Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SOLICITATION NOTICE

70 -- Bridge Contract for1 Month and 2 days for Tier I and 3 Months for Tier II Help Desk Support for DLA Columbus

Notice Date
6/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Philadelphia, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SP4701-13-R-0020
 
Archive Date
7/12/2013
 
Point of Contact
Terry Schoen, Phone: 2157376117, Robert M. Zarrilli, Phone: 215-737-7788
 
E-Mail Address
Terry.Schoen@DLA.MIL, Robert.Zarrilli@dla.mil
(Terry.Schoen@DLA.MIL, Robert.Zarrilli@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION REQUEST FOR PROPOSAL SP4701-13-R-0020 •(1) Action Code: N/A •(2) Date: 6/26/2013 •(3) Year: 2013 •(4) Contracting Office Zip Code: 19111 •(5) Classification Code: 541519 •(6) Contracting Office Address: DLA Contracting Services Office Philadelphia 700 Robbins Avenue Philadelphia, PA 19111 •(7) Subject: Tier I and Tier II Help Desk Support for DLA Columbus •(8) Proposed Solicitation Number: SP4701-13-R-0020 •(9) Closing Response TBD •(10) Contact Point: Terry Schoen: Terry.Schoen@DLA.MIL 215-737-6117 •(11) Contract Award: TBD •(12) Contract Award Dollar Amount: TBD •(13) Contract Line Item Number: See section (16) below •(14) Contract Award Date: TBD •(15) Contractor TBD •(16) Description: •(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. •(ii) This solicitation is issued as a Request for Proposal •(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. •(iv) The North American Industrial Classification System (NAICS) code for this acquisition is 541519 - Other Computer Related Services. SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 1. REQUISITION NUMBER 50047017 PAGE 1 OF 73 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER 5. SOLICITAITON NUMBER SP4701-13-R-0020 6. SOLICITATION ISSUE DATE 25 JUN 2013 7. FOR SOLICITATION INFORMATION CALL: Terry Schoen b. TELEPHONE NUMBER ( No collect calls ) 215-737-6117 8. OFFER DUE DATE/ LOCAL TIME 26 JUN 2013 •9. ISSUED BY CODE : SP4701 Defense Logistics Agency Defense Supply Center Philadelphia 700 Robbins Avenue DCSO-P, Bldg. 26N-8122, First Floor Philadelphia, PA 19111-5092 Terry.Schoen@DLA.MIL 215-737-7942 10. THIS ACQUISITION IS [ ] UNRESTRICTED [x ] SET ASIDE: 100% FOR [ ] FOR SMALL BUSINESS [ ] SMALL DISADV. BUSINESS [X] 8A NAICS: 541519 SIZE STANDARD: $25,500,000.00 11. DELIVERY FOR FOB DESTINATION UNLESS BLOCK IS MARKED [ ] SEE SCHEDULE 12. DISCOUNT TERMS [ ] 13A. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13B. RATING 14. THIS ACQUISITION IS [ ] RFQ [ ] IFB [X] RFP 15. DELIVER TO CODE ADMINISTERED BY CODE See Block 9. 17a. CONTRACTOR/ CODE | ______ | FACILITY |__________ OFFEROR CODE TELEPHONE NO. 18a PAYMENT WILL BE MADE BY CODE: SL4701 Defense Finance & Accounting Services DFAS - PO Box 369031 Columbus, OH 43236 - 9031 [ ] 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK BELOW IS CHECKED [ ] SEE ADDENDUM 19. ITEM NO. 20. SCNEDULE OF SUPPLIES/SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT See Schedule 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Gov't. Use Only [X] 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA [ ] ARE [ X] ARE NOT ATTACHED. [ ] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA [ ] ARE [ ] ARE NOT ATTACHED. 28. [ ] CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN __ _ __ COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. 29. [ ] AWARD OF CONTRACT: REFERENCE ____________________________OFFER DATED _______________. YOUR OFFER ON SOLICITATION (BLOCK 5) INCLUDING ANY ADDITIONS OR CHARGES WHICH ARE SET FORTH HEREIN.: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA ( SIGNATURE OF CONTRACTING OFFICER ) 30b. NAME AND TITLE OF SIGNER ( TYPE OR PRINT ) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER ( TYPE OR PRINT ) 31c. DATE SIGNED 32a. QUANTITY IN COLUMN 21 HAS BEEN [ ] RECEIVED [ ] INSPECTED [ ] ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED 33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED CORRECT FOR PARTIAL FINAL 36. PAYMENT [ ] COMPLETE [ ] PARTIAL [ ] FINAL 37. CHECK NUMBER 30b. NAME AND TITLE OF SIGNER ( TYPE OR PRINT ) 30c. DATE SIGNED 38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY 42a. RECEIVED BY ( Print ) 41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE SIGNED 42b. RECEIVED AT ( Location ) •1. Schedule : Base Period (1 Month and 2 days): CLIN Description Qty Unit Unit Price Total Price 0001 Tier I Help Desk Support 1 Mo. and 2 Days Base Period Total Period of Performance: 1 July 2013 through 3 August 2013 Base Period (3 Months): CLIN Description Qty Unit Unit Price Total Price 0002 Tier II Help Desk Support 3 Mos. Base Period Total Period of Performance: 1 July 2013 through 30 September 2013 Option CLIN CLIN Description Qty Unit Unit Price Total Price 0003 Tier II Help Desk Support 1 Mo. Option Period Total Period of Performance: 1 October 2013 through 31 October 2013 Option CLIN CLIN Description Qty Unit Unit Price Total Price 0004 Tier II Help Desk Support 1 Mo. Option Period Total Period of Performance: 1 November 2013 through 30 November 2013 Option CLIN CLIN Description Qty Unit Unit Price Total Price 0005 Tier II Help Desk Support 1 Mo. Option Period Total Period of Performance: 1 December 2013 through 31 December 2013 SECTION 2: CONTRACT CLAUSES This Request for Proposal (RFP) contains the requirements for Tier I and Tier II Help Desk Support at DLA Columbus. It is the Government's intention to award a contract under in accordance with FAR Part 12 and FAR 19.8. 2.1 REQUEST FOR PROPOSAL (RFP) FORMAT: The RFP is organized into sections according to the following: SECTION 1: Schedule SECTION 2: Contract Clauses: Contains information regarding this solicitation and any subsequent contract. Government Rights with respect to this acquisition shall be applied under the resultant contract. SECTION 3: Statement of Work : Includes the Statement of Work (SOW) detailing the required tasks for this acquisition and performance requirements. SECTION 4: Evaluation of Offers. SECTION 5: Vendor Proposal Instructions/Instructions to Offeror SECTION 6: Additional Solicitation Provisions 2.2 GOVERNMENT RIGHTS The Government reserves the following rights: 2.2.1 Award without Discussion The Government intends to evaluate proposals and make award without discussions. Proposals should contain the vendor's best terms. Additionally, the Government reserves the right to conduct discussions and request proposal revisions if it is determined to be necessary. 2.2.2 No Award The Government reserves the right not to make an award as a result of this RFP if such award is determined contrary to the best interest of the Government. 2.2.3 Proposal Preparation Cost The Government shall not be responsible or liable for any costs incurred by any parties in the preparation and submission of any proposal in response to this RFP. 2.2.4 Confidentiality All information contained in this RFP is considered to be the exclusive property of the Government. Recipients of this RFP are not to disclose any information contained within this RFP unless such information is publicly available. This RFP is provided for the sole purpose of enabling vendors to develop a response. 2.3 TYPE OF CONTRACT 52.216-1 Type of Contract (APR 1984): The Government contemplates award of a firm fixed price order for commercial services resulting from this solicitation. Any resultant order shall contain one line item for Tier I and Tier II Help Desk Support at DLA Columbus. 2.4 Period of Performance The Period of Performance will consist of a 1 month and 2 days and a 3 month base period with 3 one month options. Base Period (1 Month and 2 days): 1 July 2013 through 3 August 2013 Base Period (3 Months): 1 July 2013 through 30 September 2013 Option CLIN: 1 October 2013 through 31 October 2013 Option CLIN: 1 November 2013 through 30 November 2013 Option CLIN: 1 December 2013 through 31 December 2013 2.5 DLAD 52.233-9001 DISPUTES AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (NOV 2011) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the Contractor (see Federal Acquisition Regulation (FAR) clause 52.233-1), or, for the Agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal. Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. The offeror should check here to opt out of this clause: [ ] Alternate wording may be negotiated with the Contracting Officer. 2.7 DFARS 252.219-7011 Notification to Delay Performance (JUN 1998) The Contractor shall not begin performance under this purchase order until 2 working days have passed from the date of its receipt. Unless the Contractor receives notification from the Small Business Administration that it is ineligible for this 8(a) award, or otherwise receives instructions from the Contracting Officer, performance under this purchase order may begin on the third working day following receipt of the purchase order. If a determination of ineligibility is issued within the 2-day period, the purchase order shall be considered canceled. 2.8 AMERICAN WITH DISABILITIES ACT (ADA) SECTION 508 COMPLIANCE The Vendor's proposed service management system shall comply with Section 508 of the ADA available on the Web at http://www.section508.gov/index.cfm?FuseAction=Content&ID=4. As required by Section 508 of the ADA, compliance guidance for this project can be found in 36 CFR Part 1194.1- 1194.5, 36 CFR Part 1194.21 and 36 CFR Part 1194.22 ( http://www.access-board.gov/sec508/guide/index.htm ). 2.9 DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov ; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.©eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ___________________________________________________________ (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ____________________________________________________________Not Applicable (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* WAWF Invoice Type Invoice 2-in-1 Contract Number TBD Issuing Office DODAAC SP4701 Admin Office DODAAC SP4701 Inspector DODAAC N/A Service Acceptor DODAAC SL4792 Ship to /Extension SL4792 DCAA Office DODAAC N/A Paying Office DODAAC SL4701 (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, ( e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ________________________________________________________________ ________________________________________________________________ (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Not Applicable (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. 2.10 PRIVACY ACT CLAUSES: FAR 52.224-1 -- Privacy Act Notification (April 1984) The Contractor will be required to design, develop, or operate a system of records on individuals, to accomplish an agency function subject to the Privacy Act of 1974, Public Law 93-579, December 31, 1974 (5 U.S.C.552a) and applicable agency regulations. Violation of the Act may involve the imposition of criminal penalties. FAR 52.224-2 -- Privacy Act (April 1984) (a) The Contractor agrees to -- (1) Comply with the Privacy Act of 1974 (the Act) and the agency rules and regulations issued under the Act in the design, development, or operation of any system of records on individuals to accomplish an agency function when the contract specifically identifies -- (i) The systems of records; and (ii) The design, development, or operation work that the contractor is to perform; (2) Include the Privacy Act notification contained in this contract in every solicitation and resulting subcontract and in every subcontract awarded without a solicitation, when the work statement in the proposed subcontract requires the redesign, development, or operation of a system of records on individuals that is subject to the Act; and (3) Include this clause, including this subparagraph (3), in all subcontracts awarded under this contract, which requires the design, development, or operation of such a system of records. (b) In the event of violations of the Act, a civil action may be brought against the agency involved when the violation concerns the design, development, or operation of a system of records on individuals to accomplish an agency function, and criminal penalties may be imposed upon the officers or employees of the agency when the violation concerns the operation of a system of records on individuals to accomplish an agency function. For purposes of the Act, when the contract is for the operation of a system of records on individuals to accomplish an agency function, the Contractor is considered to be an employee of the agency. (c) (1) "Operation of a system of records," as used in this clause, means performance of any of the activities associated with maintaining the system of records, including the collection, use, and dissemination of records. (2) "Record," as used in this clause, means any item, collection, or grouping of information about an individual that is maintained by an agency, including, but not limited to, education, financial transactions, medical history, and criminal or employment history and that contains the person's name, or the identifying number, symbol, or other identifying particular assigned to the individual, such as a fingerprint or voiceprint or a photograph. (3) "System of records on individuals," as used in this clause, means a group of any records under the control of any agency from which information is retrieved by the name of the individual or by some identifying number, symbol, or other identifying particular assigned to the individual. Additional information on the Privacy Act may be found at: http://www.defenselink.mil/privacy/. 2.11 FAR 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JAN 2013) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). _X__ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). ___ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). ___ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). ___ (9) 52.219-3, Notice of HUB Zone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (10) 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (11) [Reserved] ___ (12) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (13) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. _X__ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). ___ (15) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. ___ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). __X_ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (18) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (19) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (21) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). _X__ (23) 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2)). ___ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)). ___ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)). _X__ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X__ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X__ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X__ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). _X__ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X__ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). _X__ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X__ (34) 52.222-54, Employment Eligibility Verification (Jul 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (37) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. _X__ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). ___ (39) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (40) (i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (Mar 2012) of 52.225-3. ___ (iii) Alternate II (Mar 2012) of 52.225-3. ___ (iv) Alternate III (Nov 2012) of 52.225-3. ___ (41) 52.225-5, Trade Agreements (Nov 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X__ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (48) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __X_ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (51) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). _X__ (7) 52.222-17, Non-displacement of Qualified Workers (Jan 2013) (E.O. 13495). ___ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Non-displacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 2.12 DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2013) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. _X_ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) _X__ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181). (2) _____ 252.203-7003, Agency Office of the Inspector General (DEC 2012)(section 6101 of Pub. L. 110-252, 41 U.S.C. 3509). (3) _X__ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (4) ____ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (AUG 2012) (15 U.S.C. 637). (5) ____ 252.219-7004, Small Business Subcontracting Plan (Test Program) (JAN 2011) (15 U.S.C. 637 note). (6)(i) ____ 252.225-7001, Buy American and Balance of Payments Program (DEC 2012) (41 U.S.C. chapter 83, E.O. 10582). (ii) ____Alternate I (OCT 2011) of 252.225-7001. (7) ____ 252.225-7008, Restriction on Acquisition of Specialty Metals (MAR 2013) (10 U.S.C. 2533b). (8) ____ 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (MAR 2013) (10 U.S.C. 2533b). (9) ____ 252.225-7012, Preference for Certain Domestic Commodities (FEB 2013) (10 U.S.C. 2533a). (10) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (11) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (JUN 2011) (Section 8065 of Pub. L. 107-117 and the same restriction in subsequent DoD appropriations acts). (12) _____ 252.225-7017, Photovoltaic Devices (DEC 2012) (Section 846 of Pub. L. 111-383). (13)(i) ____ 252.225-7021, Trade Agreements (DEC 2012) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (ii) ____ Alternate I (OCT 2011) of 252.225-7021. (iii) ____Alternate II (OCT 2011) of 252.225-7021. (14) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (15) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (16)(i) ____ 252.225-7036, Buy American-Free Trade Agreements- Balance of Payments Program (DEC 2012) (41 U.S.C. chapter 83 and 19 U.S.C. 3301 note). (ii) ___ Alternate I (JUN 2012) of 252.225-7036. (iii) ___ Alternate II (NOV 2012) of 252.225-7036. (iv) ___ Alternate III (JUN 2012) of 252.225-7036. (v) ___ Alternate IV (NOV 2012) of 252.225-7036. (vi) ___ Alternate V (NOV 2012) of 252.225-7036. (17) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (18) ____ 252.225-7039, Contractors Performing Private Security Functions (JUN 2012) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). (19) _X__ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004)(Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts). (20) _X__ 252.227-7013, Rights in Technical Data-Noncommercial Items (FEB 2012), if applicable (see 227.7103-6 (a)). (21) _X__ 252.227-7015, Technical Data-Commercial Items (DEC 2011) (10 U.S.C. 2320). (22) X___ 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2012), if applicable (see 227.7102-4 (c). (23) _X__ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (24) _X__ 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84) (25) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). (26) ____ 252.243-7002, Requests for Equitable Adjustment (DEC 2012) (10 U.S.C. 2410). (27) ____ 252.246-7004, Safety of Facilities, Infrastructure, and Equipment For Military Operations (OCT 2010) (Section 807 of Pub. L. 111-84). (28) ____ 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417). (29)(i) ____ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ____ Alternate III (MAY 2002) of 252.247-7023. (30) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (31) ____ 252.247-7027, Riding Gang Member Requirements (OCT 2011) (Section 3504 of Pub. L. 110-417). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7039, Contractors Performing Private Security Functions (JUN 2012) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). (2) 252.227-7013, Rights in Technical Data-Noncommercial Items (FEB 2012), if applicable (see 227.7103-6 (a)). (3) 252.227-7015, Technical Data-Commercial Items (DEC 2011), if applicable (see 227.7102-4 (a)). (4) 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2012), if applicable (see 227.7102-4 (c)). (5) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (6) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). (7) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417). (8) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C 2631). (9) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ FAR 52.246-20 -- Warranty of Services (a) Definitions. "Acceptance," as used in this clause, means the act of an authorized representative of the Government by which the Government assumes for itself, or as an agent of another, ownership of existing and identified supplies, or approves specific services, as partial or complete performance of the contract. (b) Notwithstanding inspection and acceptance by the Government or any provision concerning the conclusiveness thereof, the Contractor warrants that all services performed under this contract will, at the time of acceptance, be free from defects in workmanship and conform to the requirements of this contract. The Contracting Officer shall give written notice of any defect or nonconformance to the Contractor __within_1 year of acceptance _. This notice shall state either -- (1) That the Contractor shall correct or re-perform any defective or nonconforming services; or (2) That the Government does not require correction or re-performance. (c) If the Contractor is required to correct or re-perform, it shall be at no cost to the Government, and any services corrected or re-performed by the Contractor shall be subject to this clause to the same extent as work initially performed. If the Contractor fails or refuses to correct or re-perform, the Contracting Officer may, by contract or otherwise, correct or replace with similar services and charge to the Contractor the cost occasioned to the Government thereby, or make an equitable adjustment in the contract price. (d) If the Government does not require correction or re-performance, the Contracting Officer shall make an equitable adjustment in the contract price. The Following Clause is incorporated by reference: FAR 52.245-1 Government Property (APR 2012) and ALT I (APR 2012) DFARS 252.204-7008 Export-Controlled Items (APR 2010). Deviation 2013-00010 252.209-7995 Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations (APR 2013) DLAD 52.232-9010 Accelerated Payments to Small Business (JUN 2012) SECTION 3: STATEMENT OF WORK 1.0 INTRODUCTION The Defense Logistics Agency (DLA) Information Operations at Columbus (J6C) is an Information Technology (IT) support organization within the Department of Defense (DoD). The DLA INFORMATION OPERATIONS AT COLUMBUS End User Support Branch (Tier 1 and Tier 2) is responsible for support to all DLA Land and Maritime, DLA Human Resource Center (DHRC-C), and DLA Training Center (DTC-C), as well as some non-DLA customers located at the DLA Land and Maritime location by providing all Information Technology (IT) and Telecom services. These services include, but are not limited to providing customers with: •· Effective/reliable IT for mid-tier, desktop, and laptop applications; •· Administration of the Local Area Network (LAN); •· Asset Management (Inventory); •· Database Administration; •· Information Assurance (IA); •· Development of integrated solutions for future technology; and Enterprise Support Role to include the DLA Network Operations and Security Center (NOSC) to include: •· End user support for the DLA Computer Emergency Response Team (CERT) •· End user support for the DLA Network Management Operations Center (NeMO) •· End user support for the DLA Enterprise Telecommunications Network (ETN). The Tier 1 End User Support team has been localized to Vendor personnel only. The Tier 1 End User Support is defined as the person who picks up the phone. The call volume to the Tier 1 call line averages approximately 5,500 calls per month. The call volume for the year starting January 2010 was over 75,000. The duties for the Tier 1 personnel are centered on customer contacts and ticket management. The Tier 2 End User Support team performs high levels of support to include Database Administration (DBA); Inventory Management; Information Assurance and the NOSC Service Desk. The DLA NOSC Service Desk averages the following for a month: Average Number of Calls answered by the NOSC Service Desk: 1085 Remedy tickets opened on the NOSC Service Desk: 199 INFOSPOTs (DLA IT Incidents) Opened and Tracked on the NOSC Service Desk: 84 Number of DLA Scheduled Maintenances Opened and Tracked: 15 Number of Root Causes Analysis causes Tracked: 42 Number of PII incidents opened and tracked: 4 Number of automated alert messages analyzed: 1472 The NOSC Service Desk metrics are published twice a day-at 0530 and 1530 hrs. Monday through Friday and 1530 hours on Saturday and Sunday for the Daily Operations Update. The INFOSPOTS are published within 1 hour. The duties for the Tier 2 Help Desk functions focus on the initial direct customer contact, desk side service, and other higher level services. 1.2 OBJECTIVES The objective of this acquisition is to provide End User Support Services (Tier 1 - Help Desk Support) for ongoing initiatives at DLA Information Operations at Columbus. The Vendor shall work with and interact with Team Leaders/members and other IT professionals that are on and off site. The Vendor shall provide services to support the help desk 12 hours a day, 6 a.m. to 6 p.m. Monday through Friday. The Vendor shall provide service for the NOSC Service Desk (Tier 2) - 24 hours a day, 7 days a week, including holidays. The 3 shifts from which the Vendor will work is 0000 - 0830; 0800-1630; or 1600 - 1230. Vendor staffing levels are shared between Tier 1 and other Vendor support staff to meet call/ticket volume and staffing efficiencies. The Defense Logistics Agency's primary objectives for seeking End User Support Services are as follows: •· To provide 12 hour support (0600 to 1800 hours) Monday - Friday, desk support in accordance with the standard industry service level requirements/metrics. •· To provide administration of IT desktop, laptop, portable devices and mobile hardware to support with the accommodation for variable service level requirements. Mobile device support includes wireless enabled computing devices and temporary and/or permanent access from remote locations. •· To provide service for the NOSC Service Desk - 24 hours a day, 7 days a week, including holidays. •· To provide Information Assurance services for the security of accounts and account management. •· To provide Video Teleconferencing Support (VTC) by administering and managing secure and non-secure VTC communications' presentations and equipment. •· To provide UNIX/Windows Requirement Analyst for the DLA Human Resource Agency. •· To provide Database Administration Support for the DLA NOSC. 1.3 Government Oversight and Responsibilities Government oversight for End User Support Services (Tier 1 and Tier 2) will be performed by Government Branch Chief in each of the areas defined - DLA Information Operations at Columbus, IA Branch; DLA Information Operations at Columbus, Applications Development Branch, and the DLA Network Operation Service Center. The Contracting Officer's Representatives (CORs) and the Contracting Officer's Technical Representative (COTRs) will be responsible for monitoring the Vendor's performance and for approving all invoices for the proposed effort. The Vendor will forward copies of invoices to the COR for approval. The COR will process the invoices for payment in accordance with the procedures established in the Wide Area Workflow. The DLA Contracting Services Office at Philadelphia (DLA CSO-P) Contracting Officer (CO) will have the overall responsibility for the oversight and execution of the contract in support of the End User Support Services. The DLA CSO-P CO will ensure that all CORs and/or COTRs assigned to the proposed effort are adequately trained to assume the duties in this role and will rely on the COR and/or COTR to provide info and/or COTR to provide information and recommendations as needed to support this effort. 1.4 The Vendor Program Manager (PM) The Vendor will designate a Program Manager (PM) who will serve as a liaison between the following individuals: the Government PM, COR and/or COTR, and the DLA CSO-P CO. This will ensure full and open lines of communication between all parties responsible for performance of work as required under the terms of the contract. The Vendor PM will be available during normal duty hours (0700 - 1530) to meet with government personnel designated by the DLA CSO-P-CO to discuss contract performance. The Vendor PM will provide a managerial framework that will employ uniform and common business processes, procedures, and the standardization of repetitive use documents in support of the End User Support Services to include report formats, and submission. The Vendor PM will take action to ensure continuity of business practices of key personnel are changed during the entire effort. The Vendor PM will be required to present formal briefings related to the tasks of the contract as stated in the PWS to the Government PM, COR and /or COTR and the DLA CSO-P CO and other interested parties as required by the Government PM and the COR and/or COTR. The Government PM may task the Vendor PM to prepare position papers on status of tasks or new actions that may impact the performance in meeting End User Support Services objectives. The Vendor PM will provide program management, project control, and Vendor administration necessary to manage a high-visibility, multi-task effort involving professional, geographically dispersed Vendor personnel; will ensure quality control supervision to assure accuracy and fidelity of all deliverables; will ensure dedicated resources are available to meet schedule and quality standards of each task/deliverable, in accordance with the terms as specified in the PWS; will prepare and update, as required, a time phased plan for contract tasks execution; and will address any overdue and/or missed suspense with the Government PM, COR and/or COTR and the DLA CSO-P CO, as appropriate. Timely and proactive communication is required to ensure high workforce productivity. 1.5 Administrative Requirements 1.5.1 Vendor Interfaces Vendor resources may be required to interface with other Vendor personnel performing on other contracts awarded by the Government. All Vendor resource working on this effort shall not direct or be directed by another Vendor to perform in any manner. If the Vendor resource is asked to perform in any manner, the Vendor resource shall report the incident to the Vendor PM. It is the responsibility of the Vendor PM to discuss the issue with the COR and/or COTR who will intervene on their behalf. Also, Vendor resources may also interface with other support customers such as: Unix Administrators, Exchange Administrators, Oracle Database Administrators, Network Administrators, IA Managers, and Configuration Management (CM). TPM's, the Government Program Manager as well as internal and external customers. At no time should any Vendor resource take direction from anyone other than the COR and/or COTR while performing on this effort. 1.5.2 Transportation and Travel At the beginning of the contract, the COR and/or COTR will discuss travel requirements with the Vendor PM. The travel budget for the Twelve month period of performance shall not exceed $12,500.00. The purpose for the funded travel is for the Vendor resources to provide services in support of the requirements identified in Section 2.0 in the PWS. The Vendor PM will establish internal travel procedures that will be used by all Team Members when submitting travel requirements for the proposed effort. Travel shall be in accordance with the Joint Travel Regulations (JTR) on a cost-reimbursement basis. Reimbursements shall not exceed established DoD per diem rates unless coordinated in writing through the COR and/or COTR. No fees are authorized to be applied to travel or to per-diem rates. All travel must be approved by the COR and/or COTR. Unauthorized travel or travel not coordinated with the COR and/or COTR will not be reimbursed. Upon return of travel, the Vendor will provide a report to the COR and/or COTR detailing the purpose of the visit, what was accomplished at the site and whether or not the problem was resolved. 1.5.3. Payments for Unauthorized Work: No payments will be made for any unauthorized supplies and /or services or for any unauthorized changes to the work specified herein. This includes any services performed by the Vendor of their own volition or at the request of an individual other than the DLA CSO-P CO. Only the DLA CSO-P CO is authorized to change the specifications, terms, and conditions under this effort. 1.5.4 Vendor Resources The Vendor shall present a neat appearance and be easily recognized as Vendor employees by wearing a Security Identification Badge at all times while on Government premises. When Vendor personnel attend meetings, answer phones, and work in other situations there their status is not obvious to third parties they must identify themselves as such to avoid creating the impression that they are Government employees. 2.0 TASK DESCRIPTIONS The Vendor will be required to complete the following tasks to meet End User Support Services (Help Desk Support) objectives. The Vendor must obtain certifications that pertain to the current operating environment for end user computers. The current operating environment is Windows 7 for end user computing. In the event of Computing Environment (CE) changes the Vendor will be responsible for incurring all costs associated with obtaining the appropriate CE certifications. Note: It is to be understood that the Government will retain complete oversight of all tasks pursuant to the proposed effort. The following Government personnel (the DLA CSO-P CO, the Government PM and the COR and/or COTR assigned to this effort the only individuals that can instruct, approve and advise the Vendor for the entire End User Support Services (Help Desk Support) effort. The Vendor shall not perform/provide any services asked by other Government personnel in support of this effort. 2.1-Task 1- Tier 1 End User Support Services (Help Desk Support)(Optional Support) The requirements for Task 1 End User Support Services (Help Desk Support) only support the management call center functions associated with Tier 1 Help Desk Support. The Vendor will manage staffing levels to cover the 0600 - 1800 hours, Monday - Friday. Staffing levels will fluctuate between Tier 1 and other support staff as call and ticket volume dictate. This task will be severable when a DLA Enterprise Help Desk consolidation of Tier 1 requirements is awarded. Task 1, Tier 1 requirements include: 2.1.1 Help Line Support Standard help desk services include single point of contact for logging and tracking all Help Desk calls, as well as problem and service request management. The call center technicians will attempt to resolve the call during the first call and if unable to resolve will follow established standard procedures to triage the call for higher level support personnel. The current software used for ticket management is Remedy. Tier 1 functions may entail remote connection of end user assets to troubleshoot or repair the asset. 2.1.2 Service Request Logging All service requests received by the Vendor Help Desk must be logged with an automated timestamp at the time of the call, pertinent information about the caller, sufficient information to accurately describe the purpose of the call, meaningful information that accurately describes actions to resolve the call, or other pertinent information deemed necessary by the Contracting Officer's Representative (COR) and/or the Contracting Officer's Technical Representative (COTR) assigned to monitor the Vendor's performance for this effort. Time stamps must occur to provide an accurate audit trail of all changes or modifications of the service request, even those that occur automatically through escalation or other automated event. The Remedy application is the current tracking system software. 2.1.3 Service Request Tracking The Vendor Help Desk must track and retain ownership of service requests through closure or "cradle to grave". This applies to both Vendor controlled service requests and service requests that have been dispatched to support organizations external to the Vendor Help Desk. The goal is resolution of end user issues within industry standard timeframes to include the J6C metrics definition document attached to this RFQ. A monthly report will be provided to the COR and/or COTR by the 5 th working day of the last day of the month of all service calls received during that month. This report will identify the calls that were resolved and provide the circumstances for those calls they were unable to resolve. 2.1.4 Priority Escalation Management Whenever a service request exceeds an escalation threshold, whether through elapsed time, initial priority, or a management increase in priority, the Vendor shall take action to notify the COR and/ or COTR when these events occur. Escalation actions include email generation, notification by pager, visual or audible queues, or other such actions designed to elevate visibility of a service request. Escalation thresholds and rules, as well priorities and stand-down times will be defined by the COR and/or COTR and the Vendor during the post-award discovery process, and will be re-evaluated by the COR and/or COTR and the Vendor on a semi-annual basis. 2.1.5 Service Request Transfer and Dispatch Calls that cannot be resolved by the Help Desk will be routed to increasingly higher levels of support. The initiating call will remain under the ownership and responsibility of the Vendor at all stages of the problem resolution. Accountability for end user issue resolution will reside with the Vendor. 2.1.6 Customer Satisfaction Follow-Up In accordance with the industry standards and the DLA Information Operations at Columbus End User Support Definition document customer satisfaction surveys must be conducted on a regular basis. The Vendor will be responsible for complying with the standards required in the DLA Information Operations at Columbus End User Support Definition document or standards promoted by Information Operations at Columbus. The Vendor will be required to report and monitor customer satisfaction by the DLA Information Operations at Columbus End User Support Definition document, those standards required by higher authority, and local standards. Customer satisfaction surveys will be in a format approved by the COR and/or COTR. After contract award, the COR and/or COTR will establish a timeframe to provide customer satisfaction reports. However at the COR and/or COTR discretion, these reports may be required on a daily, weekly, or monthly basis. 2.2-Task 2 -Tier 2 End User Support Services This task supports the level of effort associated with Tier 2 Support functions. The Vendor PM will manage resource levels to cover the operation. Vendor resource levels may fluctuate between Tier 1 and Tier 2 End User Support Branch support staff as call and ticket volume dictate. The Vendor PM is responsible for managing staff levels to ensure all metrics are met regardless of peak volume. Tier 2 Vendor resources, in addition to the below, will handle all customer requests that were not resolved at the Tier 1 level. 2.2.1 End User Support Services - IT Equipment/Asset Management The Vendor shall provide technical support for designated hardware and software as identified by the COR and/or COTR. This support will cover new technology as it is acquired or developed. Technical support will be required for installation, troubleshooting, and preventative maintenance on IT related equipment. Current support includes (but is not limited by): Asset Management of information technology equipment including the inventory of all purchased hardware and software assets. This includes all tracking of assets from receipt through disposition using a Government provided Asset Management Database (AMD). The database may include the tracking barcode number, end user information, asset description, and location. The Vendor shall provide support for warehousing of IT related equipment, Vendor replacement parts pool, the movement and/or replacement of managed equipment, and the movement and reinstallation of End User equipment/software (average of 125 moves per month). Disposal of DLA owned assets that have become non-functional or excess property must take place in compliance with all laws and regulations of disposal of government property. End User Support Branch is currently on a 25 percent per year replacement cycle on laptops and five (5) year for desktops. Cycle replacements are defined as those machines that have reached the end of their life cycle. Workload associated with break/fix and baseline repairs are not a part of this calculation unless the machine has reached its end of life cycle. It is the responsibility of the COR and/or COTR to ensure that a Government representative signs all property documents for the disposal of any equipment reports prepared by the Vendor for disposal. Prior to disposal of Government equipment, it is the responsibility for the COR and/or COTR to sign off on the final report which will be prepared by the Vendor on a yearly basis. In the current J6C inventory are the following: 1,331 desktops; 3,565 laptops; 181 scanners; 809 printers; 345 blackberries; 161 aircards; 145 VTC's; and 57 Tandberg projectors and Tandberg boxes. The Vendor will provide hardware and software configuration of desktop and printer/scanner devices which includes setup and initialization of hardware, operating system, interfaces (user, network, and application), and standard applications. The Vendor will also perform reconfigurations due to problems, performance issues, and/or requirement changes. Baseline configuration must be applied using disk-imaging utilities. At the direction of the COR and/or COTR the Vendor will develop and maintain images per DLA Information Operations' at Columbus specifications. IMACs (Installation, Moves, Additions, and Changes) of information technology equipment will include physical installation (including all cables, internal cards or chips, racks and related peripherals). Laptop Support: Laptop support will include installations, placement, configurations, troubleshooting, maintenance, repairs, and training. Laptop deployments will be an ongoing support initiative for the foreseeable future. Teleworker/Accommodation Request deployments will increase the support requirements for laptop support. Printer Support: DLA Information Operations at Columbus currently maintains approximately 800 printers. The Vendor shall be responsible for installation, placement, configuration, troubleshooting, and maintenance and repair where warranted. Common Access Card (CAC) Pin Reset Support: Information Assurance (IA) is a primary objective of the DoD and DLA. Ongoing initiatives shall require 0600-1800 hours, Monday through Friday support in the area of CAC Initiatives. CAC support at the End User level is governed by Defense Manpower Data Center (DMDC) Common Access Card Personal Identification Number Reset (CPR) Business Program Policy Document, Version 1.0, and Dated January 2006. Support at the Tier 2 level will entail efforts in the management and functionality of end user requirements with CAC. Support will be needed concerning the management of PIN resets, CAC end user training, CAC terminal installation and management, technician security certifications, and other related activity involving end user usage of CAC. The CAC Pin reset process requires specialized technician training and certification in that reset process. CAC Trusted Agent technicians will be required to be available for all shifts. The CAC pin reset terminal will be located in an area accessible to Help Desk technicians but will be managed by the Vendor as a secure machine. Access log records will be maintained by technicians. Coordination of the CAC Trusted Agent duties will be provided by the CPR TASM (CAC PIN Reset Terminal Area Security Monitor) which will be a government employee. Customer Satisfaction Follow-Up: In accordance with the industry standards and the DLA Information Operations at Columbus End User Support Definition document customer satisfaction surveys must be conducted on a regular basis. The Vendor will be responsible for complying with the standards required in the DLA Information Operations at Columbus End User Support Definition document or standards promoted by Information Operations at Columbus. The Vendor will be required to report and monitor customer satisfaction by the DLA Information Operations at Columbus End User Support Definition document, those standards required by higher authority, and local standards. Customer satisfaction surveys will be in a format approved by the COR and/or COTR. After contract award, the COR and/or COTR will establish a timeframe to provide customer satisfaction reports. However at the COR and/or COTR discretion, these reports may be required on a daily, weekly, or monthly basis. 2.2.2 End User Support Services - Customer Liaison Services The Vendor shall provide these services upon the severing of DLA Information Operations at Columbus Tier1 help desk support and transition to Enterprise Help Desk (EHD). The Vendor shall provide technical support for End User as identified by the COR and/or COTR. This support will cover new technology as it is acquired or developed. Technical support will be required for interface between DLA Enterprise Help desk (EHD) and DLA Information Operations at Columbus supported users. Process customer tickets received from jEHD for installation, troubleshooting, and resolution of IT related issues. Current support includes (but is not limited by): •Ø The Vendor shall provide service request processing for End User issues that are not resolved at EHD. This includes all tracking of service request from receipt through closure using a Vendor provided Remedy Database. The database may include end user information, asset description, and location. The goal is the Tier 2 resolution of user issues within industry standard timeframes to include the J6C Metrics. See table 1. •Ø The Vendor will provide hardware and software configuration of desktop and printer/scanner devices which includes setup and initialization of hardware, operating system, interfaces (user, network, and application), and standard applications. The Vendor will also perform reconfigurations due to problems, performance issues, and/or requirement changes. Baseline configuration must be applied using disk-imaging utilities. At the direction of the COR and/or COTR the Vendor will develop and maintain images per DLA Information Operations at Columbus specifications. •Ø Laptop Support: Laptop support will include installations, placement, configurations, troubleshooting, maintenance, repairs, and training. Laptop deployments will be an ongoing support initiative for the foreseeable future. Teleworker/Accommodation Request deployments will increase the support requirements for laptop support. •Ø Desktop Training and Documentation: The Vendor shall be responsible for class room and or desktop applications training. Provide documentation for IT processes, updates and new development in support of DLA Information Operations at Columbus supported customers. •Ø Customer Satisfaction Follow-Up: In accordance with the industry standards and the DLA Information Operations at Columbus End User Support Definition document customer satisfaction surveys must be conducted on regular basis. The Vendor will be responsible for complying with the standards required in the DLA Information Operations at Columbus End User Support Definition document or standards promoted by Information Operations at Columbus. The Vendor will be required to report and monitor customer satisfaction by the DLA Information Operations at Columbus End User Support Definition document, those standard required by higher authority, and local standards. Customer satisfaction surveys will be in a format approved by the COR and/or COTR. After contract award, the COR and/or COTR will establish a timeframe to provide customer satisfaction reports. However, at the COR and/or COTR discretion, these reports may be required on a daily, weekly, or monthly basis. 2.3-Task 3- Tier 2 End User Support Services (DLA NOSC SERVICE DESK) The Vendor will provide support to partially staff the DLA NOSC Service Desk, supplying manpower and expertise to assist government service desk personnel in providing initial troubleshooting and diagnostics in the subject areas of network management, application management, and information assurance to resolve DLA customer trouble tickets. The Vendor will assist the government in sustaining the NOSC problem tracking system, REMEDY. The NOSC Service Desk support includes: •· Diagnose and resolve (network, application, and information assurance) problems in response to customer and system reported incidents. This would include a rudimentary knowledge of basic networking, DLA logistics application, firewalls, Intrusion Detection Systems, and incident handling procedures. •· Maintain problem management databases •· Respond to deviations from customer service performance requirements •· Implement information security/information assurance policies, principles, and practices in the delivery of customer support services •· Disseminate Situational Awareness Information (Business Impact, Status CCIRs, etc.) •· Monitor Critical Services (Network, Application/Infrastructure) for Performance, Throughput, and Availability •· Receive and Log Incidents and Service Requests •· Receive, manage, and track external suspense actions •· Maintain Asset and Business Service Management statistics •· Perform Root Cause/Trend Analysis by providing a higher-level analysis to problems (root cause analysis), metric reporting, trend analysis of metrics and capacity planning. This task is focused on operations analysis and customer relations. All Vendor resources that will support this function will provide "continuity of operations" to DLA Network Operations and Security Center customers CONUS and OCONUS. All coordination and communications for this team will be conducted by and in conjunction with the COR and/or COTR guidance. Data requests and reporting requirements will be at the direction of the COR and/or COTR. Overall reporting will be delivered through this tasking and will be in accordance with the document. The Vendor will provide a monthly report identifying the problems and analysis used to resolve high-level problems to allow for continuity of operations. The report will be provided to the COR and/or COTR the 5 th working day after the last day of the end of the Month. 2.4- Task 4- Tier 2 End User Support Services -Information Assurance Information Assurance (IA) is a prime objective of DoD and DLA. Ongoing initiatives will require support in the area of IT security. The Vendor will provide assistance for Information Assurance (IA) Help Desk support to create local area network (LAN) account administration. The Vendor will help DLA INFORMATION OPERATIONS AT COLUMBUS with the following: Create new user network accounts (an average of 25 per month user accounts are created for government personnel and Vendor employees). Create new user accounts and reset passwords for various applications and systems (an average of 80 user accounts are created for the following systems (i.e. Item Reduction Web Site Capacity (IRWSC); Enterprise Business Systems (EBS); Defense Business Management System (DBMS), iComplaints, and common access card personal identification number (CAC PIN) resets). Create and track "Training Accounts" used in J6C serviced organizations classrooms (an average of 35 accounts are changed every 60 days). Create and track "Special Accounts" assigned to various supervisors for visiting guests - (an average of 5 special accounts are created monthly). 2.5- Task 5- Tier 2 End User Support Services - Video Teleconferencing Support (VTC) The need for effective and quality VTC support is imperative for DLA. DLA Management rely on secure transmission of data via the VTC for meetings that occur daily between the J6 field offices and Headquarter personnel. The Vendor will provide assistance with Video Teleconferencing Support (VTC). Responsibilities will be as follows: Serve as the Senior IT Specialist for Multimedia projects, including planning, development and directing multimedia services to include Video Teleconferencing and Audio Visual presentations Perform the setup and support of Secure and Non-Secure VTC Communications Equipment Maintain Audio Visual equipment for all DLA INFORMATION OPERATIONS AT COLUMBUS supported customers Approve and assign priorities to requests for Audio Visual services Operate Audio Visual equipment for DLA Land and Maritime Center auditoriums and Command Conference Rooms Assure Audio Visual equipment is operational in training and conference rooms Control presentations in the auditorium of all satellite broadcasts and the loan of projection equipment, videotapes and edits special interest programs Control the scheduling of auditoriums and conference rooms The Vendor must possess the following: Current Security Clearance for access to secret material Obtain and maintain an IT 1 clearance 2.6- Task 6 -Tier 2 End User Support - Database Administration Support (NOSC) Within the DLA NOSC, the Database Administration Support includes the configuration and maintenance of the database server environment in support of the IA tools. The DBA administrative support services include evaluation, testing, installation, patching, upgrades, tuning and other technical assistances for DLA IA Tools database environment. Database environments include Oracle RDBMS, Microsoft SQL Server and MySQL. Many of the IA tools include a Vendor enhanced version of a particular database engine. This database software is typically maintained via the IA tool Vendor's mechanisms for IA tool software maintenance which must be followed to maintain a supported environment. The Vendor shall assist the government in: Database software installation and patching Database upgrades Database and application tuning Database related problem resolution Assisting in the automation of repetitive DBA tasks Ensuring compliance with database license agreements Hardening database systems per DISA security directives Monitoring and optimizing the performance of the database Working with storage team to complete backups and restores Following production-migration procedures to push out changes Developing detailed documentation and job-aids to assist staff in the completion. 2.7 - Task 7 -Tier 2 End User Support - Requirements Analyst The Requirement Analyst will provide the required technical guidance and expertise to DLA Information Operations at Columbus personnel teams in the development, implementation, and maintenance of IT processes, procedures, standards, and software lifecycle documentation. The Requirement Analyst will provide, assist and support DLA Information Operations at Columbus with: ● Software Requirements Analysis, Software Design, Testing, Implementation and User Documentation, Continuity of Operation Plan (COOP), Information Assurance, Quality Assurance, and Configuration Management documentation. ● Project Planning. Provide technical guidance and expertise in developing strategic implementation plans for new business and system initiatives, supporting detailed project plans, identifying tasks and task resources required to accomplish the project objectives. ● Requirement Determination. Provide technical guidance and expertise in developing functional, technical requirements and documentation for identified projects. ● Technical Guidance and Implementation. Perform an analysis of project requirements and recommend solutions to the Government. ● Design. Design processes, procedures, and application user interfaces,,, which meet the business needs for DLA Columbus and the DLA Enterprise. ● System Testing and Evaluation. Prepare and implement software test plans consisting of test cases and data. ● Documentation. Provide experienced personnel to develop documentation for any supported project, program, or system. This includes providing support for development of business plans, software project life cycle documentation, and related documents. 2.8-Task 8-Tier 2 End User Support Services - Special Projects The Vendor may be involved in special projects as required by the COR and/or COTR at the DLA Information Operations at Columbus. Special projects may include the Remedy Specialist creating specific crystal reports, and the documentation team creating WIN 7 end user documents and roll outs for WIN7, OCS, and other DLA Information Operations at Columbus projects. Reports shall be given to COR/COTR at the conclusion of each special project. 2.8.1-Task 8-Tier 2 End User Support Services - Special Projects with Additional Funding The Vendor may be involved in special projects as required by the COR and/or COTR at the DLA Information Operations at Columbus. The special projects may entail additional work hours outside of the 40 hour work week. These additional hours should not exceed 900 hours and not exceed the funding cap of $68,000.00. Previous work years have needed this additional funding. In 2010, 1,061 hours were used for the special projects, and in 2011, 532 hours were used for special projects. 2.9-Task 9-Tier 2 Additional Government Requirements The Vendor may be required to attend meetings and/or be a part of a working group. Specific duties will be assigned by the COR and/or COTR. At the direction of the COR and/or COTR the Vendor may be required to provide a Knowledge Base of issue resolutions for review by Government employees at DLA Information Operations at Columbus. The Vendor may be required to make information gathering inquires for sources of supply and/or repair as required by the COR and/or COTR. This will include contacting suppliers, and/or Vendors. These inquires do not in any way obligate the government to purchase, participate or engage in business for the requested product. The Vendor shall not at any time promise business or the utilization of products or services while gathering the requested information. The Vendor shall not at any time instruct the business to provide samples at no cost or samples for return. The Vendor does not have the authority to obligate the Government for expenditure of funds. Any obligation of funds on behalf or behest of the Vendor will result in an expense and debt that the Vendor will be obligated to pay and will be considered a violation of the terms and conditions of the contract. The decision to authorize, implement and commit government resources and funds will be at the discretion of the government. Non-disclosure agreements between the Vendor personnel and the government are required. At the discretion of the COR and/or COTR the Vendor will prepare a report for any meeting and working groups. The report will contain the purpose of the meeting, list of attendees, what was discussed and any taskers and/or outcomes resulting from the meeting or working group. This report will be provided to the COR and/or COTR within 1working day of attendance of the meeting and/or working group. The Vendor is required to utilize Help Desk software to manage workflow and provide end user support. The Vendor will provide a monthly report (due the 5 th day after the last day of the end of the Month) to the COR and/or COTR identifying (at a minimum) activities accomplished, outstanding issues, issues resolved, planned activities, and hours expended. REMEDY is the current software used to manage workflow. Monthly working group meetings will be conducted by the COR and/or COTR at DLA Information Operations at Columbus to determine if the Vendor is meeting performance metrics. Specific performance metrics will be measured based on industry standard Service Desk metrics to include the DLA Information Operations at Columbus End User Support Definition metrics (i.e. Customer Satisfaction survey results, First call resolution, Speed to Answer, Call Abandonment, Asset Inventory accuracy, etc.). At the discretion of the COR and/or COTR the meetings may change to Quarterly after contract award. 2. 10-Task 10-Tier 2 Continuity of Services for On-Site Support and Transition For Follow-on Effort End User Support Services (Help Desk Support) at DLA Information Operations at Columbus is a 12 hour 0600 - 1800 hours, Monday - Friday operation. The DLA NOSC Service Desk is a 24/7/365 operation. This operation is divided into 3 shifts. It is vital to ensure that maintenance and continuation of services to both Tier 1 and Tier 2 Help Desks, occur without interruption. In order to maintain continuity of services, the following requirements will be provided by the incumbent Vendor as the Period of Performance (POP) for the contract is met. The incumbent Vendor will continue to perform all services as prescribed within the PWS and existing contract without reduction of manpower, quality of services and interruption to customers. At the end of the Period of Performance (POP) for the existing contract, the incumbent Vendor will provide support to the transition Vendor for 60 days after award of the follow-on effort. The support will enable the transition Vendor to learn the procedures and processes associated with End User Support Services (Help Desk Support) at DLA Information Operations at Columbus. The incumbent Vendor will propose a separate price in their Price Proposal for Continuity of Services for this requirement. In addition, the Vendor must provide a transition plan to include the following information: •Ø How all procedures and operating processes will be communicated to the Vendor taking over those duties? •Ø Describe all documentation that will be turned over and describe where it is maintained. •Ø Include a timetable when all transition events will occur. •Ø Describe how overall knowledge transfer will occur to the Vendor taking over those duties. 3.0 Reporting Requirements 3.1 Weekly, Monthly, Ad hoc Reports The Vendor will provide separate Tier 1 and Tier 2 weekly and monthly reports to the COR and/or COTR and the DLA CSO-P CO via e-mail. These reports will include all call data for the preceding month and for the cumulative DLA fiscal year. Weekly reports are due the following Monday and Monthly reports are due five business days after the last day at the end of the month. The Vendor shall provide data to meet DLA's information and analysis needs in areas including, but not limited to, performance quality, call volumes, adherence to the PWS's requirements and standards, forecasting and trend projections. (The DLA NOSC requires Daily Operations Updates to be published on time for metric reporting from the DLA NOSC Service Desk. The reports are to be published at 0530 and 1530 Monday through Friday, and 1530 Saturday and Sunday. Immediate INFOSPOTS are to be published within 1 hour.) The Vendor's written reports shall include, at a minimum: •Ø A summary of the work completed. •Ø Reporting requirements identified in the Performance Based Agreements (PBAs) •Ø Problem reports that identify all known problems. •Ø Identification of major workload drivers and associated root cause analysis. •Ø Status of ongoing activities associated with the maintenance and operations. •Ø Provide web access to reporting tools. •Ø Dashboard of PBAs. The dashboard shall be web-based and shall allow users to drill down into specific site data. The dashboard shall provide an automated web-based capability for reviewing weekly, monthly and year to date performance metrics in accordance with each of the applicable PBA's identified. The purpose of the dashboard is to enable DLA Management and oversight personnel the ability to quickly review actual performance and performance trends (both current and historical) in addition to reviewing detailed performance reports. •Ø Weekly soft copies of status report. The Vendor will be required to generate daily ad hoc reports as specified by the COR and/or COTR. The COR and/or COTR will notify the Vendor of the timeframe when the report is due. The COR and/or COTR will have five (5) to review the reports and advise the Vendor if they are acceptable. The Vendor will have five (5) days to correct the documents and resubmit them to the COR and/or COTR for review/approval. 3.2 Metric Reporting For Tier 1, the Vendor will be required to provide a performance metric report of requirements identified in the PBAs. The report will include but not be limited to the following information: •Ø Speed to Answer calls •Ø True Call Abandonment •Ø First Call Resolution •Ø Customer Satisfaction The performance metric report will be submitted to the COR and/or COTR by the 5 th working day after the last day of the end of the Month for review/approval. The COR and/or COTR will have five (5) business days to review the report or return it to the Vendor for corrections. The Vendor will have five (5) business days to correct the report and return it to the COR and/or COTR. Upon approval, the COR and/or COTR will forward a copy to the DLA CSO-P CO. For Tier 2 reporting for the DLA Information Operation at Columbus support teams, the Vendor will be required to provide a performance metric report of requirements identified in the PBAs. The report will include but not be limited to the following information: •Ø Tier 2 Resolution •Ø Customer Satisfaction Metric Description: How Measured Target Success Rate Tier 2 Ticket Resolution: The resolution of IT related problem tickets after assignment to Tier 2 Customer Liaison. Tier 2 Resolution is the Average Time in Minutes to resolve desk top issues on-site. It measure elapsed time the Time and the Incident is elevated to Tier 2 from Tier 1 to the resolution of the desktop issue less the time spent in pending status. For Tier 2 reporting for the DLA NOSC Service Desk, the DLA NOSC requires Daily Operations Updates to be published on time for metric reporting. The reports are to be published at 0530 and 1530 Monday through Friday, and 1530 Saturday and Sunday. Immediate INFOSPOTS are to be published within 1 hour. The daily updates will include: •Ø Open INFOSPOTS (DLA IT Incidents) •Ø Root Causes Analysis being tracked •Ø Opened and Tracked Personal Identifiable Information (PII) incidents 3.3 Quarterly Review If necessary a quarterly review shall be conducted between the Vendor PM and Vendor resources, the COR and/or COTR and the DLA CSO-P CO. The meeting shall be held at the DLA Information Operations at Columbus. At this meeting, the program status shall be briefed by the Vendor PM assigned to this effort. The briefing will include any potential problems that may adversely impact the program cost and schedules. 3.4 Final Results Briefing The Vendor will prepare a final results briefing for all tasks under this effort. The briefing will be presented to the COR and/or COTR and the DLA CSOI-P CO 10 calendar days prior to final contract Period of Performance. Performance of this effort may require the Vendor to access and use data and information proprietary to a Government Agency or another Government Vendor which is of such a nature that its dissemination or use, other than in performance of this effort, would be adverse to the interests of the Government and/or others. 4.1 Performance Standards: The standard set for all tasks in support of this effort is 100% Satisfactory Completion. The deliverable for all tasks will be pursuant to a performance measurement that ties performance goals and acceptable quality levels to a color code: Green, Yellow or Red. Performance measurement is further defined in Section 4.3.1 of this PWS. 4.2 Method of Surveillance The Government will ensure quality assurance of all tasks with 100% inspections performed by the COR and/or COTR. During the inspections, the COR and/or COTR will review the deliverables to ensure the completion of tasks prior to certifying the invoice for payment. 4.2.1 Inspection and Acceptance Criteria Final inspection and acceptance of all work - in support of this effort will be performed by the COR and/or COTR. 4.2.2. Surveillance Schedule Government oversight for the proposed effort will be performed by the COR and/or COTR and contract responsibility will reside with the DLA CSO-P CO in accordance with the performance measurement criteria identified in Section 4.3.2 in the PWS. 4.2.3.Government Oversight and Responsibilities: •Ø DLA Contracting Services Office at Philadelphia (DLA CSO-P) Contracting Officer (CO): The DLA CSO-P CO will have the overall responsibility for the oversight and execution of contract requirements in accordance with the contract terms and conditions for End User Support Services (Help Desk Support). The DLA CSO-P CO will ensure that all CORs and/or COTR's assigned to this effort are adequately trained to assume the duties in this role and will rely on the COR and/or COTR to provide information and recommendations as needed to support of this effort. •Ø COR and/or COTR: The COR and/or COTR's responsibility is to monitor and inspect, report, and make recommendations to the DLA CSO-P CO regarding the quality of Vendor's work performed or not performed for the proposed effort. 4.3 General Acceptance Criteria General quality measures, as set forth below, will be applied to each deliverable received from the Vendor under this PWS. •Ø Accuracy -Work Products shall be accurate in presentation, technical content, and adherence to accepted elements of style. •Ø Clarity -Work Products shall be clear and concise. Any/all diagrams shall be easy to understand and be relevant to the supporting narrative. •Ø Consistency to Requirements -All work products must satisfy the requirements of this Performance Work Statement. •Ø File Editing -All text and diagrammatic files shall be editable by the Government. •Ø Format -Work Products shall be submitted in hard copy (where applicable) and in media mutually agreed upon prior to submission. Hard copy formats shall follow any specified Directives or Manuals. •Ø Timeliness -Work Products shall be submitted on or before the due date specified in this Performance Work Statement or submitted in accordance with a later scheduled date determined by the Government. T he COR and/or COTR will have the overall responsibility to accept all work submitted in support of the proposed effort by the Vendor. 4.3.1 Performance Standard/Acceptable Quality Level The Vendor is expected to meet the following goals. •1) Performance standard goal is 100% satisfactory completion of all tasks and meeting timelines for each deliverable as specified in Section 3.2 in the PWS. •2) Acceptable quality level is 95% when all tasks and deliverables prepared by the Vendor contain only minor defects or rewrites and when 95% of the requirements are delivered within the agreed upon timeframe or milestone(s) as defined by the COR and/or COTR. •3) No major complaints from customer(s). Performance Payment: Payment of 90% will be authorized by the COR and/or COTR upon resolution of performance issues. A disincentive of (-) 10% will be applied to the monthly invoice. 4.3.2 PERFORMANCE MEASUREMENTS: •Ø The performance measurements for specific CLINs under this contract shall be based on timeliness and quality of the work and deliverables provided by the Contractor. These measurements are defined as: •Ø a. Timeliness - The completion of tasks and/or the submission of deliverables within the schedule set forth by the government during the performance of the task. •Ø b. Quality - The quality of work completed under the resulting tasks will be measured based on the Government's determination of the validity, accuracy, clarity and usefulness of a deliverable or if the work performance met the expected outcomes as was communicated to the Contractor by the government. 4.3.3 FIXED FIRM PRICE PERFORMANCE EVALUATION: •Ø The following performance evaluation will be applied to each task in specific CLINs under this contract: •Ø a. The contractor shall submit an invoice for 100% amount for each CLIN. As part of the COR/ACOR certification process, the COR/ACOR will indicate on the invoice submitted the amounts authorized for payment for each CLIN based on the performance measures described herein. •Ø b. The determination for payment will be made in accordance with the procedures set forth below. •Ø c. The COR/ACOR will advise the contractor of what the authorized amount of payment will be within 10 working days of submittal of the invoice. If the COR/ACOR does not come to a determination or certify the invoice within 10 working days than the contractor will be provided 100% of their invoiced amount. •Ø The Contractor may direct questions on any withholding of an incentive payment to the Contracting Officer. If the contractor demonstrates that the firm's inability to meet performance requirements was due to a failure in Government procedure (i.e. miscommunication of facts, failure to provide the Contractor with information or devices necessary to complete tasks, etc.), the KO may determine the incentive payment, or some part of the incentive payment, be released to the contractor in a future invoicing period. 4.3.4 PERFORMANCE REVIEW: Performance standards and ratings are designed to determine if performance exceeds, meets, or does not meet a given metric and acceptable quality level. Note: The application of these performance ratings or failure of the Government to apply these performance ratings does not waive any of the Government's rights to damages under this contract. The following ratings shall be used: Good - Performance meets or exceeds contract requirements in terms of timeliness and quality. COR will make a determination to pay the contract 100% of the invoice amount. Fair - Performance meets contract requirements with either only minor performance issues or minor timeliness issues. The performance and/or timeliness issues do not adversely impact the mission of the Agency. The COR will make a determination to pay the contractor 90% of the invoice amount. Poor - Performance narrowly meets contract requirements by at least one of the following: bordering on unacceptability in terms of or quality of performance, bordering on unacceptability in terms of timeliness, or adverse impact on the mission of the Agency is possible. The COR will make a determination to pay the contractor 80% of the invoice amount. Unacceptable - Performance has been at a less than acceptable level in terms of timeliness or quality. Possible issues include, but are not limited to: missed milestones, low quality documents requiring multiple reviews and rewrites, significant or serious complaints submitted by the customers, documents that do not comply with acquisition or policy regulations, or one or more cure notices have been issued. Payment will be withheld pending resolution of cure notice(s). Termination for default or cause may result. The ratings, as described in the table above, will be based on the performance of the contractor on the timeliness and quality of the services provided using the rating scale for each criterion as shown below. Timeliness Good Meets or exceeds contract requirements in terms of timeliness of delivery. Fair Minor timeliness issues that do not adversely impact the mission of the Agency. Poor Timeliness issues that are not minor and/or borders on unacceptability. Adverse impact on the mission of the Agency is possible. Unacceptable Contractor failed to meet the timeliness requirements. Possible issues include, but are not limited to; one or more deliverables not submitted on time or missed milestones. One or more cure notices may have been issued by the Contracting Officer. Quality Good Meets or exceeds contract requirements in terms of quality of work performed. Fair Performance meets contract requirements with only minor issues and the issues do not adversely impact the mission of the Agency. Poor Performance narrowly meets contract requirements and either borders on unacceptability in terms of quality, or adverse impact on the mission of the Agency is possible. Unacceptable Quality of performance has been at a less than acceptable level. Possible issues include, but are not limited to: low quality documents requiring multiple reviews and rewrites, significant or serious complaints submitted by the customers, documents that did not comply with acquisition or policy regulations or one or more cure notices have been issued by the Contracting Officer. Tier 1 - End User Support Services (Help Desk Support) Performance Based Agreement (PBA) Tier 1 - Help Desk Performance PBAs Metric Description How Measured Target Success Rate Speed to Answer The percentage of calls in which DLA end users reach a help desk agent within 30 seconds. Number of calls answered within 30 seconds divided by total number of calls received within the month. <30 seconds 90% True Call Abandonment The proportion of calls that come into the help desk which result in hang up or disconnection before the help desk agent answers the phone. Number of calls abandoned before an agent answers divided by the total number of calls received within the month. <3% 100% First Call Resolution The resolution of IT related problem tickets during the DLA end user's initial call. Number of calls resolved on first call divided by total number of calls received within the month. ≥ 75% N/A Monthly Customer Satisfaction Measures help desk performance by surveying end user satisfaction throughout the reporting period using questions to obtain a satisfaction score of 1 - 5 where 5 is better. Sum of all monthly scores divided by the number of scores obtained. Scores should be reported by Tier 1 and Tier 2 satisfaction. Average Overall score ≥4.0 (scale of 1-5, 5 is high) N/A Annual Customer Satisfaction Measures help desk performance through an annual end user satisfaction survey performed by an objective third party to obtain a satisfaction score of 1 - 5 where 5 is better. Average survey score. Average Overall score ≥4.5 (scale of 1-5, 5 is high) N/A Tier 2 - End User Support Services (Help Desk Support) NOSC Service Desk Tier 2 - NOSC Service Desk Metrics (Daily) Metric Description How Measured Target Success Rate Daily Operations Update Timelines Measure if the Daily Operation Update was sent on time for the day. Tracked via spread sheet on the sending times of the Daily Operation Update Mon - Fri 0530 & 1530 Weekends and Holidays @1530 100% Immediate INFOSPOT Timeliness Measures whether immediate INFOSPOTs were processed and sent on time Tracked via Remedy with receive and sent times < 1 Hour 100% 4.3.3 Vendor Quality Control Plan (QCP) The Vendor shall submit a Quality Control Plan (QCP) within 10 business days of contract award. This plan shall describe the Vendor's methodology for compliance with the Deliverables and Performance Requirements identified in Section 2 in the PWS. The COR and/or COTR will notify the Vendor of concurrence within 5 working days of receipt of the document. The Vendor will have 5 working days to correct the QCP and return to the COR and/or COTR for review/approval. The COR and/or COTR will notify the DLA CSO-P CO each time the QCP is returned to the Vendor for edits. T ables 1 and 2, Section 2.6 of the PWS summarize the Deliverables to be performed for End User Support Services (Help Desk Support) and are provided for the convenience of the Vendor. This list is not intended to be inclusive of all reporting requirements as stated in this PWS. 5.0 GOVERNMENT FURNISHED SUPPORT The Vendor will be required to perform most of its tasks at Government facilities. Therefore, the Government will provide the Vendor with access and logon IDs as required to the Information Operations network and other applications. (Note: The Government's provision of these services shall not confer Government civilian personnel status on Vendor recipients.) The Vendor shall comply with DODI 8520.03, Identity Authentication for Information Systems. The Government will also provide sufficient work space, desks, chairs, computers, LAN access, Internet access and telephone service, facsimile machines and printers. The Government will also provide the Vendor with information, manuals, instructions, folders, access to hardware, software and computer systems to perform the requirements as specified in the PWS under the resultant contract. All Government information provided to the Vendor directly or as a result of access to Government databases or systems shall be used exclusively to meet the requirements for the End User Support Services (Help Desk Support) effort and shall not be used for any other purpose or in the performance of any other tasks. All Vendor resources performing on the proposed effort will be required to sign Nondisclosure Statements prior to Vendor performance in order for the Vendor to access any proprietary and/or procurement sensitive information. Vendor personnel may be required to carry Government equipment for communication or "on call" duty at the COR and/or COTR discretion. The government shall make available to the Vendor the use of adequate and appropriate government vehicles already in place or assigned to the directorate to perform the tasks specified on the PWS. The government vehicles will only be used to perform work on base. The vehicles shall remain the property of the government. The Vendor is required to abide by DSCRD 5525.A, Motor Vehicle Traffic Policy: https://elknet.aviation.dla.mil/WX/DSCRPUBS/d5525a.htm. The use of the government vehicle is limited to work performed on base and is directly related to the Task Order(s). The Vendor is required to carry comprehensive and collision auto insurance sufficient to cover: (a) any damage to the Government vehicle (including replacement); (b) damage to other government property which may occur in an accident, and (c) injury to third parties, including government and non-government personnel. Federal Acquisition Regulation (FAR) Clause 52.245-2, Government Property Installation Operation Services (August 2010) is hereby incorporated by reference into this PWS. The Government reserves the right of access to the Government-furnished property. Vendor liability for joint use property will be restricted to validated damage, theft, or negligence resulting from Vendor performance. The Vendor shall prepare an inventory listing within 15 days from start of period of performance. Throughout the performance period, the Vendor shall ensure that the property inventory listing is current, complete, and accurate. 5.1 GOVERNMENT FURNISHED SERVICES The Government shall provide the following services necessary for Vendor operations: The Government shall provide oversight for training by the incumbent Vendor to the new Vendor PM and to all key personnel performing on the End User Support Services (Help Desk Support) effort. The Government PM at DLA Information Operations at Columbus and the COR and/or COTR will ensure that training by the incumbent Vendor to the new Vendor PM and other key personnel is provided within 5 days after date of contract award. Training will primarily consist of "On the Job Training" to include one to two days spent with the COR and/or COTR who will provide an overview of the organization, its framework. It is the responsibility of the incumbent Vendor to provide the new Vendor PM the procedures, manuals/regulations, on-line capabilities, etc., for performing the tasks specified in the PWS. The Vendor PM will employ a "Train the Trainer" approach to minimize repetitive training for additional staff. After the initial training session, the Vendor PM will be responsible for providing training to its own staff. 6.0 DELIVERABLES The charts identified below summarize deliverables to be performed for the End User Support Services (Help Desk Support) effort and is provided for the convenience of the Vendor. This list is not intended to be inclusive of all reporting requirements as stated in this PWS. Table 1: Deliverables Table 1 identifies the Deliverables associated with Tier 1 End User Support Services (Help Desk Support) in accordance with the requirements identified in Section 2.0 in the PWS. Deliverables for Tier 1 (Help Desk Support) Description PWS Paragraph Deliver to Frequency Task 1: Service Request Tracking Priority Escalation Management Meetings Customer Satisfaction Follow-up Meeting 2.1 2.1.3 2.1.4 2.1.6 2.2.1 COR and/or COTR COR and/or COTR COR and/or COTR Report due the 5 th working day after the last day of the end of the Month. Semi-annual meeting, date to be set by the COR and/or COTR. Date and time to be established by the COR and/or COTR after contract award. Report due the 5 th working day after the last day of the end of the Month. Task 3: Reporting: Weekly Reports Monthly Reports Ad Hoc Reports 3.1 COR and/or COTR DLA CSO-P CO Report due the following Monday of the previous week. Report due the 5 th working day after the last day of the end of the month. Report due daily or as specified by the COR and/or COTR. Performance Metric Report Quarterly Review Final Inspection Report 3.2 3.3 3.4 COR and/or COTR DLA CSO-P CO COR and/or COTR COR and/or COTR DLA CSO-P CO Report due the 5 th working day after the last day of the end of the month. After contract award, date to be specified by the COR and/or COTR. Report due 10 calendar days prior to completion of contract Period of Performance. •· Quality Assurance Surveillance Plan (QASP) 4.0 COR and/or COTR DLA CSO-P CO Initial: 30 days after 12 month period •· Quality Control Plan 4.3.3 COR and/or COTR Report due 10 days after contract award. Table 2: Deliverables Table 2 identifies the Deliverables associated with Tier 2 End User Support Services (Help Desk Support) in accordance with the requirements identified in Section 2.3 in the PWS. Deliverables for Tier 2 (J6C Help Desk and NOSC Service Desk Support) Description PWS Paragraph Deliver to Frequency IT Equipment Support: Asset Management Laptop Support Customer Satisfaction Follow-up 2.2.2.1 COR and/or COTR COR and/or COTR COR and/or COTR Within 3 hours from receipt of call. Report due yearly for all equipment to be disposed of by the Government. Date and time to be established by the COR and/or COTR after contract award. Report due at COR/COTRs request-daily, monthly, quarterly, or annually. •· NOSC Service Desk-Identifying problems and Analysis 2.3 COR and/or COTR Report due the 5 th working day after the last day of the end of the Month. Special Projects Additional Government Requirements NOSC DBA 2.9 2.10 2.10 2.8 COTR COR and/or COTR COR and/or COTR COR and/or COTR Report due COB the day after completion of the special project. Report due COB the day after the last day after attendance of the meeting or working group. Report due the 5 th working day after the last day of the end of the Month. Report due the 10 th and 20 th working day of the month. Continuity of Services for On-Site Support and Transition for Follow-on effort 2.11 COR and/or COTR DLA CSO-P CO Vendor to provide a 60 day transition plan to support a follow-on effort. 7.0 SAFEGUARDING OF DOCUMENTS The Vendor will not disclose to anyone any information obtained during the conduct of the End User Support Services (Help Desk Support) effort except as necessary to do so in the performance of my official duties related to the contract and any related Option Period (if exercised) without prior written approval of the Government PM, the COR and/or COTR and the DLA CSO-P CO. Additionally, the Vendor will not use any information obtained during the performance period for any purpose other than to support the requirements of this contract and any related Option Period (if exercised). In this regard, the Vendor must abide by the terms of the Non-disclosure Agreement referenced below. Performance of the contract and any related Option Period (if exercised) may require the Vendor to access data and information proprietary to the Government Agency and/or proprietary to other Government Vendors or of such a nature that its dissemination or use, other in performance of this Task Order(s) and any related Option Period (if exercised) would be adverse to the interest of the Government or others. The Vendor shall not divulge or release data or information developed or obtained in performance of this Task Order(s) and any related Option Period (if exercised) except to Authorized Government personnel or upon written approval of the DLA CSO-P CO. Agency information marked "FOR Official Use Only" or bearing other sensitivity markings shall be handled in accordance with Agency information security program regulations and shall not be divulged or disclosed without DLA's permission. Requests for disclosure shall be addressed to the Government PM and/or the COR and/or COTR. The Vendor shall not use, disclose or reproduce proprietary data, other than as required in the performance of the End User Support Services (Help Desk Support) effort. The limitations above do not apply to data or information that has been made public by the Government. 8.0 NONDISCLOSURE STATEMENTS After award of the contract all Vendor resources performing on the End User Support Services (Help Desk Support) effort will be required to sign a Non-disclosure Agreement (NDA). Vendor resources will not be permitted to commence work on the Task Order(s) until a NDA has been signed. The Vendor PM must provide a faxed copy of the signed NDA to the DLA CSO-P CO prior to any Vendor resource performing on the proposed effort and must provide the original signed NDA not later than five (5) days after Task Order(s) award to the DLA CSO-P CO. DLA retains the right to request removal of any Vendor resources that violates any terms of the NDA. 9.0 RIGHTS OF OWNERSHIP All documents and reports produced by the Vendor and provided to the Government for the End User Support Services (Help Desk Support) effort are the property of the Government and shall be provided to the Government PM, the COR and/or COTR and the DLA CSO- P CO without any restrictive or proprietary markings. No usage restrictions shall be imposed other than those determined by the Government. 10.0 LIMITED USE OF DATA Performance of this effort may require the Vendor to access and use data and information proprietary to a Government agency or Government Vendor which is of such a nature that its dissemination or use, other than in performance of this effort, would be adverse to the interests of the Government and/or others. Vendor and/or Vendor resource shall not divulge or release data or information developed or obtained in performance of this effort until made public by the Government, except to authorize Government personnel or upon written approval by the DLA CSO-P CO. The Vendor shall not use, disclose, or reproduce proprietary data that bears a restrictive legend, other than as required in the performance of this effort. Nothing herein shall preclude the use of any data independently acquired by the Vendor without such limitations or prohibit an agreement at no cost to the Government between the Vendor and the data owner which provides for greater rights to the Vendor. 11.0 ALTERNATE WORK LOCATIONS Vendor employees may telework from home or other alternate locations only if requested to do so with explicit authorization from the DLA customer. Without the explicit authorization of the DLA customer to work from another location, employees will perform their duties at their assigned workstations. 12.0 PLACE OF PERFORMANCE This contract shall be performed at the DLA Information Operations at Columbus 3990 E. Broad Street Bldg. 20 Columbus, Ohio 43218 13.0 CONTRACTING OFFICER REPRESENTATIVE/CONTRACTING OFFICER TECHNICAL REPRESENTATIVE Contracting Officer Representative (COR) Karen White J6CMA, Bldg 20 614-692-9149 Karen.white@dla.mil Contracting Officer's Representative Alternate (ACOR) Charlotte Green J6CMA, Bldg 20 614-692-3539 Charlotte.green@dla.mil Contracting Officer's Technical Representative Phildwrick Garrett J6COH, Bldg 20 614-692- Phildwrick.garrett@dla.mil Contracting Officer's Technical Representative (NOSC) Mike Porter J6ND 614-692- Mike.porter@dla.mil SECTION 4: EVALUATION OF OFFER 4.1 BASIS FOR AWARD Award shall be made to the incumbent small business whose is currently performing at the lowest price and is technically acceptable based on the total price of all line items identified on Page 2 of this solicitation. For this acquisition, there will only be 1 offer. SECTION 5: Vendor Proposal Instructions/Instructions to Offeror 5.1 CONTRACT TYPE (FAR 52.216-1 (APR 1984)) The Government will award a Firm Fixed Price Bridge Contract to the incumbent contractor Eyak Technology through the use of FED BIZ OPS as a combined synopsis/solicitation. The proposal and pricing will be submitted to Terry Schoen, Contracting Officer via e-mail. Offeror shall submit pricing in accordance with the schedule listed on Page 2 of this RFP. SECTION 6: ADDITIONAL SOLICITATION PROVISIONS 6.1 FAR 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS. (DEC 2012) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Inverted domestic corporation," as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874. "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Sensitive technology- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Subsidiary" means an entity in which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern- •(1) Not less than 51 percent of which is owned by one or more veterans(as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern -- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] (c) Offerors must complete the following representations when the resulting contract is to be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [_] is, [_] is not a women-owned small business concern. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: _________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that- (i) It [_] is, [_] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: _____________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.]. The offeror represents that it [_] is, a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: (10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either- (A) It [_] is, [_] is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It [_] has, [_] has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [ The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: (11) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [ The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture : __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (12) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(10) of this provision.) [ The offeror shall check the category in which its ownership falls ]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory or the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. (d) Representations required to implement provisions of Executive Order 11246 -- (1) Previous contracts and compliance. The offeror represents that -- (i) It [_] has, [_] has not, participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [_] has, [_] has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that -- (i) It [_] has developed and has on file, [_] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [_] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act - Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (2) Foreign End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g) (1) Buy American Act -- Free Trade Agreements -- Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act -- Free Trade Agreements -- Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanina, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: LINE ITEM NO. COUNTRY OF ORIGIN [ List as necessary ] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) or this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: LINE ITEM NO. COUNTRY OF ORIGIN [ List as necessary ] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No.: [List as necessary] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled ''Buy American Act--Free Trade Agreements--Israeli Trade Act'': Canadian or Israeli End Products: Line Item No.: Country of Origin: [ List as necessary ] (4) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph(g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No.: Country of Origin: [ List as necessary ] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products Line Item No.: Country of Origin: [ List as necessary ] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals-- (1) [_] Are, [_] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [_] Have, [_] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) [_] Are, [_] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [_] Have, [_] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appear rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals Contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed End Product Listed End Product: Listed Countries of Origin: (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [_] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [_] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that is has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [_] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [_] Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] (1) [_] Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror [_] does [_] does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (2) [_] Certain services as described in FAR 22.1003-4(d)(1). The offeror [_] does [_] does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer identification number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN.] (3) Taxpayer Identification Number (TIN). [_] TIN:_____________________. [_] TIN has been applied for. [_] TIN is not required because: [_] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [_] Offeror is an agency or instrumentality of a foreign government; [_] Offeror is an agency or instrumentality of the Federal Government; (4) Type of organization. [_] Sole proprietorship; [_] Partnership; [_] Corporate entity (not tax-exempt); [_] Corporate entity (tax-exempt); [_] Government entity (Federal, State, or local); [_] Foreign government; [_] International organization per 26 CFR 1.6049-4; [_] Other ____________________. (5)Common parent. [_] Offeror is not owned or controlled by a common parent: [_] Name and TIN of common parent: Name ____________________________________ TIN ______________________________________ (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations- (1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and Certification. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror- (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,000 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50(U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf ). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. 6.2 DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. (JUN 2005) (a) Definitions. As used in this clause- (1) "Foreign person" means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) "United States" means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) "United States person" is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it- (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___________Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___________Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. 6.3 DFARS 252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009) (a) Definitions. As used in this provision- (1) "Government of a terrorist country" includes the state and the government of a terrorist country, as well as any political subdivision, agency, or instrumentality thereof. (2) "Terrorist country" means a country determined by the Secretary of State, under section 6(j)(1)(A) of the Export Administration Act of 1979 (50 U.S.C. App. 2405(j)(i)(A)), to be a country the government of which has repeatedly provided support for acts of international terrorism. As of the date of this provision, terrorist countries subject to this provision include: Cuba, Iran, Sudan, and Syria. (3) "Significant interest" means- (i) Ownership of or beneficial interest in 5 percent or more of the firm's or subsidiary's securities. Beneficial interest includes holding 5 percent or more of any class of the firm's securities in "nominee shares," "street names," or some other method of holding securities that does not disclose the beneficial owner; (ii) Holding a management position in the firm, such as a director or officer; (iii) Ability to control or influence the election, appointment, or tenure of directors or officers in the firm; (iv) Ownership of 10 percent or more of the assets of a firm such as equipment, buildings, real estate, or other tangible assets of the firm; or (v) Holding 50 percent or more of the indebtedness of a firm. (b) Prohibition on award. In accordance with 10 U.S.C. 2327, no contract may be awarded to a firm or a subsidiary of a firm if the government of a terrorist country has a significant interest in the firm or subsidiary or, in the case of a subsidiary, the firm that owns the subsidiary, unless a waiver is granted by the Secretary of Defense. (c) Disclosure. If the government of a terrorist country has a significant interest in the Offeror or a subsidiary of the Offeror, the Offeror shall disclose such interest in an attachment to its offer. If the Offeror is a subsidiary, it shall also disclose any significant interest the government of a terrorist country has in any firm that owns or controls the subsidiary. The disclosure shall include- •(1) Identification of each government holding a significant interest; and •(2) (2) A description of the significant interest held by each government 6.4 VENDOR SECURITY REQUIREMENTS DFARS 252.239-7001 - INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION Information Assurance Contractor Training and Certification (JAN 2008) •Ø The Contractor shall ensure that personnel accessing information systems have the proper and current information assurance certification to perform information assurance functions in accordance with DoD 8570.01-M, Information Assurance Workforce Improvement Program. The Contractor shall meet the applicable information assurance certification requirements including: •a. DoD-approved information assurance workforce certifications appropriate for each category and level as listed in the current version of DoD 8570.01-M •b. Appropriate operating system certification for information assurance technical positions as required by DoD 8570.01-M •Ø Upon request by the Government, the Contractor shall provide documentation supporting the information assurance certification status of personnel performing information assurance functions. •Ø Contractor personnel who do not have proper and current certifications shall be denied access to DoD information systems for the purpose of performing information assurance functions. Note: Requirements for access to a Government site, facility, system or network may vary based on unique requirements at an individual site and the administrative policies of the parent Government organization. The COR and/or COTR will assist in the clarification of actions required to facilitate completion of unique local access requirements. The following paragraphs establish the minimum security requirements for performance under this contract. DFARS 239.7102-3 Information Assurance Contractor Training and Certification For Acquisitions that include information assurance functional services for DoD information systems, or that require appropriately cleared contractor personnel to access a DoD information system to perform contract duties, the requiring activity is responsible for providing the Contracting Officer - •1) A list of information assurance functional responsibilities for DoD information systems by category (e.g., technical or management) and level (e.g., computing environment, network environment, or enclave); and •2) The information assurance training, certification, certification maintenance, and continuing education or sustainment training required for the information assurance functional responsibilities. •Ø After contract award, the requiring activity is responsible for ensuring that the certifications and certification status of all contractor personnel performing information assurance functions as described in DoD 8570.01M, Information Assurance Workforce Improvement Program, are in compliance with the manual and are identified, documented and tracked. •Ø The responsibilities specified in paragraphs (a) and (b) of this section apply to all DoD information assurance duties supported by a contractor, whether performed full-time or part-time as additional or embedded duties, and when using a DoD contract, or a contract or agreement administered by another agency (e.g., under an interagency agreement). •Ø The following table summarizes the types of IA Certifications needed for Tier 1 and Tier 2 personnel at DLA Information Operations at Columbus: •Ø The vendor personnel under this contract as of the date of award that are identified as performing •Ø Information Assurance (IA) Technical or Management functions will have until December 31, •Ø 2011 to comply with one of the following certification requirements for the IAT Level I: •Ø IAT Level I - A+ (Basic System Administration) •Ø IAT Level I - Network+ (Basic Network Administration) •Ø IAT Level I - SCCP (System Security Certified Practitioner) •Ø IAT Level II - Security+ (Requirement for CERT) •Ø IAM Level I - Security+ (Requirement for Information Assurance) The applicable Government PM will determine the appropriate IAT Level for certification purposes regarding the vendor personnel under this task order. The Vendor will be responsible for all associated costs related to IA 8570 training and certification for the vendor personnel under this task order. The Vendor will notify the applicable Government PM three (3) weeks in advance of training that will require the vendor personnel to be out of the office for one or more consecutive weeks. •Ø Table 3: Positions and Certifications DLA Branch Department Position Description A+ Security + CCNA NOSC-ND NOSC NOSC Service Desk Specialist-Tier 2 x NOSC-ND NOSC NOSC Service Desk Specialist-Tier 2 x NOSC-ND NOSC NOSC Service Desk Specialist-Tier 2 x NOSC-ND NOSC NOSC Service Desk Specialist-Tier 2 x NOSC-ND NOSC Data Base Administrator-Tier 2 x J6CII DHRC Requirement's Analyst-Tier 2 x J6COH End User Support Intermediate HD Analyst-Tier 1 x J6COH End User Support Intermediate HD Analyst-Tier 1 x J6COH End User Support Intermediate HD Analyst-Tier 1 x J6COH End User Support Intermediate HD Analyst-Tier 1 x J6COH End User Support Help Desk Manager/Site Manager x J6COH End User Support Intermediate HD Analyst-Tier 1 x J6COH End User Support Intermediate HD Analyst-Tier 1 x J6COH End User Support Intermediate HD Analyst-Tier 1 x J6COH End User Support Intermediate HD Analyst-Tier 1 x J6COH End User Support Intermediate HD Analyst-Tier 1 x J6COH End User Support Intermediate HD Analyst-Tier 1 x J6CMI End User Support IA Security Help Desk-Tier 2 x J6CMI End User Support IA Security Help Desk-Tier 2 x J6COH End User Support IT Computer Specialist II-Tier 2 x J6COH End User Support IT Computer Specialist II-Tier 2 x J6COH End User Support IT Computer Specialist II-Tier 2 x J6COH End User Support IT Computer Specialist II-Tier 2 x J6COH End User Support IT Computer Specialist II-Tier 2 x J6COH End User Support IT Computer Specialist II-Tier 2 x J6COH End User Support IT Computer Specialist II-Tier 2 x J6COH End User Support IT Computer Specialist II-REMEDY-Tier 2 x 6.5 SECURITY Work to be performed for the End User Support Services (Help Desk Support) effort will, in full or in part, be conducted at the DLA Information Operations at Columbus, OH. All Government facilities have security requirements and processes that will need to be adhered to by all Vendor resources. For example, all CTA resources working on a Government site are to have a favorably adjudicated National Agency Check (NAC) prior to commencing work on the contract or any other Option Period(s) (if exercised). Other facilities will have the same and/or similar requirements and depending on the location the requirements may vary from site to site. Additionally, in accordance with Department of Defense (DoD) 5200.2-R, DoD Personnel Security Programs, the Defense Logistics Agency Regulation (DLAR) 5200.11, and the DLA Personnel Security Program, all DoD Consultants and Vendor resources who will have access to sensitive Automated Information Systems (AISs), must be assigned to positions which are designated at one of three sensitivity levels, IT-I, IT-II, or IT-III. These designations equate to Critical Sensitive, Non-Critical Sensitive, and Non-sensitive, all of which require performance of a National Agency Check (NAC). Please note: For the contract and any other Option Periods (if exercised), the Government will not process any security clearances for any foreign nationals. Additionally, the Government will not process any sensitivity level IT-I waivers for any CTA resources. The Vendor shall describe the CTA's ability to provide resources for the effort that meet these requirements and the Government will evaluate the Vendor's ability to comply with this requirement. At the option of the Government, previously completed background investigations may be accepted in lieu of new investigations if determined to be essentially equivalent in scope to the required NAC. The length of time elapsed since the previous investigation will also be considered in determining whether a new investigation is warranted. In order to assist the Government in making this determination, the Vendor must provide a copy of DLAH Form 1728 for each Vendor resources assigned to support the effort to COR and/or COTR immediately upon receipt of the contract. The following information must be provided on the DLAH 1728 for each Vendor resource that will perform work for the End User Support Services (Tier 1 and 2) effort and/or will require access to Government computer systems regardless of the Vendor's previous security investigations: •1) Full name, with middle initial •2) Social Security Number •3) Citizenship status •4) Date of Birth •5) Place of Birth •6) Company name and address •7) Company phone and fax numbers •8) Company email address •9) Location of on-site workstation or phone number if off-site (if known prior to award) •10) Delivery order or contract number and expiration date •11) Name of Contracting Officer/Sponsoring Officer The Government will notify the Vendor as soon as a determination is made regarding acceptance of the previous investigation. If a new investigation is deemed necessary, the Vendor will be notified by the COR and/or COTR. It is the Vendor's responsibility to ensure that adequate information is provided and that each CTA resource completes the appropriate paperwork in order to begin the investigation process. The Vendor shall submit each request for investigation to the Security Office designated by the COR and/or COTR for the proposed effort. Security Office documentation will include: •a) Electronic Personnel Security Questionnaire (EPSQ) (SF 85-P, Questionnaire for Public Trust Positions). This form, as well as instructions for completion, will be sent to the Vendor resources FSO for employees that do not have an acceptable NAC. •b) Fingerprint Card (DD Form 258). The Security Office will advise of acceptable fingerprinting offices upon request. •c) Proof of Citizenship. Birth certificate or passport are acceptable, and must be the original or a certified copy. •d) Required documentation, as set forth above, must be provided to the Security Office within seven days of request. Upon completion of the NAC, results will be forwarded to DLA Information Operations at Columbus Command Security, Personnel Security Division for review and determination regarding the applicant's suitability to occupy the specified position in performance of the End user Support Services (Help Desk Support) effort. Vendor resources shall not commence work on the proposed effort until the NAC has been favorably adjudicated and notification is received from the COR and/or COTR. All CTA resources who are granted access to Government computer systems shall observe all local AIS security policies and procedures as provided by the DLA Information Operations at Columbus Information Systems Security Officer. Violations of local AIS security policy, such as password/CAC Personal Identification Number (PIN) sharing, performing personal work, file access violations, or browsing files outside the scope of the contract and any related Option Period (if exercised), will result in removal of the employee from Government property and referral to the Vendor for appropriate disciplinary action. Actions taken by the Vendor in response to a violation will be evaluated and will be reflected in the CTA's performance assessment for use in making future source selection decisions. In addition, based on the nature and extent of any violations of AIS security policy, the Government may pursue any other actions under the contract or any related Option Period (if exercised) such as termination. When a Vendor resource is removed, the Vendor PM shall provide an appropriately trained substitute who has met the NAC requirements of this clause. The substitute may not begin work on the End User Support Services (Help Desk Support) effort without written documentation, signed by the DLA CSO-P CO, stating that the new Vendor resource has met one of the criteria set forth in paragraphs (b), (c), or (e) of this clause, i.e., acceptance of a previously completed security investigation, satisfactory completion of a new investigation, or a waiver allowing commencement of work pending completion of an investigation. Individuals removed from this contract as a result of a violation of local AIS security policy are removed for the duration of the contract and any related Option Period (if exercised). The Vendor PM shall notify the DLA CSO-P CO in writing, within 12 hours, when a Vendor resource working on the End User Support Services (Tier 1 or Tier 2) effort resigns, is reassigned, terminated or no longer requires admittance to the Government site or access to computer systems. These Vendor security requirements do not excuse the CTA from meeting the delivery schedule set forth in the contract or any related Option Period (if exercised), or waive the delivery schedule in any way. The Vendor shall meet the required delivery schedule unless the DLA CSO-P CO grants a specific waiver or extension in writing. 6.6 ACCESS REQUESTS AND TRAINING The Vendor PM shall submit a DD Form 2875, System Authorization Access Request (SAAR), to the COR and/or COTR for each employee requiring access to a Government computer system and/or LAN.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-PB/SP4701-13-R-0020/listing.html)
 
Place of Performance
Address: DLA Columbus, 3990 East Broad Street, Columbus, Ohio, 43236, United States
Zip Code: 43236
 
Record
SN03100439-W 20130628/130626235337-43c35e7914a1e5c95be3c0677fe3fef1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.