIES
The Contracting Officer (CO) is responsible for monitoring contract compliance, contract administration and cost
control; and resolving any differences between the observations documented by the Contracting Officer
Representative (COR) and the contractor’s performance.
The CO will designate one full-time COR as the Government authority for performance management. The number
of additional representatives serving as Technical Inspectors depends upon the complexity of the services measured
as well as the contractor’s performance.
The COR is responsible for monitoring, assessing, and communicating the technical performance of the contractor
and assisting the contractor. The COR will have the responsibility for completing QA monitoring forms (refer to
Attachments 2 and 3) used to document the inspection and evaluation of the contractor’s work performance.
Government surveillance may occur under the Inspection of Services clause for any service relating to the contract.
J.2.5 IDENTIFICATION OF SERVICES TO BE PERFORMED
The contractor shall provide IT support in accordance with the TO. The performance standards are established in
the TO.
J.2.6 METHODOLOGIES TO MONITOR PERFORMANCE
In an effort to minimize the contract administration burden, simplified methods of surveillance techniques shall be
used by the Government to evaluate contractor performance. The primary methods of surveillance are random
checks, observations, inspections, complaints and review of those records and files that are required to be
maintained and delivered under this statement of work. The Government will use appointed representatives, as well
as reports and input from Center employees and visitors as sources of comments on the contractor’s performance.
The contractor is expected to establish and maintain professional communication between its employees and
customers. The primary objective of professional communication between employees and customers is customer
satisfaction. Customer satisfaction is the most significant external indicator of the success and effectiveness of all
services provided and can be measured through customer complaints. Performance management drives the
contractor to be customer focused through initially addressing customer complaints and investigating the issues
and/or problems.
NOTE: The customer always has the option to communicate complaints to the COR as opposed to the contractor.
The COR will accept the customer complaints and will investigate using the Quality Assurance Monitoring Form
Customer Complaint Investigation identified in Attachment 3.
Service Platform, Infrastructure, Service Interface and Integration Page 35 of 40
The acceptable quality levels (AQL) located in Attachment 1, Required Performance Metrics (RPM), for contractor
performances are structured to allow the contractor to manage how the work is performed.
J.2.7 QUALITY ASSURANCE REPORTING
The performance management feedback loop begins with the communication of expected outcomes. Performance
standards are expressed in the TO and measured by the required performance metrics in Attachment 1.
The Government’s QA monitoring, accomplished by the COR, will be reported using the monitoring forms in
Attachments 2 and 3. The forms, when completed, will document the COR’s understanding of the contractor’s
performance under the contract to ensure that TO requirements are being met.
The COR will retain a copy of all completed QA monitoring forms.
J.2.8 ANALYSIS OF QUALITY ASSURANCE MONITORING RESULTS
At the end of each month, the COR will prepare a written report for the Contracting Officer summarizing the overall
results of the quality assurance monitoring of the contractor’s performance. This written report which consists of
the contractor’s submitted monthly report and the completed Quality Assurance Monitoring Forms (Attachment 2)
will become part of the QA documentation.
The CO may require the contractor’s project manager, or a designated alternate, to meet with the CO, COR, and
other Government personnel as deemed necessary to discuss performance evaluation. The CO will define a
frequency of in-depth reviews with the contractor, however if the need arises, the contractor will meet with the CO
as often as required or per the contractor’s request. The agenda of the reviews may discuss:
Monthly performance measured by the metrics and trends
Issues and concerns of both parties
Projected outlook for upcoming months and progress against expected trends
Recommendations made by the COR based on contractor information
Issues arising from independent reviews and inspections
In addition to QA monitoring, the COR will use the information contained in the contractor’s monthly report to
assess the contractor’s level of performance for each objective measured in this QASP (detailed in Attachment 1).
The COR must coordinate and communicate with the contractor to resolve issues and concerns of marginal or
unacceptable performance. The contractor will discuss with the COR satisfaction ratings receiving a “less than
acceptable” rating. For such cases, the contractor should highlight its perspective on factors driving customer
satisfaction and present plans to adjust service levels accordingly to bring the satisfaction rating up to an acceptable
level.
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 at the convenience of the CO.
J.2.9 FAILURE TO PERFORM
The contractor may receive termination based on failure to perform. The following criteria apply for determining
appropriate action:
Notifications. Consistent with FAR Part 49, the CO shall notify the service provider of failure to meet standards
through QA monitoring forms, cure notices, or show cause notices and shall inform the service provider manager or
designated alternate of such notices.
Service Platform, Infrastructure, Service Interface and Integration Page 36 of 40
Termination. If the CO determines that the contractor has failed to perform to the extent that a termination for
default is justified, the CO shall issue a notice of termination, consistent with FAR Part 49.
Service Platform, Infrastructure, Service Interface and Integration Page 37 of 40
J.3 REQUIRED PERFORMANCE METRICS (RPM)
J.3.1 ATTACHMENT 1
Required Service Performance
Standards
Acceptable
Quality
Levels
Method
Of
Surveillance
Incentive
(Negative)
(Impact on
Contractor
Payments)
Performance Work
Management
Reporting
(See TO
Section C.4.2)
Submit a MSR report monthly
Report with the level of detail
(with accuracy and currency)
required via the MSR
Submit a PMP 5 days after
TO award, and submit revised
PMP yearly
Submit Trip Reports 5 Days
after Travel
100%
95%
95%
90%
Files review, periodic,
random, observations,
complaints
Files review, periodic,
random, observations,
complaints
Files review, periodic,
random, observations,
complaints
Files review, periodic,
random, observations,
complaints
Contractual
remedies
.
Contractual
remedies
Contractual
remedies
Contractual
remedies
Service Platform, Infrastructure, Service Interface and Integration Page 38 of 40
J.3.2 ATTACHMENT 2
QUALITY ASSURANCE MONITORING FORM
SERVICE or STANDARD:
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
SURVEY PERIOD: ___________________
SURVEILLANCE METHOD (Check): _____ Random Sampling
_____ 100% Inspection
_____ Periodic Inspection
_____ Customer Complaint
LEVEL OF SURVEILLANCE SELECTED (Check):
_____
Monthly
_____ Quarterly
_____ As needed
PERCENTAGE OF ITEMS SAMPLED DURING SURVEY PERIOD: ______ %
ANALYSIS OF RESULTS:
OBSERVED SERVICE PROVIDER PERFORMANCE MEASUREMENT RATE = ______%
SERVICE PROVIDER’S PERFORMANCE (Check): ____ Meets Standards
____ Does Not Meet Standards
NARRATIVE OF PERFORMANCE DURING SURVEY PERIOD:
_____________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________
_____________________________________________________________________________________________________________________
_________________________________________________________________________________________
PREPARED BY: ___________________________________ DATE: _____________________
Service Platform, Infrastructure, Service Interface and Integration Page 39 of 40
J.3.3 ATTACHMENT 3
QUALITY ASSURANCE MONITORING FORM –
CUSTOMER COMPLAINT INVESTIGATION
SERVICE or STANDARD:
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
SURVEY PERIOD: ___________________
DATE/TIME COMPLAINT RECEIVED: _____________ ________ AM / PM
SOURCE OF COMPLAINT: _______________________________ (NAME)
_______________________________ (ORGANIZATION)
_______________________________ (PHONE NUMBER)
_______________________________ (EMAIL ADDRESS)
NATURE OF COMPLAINT:
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
RESULTS OF COMPLAINT INVESTIGATION:
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
DATE/TIME SERVICE PROVIDER INFORMED OF COMPLAINT: _____________ _________ AM / PM
CORRECTIVE ACTION TAKEN BY SERVICE PROVIDER:
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
RECEIVED AND VALIDATED BY:
__________________________________________________
PREPARED BY: ___________________________________ DATE: _____________________
Service Platform, Infrastructure, Service Interface and Integration Page 40 of 40
J.4 PROBLEM NOTIFICATION REPORT
TASK ORDER NUMBER: DATE:
1. Nature and sources of problem:
2. COTR was verbally notified on: (date) ___________________
3. Is action required by the Government? Yes_____ No_____
4. If YES, describe Government action required and date required:
5. Will problem impact delivery schedule? Yes_____ No_____
6. If YES, identify what deliverables will be affected and extent of delay:
7. Can required delivery be brought back on schedule? Yes_____ No_____
8. Describe corrective action needed to resolve problems:
9. When will corrective action be completed?
10. Are increased costs anticipated? Yes_____ No_____
11. Identify amount of increased costs anticipated, their nature, and define Government responsibility for
problems and costs: