+ All Categories
Home > Business > ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

Date post: 19-May-2015
Category:
Upload: mike97
View: 1,722 times
Download: 1 times
Share this document with a friend
Popular Tags:
90
CODE (H our) PA GE(S) until 03:30 PM localtime 17 Feb 2009 X A X B X C X D E X X G F 31 -41 42 -61 X H 62 -67 [email protected] RA TIN G PAGE OF PAGES 7. ISSU ED BY (Date) IM PO RT A N T -A ward willbe m ade on thisForm ,oron Standard Form 26,orby otherauthorized officialwritten notice. PreviousEdition isUnusable 33-134 STA N D A RD FO RM 33 (REV . 9-97) Prescribed by G SA FA R (48 CFR)53.214(c) DX-A 2 1 67 (If otherthan Item 7) 15A .N A M E 16.N A M E AND TITLE OF PERSON AUTHORIZED TO AND A D D RESS SIGN O FFER (T ype orprint) OF OFFEROR AM ENDM ENT NO. DATE 15B.TELEPHONE NO (Includeareacode) 17.SIGN A T U RE 15C. CH ECK IF REM ITTA N CE A DDRESS IS D IFFEREN T FRO M A BO VE -EN TER SU CH A D D RESS IN SCHEDULE. 18.O FFER D A T E 1. TH IS CO N TRA CT IS A RA TED ORDER U N D ER D PA S (15 CFR 700) 2. CO N TRA CT N O. W 9113M 8. A D D RESS O FFER TO S ee Item 7 9.Sealed offersin originaland copiesforfurnishing the suppliesorservicesin the Schedule willbe received atthe place specified in Item 8,orif handcarried,in the depository located in CA U T IO N -LA T E Subm issions,M odifications,and W ithdrawals: See Section L,Provision N o.52.214-7 or52.215-1. A lloffersare subjectto allterm sand Room 1028 Bldg 5220 conditionscontained in thissolicitation. 10. FO R IN FO RM ATION CALL: A . N AME (NO COLLECT CALLS) ELIZABETH BOOKER 256-955-5706 11.TABLE OF CONTENTS SO LICIT A T IO N /CO N T RA CT FO RM SU PPLIES O R SERVICES A N D PRICES/CO ST S 1 2 -7 X I CONTRACT CLAUSES D ESCRIPT IO N /SPECS./W ORK STATEM ENT X PACKAGING AND M ARKING 8 9 J LIST O F A T T A CH M ENTS INSPECTION AND ACCEPTANCE DELIVERIES OR PERFORM ANCE 10 11 -12 X K REPRESEN T A T IO N S,CERT IFICA T IO N S A N D OTHER STATEM EN T S O F O FFERO RS CONTRACT ADM IN IST RA TIO N D A T A 13 -14 X SPECIAL CONTRACT REQUIREM ENTS O FFER (M ustbe fullycom pletedby offeror) 15 -24 X M L IN ST RS.,CO N D S.,A N D N O T ICES T O O FFERO RS EVA LU A T IO N FA CT O RS FO R A W ARD NOTE: Item 12 doesnotapply ifthe solicitation includesthe provisionsat52.214-16,M inim um Bid A cceptance Period. isinserted by the offeror)from the date forreceiptofoffersspecified above,to furnish any orallitem supon which pricesare offered atthe price setopposite each item ,delivered atthe designated point(s),within the tim e specified in the schedule. 13.D ISCO U N T FO R PRO M PT PAYM ENT (See Section I,Clause N o.52.232-8) 14.A CK N O W LEDGM ENT OF AM ENDM ENTS (T he offeroracknowledgesreceiptofam endm ents AM ENDM ENT NO. DATE to the SO LICIT A T IO N forofferorsand related docum entsnum bered and dated): FA CILIT Y 12.In com pliance with the above,the undersigned agrees,ifthisofferisaccepted within calendardays(60 calendardaysunlessa differentperiod SO LIC ITA TIO N , O FFER AN D AW ARD X (X) SEC. D ESCRIPT IO N (X) SEC. D ESCRIPT IO N PA GE(S) PART I-TH E SC H ED U LE 26. NAME OF CONTRACTING OFFICER (Type or print) 27. U N ITED STA TES O F A M ERICA 28. A W A RD D A TE EMAIL: TEL: (Signature of Contracting O fficer) CODE CODE B. TELEPH O N E (Includearea code) C .E -M AIL AD DRESS AW ARD (To be com pletedby Governm ent) 19. A CCEPTED A S TO ITEM S N U M BERED 20. A M O U N T 21. A CCO U N TIN G A N D A PPRO PRIA TIO N 22. A U TH O RITY FO R U SIN G O TH ER TH A N FU LL A N D O PEN CO M PETITION : 10 U .S.C. 2304(c)( ) 41 U .S.C. 253(c)( ) (4 copiesunlessotherw isespecified) 23.SU BM IT IN VO ICES T O A D D RESS SH O W N IN IT EM 24. A D M IN ISTERED BY (If otherthan Item 7) CODE 25. PA Y M EN T W ILL BE M A D E BY CODE PA R T IV -R EPR ESEN TA TIO N S A N D IN STR U C TIO NS PA R T III-LIST O F D O C UM EN TS,EXH IB ITS A N D O TH ER A TTA C H M EN TS 25 -29 PA R T II-C O N TR A C T C LAUSES U S AR M Y SPAC E & M ISSILE D EFEN SE C O M M AN D SMDC-RDC PO BO X 1500 H U N TSVILLE AL 35807-3801 256-955-3410 256-955-4240 FAX: TEL: FAX: TEL: NOTE: In sealed bid solicitations"offer"and "offeror"m ean "bid"and "bidder". SO LICITATIO N 30 6. REQ U ISITIO N /PU RCH A SE N O. 5. D A TE ISSU ED 17 Dec 2008 4. TY PE O F SO LICITA TIO N SEA LED BID (IFB ) N EG O TIA TED (RFP) [ ] [X ] 3. SO LICITA TIO N NO. W9113M-08-R-0006
Transcript
Page 1: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

CODE

(Hour)

PAGE(S)

until 03:30 PM local t ime 17 Feb 2009

X

AX BX CX D

EXX

GF 31 - 41

42 - 61X H 62 - 67

[email protected] .mil

RATING PAGE OF PAGES

7. ISSUED BY

(Date)

IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97)

Prescribed by GSAFAR (48 CFR) 53.214(c)

DX-A2 1 67

(If other than Item 7)

15A. NAME 16. NAME AND TITLE OF PERSON AUTHORIZED TOANDADDRESS

SIGN OFFER (Type or print)

OFOFFEROR

AMENDMENT NO. DATE

15B. TELEPHONE NO (Include area code) 17. SIGNATURE15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTERSUCH ADDRESS IN SCHEDULE.

18. OFFER DATE

1. THIS CONTRACT IS A RATED ORDERUNDER DPAS (15 CFR 700)

2. CONTRACT NO.

W9113M 8. ADDRESS OFFER TO

See Item 7

9. Sealed offers in original and copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or ifhandcarried, in the depository located in

CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and

Room 1028 Bldg 5220

conditions contained in this solicitation.10. FOR INFORMATION CALL:

A. NAME (NO COLLECT CALLS)

ELIZABETH BOOKER 256-955-5706

11. TABLE OF CONTENTS

SOLICITATION/ CONTRACT FORMSUPPLIES OR SERVICES AND PRICES/ COSTS

12 - 7

X I CONTRACT CLAUSES

DESCRIPTION/ SPECS./ WORK STATEMENT XPACKAGING AND MARKING

89

J LIST OF ATTACHMENTS

INSPECTION AND ACCEPTANCEDELIVERIES OR PERFORMANCE

1011 - 12

X KREPRESENTATIONS, CERTIFICATIONS ANDOTHER STATEMENTS OF OFFERORS

CONTRACT ADMINISTRATION DATA 13 - 14 XSPECIAL CONTRACT REQUIREMENTS

OFFER (Must be fully completed by offeror)15 - 24 X M

L INSTRS., CONDS., AND NOTICES TO OFFERORSEVALUATION FACTORS FOR AWARD

NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.

is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.

13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8)

14. ACKNOWLEDGMENT OF AMENDMENTS(The offeror acknowledges receipt of amendments

AMENDMENT NO. DATE

to the SOLICITATION for offerors and related documents numbered and dated):

FACILITY

12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period

SOLICITATION, OFFER AND AWARD

X

(X) SEC. DESCRIPTION (X) SEC. DESCRIPTION PAGE(S)

PART I - THE SCHEDULE

26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE

EMAIL:TEL: (Signature of Contracting Officer)

CODE CODE

B. TELEPHONE (Include area code) C. E-MAIL ADDRESS

AWARD (To be completed by Government)19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:

10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) (4 copies unless otherwise specified)23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM

24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE

PART IV - REPRESENTATIO NS AND INSTRUCTIO NS

PART III - LIST O F DO CUMENTS, EXHIBITS AND O THER ATTACHMENTS25 - 29

PART II - CO NTRACT CLAUSES

US ARMY SPACE & MISSILE DEFENSE COMMANDSMDC-RDCPO BOX 1500HUNTSVILLE AL 35807-3801 256-955-3410

256-955-4240FAX:

TEL:

FAX:

TEL:

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

SOLICITATION

30

6. REQUISITION/PURCHASE NO.5. DATE ISSUED

17 Dec 2008

4. TYPE OF SOLICITATIONSEALED BID (IFB)

NEGOTIATED (RFP)

[ ]

[ X ]

3. SOLICITATION NO.

W9113M-08-R-0006

Page 2: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 2 of 67

Section B - Supplies or Services and Prices

CONTRACT TYPEThis is a Cost-Plus-Fixed-Fee Level of Effort type contract with various Cost Reimbursable Contract Line Item Numbers (CLINs) (including Travel, Vendor Maintenance, HPC Upgrades/Hardware/Software, and miscellaneous Other Direct Costs (ODC)). The contract includes a Base Ordering Period of 24 months from date of contract award and three 12-month Option periods for a maximum 60-month period of performance.

Page 3: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 3 of 67

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0001 DPPH

BASIC - Labor

CPFF

Statement of Work SMDC-07-08, titled Simulation Center, incorporated herein and attached as set forth in Part III, Section J, hereof.

FOB: Destination

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0002 DPPHOPTION Option I - Labor

CPFF

Statement of Work SMDC-07-08, titled Simulation Center, incorporated herein and attached as set forth in Part III, Section J, hereof.

FOB: Destination

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

Page 4: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 4 of 67

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0003 DPPHOPTION Option II - Labor

CPFF

Statement of Work SMDC-07-08, titled Simulation Center, incorporated herein and attached as set forth in Part III, Section J, hereof.

FOB: Destination

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0004 DPPHOPTION Option III - Labor

CPFF

Statement of Work SMDC-07-08, titled Simulation Center, incorporated herein and attached as set forth in Part III, Section J, hereof.

FOB: Destination

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0005 Lot

Contract Data Requirements Lists (CDRLs)

CPFF

Data to be delivered under this contract shall be that cited in the Contract Data Requirements List (CDRL), DD Form 1423, incorporated herein and attached in Section J. CLIN 0005 is applicable to all Basic and Option CLINs.

FOB: Destination

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

Page 5: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 5 of 67

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0006 DPPHOPTION Surge Option - Labor (CLINs 0001-0004)

CPFF

Additional DPPHs for Basic and Options I, II, and III in performance of Statement of Work SMDC-07-08, titled Simulation Center, incorporated herein and attached as set forth in Part III, Section J, hereof.

FOB: Destination

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0007OPTION Other Direct Costs

COST

Provide training, maintenance for Hardware/software (other than HPC Upgrades and Vendor Maintenance), replacement parts, printers, and any other miscellaneous direct costs. NO FEE IS ASSOCIATED WITH THIS CLIN.

FOB: Destination

ESTIMATED COST

Page 6: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 6 of 67

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0008OPTION HPC Hardware/Software Upgrades Only

COST

Provide High Performance Computer (HPC) Hardware/Software Upgrades only (to include equipment and material). NO FEE IS ASSOCIATED WITH THIS CLIN.

FOB: Destination

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0009OPTION Travel

COST

Travel must be completed wihin the cost reimbursable amounts allowed per the Federal Acquisition Regulation (Part 31) and its supplements, the Joint Travel Regulations (as applicable) and the DCAA approved Company-Implemented Policy and Procedures. NO FEE IS ASSOCIATED WITH THIS CLIN.

FOB: Destination

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0010OPTION Vendor Maintenance

COST

Provide Vendor Maintenance (to include equipment and material). NO FEE IS ASSOCIATED WITH THIS CLIN.

FOB: Destination

ESTIMATED COST

Page 7: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 7 of 67

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0011

Contractor Manpower Reporting

COST

Contractor Manpower Reporting requirement as provided in Section H Clause titled, "Accounting for Contract Services/Contractor Manpower Reporting."

FOB: Destination

ESTIMATED COST

CLAUSES INCORPORATED BY FULL TEXT

LEVEL OF EFFORT:

a. In the performance of the Base CLIN 0001, Option I CLIN 0002, Option II CLIN 0003, Option III, CLIN 0004, and Surge Option CLIN 0006 of this contract, the contractor shall provide direct productive person hours (DPPH) level of effort by labor category, as set forth in Section B above, within the time period as set forth in Section F hereof:

b. DPPHs are defined as prime contractor, consultant, and subcontractor actual direct labor hours exclusive of vacation, holiday, sick leave, and other absences.

c. In accordance with FAR 16.306(d)(2), entitlement to the total fixed fee is subject to the certification by the contractor to the Administrative Contracting Officer that he has exerted the DPPH level of effort by labor category as specified in performing the work called for, has provided the reports called for, and the effort performed and reports provided are considered satisfactory by the Government.

Page 8: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 8 of 67

Section C - Descriptions and Specifications

PERFORMANCE WORK STATEMENTThe contractor shall perform the work specified in the Performance Work Statement or other Attachments and Exhibits in Section J of this contract. The Contractor shall provide all necessary materials, labor, and equipment incidental to the performance of this requirement.

Page 9: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 9 of 67

Section D - Packaging and Marking

D-1 PACKAGING AND MARKING OF TECHNICAL DATA

Technical data items shall be preserved, packaged, packed, and marked in accordance with the best commercial practices to meet the packaging requirements of the carrier and insure safe delivery at destination. Classified reports, data and documentation shall be prepared for shipment in accordance with the National Security Program

Operation Manual (NISPOM), DoD 5220.22-M.

D-2 PACKAGING AND MARKING OF HARDWARE ITEMS (MAY 2005)

The contractor shall utilize best commercial practices for the preservation, packaging, marking and labeling of any hardware delivered under this contract to insure safe delivery at final destination. However, the contractor should also note the requirements of DFARS 252.211-7003, Item Identification and Valuation, if applicable.

Packaging and marking of hazardous materials shall comply with Title 49 of the Code of Federal Regulation and the International Maritime Dangerous Goods (IMDG) Code.

Page 10: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 10 of 67

Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 N/A N/A N/A Government 0002 N/A N/A N/A Government 0003 N/A N/A N/A Government 0004 N/A N/A N/A Government 0005 N/A N/A N/A Government 0006 N/A N/A N/A Government 0007 N/A N/A N/A Government 0008 N/A N/A N/A Government 0009 N/A N/A N/A Government 0010 N/A N/A N/A Government 0011 N/A N/A N/A Government

CLAUSES INCORPORATED BY REFERENCE

52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-16 Responsibility For Supplies APR 1984 252.246-7000 Material Inspection And Receiving Report MAR 2008

Page 11: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 11 of 67

Section F - Deliveries or Performance

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 N/A N/A N/A N/A 0002 N/A N/A N/A N/A 0003 N/A N/A N/A N/A 0004 N/A N/A N/A N/A 0005 N/A N/A N/A N/A 0006 N/A N/A N/A N/A 0007 N/A N/A N/A N/A 0008 N/A N/A N/A N/A 0009 N/A N/A N/A N/A 0010 N/A N/A N/A N/A 0011 N/A N/A N/A N/A

CLAUSES INCORPORATED BY REFERENCE

52.211-8 Time of Delivery JUN 1997 52.242-15 Stop-Work Order AUG 1989 52.242-17 Government Delay Of Work APR 1984 52.247-34 F.O.B. Destination NOV 1991 52.247-55 F.O.B. Point For Delivery Of Government-Furnished

Property JUN 2003

CLAUSES INCORPORATED BY FULL TEXT

The contractor shall provide all level of effort, material/equipment, data/software, and reports required by CLIN 0001 within twenty-four (24) months after the effective date of the contract.

The contractor shall provide all level of effort, material/equipment, data/software, and reports required by Option I, CLIN 0002 within twelve (12) months after the effective date of the option exercise.

Page 12: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 12 of 67

The contractor shall provide all level of effort, material/equipment, data/software, and reports required by Option II, CLIN 0003 within twelve (12) months after the effective date of the option exercise.

The contractor shall provide all level of effort, material/equipment, data/software, and reports required by Option III, CLIN 0004 within twelve (12) months after the effective date of the option exercise.

The period of performance for CLINs 0005, 0006, 0007, 00008, 0009, 0010, and 0011, shall be within sixty (60) months of the effective date of the contract.

Page 13: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 13 of 67

Section G - Contract Administration Data

CLAUSES INCORPORATED BY FULL TEXT

G-1 INVOICING AND VOUCHERING:

a. When authorized by the Defense Contract Audit Agency (DCAA) in accordance with DFARS 242.803(b)(i)(C), the contractor may submit interim vouchers directly to paying offices. Such authorization does not extend to the first and final vouchers. Submit first vouchers to the cognizant DCAA office. Final vouchers will be submitted to the ACO with a copy to DCAA.

b. Upon written notification to the contractor, DCAA may rescind the direct submission authority.

c. Should the contractor decline to submit interim vouchers directly to paying offices or if the contractor receives written notification that DCAA has rescinded the direct submission authority, public vouchers, together with any necessary supporting documentation, shall be submitted to the cognizant Defense Contract Audit Agency (DCAA) Office, prior to payment by the Finance and Accounting Office specified in Block 12, Page 1, Section A, of Standard Form 26.

d. The contractor shall identify on each public voucher: (1) the accounting classification reference number (ACRN) assigned to the accounting classification which pertains to the charges billed, e.g. "ACRN: AA;" (2) the contract line item number (CLIN) which pertains to the charges billed, and (3) the contract number. In addition, the Department of Defense requires that the Taxpayer Identification Number (TIN) be placed on all certified payment vouchers, including non-profit organizations, when submitting payment to the disbursing office. The only exception is foreign vendors, which will have the word “foreign” in the TIN field. Invoices will be returned to the vendor without payment if a TIN is not provided. Therefore also include in the address block, the Tax Identification Number, a point of contact, and the telephone number.

e. The contractor may include in provisional vouchers fixed fee based on the percentage of level of effort hours exerted to the total level of effort hours stipulated in Section B, subject to the withholding reserve of the contract clause titled "Fixed Fee."

f. A copy of each voucher, together with any necessary supporting documentation, shall also be submitted to the issuing office specified in Block 5, Page 1, Section A of Standard Form 26, concurrently with submission to the DCAA.

g. The Paying Office shall ensure that the voucher is disbursed for each ACRN as indicated on the voucher (or as specified herein).

G-2 CONTRACT ADMINISTRATION:

Administration of this contract will be performed by the cognizant office as shown in Block , Page 1, Standard Form 26. No changes, deviations, or waivers shall be effective without a modification of the contract executed by the Contracting Officer or his duly authorized representative authorizing such changes, deviations, or waivers.

Page 14: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 14 of 67

G-3 IDENTIFICATION OF CORRESPONDENCE: All correspondence and data submitted by the contractor under this contract shall reference the contract number.

G-4 CONTRACTING ACTIVITY REPRESENTATIVES:

Contractual Matters Technical MattersNAME: Elizabeth Booker Gloria FlowersORGANIZATION CODE: SMDC-RDC-AK SMDC-FWS-ITELEPHONE NUMBERS: COMMERCIAL: 256-955-5706

256-955-1696

DEFENSE SWITCHED NETWORK (DSN):

645-5706 645-1696

EMAIL: [email protected] [email protected]

G-5 IMPLEMENTATION OF AND EXPLANATION OF THE RELATIONSHIP OF THE LIMITATION OF FUNDS (LOF) CLAUSE TO FEE OBLIGATIONS:

The amount of funds estimated to be required for full performance, including fee(s); the amount of funds allotted pursuant to the Contract Clause hereof entitled, Limitations of Funds; the amount of funds currently obligated for fee; and the estimated period of performance covered by the funds allotted are set forth below. Amounts obligated for fee are separate from and are not to be commingled with the amounts allotted for costs and are not available to the contractor to cover costs in excess of those allotted to the contract for cost.

a. CLINs 0001 and 0005 (BASIC):

(1) Amount Required for Full Funding, Including Fee(s): $_______

(2) Amount Allotted Under the LOF Clause for Payment of Costs: $_______

(3) Amount Separately Obligated for Payment of Fee: $_______

(4) Total Amount Allotted and Obligated: $_______

(5) Net Amount Required for Full Funding: $_______

(6) Estimated Period of Performance the Allotted Amount Will Cover: _______

Page 15: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 15 of 67

Section H - Special Contract Requirements

H-1 CONTRACTOR’S ORGANIZATION AND RELATIONSHIP WITH OTHER CONTRACTORS:

a. The contractor’s organization shall be established with authority to effectively accomplish the management and development objectives of the Performance Work Statement (PWS). Individual organizational assignments shall be identified to facilitate the identification of a single point of contact for government managers in all major areas of the program. This organization shall become effective upon award of the contract and its integrity shall be maintained for the duration of the contract effort.

b. The success of the program requires that a good working relationship be established between the participants. To this end, the contractor shall maintain technical liaison with the other contractors or government agencies as may be designated by technical direction.

H-2 CONTROL OF USER PROPRIETARY DATA:

If requested by Simulation Center users, the contractor will enter into written agreements for the non-disclosure of their proprietary data. The contractor will enter into written non-disclosure agreements with any simulation Center users that require such as a condition of such use and shall protect proprietary information which is thereunder disclosed to the contractor.

H-3 PURCHASE OF EQUIPMENT:

From time to time during the performance of the contract, the contractor shall be required to acquire and deliver to the Government for its acceptance, items of hardware and software equipment for installation/integration into the Simulation Center. Documentation of delivery to and final acceptance by the government will be by Contracting Officer by a DD Form 250.

H-4 GOVERNMENT FURNISHED PROPERTY/EQUIPMENT

This Government Furnished Equipment inventory is specified in Attachment 2. This property shall continue to be provided on a no-charge-for-use basis effective upon the date of contract award.

H-5 OPTION TO EXTEND THE TERM OF THE CONTRACT: (CLINs 0002 through 0004)

a. The government may require performance of the options, which is identified in Section B as Options, at the amount set forth therein. The contracting officer may exercise the options by giving notice to the contractor in the form of a unilateral modification to the contract. The parties agree that the options shall be considered to have been exercised, for the purpose of this contract at the time the government deposits the unilateral modification in the mail. The period of performance shall be described in Section F, hereof.

b. The Option CLINs 0002 thru 0004, of this contract may be exercised, at unilateral option of the government by the contracting officer giving written notice of renewal to the contractor within the corresponding period of performance specified in this contract. The total duration of this contract, including the exercise of

Page 16: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 16 of 67

options, under this article shall not exceed five (5) years. If the government exercises any option, the contract renewed shall be deemed to include this option provision. Should the government exercise any option(s) hereunder, all contractual terms and conditions shall apply during the option period.

c. Option I, CLINs 0002, may be exercised at the end of the twenty-four (24) month basic.

d. Option II, CLINs 0003, may be exercised at the end of the twelve (12) month Option I effort.

e. Option III, CLINs 0004, may be exercised at the end of the twelve (12) month Option II effort.

f. The parties agree that the contracting officer shall not exercise Option II (CLIN 0003) and Option III (CLIN 0004) unless and until Option I (CLIN 0002) has been exercised.

g. The government will notify the contractor of its intent to exercise the options under the contract at least fifteen (15) days prior to the option exercise date. Such preliminary notice will not be deemed to commit the government to renewal and the contractor shall incur no costs chargeable to these options until the contracting officer has provided written notification that the options have been exercised.

H-6 OPTION FOR INCREASED LEVEL OF EFFORT (SURGE CLIN 0006):

a. The contract Level of Effort for CLINs 0001 and 0002, 0003, and 0004 (if exercised) may be increased, at the unilateral option of the government, by the contracting officer giving written notice to the contractor of the increase within the period of performance specified in this contract. The government may from time to time, exercise any portion(s) of the DPPH from the Surge Option CLIN 0006 into CLINs 0001, 0002, 0003, or 0004. All effort required shall be performed within the specified periods of performance at the established rates for CLIN 0001 Basic and Option efforts, if exercised and as determined.

b. The portion(s) of the Option exercised from CLIN 0006 DPPH amount will be decreased by the DPPH amount exercised and added to CLINs 0001, 0002, 0003, and 0004.

c. The government will notify the contractor of its intent to exercise the options under the contract at least fifteen (15) days prior to the option exercise date. Such preliminary notice will not be deemed to commit the government to renewal and the contractor shall incur no costs chargeable to these options until the contracting officer has provided written notification that the options have been exercised.

H-7 USE OF GOVERNMENT PROPERTY NOT IDENTIFIED BY THE SOLICITATION:

a. It is the policy of the Government that in performing Government contracts or subcontracts, Government property in the possession of contractors or subcontractors shall be used to the greatest possible extent, provided that a competitive advantage is not conferred on the contractor or its subcontractors. Therefore, all offerors proposing to use Government property in performance of this requirement shall submit with their offers the following information:

(1) A list or description of all Government property that the offeror or its subcontractors propose to use on a rent-free basis. The list shall include property offered for use in the solicitation, as well as property already in possession of the offeror and its subcontractors under other contracts.

Page 17: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 17 of 67

(2) Identification of the facilities contract or other instrument under which property already in possession of the offeror and its subcontractors is held, and the written permission for its use from the Contracting Officer having cognizance of the property.

(3) The dates during which the property will be available for use (including the first, last, and all intervening months) and, for any property that will be used concurrently in performing two (2) or more contracts, the amounts of the respective uses in sufficient detail to support proration of the rent.

(4) The amount of rent that would otherwise be charged, computed in accordance with the clause at FAR 52.245-9, Use and Charges.

b. In evaluating offers, the Contracting Officer will adjust the offers of those offerors proposing to use Government property by applying, for evaluation purposes only, a rental equivalent evaluation factor as computed in a. (4) above.

c. The above principles apply to all government furnished property, material and/or services, not already identified as such in the solicitation, that the offeror proposes to use on a rent-free or cost-free basis under this contract. This includes any property or services which the offeror proposes for the government to furnish for his use under this contract, as well as any government property which is already in the offeror’s possession and which the offeror proposes to use under this contract. The offeror shall clearly identify all such government furnished property/services and the estimated rental/usage value thereof in his proposal. This information shall be used for evaluation purposes in accordance with Section M of the RFP.

H-8 DIRECT SHARING OF PROPRIETARY INFORMATION AND DATA(TECHNICAL DATA AND COMPUTER SOFTWARE) WITH OTHER CONTRACTORS:

a. Successful conduct of the Simulation Center Program and programs supported by it may require that the contractor and its subcontractors share their proprietary information and data (to include both technical data and computer software) directly with other contractors who are supporting this contract or the underlying government programs. This clause applies to such direct contractor-to-contractor sharing situations.

b. Contractor agrees to enter into appropriate access/non-disclosure agreements with these contractors to protect proprietary information and data and to cooperate and establish a good working relationship.

c. The above-referenced agreements shall provide the terms for access to the proprietary information and data and the appropriate restrictions to protect them. Access to information and data in which the Government has rights shall be at least as great as if disclosed through the Government.

d. The contractor is responsible for properly marking any proprietary information/data to be directly shared with other contractors under the provisions of this clause.

e. Contractor shall cause its subcontractors to enter into similar agreements consistent with the above. An executed copy of all agreements shall be furnished to the Contracting Officer within thirty (30) calendar days of execution.

H-9 PROPERTY ACCOUNTABILITY OF EQUIPMENT

To facilitate orderly record keeping (property accountability) and responsibility for maintenance as well as other responsibilities described in the clause entitled, Government Property (Cost Reimbursement), Government Property specified in Attachment 2 of this contract, and Government Property accepted by the Government and then installed/integrated into the Simulation Center in accordance with Purchase of Equipment are provided as Government Furnished Property. Transfers of all property will be by DD Form 1149.

Page 18: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 18 of 67

H-10 ORGANIZATIONAL CONFLICT OF INTEREST AND PROTECTION OF PROPRIETARY INFORMATION AND DATA

a. The effort to be performed under this contract may require access to and use of proprietary information and data (which includes both technical data and computer software) of other companies and consequently creates a potential significant conflict of interest as set forth in Federal Acquisition Regulation (FAR) 9.505-4. It is the intention of the Government to preclude the unauthorized release and use of such information and data and to prevent creation of an unfair competitive advantage as a result of knowledge gained through access to it. Consequently, when access to proprietary information and data of other companies is required, the contractor shall (1) enter into appropriate written agreements with the other companies to protect their proprietary information and data from unauthorized use or disclosure for as long as it remains proprietary; (2) refrain from using such proprietary information and data for any purpose other than that for which it was furnished; and (3) hold the Government harmless for unauthorized disclosures by the contractor and its subcontractors when there is no involvement by the Government in the disclosure.

b. The following additional requirements apply when access to technical data or computer software, marked with restrictive legends, will be provided through the Government. (1) The agreements required by paragraph a. above shall contain the other companies’ express consent to the proposed disclosures by the Government and identify the data and the specific conditions under which the contractor will be authorized to use, modify, reproduce, release, perform, display, or disclose the data in accordance with the Government’s rights to do so. (2) The contractor (as recipient of the data from the Government) shall execute and submit to the Contracting Officer the Use and Non-Disclosure Agreement at DFARS 227-7103-7 prior to obtaining access, except for data containing Government Purpose Rights or SBIR Data Rights markings if DFARS clause 252.227-7025 is in this contract.

c. An executed copy of the agreements required by paragraph a. above shall be furnished to the Contracting Officer within thirty (30) calendar days of execution.

d. The contractor shall include this clause in all subcontracts which may require access to proprietary information and data of other companies.

H-11 USE AND DISCLOSURE OF TECHNICAL DATA WITH LIMITED RIGHTS MARKINGS AND COMPUTER SOFTWARE WITH RESTRICTED RIGHTS MARKINGS DELIVERED OR OTHERWISE PROVIDED UNDER THIS CONTRACT

a. Technical Data. Subject to the non-disclosure agreements discussed in paragraph c. below, the contractor agrees that the Government may release or disclose technical data with limited rights markings, delivered or otherwise provided to the Government under this contract, to: contractors or subcontractors performing service contracts in support of this or a related contract; or, to any other contractors mutually agreed upon.

b. Computer Software. Subject to the non-disclosure agreements discussed in paragraph c. below, the Government intends to permit contractors or subcontractors performing service contracts in support of this or a related contract or performing emergency repairs or overhaul of items procured under this or a related contract to use, as specified in DFARS clause 252.227-7014(a)(14)(v) and (vi) computer software with restricted rights markings, delivered or otherwise provided to the Government under this contract. Subject to the non-disclosure agreements discussed in paragraph c. below, the contractor agrees that the Government may release or disclose computer software with restricted rights markings, delivered or otherwise provided to the Government under this contract, to: contractors or subcontractors performing service contracts for other uses in support of this or a related contract; or, to any other contractors mutually agreed upon.

c. Non-Disclosure Agreements. The contractor agrees to enter into appropriate non-disclosure

Page 19: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 19 of 67

agreements with the support or other contractors mentioned in paragraphs a. and b. above. The agreements shall contain the contractor’s express consent to the proposed disclosures by the Government and identify the data/software and the specific conditions under which the support or other contractors will be authorized to use, modify, reproduce, release, perform, display, or disclose the data/software in accordance with the Government’s rights to do so. These agreements may be based or contingent upon the support or other contractors executing and submitting to the Contracting Officer the Use and Non-Disclosure Agreement at DFARS 227-7103-7 prior to obtaining access. An executed copy of the agreements shall be furnished to the Contracting Officer within thirty (30) calendar days of execution.

d. The Government reserves the right to challenge all markings and nothing herein shall be deemed to constitute acceptance of the contractor’s claims to rights in technical data or computer software.

H-13 COMMON ACCESS CARD (CAC):

All personnel employed by the contractor in support of the Simulation Center will be required to obtain a Common Access Card (CAC).

H-14 MINIMUM INSURANCE LIABILITY:

Pursuant to the requirements of the contract clause 52.228-7, “Insurance – Liability to Third Persons,” the contractor shall obtain and maintain at least the following kinds of insurance and minimum liability coverage during any period of contract performance:

a. Workman’s Compensation and Employers’ Liability Insurance: Compliance with applicable workmen’s compensation and occupational disease statutes is required. Employers’ liability coverage in the minimum amount of $100,000 is required.

b. General Liability Insurance: Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence, is required on the comprehensive form of policy; however, property damage liability insurance is not required.

c. Automobile Liability Insurance: This insurance is required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage is required.

H-15 Patents - Reporting of Subject Inventions:

a. The interim and final invention reports shall be submitted on DD Form 882, Report of Inventions and Subcontracts, see http://www.smdc.army.mil/Contracts/Announce.html. In accordance with DFARS 252.227-7038 and 252.227-7039, interim reports shall be furnished every twelve (12) months and final reports shall be furnished

Page 20: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 20 of 67

within three (3) months after completion of the contracted work. In accordance with FAR 27.305-2(e), when a contractor fails to disclose a subject invention the applicable withholding of payments provision may be invoked.

b. The contractor shall include the clause at DFARS 252.227-7039 in all subcontracts with small businesses and non profit organizations, regardless of tier, for experimental, developmental, or research work.

c. The prime contractor shall account for the interim and final invention reports submitted by the subcontractor(s). The prime contractor's invention reports shall contain a copy of each of the subcontractor’s invention reports.

H-16 YEAR 2000 COMPLIANCE:

The Contractor shall ensure products provided under this contract, to include hardware, software, firmware, and middleware, whether acting alone or combined as a system, are Year 2000 compliant as defined in FAR Part 39.

H-12 CONTRACT SECURITY CLASSIFICATION SPECIFICATION (DD 254)

All personnel employed by the contractor in the integration, operation, maintenance, and support of this effort shall have a minimum of a SECRET security clearance. While operating at a Government facility, the contractor shall develop, maintain, and enforce security procedures in accordance with AR 25-2, DoD Directive 8500.01E, and DoD Directive 5220.22-M, SMDC supplements, implementing policies, regulations, and revised guidance which may be published during the performance period of the contract.

The contractor shall control system and physical access of all areas of the Simulation Center. The Government will be responsible for direction, signature, and control of identification badges. The Government will provide destruction facilities for classified waste material.

CLAUSES INCORPORATED BY FULL TEXT

H-17 PUBLIC RELEASE OF INFORMATION:

a. In accordance with DFARS 252.204-7000, Disclosure of Information, The Contractor shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document), pertaining to any part of this contract or any program related to this contract, unless the Contractor has written approval or the information is otherwise in the public domain before the date of release.

b. Requests for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The Contractor shall submit its request to the Technical Monitor noted in the contract, Section H, at least 45 days before the proposed date for release. All material to be cleared shall be sent by certified mail/return receipt requested to:

U.S. Army Space and Missile Defense CommandATTN: SMDC-FWS-I/Gloria Flowers

Page 21: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 21 of 67

P. O. Box 1500Huntsville, AL 35807-3801

c. The Technical Monitor shall process the request in accordance with SMDC form 614-R.

d. If there is no response within 30 days, the Contractor shall resubmit the request to:

U.S. Army Space and Missile Defense CommandATTN: SMDC-PAP. O. Box 1500Huntsville, AL 35807-3801

e. The Contractor agrees to include a similar requirement in each subcontract under this contract. Subcontractors shall submit requests for authorization to release through the prime contractor.

H-18 DISTRIBUTION CONTROL OF TECHNICAL INFORMATION:

a. The following terms applicable to this clause are defined as follows:

(1) Technical Document. Any recorded information that conveys scientific and technical information or technical data.

(2) Scientific and Technical Information. Communicable knowledge or information resulting from or pertaining to conducting and managing a scientific or engineering research effort.

(3) Technical Data. Recorded information related to experimental, developmental, or engineering works that can be used to define an engineering or manufacturing process or to design, procure, produce, support, maintain, operate, repair, or overhaul material. The data may be graphic or pictorial delineations in media such as drawings or photographs, text in specifications or related performance or design type documents, or computer printouts. Examples of technical data include research and engineering data, engineering drawings, and associated lists, specifications, standards, process sheets, manuals, technical reports, catalog-item identifications, and related information and computer software documentation.

b. Except as may otherwise be set forth in the Contract Data Requirements List (CDRL), DD Form 1423, (i) the distribution of any technical document prepared under this contract, in any stage of development or completion, is prohibited without the approval of the Contracting Officer and (ii) all technical documents prepared under this contract shall initially be marked with the following distribution statement, warning, and destruction notice:

(1) DISTRIBUTION STATEMENT F - Further dissemination only as directed by SMDC-IO-P or higher DOD authority.

(2) WARNING - This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751 et seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C., app 2401 et seq. Violation of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DOD Directive 5230.25.

(3) DESTRUCTION NOTICE - For classified documents, follow the procedures in DOD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM), Chapter 5, Section 7, or DOD 5200.1-R, Information Security Program Regulation, Chapter IX. For unclassified, limited documents, destroy by any method that will prevent disclosure of contents or reconstruction of the document.

Page 22: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 22 of 67

c. As a part of the review of preliminary or working draft technical documents, the Government will determine if a distribution statement less restrictive than the statement specified above would provide adequate protection. If so, the Government's approval/comments will provide specific instructions on the distribution statement to be marked on the final technical documents before primary distribution.

H-19 TECHNICAL COGNIZANCE AND TECHNICAL DIRECTION:

a. The U.S. Army Space and Missile Defense Command is the cognizant Government technical organization for this contract and will provide technical direction as defined herein. Technical direction shall be exercised by the following technical monitor:

Name Office symbol Phone Number Gloria Flowers SMDC-FWS-I 256-955-1696

b. Technical direction, as defined in this clause is the process by which the progress of the contractor's technical efforts are reviewed and evaluated and guidance for the continuation of the effort is provided by the Government. It also includes technical discussions and, to the extent required and specified elsewhere in this contract, defining interfaces between contractors; approving test plans; approving preliminary and critical design reviews; participating in meetings; providing technical and management information; and responding to request for research and development planning data on all matters pertaining to this contract. The contractor agrees to accept technical direction only in the form and procedure set forth herein below.

c. Except for routine discussions having no impact on contractor performance, any and all technical direction described in paragraph b. above shall only be authorized and binding on the contractor when issued in writing and signed by a Government official designated in a. above. The Technical Direction shall not effect or result in a change within the meaning of the "CHANGES" clause, or any other change in the Scope of Work, price, schedule, or the level of effort required by the contract. Such changes must be executed by the Contracting Officer as a Modification-Change Order, or as a Modification-Supplemental Agreement, as appropriate. It is emphasized that such changes are outside the authority of the Government officials designated in a. above who are not authorized to issue any directions which authorize the contractor to exceed or perform less than the contract requirements. Notwithstanding any provision to the contrary in any Technical Directive, the estimated cost of this contract, and, if this contract is incrementally funded, the amount of funds allotted, shall not be increased or deemed to be increased by issuance thereof.

H-20 KEY PERSONNEL:

a. The key personnel listed in paragraph b. below are considered to be critical to the successful performance of this contract. Prior to replacing these key personnel, the contractor shall obtain written consent of the contracting officer. In order to obtain such consent, the contractor must provide advance notice of the proposed changes and must demonstrate that the qualifications of the proposed substitute personnel are generally equivalent to or better than the qualifications of the personnel being replaced.

b. Key Personnel List: NAME(s) POSITION

Program Manager

Page 23: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 23 of 67

System Admin/Analyst Lead

Network Admin/Analyst Lead

Security Lead

(This list shall be negotiated by the parties. Personnel identified as key individuals in the offeror's proposal shall be candidates for this list, however, it is not intended that all such proposed key individuals must be listed in this clause.)

H-21 ASSIGNMENT OF RIGHTS:

Per DFARS 252.227-7020, Rights in Special Works, all works first produced, created, or generated under the contract and required to be delivered must contain the following notice: “© (Year date of delivery) United States Government, as represented by the Secretary of the Army. All rights reserved.” In addition, the contractor hereby relinquishes any rights to use or disclose such works beyond what is required by the contract or specifically approved by the Government.

H-22 Commercial Computer Software Licenses .

Unless otherwise approved by the Contracting Officer, commercial computer software licenses shall designate the U.S. Government (represented by the Contracting Officer) as a contingent licensee, able to replace the Contractor as the primary licensee upon notifying the licensor. A copy of the negotiated license shall be furnished to the Contracting Officer. Per DFARS 227.7202, the terms of the licenses cannot be inconsistent with Federal procurement law and must satisfy user needs. This includes the contractor’s / subcontractor’s needs for the software to perform this contract and the Government’s needs for the software to accomplish the Government’s ultimate objectives. At a minimum, this shall include the rights to make an archive copy of the software, to relocate the computer on which the software resides, to re-host the software on a different computer, to permit access by support contractors, and to permit the Government to transfer the license to another contractor.

H-23 ACCOUNTING FOR CONTRACT SERVICES/CONTRACTOR MANPOWER REPORTING:

The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer’s Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors; (7) Total payments (including sub-contractors): (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated

Page 24: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 24 of 67

with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment of contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor’s systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site.”

Page 25: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 25 of 67

Section I - Contract Clauses

CLAUSES INCORPORATED BY REFERENCE

52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures JUL 1995 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal

or Improper Activity JAN 1997

52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997 52.203-12 Limitation On Payments To Influence Certain Federal

Transactions SEP 2007

52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-7 Central Contractor Registration JUL 2006 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.209-6 Protecting the Government's Interest When Subcontracting

With Contractors Debarred, Suspended, or Proposed for Debarment

SEP 2006

52.211-5 Material Requirements AUG 2000 52.211-15 Defense Priority And Allocation Requirements SEP 1990 52.215-1 Instructions to Offerors--Competitive Acquisition JAN 2004 52.215-2 Audit and Records--Negotiation JUN 1999 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.215-11 Price Reduction for Defective Cost or Pricing Data--

Modifications OCT 1997

52.215-13 Subcontractor Cost or Pricing Data--Modifications OCT 1997 52.215-14 Integrity of Unit Prices OCT 1997 52.215-15 Pension Adjustments and Asset Reversions OCT 2004 52.215-18 Reversion or Adjustment of Plans for Postretirement

Benefits (PRB) Other than Pensions JUL 2005

52.215-21 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data--Modifications

OCT 1997

52.216-7 Allowable Cost And Payment DEC 2002 52.216-11 Cost Contract--No Fee APR 1984 52.216-24 Limitation Of Government Liability APR 1984 52.217-5 Evaluation Of Options JUL 1990 52.219-8 Utilization of Small Business Concerns MAY 2004 52.219-14 Limitations On Subcontracting DEC 1996 52.219-18 Notification Of Competition Limited To Eligible 8 (A)

Concerns JUN 2003

52.219-28 Post-Award Small Business Program Rerepresentation JUN 2007 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-4 Contract Work Hours and Safety Standards Act - Overtime

Compensation JUL 2005

52.222-19 Child Labor -- Cooperation with Authorities and Remedies AUG 2007 52.222-20 Walsh-Healey Public Contracts Act DEC 1996 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-29 Notification Of Visa Denial JUN 2003

Page 26: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 26 of 67

52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans

SEP 2006

52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans,

Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006

52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees

DEC 2004

52.222-48 Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification

NOV 2007

52.222-50 Combating Trafficking in Persons AUG 2007 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.223-6 Drug-Free Workplace MAY 2001 52.223-11 Ozone-Depleting Substances MAY 2001 52.223-14 Toxic Chemical Release Reporting AUG 2003 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright

Infringement DEC 2007

52.227-9 Refund Of Royalties APR 1984 52.227-10 Filing Of Patent Applications--Classified Subject Matter DEC 2007 52.227-11 Patent Rights--Retention By The Contractor DEC 2007 52.227-13 Patent Rights--Ownership By The Government DEC 2007 52.227-14 Alt V Rights in Data--General (Dec 2007) - Alternate V DEC 2007 52.227-16 Additional Data Requirements JUN 1987 52.227-17 Rights In Data-Special Works DEC 2007 52.227-23 Rights to Proposal Data (Technical) JUN 1987 52.228-3 Worker's Compensation Insurance (Defense Base Act) APR 1984 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.228-7 Insurance--Liability To Third Persons MAR 1996 52.229-1 State and Local Taxes APR 1984 52.229-3 Federal, State And Local Taxes APR 2003 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-9 Limitation On Withholding Of Payments APR 1984 52.232-11 Extras APR 1984 52.232-17 Interest JUN 1996 52.232-18 Availability Of Funds APR 1984 52.232-22 Limitation Of Funds APR 1984 52.232-23 Alt I Assignment of Claims (Jan 1986) - Alternate I APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor

Registration OCT 2003

52.233-1 Alt I Disputes (Jul 2002) - Alternate I DEC 1991 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.236-3 Site Investigation and Conditions Affecting the Work APR 1984 52.236-12 Cleaning Up APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And

Vegetation APR 1984

52.239-1 Privacy or Security Safeguards AUG 1996 52.242-1 Notice of Intent to Disallow Costs APR 1984 52.242-3 Penalties for Unallowable Costs MAY 2001 52.242-4 Certification of Final Indirect Costs JAN 1997 52.242-13 Bankruptcy JUL 1995 52.243-1 Alt II Changes--Fixed-Price (Aug 1987) - Alternate II APR 1984

Page 27: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 27 of 67

52.243-2 Changes--Cost-Reimbursement AUG 1987 52.243-6 Change Order Accounting APR 1984 52.243-7 Notification Of Changes APR 1984 52.244-5 Competition In Subcontracting DEC 1996 52.244-6 Subcontracts for Commercial Items MAR 2007 52.245-2, Alt I (Dev)

Government Property (Fixed Price Contracts Alt I) (Deviation)

APR 1998

52.245-2, Alt II, (Dev)

Government Property (Fixed Price Contracts Alt II) (Deviation)

APR 1998

52.245-9 Use And Charges JUN 2007 52.245-17 (Dev) Special Tooling (Deviation) APR 1998 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-8 Inspection Of Research And Development Cost

Reimbursement MAY 2001

52.246-23 Limitation Of Liability FEB 1997 52.246-25 Limitation Of Liability--Services FEB 1997 52.247-1 Commercial Bill Of Lading Notations FEB 2006 52.247-68 Report of Shipment (REPSHIP) FEB 2006 52.248-1 Value Engineering FEB 2000 52.249-2 Termination For Convenience Of The Government (Fixed-

Price) MAY 2004

52.249-6 Termination (Cost Reimbursement) MAY 2004 52.249-8 Default (Fixed-Price Supply & Service) APR 1984 52.249-14 Excusable Delays APR 1984 52.251-1 Government Supply Sources APR 1984 52.252-6 Authorized Deviations In Clauses APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7001 Prohibition On Persons Convicted of Fraud or Other

Defense-Contract-Related Felonies DEC 2004

252.203-7002 Display Of DOD Hotline Poster DEC 1991 252.204-7000 Disclosure Of Information DEC 1991 252.204-7001 Commercial And Government Entity (CAGE) Code

Reporting AUG 1999

252.204-7002 Payment For Subline Items Not Separately Priced DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.204-7005 Oral Attestation of Security Responsibilities NOV 2001 252.204-7006 Billing Instructions OCT 2005 252.204-7007 Alt A Annual Representations and Certifications Alternate A JAN 2008 252.205-7000 Provision Of Information To Cooperative Agreement

Holders DEC 1991

252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country

DEC 2006

252.211-7003 Item Identification and Valuation AUG 2008 252.215-7000 Pricing Adjustments DEC 1991 252.215-7004 Excessive Pass-Through Charges MAY 2008 252.223-7004 Drug Free Work Force SEP 1988 252.223-7006 Prohibition On Storage And Disposal Of Toxic And

Hazardous Materials APR 1993

252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003

Page 28: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 28 of 67

252.225-7004 Report of Contract Performance Outside the United States and Canada--Submission after Award

MAY 2007

252.225-7006 Quarterly Reporting of Actual Contract Performance Outside the United States

MAY 2007

252.225-7011 Restriction on Acquisition of Supercomputers JUN 2005 252.225-7012 Preference For Certain Domestic Commodities JAN 2007 252.225-7033 Waiver of United Kingdom Levies APR 2003 252.225-7042 Authorization to Perform APR 2003 252.225-7043 Antiterrorism/Force Protection Policy for Defense

Contractors Outside the United States MAR 2006

252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

SEP 2004

252.227-7013 Rights in Technical Data--Noncommercial Items NOV 1995 252.227-7014 Rights in Noncommercial Computer Software and

Noncommercial Computer Software Documentation JUN 1995

252.227-7015 Technical Data--Commercial Items NOV 1995 252.227-7016 Rights in Bid or Proposal Information JUN 1995 252.227-7017 Identification and Assertion of Use, Release, or Disclosure

Restrictions JUN 1995

252.227-7019 Validation of Asserted Restrictions--Computer Software JUN 1995 252.227-7025 Limitations on the Use or Disclosure of Government-

Furnished Information Marked with Restrictive Legends JUN 1995

252.227-7026 Deferred Delivery Of Technical Data Or Computer Software APR 1988 252.227-7027 Deferred Ordering Of Technical Data Or Computer Software APR 1988 252.227-7030 Technical Data--Withholding Of Payment MAR 2000 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 1999 252.231-7000 Supplemental Cost Principles DEC 1991 252.232-7010 Levies on Contract Payments DEC 2006 252.235-7010 Acknowledgment of Support and Disclaimer MAY 1995 252.235-7011 Final Scientific or Technical Report NOV 2004 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.244-7000 Subcontracts for Commercial Items and Commercial

Components (DoD Contracts) JAN 2007

252.246-7000 Material Inspection And Receiving Report MAR 2008 252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 252.249-7002 Notification of Anticipated Program Termination or

Reduction DEC 2006

252.251-7000 Ordering From Government Supply Sources NOV 2004

CLAUSES INCORPORATED BY FULL TEXT

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address:

www.arnet.gov

Page 29: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 29 of 67

(End of clause)

Page 30: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 30 of 67

Section J - List of Documents, Exhibits and Other Attachments

CLAUSES INCORPORATED BY FULL TEXT

PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS

Table of Contents - Attachments/Exhibits

Attachments/Exhibits

Title #of pages

Attachment 1 Performance Work Statement 11Attachment 2 Government Furnished Property Inventory List 16Attachment 3 Simulation Center Labor Category Descriptions 6Attachment 4 Past Performance Letter/Questionnaire 10Attachment 5 Layout of Simulation Center 1Attachment 6 DD Form 1423 - Contract Data Requirements List (CDRL) 10Attachment 7 DD 254 - Contract Security Classification Specification 9

Exhibit B-2 Breakout of Proposed Direct Productive Person Hours 7Exhibit B-3 Base Labor Rate Summary 1Exhibit B-4 Prime/Subcontractor Rates and Factors Summary 1Exhibit B-5 Prime/Subcontractor Government-Site Loaded Labor Rate Information -

Contract Year 1

Exhibit B-6 Report of Subcontractor Labor Rate Information by the Prime Contractor 1Exhibit B-7 Composite Fully Burdened Labor Rate Summary 1Exhibit B-8 Roll-Up of Hours and Labor Rates 1Exhibit B-9 Computation of Elements of Overall Costs 1

Page 31: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 31 of 67

Section K - Representations, Certifications and Other Statements of Offerors

CLAUSES INCORPORATED BY FULL TEXT

Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Apr 1991)

(a) The definitions and prohibitions contained in the clause, at FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions, included in this solicitation, are hereby incorporated by reference in paragraph (b) of this certification.

(b) The offeror, by signing its offer, hereby certifies to the best of his or her knowledge and belief that on or after December 23, 1989 --

(1) 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 awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan, or cooperative agreement;

(2) If any funds other than Federal appropriated funds (including profit or fee received under a covered Federal transaction) 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 this solicitation, the offeror shall complete and submit, with its offer, OMB standard form LLL, Disclosure of Lobbying Activities, to the Contracting Officer; and

(3) He or she will include the language of this certification in all subcontract awards at any tier and require that all recipients of subcontract awards in excess of $100,000 shall certify and disclose accordingly.

(c) Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by section 1352, title 31, United States Code. Any person who makes an expenditure prohibited under this provision or who fails to file or amend the disclosure form to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure.

NOTE: Per Class Deviavtion 90-0OOO1, 8 May 1990, the certificatoin required by offerors applies only to the procurement for which the certification is being obtained, not to “any” contract.

52.204-3 TAXPAYER IDENTIFICATION (OCT 1998)

(a) Definitions.

Common parent, as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member.

Taxpayer Identification Number (TIN), as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number.

(b) All offerors must submit the information required in paragraphs (d) through (f) 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,

Page 32: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 32 of 67

6041A, and 6050M, and implementing regulations issued by the IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract.

(c) 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.

(d) 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.

(e) 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--------------------------------------------------------

(f) Common parent.

___ Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision.

___ Name and TIN of common parent:

Name-------------------------------------------------------------------

TIN--------------------------------------------------------------------

(End of provision)

Page 33: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 33 of 67

52.204-5 WOMEN-OWNED BUSINESS (OTHER THAN SMALL BUSINESS) (MAY 1999)

(a) Definition. Women-owned business concern, as used in this provision, means a concern 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 its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women.

(b) Representation. [Complete only if the offeror is a women-owned business concern and has not represented itself as a small business concern in paragraph (b)(1) of FAR 52.219-1, Small Business Program Representations, of this solicitation.] The offeror represents that it ( ) is a women-owned business concern.

(End of provision)

52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (MAY 2008)

(a)(1) The Offeror certifies, to the best of its knowledge and belief, that-

(i) The Offeror and/or any of its Principals-

(A) Are ( ) are not ( ) presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;

(B) 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 public (Federal, state, or local) 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

(C) Are ( ) are not ( ) presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision.; and

(D) Have [ballot], have not [ballot], 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.

(1) Federal taxes are considered delinquent if both of the following criteria apply:

(i) 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.

(ii) 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.

(2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 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 appeal rights.

Page 34: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 34 of 67

(ii) 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. Sec. 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.

(iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 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.

(iv) 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).

(ii) The Offeror has ( ) has not ( ), within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency.

(2) "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions).

This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.

(b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible.

(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.

(End of provision)

52.215-6 PLACE OF PERFORMANCE (OCT 1997)

(a) The offeror or respondent, in the performance of any contract resulting from this solicitation, ( ) intends, ( ) does not intend (check applicable block) to use one or more plants or facilities located at a different address from the address of the offeror or respondent as indicated in this proposal or response to request for information.

Page 35: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 35 of 67

(b) If the offeror or respondent checks “intends” in paragraph (a) of this provision, it shall insert in the following spaces the required information:

Place of Performance(Street Address, City, State, County, Zip Code)

Name and Address of Owner and Operator of the Plant or Facility if Other Than Offeror or Respondent

(End of provision)

52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is       (insert NAICS code).

(2) The small business size standard is       (insert size standard).

(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.

(b) Representations. (1) The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern.

(2) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(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.

(3) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a women-owned small business concern.

(4) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern.

(5) (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern.

(6) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(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 change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and

(ii) It ( ) is, ( ) is not a joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. (The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.) Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation.

Page 36: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 36 of 67

(c) Definitions. As used in this provision--

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 the size standard in paragraph (a) of this provision.

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 small business concern," means a small business concern --

(1) That is at least 51 percent owned by one or more women; 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.

(d) Notice.

(1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished.

(2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small, HUBZone small, small disadvantaged, or women-owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall--

(i) Be punished by imposition of fine, imprisonment, or both;

(ii) Be subject to administrative remedies, including suspension and debarment; and

(iii) Be ineligible for participation in programs conducted under the authority of the Act.

(End of provision)

Page 37: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 37 of 67

52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999)

The offeror represents that --

(a) ( ) It has, ( ) has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation;

(b) ( ) It has, ( ) has not, filed all required compliance reports; and

(c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.

(End of provision)

52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984)

The offeror represents that

(a) [ ] it has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2), or

(b) [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.

(End of provision)

52.223-13 CERTIFICATION OF TOXIC CHEMICAL RELEASE REPORTING (AUG 2003)

(a) Executive Order 13148, of April 21, 2000, Greening the Government through Leadership in Environmental Management, requires submission of this certification as a prerequisite for contract award.

(b) By signing this offer, the offeror certifies that--

(1) As the owner or operator of facilities that will be used in the performance of this contract that are subject to the filing and reporting requirements described in section 313 of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11023) and section 6607 of the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13106), the offeror will file and continue to file for such facilities for the life of the contract the Toxic Chemical Release Inventory Form (Form R) as described in sections 313(a) and (g) of EPCRA and section 6607 of PPA; or

(2) None of its owned or operated facilities to be used in the performance of this contract is subject to the Form R filing and reporting requirements because each such facility is exempt for at least one of the following reasons: (Check each block that is applicable.)

( ) (i) The facility does not manufacture, process, or otherwise use any toxic chemicals listed in 40 CFR 372.65;

( ) (ii) The facility does not have 10 or more full-time employees as specified in section 313.(b)(1)(A) of EPCRA 42 U.S.C. 11023(b)(1)(A);

Page 38: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 38 of 67

( ) (iii) The facility does not meet the reporting thresholds of toxic chemicals established under section 313(f) of EPCRA, 42 U.S.C. 11023(f) (including the alternate thresholds at 40 CFR 372.27, provided an appropriate certification form has been filed with EPA);

( ) (iv) The facility does not fall within the following Standard Industrial Classification (SIC) codes or their corresponding North American Industry Classification System sectors:

(A) Major group code 10 (except 1011, 1081, and 1094.

(B) Major group code 12 (except 1241).

(C) Major group codes 20 through 39.

(D) Industry code 4911, 4931, or 4939 (limited to facilities that combust coal and/or oil for the purpose of generating power for distribution in commerce).

(E) Industry code 4953 (limited to facilities regulated under the Resource Conservation and Recovery Act, Subtitle C (42 U.S.C. 6921, et seq.), 5169, 5171, or 7389 (limited to facilities primarily engaged in solvent recovery services on a contract or fee basis); or

( ) (v) The facility is not located within the United States or its outlying areas.

(End of clause)

52.226-2 HISTORICALLY BLACK COLLEGE OR UNIVERSITY AND MINORITY INSTITUTION REPRESENTATION (MAY 2001)

(a) Definitions. As used in this provision--

Historically black college or university means an institution determined by the Secretary of Education to meet the requirements of 34 CFR 608.2. For the Department of Defense, the National Aeronautics and Space Administration, and the Coast Guard, the term also includes any nonprofit research institution that was an integral part of such a college or university before November 14, 1986.

Minority institution means an institution of higher education meeting the requirements of Section 1046(3) of the Higher Education Act of 1965 (20 U.S.C. 1067k, including a Hispanic-serving institution of higher education, as defined in Section 316(b)(1) of the Act (20 U.S.C. 1101a)).

(b) Representation. The offeror represents that it--

( ) is ( ) is not a historically black college or university;

( ) is ( ) is not a minority institution.

(End of provision)

52.227-7 PATENTS--NOTICE OF GOVERNMENT LICENSEE (APR 1984)

The Government is obligated to pay a royalty applicable to the proposed acquisition because of a license agreement between the Government and the patent owner. The patent number is .  [Contracting Officer fill in],     ., and the royalty rate is  [Contracting Officer fill in],     . If the offeror is the owner of, or a licensee under,

Page 39: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 39 of 67

the patent, indicate below:

_ Owner

_ Licensee

If an offeror does not indicate that it is the owner or a licensee of the patent, its offer will be evaluated by adding thereto an amount equal to the royalty.

(End of provision)

52.227-15 REPRESENTATION OF LIMITED RIGHTS DATA AND RESTRICTED COMPUTER SOFTWARE (DEC 2007)

(a) This solicitation sets forth the Government's known delivery requirements for data (as defined in the clause at 52.227-14, Rights in Data--General). Any resulting contract may also provide the Government the option to order additional data under the Additional Data Requirements clause at 52.227-16, if included in the contract. Any data delivered under the resulting contract will be subject to the Rights in Data--General clause at 52.227-14 included in this contract. Under the latter clause, a Contractor may withhold from delivery data that qualify as limited rights data or restricted computer software, and deliver form, fit, and function data instead. The latter clause also may be used with its Alternates II and/or III to obtain delivery of limited rights data or restricted computer software, marked with limited rights or restricted rights notices, as appropriate. In addition, use of Alternate V with this latter clause provides the Government the right to inspect such data at the Contractor's facility.

(b) By completing the remainder of this paragraph, the offeror represents that it has reviewed the requirements for the delivery of technical data or computer software and states [offeror check appropriate block]--

( ) None of the data proposed for fulfilling the data delivery requirements qualifies as limited rights data or restricted computer software; or

( ) Data proposed for fulfilling the data delivery requirements qualify as limited rights data or restricted computer software and are identified as follows:

------------------------------------------------------------------------------------------------

(c) Any identification of limited rights data or restricted computer software in the offeror's response is not determinative of the status of the data should a contract be awarded to the offeror.

(End of provision)

252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (OCT 2006)

(a) "Definitions."

As used in this provision --

(a) "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.

Page 40: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 40 of 67

(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 such acts of international terrorism. As of the date of this provision, terrorist countries subject to this provision include: Cuba, Iran, North Korea, 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 indebtness 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 disclosure 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) A description of the significant interest held by each government.

(End of provision)

252.227-7028 TECHNICAL DATA OR COMPUTER SOFTWARE PREVIOUSLY DELIVERED TO THE GOVERNMENT (JUN 1995)

The Offeror shall attach to its offer an identification of all documents or other media incorporating technical data or computer software it intends to deliver under this contract with other than unlimited rights that are identical or substantially similar to documents or other media that the Offeror has produced for, delivered to, or is obligated to deliver to the Government under any contract or subcontract. The attachment shall identify--

(a) The contract number under which the data or software were produced;

(b) The contract number under which, and the name and address of the organization to whom, the data or software were most recently delivered or will be delivered; and

Page 41: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 41 of 67

(c) Any limitations on the Government's rights to use or disclose the data or software, including, when applicable, identification of the earliest date the limitations expire.

(End of clause)

Page 42: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 42 of 67

Section L - Instructions, Conditions and Notices to Bidders

CLAUSES INCORPORATED BY REFERENCE

52.204-6 Data Universal Numbering System (DUNS) Number APR 2008 52.211-14 Notice Of Priority Rating For National Defense, Emergency

Preparedness, and Energy Program Use APR 2008

52.215-1 Alt I Instructions to Offerors--Competitive Acquisition (Jan 2004) - Alternate I

OCT 1997

52.215-16 Facilities Capital Cost of Money JUN 2003 52.215-20 Alt II Requirements for Cost or Pricing Data or Information Other

Than Cost or Pricing Data (Oct 1997) - Alternate II OCT 1997

52.215-20 Alt IV Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) - Alternate IV

OCT 1997

52.222-24 Preaward On-Site Equal Opportunity Compliance Evaluation FEB 1999 52.237-10 Identification of Uncompensated Overtime OCT 1997 52.252-3 Alterations in Solicitation APR 1984 52.252-5 Authorized Deviations In Provisions APR 1984 252.227-7017 Identification and Assertion of Use, Release, or Disclosure

Restrictions JUN 1995

CLAUSES INCORPORATED BY FULL TEXT

52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a Cost-Plus-Fixed-Fee contract resulting from this solicitation.

(End of provision)

52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from  ______________________. (Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.)     

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of provision)

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

Page 43: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 43 of 67

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 these addresses:

http://www.arnet.gov or http://farsite.hill.af.mil (End of provision

NOTICE REGARDING ORGANIZATIONAL CONFLICT OF INTEREST (OCI) AGREEMENT(S)(FAR 9.5):

a. Responsibility lies with prime contract offerors to ensure that both they and their subcontractors are not restricted from participating in this proposed acquisition due to either of the following reasons:

(1) An OCI clause in any U.S. Army Space and Missile Defense Command (USASMDC) contract,

(2) Work performed under any Government contract that would result in a potential conflict as set forth in FAR 9.5.

b. Any offeror who has signed or any of whose proposed subcontractors have signed a contract with an OCI agreement as either a prime contractor or subcontractor under any USASMDC contract shall submit a written request to the Request for Proposal (RFP) issuing office to obtain approval to participate in this acquisition (if such OCI agreement requires submittal of a written request and if the technology area is the same as or is closely related to the subject of this RFP). The request from offerors with an OCI restriction under a USASMDC prime contract or under a subcontractor to a USASMDC prime contract shall provide (i) a copy of the prime contract or subcontract OCI clause and (ii) a copy of each Scope of Work (SOW) or task assignment of the effort the offeror is performing or has performed. Four copies plus a copy for each office that has a SOW/task assignment of the above data shall be provided for review. A technical government point of contact, including name and office symbol, shall be provided for each SOW/task assignment submitted for review.

c. Any request pursuant to paragraph b. above shall be submitted to arrive at this RFP's issuing office not later than ten (10) calendar days from the date of issuance of this solicitation.

SPECIAL INSTRUCTIONS FOR PREPARATION OF PROPOSALS:

L.1 SUBMISSION OF PROPOSALS

(1) Your response to this solicitation shall be submitted as follows:

One (1) copy of a CD containing the total proposal to your cognizant Administrative Contracting Officer (ACO) and Defense Contract Audit Agency (DCAA), whose names, addresses, and telephone numbers the offeror shall provide below:

ACO: DCAA: __________________________________ ___________________________________ _____________________________________________________________________ __________________________________

In addition, the offeror shall require each appropriate subcontractor to submit one (1) CD including its complete proposal package to its cognizant ACO and DCAA, as well as one (1) CD to the prime contractor’s ACO and DCAA. Each subcontractor’s proposal shall identify the respective prime contractor (with whom they are teaming) on the top sheet of its proposal/CD.

Page 44: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 44 of 67

(2) The chart below reflects the number of copies required under this solicitation. These copies shall be sent to:

For US Post Office Delivery, use the following:US Army Space and Missile Defense CommandATTN: SMDC-RDC-AK (Elizabeth Booker)P.O. Box 1500Huntsville, AL 35807

For FedEx Delivery or Hand Carry Delivery, use the following:US Army Space and Missile Defense CommandVon Braun ComplexATTN: SMDC-RDC-AK (Elizabeth Booker))Building 5220, Room 1028Redstone Arsenal, AL 35898

L.2 PROPOSAL VOLUMES:

(1) For purposes of this Request for Proposal (RFP), a page is defined as one side of standard 8 ½” x 11" paper, 12 pitch or equivalent, proportional spacing permissible, "newspaper copy type" style (two column permissible), 1 inch margin all sides, single spaced. Any charts or graphs must be clearly legible and may not contain font size smaller than 10 point. No condensed documents are allowed. Foldouts are permissible; however, each 8 ½” x 11” fold will count as a page. All pages shall be numbered. Print both sides of paper (head to head). Proposal volumes and appendices are to be sized to stand on edge in a standard Government security safe drawer (maximum 10.25" high and 16" wide) and allow the drawer to close without requiring the document to lie down. Confine discussion of material contained in each appendix to the subject of the appendix. Each volume of the proposal shall be separately bound in a three-ring loose-leaf binder that shall permit the volume to lie flat when open. Staples shall not be used. The cover of each volume shall be clearly marked as to volume number, title, copy number, solicitation number and the Offeror's name. The same identifying data shall be placed on the spine of each binder. The Offeror shall apply all appropriate markings including those prescribed in accordance with FAR 52.215-1(e) “Restriction on Disclosure and Use of Data,” and FAR 3.104-4 “Disclosure, Protection, and Marking of Contractor Bid or Proposal Information and Source Selection Information.”

(2) (a) As applicable, in each proposal volume a single cross-reference table to the Contract Performance Work Statement (PWS), and any applicable RFP requirements is required, but is not included in the stated page limitations. Offerors shall propose against the entire Contract PWS. Copies of the proposal volumes shall be numbered in sequence (i.e., copy 1 of 5 copies, etc). All proposal volumes shall be unclassified.

The proposal volumes shall be submitted as follows:

Volume Title Page Limitation

# of Hard Copies

# of Compact Disks

Volume I General None * 5 4Volume II Technical 40 5 4Volume III Management 40** 5 4Volume IV*** Relevant Past Performance 25 5 4

Volume V Cost/Price None3 (prime)2 (each sub)

4 (prime)2 (each sub)

* Executive Summary limited to 5 pages (see Section L.4.1(c) below)** Resumes are not included in page count, but each resume is limited to 3 pages. *** Volumes I, II, III and V shall be submitted no later than the Proposal Due Date. Volume IV shall be provided no later than seven (7) calendar days before proposal due date. All Past Performance Evaluation

Page 45: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 45 of 67

Questionnaires must be received from evaluators no later than fourteen (14) calendar days after proposal due date to be considered in the Past Performance evaluation.

(b) Countable Pages Exclude:

Title PageTables of Contents and IllustrationsDividers and TabsPast Performance QuestionnairesResumes Release of Subcontractor Past Performance Information SheetsJoint Venture, Teaming, and/or Partnering AgreementsConfidentiality AgreementsLists of Figures, Tables, Acronyms and DefinitionsCertifications, etc.Letters of Intent or Commitment, and any Glossaries or Indices

(3) All electronic data must be Microsoft Office 2003 compatible or Adobe Acrobat 8.0, virus free, Compact Disk (CD). Each of the volumes shall be saved in a separate file on the proposal disk(s); each Appendix shall also be saved in a separate file. The narrative portions shall be in Microsoft Word (MS Office 2003 for Windows) or Adobe Acrobat 8.0; the price data shall be in Microsoft Excel (MS Office 2003 for Windows) with all links and formulas intact and shall be maintained throughout all revisions. NOTE: Do NOT provide spreadsheets in Adobe Acrobat or word processing format. All CDs shall be submitted in a non-compressed, PC format. It is pertinent that all field/files in the pricing proposal remain “UNLOCKED, NON-PASSWORD PROTECTED AND/OR UNPROTECTED”. Do not include “pivot tables” in spreadsheets. The diskettes containing cost data shall contain all formulas used in developing the proposal. Each CD submitted shall be labeled with the date, company name, volume number and copy number.

(4) All paragraphs, tables, schematics, etc. of each volume/appendix shall be cross-indexed to the corresponding paragraph of the PWS. The offeror should arrange proposal volumes in PWS paragraph order where possible.

L.3 GENERAL INFORMATION:

(1) These instructions provide guidance to the offeror in preparing the proposal and describe the approach for development and presentation of the proposed data in response to this solicitation.

(2) The proposal must comply fully with these instructions. FAILURE TO DO SO MAY BE CAUSE FOR REJECTION. The proposal shall include all of the information requested in these instructions. Alternate proposals are not allowed and will not be considered or evaluated by the Government.

(3) The offeror shall clearly state in its proposal how it intends to accomplish this contract. Mere acknowledgment or restatement of a requirement or task is not acceptable. Relevance to the effort listed herein is critical. Each volume shall be specific and complete. All the requirements under the solicitation are mandatory. The information in the proposal shall be presented in a clear, coherent, and concise manner. By your proposal submission, you are representing that your firm will perform all the requirements specified in the solicitation.

(4) Proposals will be unclassified.

L.4 VOLUME DESCRIPTIONS:

L.4.1 VOLUME I - GENERAL: The general volume will consist of the following:

Page 46: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 46 of 67

(a) Actual Offer to enter into a contract to perform the desired work. The offeror shall complete the blank spaces in the following solicitation schedule sections:

(1) SF 33: Complete Items 12 through 18 as applicable.

(2) Complete CLINS 0001 through 0011– insert the appropriate amounts in Section B.

(b) Table of Contents for the overall proposal.

(c) Executive Summary will provide an overview and synopsis of the proposal, and should be an aid to understanding the organization, content, and interrelationship of the proposal material. The offeror shall provide a brief history of the creation and development of the company and a description of the legal structure and organization of the company. Pertinent aspects of the proposed approach including teaming approaches, if any, subcontracting, and relevant corporate experience and expertise on similar programs shall be identified. Particular proposal advantages or unique approaches should be highlighted. Price information shall not be included in this document. Reference to the proposal factors containing substantiating information should be given when possible. Identify company officials to be contacted for information about the proposal and/or notified of the selection decision. NOTE: This volume will not be evaluated. (LIMIT 5 PAGES OF OFFEROR-CREATED DOCUMENTATION; PAGE LIMITATION EXCLUDES REPS AND CERTS, OTHER FILL-IN PORTIONS OF RFP, AND COPIES OF CONTRACTOR ACKNOWLEDGMENTS OF RFP AMENDMENTS)

(d) Section K, Representations, Certifications, and Other Statements of Offerors, as well as all other RFP sections requiring “fill-in” completion by the offeror; Amendment(s) Acknowledgement(s); any/all exceptions, both prime contractor and subcontractor, to the terms and conditions of the RFP; any deviations thereto; an acronym listing: the Small Business Teaming Agreement, if required: and subcontractor Representations and Certifications, if required.

(e) Joint Ventures and Teaming: Teaming arrangements and joint ventures between offerors are encouraged under FAR 9.6, 13 CFR 121, 124, or 126 guidance and other applicable laws and regulations, if required, to provide the experience and capability required under this solicitation and resulting contracts. Teaming arrangements can benefit both contractors in their experience levels, small business mentoring, as well as provide opportunities for both contractors to obtain a portion of the available work. If the prime contractor proposes subcontractors as “team members,” the “team members” shall be identified by business size and name. Joint ventures must include a copy of the legal joint venture signed by an authorized officer from each of the firms comprising the joint venture with the chief executive of each entity identified.

L.4.2 VOLUME II - TECHNICAL:

The Technical Volume shall include the Technical Summary and appendices to cover detailed information as described below. The offeror shall provide rationale sufficient to allow an objective evaluation of their technical approach. No cost information shall be included in the Technical Summary or any appendices. The Technical proposal shall be separated by tabs to reflect the appendices discussed below. Each paragraph within the Technical Volume shall identify the pertinent paragraph in the PWS section and shall correspond to a single cross-reference table (within the Technical Volume) to the PWS.

Technical Summary: The Technical Summary shall describe the contractor’s overall technical approach to the PWS. The Technical Summary shall include a comprehensive discussion of the offeror’s identification of critical support requirements and recommended approaches. Note, specific responses to the technical requirements of the PWS shall be provided as indicated in each respective appendix.

Page 47: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 47 of 67

APPENDIX 1 - Technical Approach: The offeror shall provide a detailed description of its overall technical approach for performing the PWS, addressing proposed approaches and processes for accomplishing each functional requirement. Factors of concern include, but are not limited to: innovativeness; quality control procedures; efficiencies of the offeror’s proposed technical approach; and rationale for the proposed labor mix required to successfully perform the requirements of the PWS. The offeror shall provide their proposed staffing for full SimCtr operations. The plan shall show the number of personnel by labor category. The labor mix information provided in this appendix should be the offeror’s analysis of what is required to do the SimCtr full operational tasks PWS paragraphs 2.0 through 6.0 using the proposed technical approach. Note that although rate information is required for all Government estimated labor categories, the offeror should provide the staffing plan that best uses their technical approach to meet the PWS requirements. Thus, the offeror need not use every labor category if they do not consider them necessary to meet requirements. Do not include cost information in as part of this appendix. Cost information should be included at the appropriate tab of Volume V - Cost/Price.

NOTE: The government does not consider the Subject Matter Expert category and Engineer categories necessary for contract transition or the base task.

APPENDIX 2 – Corporate Capability: The offeror shall demonstrate the depth and breadth of its corporate technical capabilities, expertise, processes and procedures to efficiently and effectively support the SimCtr mission and functions as set forth in the PWS and its ability to provide expanded support, if required. The offeror should describe any achievements and/or certifications that indicate high quality processes and/or procedures in SimCtr like work.

L.4.3 VOLUME III – MANAGEMENT:

The Management Volume shall include the Management Summary and appendices to cover detailed information as described below. The offeror shall provide rationale sufficient to allow an objective evaluation of the offeror’s management approach. No cost information will be included in the Management Summary or any appendices. The Management proposal shall be separated by tabs to reflect the appendices discussed below. Each paragraph within the Management Volume shall identify the pertinent paragraph in the PWS section and shall correspond to a single cross-reference table (within the Management Volume) to the PWS.

Management Summary: The Management Summary shall describe the contractor’s management approach to the PWS. The Summary shall include the proposed team and demonstrate understanding of the resources needed to successfully complete diverse and complex tasks simultaneously.

APPENDIX 1– Qualification and Allocation of Personnel: The offeror shall demonstrate its understanding, ability and commitment to provide competent and productive personnel (key and non-key) with the necessary specialized and unique qualifications and requirements associated with supporting the evolving critical SimCtr mission, as well as the qualifications of contractor employees required to perform all the requirements of the PWS. The offeror shall demonstrate the required background knowledge, expertise, experience, skills, training, and security clearances of the proposed key management to successfully satisfy the operations support service requirements set forth in the PWS.

(a) One resume from each below key labor category (total of 4 resumes) shall be submitted in this volume. Resumes shall be restricted to three (3) pages per individual and are not included in the page limitations.

CATEGORIES

Program Manager System Admin/Analyst LeadNetwork Admin/Analyst Lead Security Lead

Page 48: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 48 of 67

(b) Letters of Intent: If proposed key personnel are not current employees include a statement that the prospective employee has authorized his/her resume to be submitted and intends to accept employment if the Contractor is selected for award and that the parties have discussed salary parameters. If a candidate becomes unavailable before the contract award announcement, the offeror shall immediately notify the Contracting Officer.(c) Clearances: The labor category attachments in Section J include definitions and required clearance levels for each Government-recommended category. For positions that require clearances (either TOP SECRET, SECRET, or S/IT-1) at contract award, proposed resume(s) must show that the individual currently holds, or is able to obtain, the applicable clearance (e.g., individual is eligible for an interim SECRET clearance). All key personnel and proposed transition personnel must be able to obtain the required security clearance at contract award. All other personnel must have the required clearance by the end of transition and the start of full contract responsibility.(d) Information Assurance: All required Information Assurance certifications must be in place by the end of transition and the start of full contract responsibility.

APPENDIX 2 – Recruitment and Retention: The offeror shall address its proposed approach to

recruiting and retaining qualified key and non-key personnel. Offerors shall provide a description of their total compensation package. At a minimum address: compensation policies to include retirement plan, overtime, uncompensated overtime or effort, relocation allowances, leave, compensatory time, sick leave, health benefits, bonuses, severance pay, incentive pay, educational assistance. The offeror shall discuss how it will accommodate fluctuating workloads, minimize turnover, and retain qualified experienced personnel for the term of the contract. The offeror’s proposal must demonstrate the capability to meet, sustain, and/or grow the personnel resources required to successfully perform the tasks of the PWS.

APPENDIX 3 - Management Control System: The offeror shall address its proposed management framework, organization, and team concept relative to the SimCtr mission and the requirements of the PWS. The offeror shall also describe the position of the PM within the overall corporate organization, the level of corporate project oversight planned in terms of authority to make programmatic decisions and implement solutions. The offeror shall describe the process for managing and controlling subcontractors and/or team members to include the reporting and review requirements. The offeror shall describe its implementing management controls to provide early visibility/resolution for project management, technical, cost, schedule problems. The offeror shall present a plan which details how it will ensure compliance with the Organizational Conflict of Interest clause in Section H. Other management areas of concern that shall be addressed include, but are not limited to: risk management, procurement management and quality management.

APPENDIX 4 – Transition Plan: The Government plans for a one month contract transition during which the successful offeror will provide the minimum staff to perform necessary transition tasks. To meet this requirement, the offeror shall provide a Transition Plan. The Transition Plan shall demonstrate understanding of the transition tasks and the complexities of assuming responsibility for the SimCtr. The Transition Plan shall include a transition management plan, labor mix (categories and hours), schedules, and milestones, and shall identify any technical or management issues requiring resolution. The contractor shall provide rationale for the composition of the transition team. The Transition Plan shall be developed to have minimal schedule/technical support impact. The labor mix information provided in this appendix must be fully consistent with the cost proposal. Note: Submission of the tables in Exhibit B2 with Price information removed is recommended.

L.4.4 VOLUME IV – RELEVANT PAST PERFORMANCE:

The offeror shall submit a relevant past performance volume containing past performance as indicated below. Information is required on the offeror and those subcontractors and/or team members the offeror considers critical to the overall successful performance of the SimCtr requirements. Offeror’s relevant past performance will be more heavily weighted than that submitted for sub-contractors and/or team members. Offerors are cautioned that the Government will use data provided by the offeror in this volume and data obtained from other sources in the evaluation of past performance. The offeror shall submit, along with the information required in this paragraph, a consent letter, executed by each subcontractor, teaming partner, and/or joint venture partner, authorizing release

Page 49: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 49 of 67

of adverse past performance information to the offeror so the offeror can respond to such information. This volume shall be submitted seven (7) calendar days prior to proposal due date.

(a) The offeror shall submit Past Performance information as required in the paragraphs below. Additionally, the offeror shall submit a past performance letter and questionnaire (provided as attachments to Section J) to the POC(s) for each Government contract identified by the offeror as relevant to the scope of this effort. Each letter and questionnaire must be submitted to the respective POC no later than fifteen (15) calendar days prior to proposal due date. The offeror shall insert the solicitation number in the space provided on the form before sending it to the customer (Government POC). The offeror shall also complete Section I of the questionnaire prior to submission to the Government POC. The Government POC is requested to complete Section II of the questionnaire and fax it to the Government POC identified in the letter. Completed questionnaires (both Sections I and II) must be received in the specified office not later than 14 calendar days after the proposal due date in order to be considered in the evaluation. Failure to submit early proposal information will not result in offeror disqualification. Once the Questionnaires are completed by the POCs, the information contained therein shall be considered sensitive. A cover letter for transmitting the questionnaire to each POC is provided.

(b) Relevant Contracts: In addition to the Past Performance information required below, the offeror shall provide a Past Performance Summary Spreadsheet for each contract submitted as a Past Performance example. Past Performance Information shall be provided for no more than seven (7) recent contracts relevant to demonstrating the offeror’s ability to perform the proposed effort. As part of the seven Past Performance examples, the offeror may include information for no more than four (4) recent contracts performed by teaming partners and/or significant subcontractor(s) relevant to demonstrating the offeror team’s ability to perform the proposed effort. Include rationale supporting your assertion of relevance. For task/delivery orders submitted, each will be counted as one contract reference. Note that the Government generally will not consider performance on a newly awarded contract without a performance history (e.g. less than six months old) or on an effort that concluded more than three (3) years prior to the solicitation closing date.

(c) Specific Content: The offeror shall address its corporate experience in each proposed Government contract, focusing particularly on size, scope, and complexity in providing like or similar services. Offerors are required to explain what aspects of the contracts are deemed relevant to the proposed effort, and to what aspects of the proposed effort they relate. This may include a discussion of efforts accomplished by the offeror to resolve problems encountered on prior contracts as well as past efforts to identify and manage program risk. Merely having problems does not automatically equate to an unfavorable rating, since the problems encountered may have been on a more complex program, or an offeror may have subsequently demonstrated the ability to overcome the problems encountered. The offeror is required to clearly demonstrate management actions employed in overcoming problems and the effects of those actions in terms of improvements achieved or problems rectified, which may allow the offeror to be considered a lower risk candidate. For example, submittal of quality performance indicators or other management indicators that clearly support that an offeror has overcome past problems is required. Categorize the relevant information into the specific evaluation factors and sub factors shown in Section M.

(d) Organizational Structure Change History: Many companies have acquired, been acquired by, or otherwise merged with other companies, and/or reorganized their respective divisions, business groups, subsidiary companies, etc. In many cases, these changes have taken place during the time of performance of relevant present or past efforts or between conclusion of recent past efforts and this source selection. As a result, it is sometimes difficult to determine what past performance is relevant to this acquisition. To facilitate this relevancy determination, include in this proposal volume a "roadmap" describing all such changes in the organization of your company. As part of this explanation, show how these changes impact the relevance of any efforts you identify for past performance evaluation/ performance confidence assessment. Since the Government intends to consider past performance information provided by other sources as well as that provided by the offeror, the "roadmap" shall be both specifically applicable to the efforts identified and general enough to apply to efforts on which the Government receives information from other sources.

Page 50: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 50 of 67

(e) Offerors are reminded that both independently obtained data and data provided by in the proposals may be used to evaluate offeror past performance. All data provided on Government contracts is subject to verification. A significant achievement, problem, or lack of relevant data in any area of evaluation can become an important consideration in the source selection process.

(f) By submission of past performance data, the offeror authorizes the Government to seek and use information from commercial sources to verify performance on past commercial contracts.

(g) The Government may not search for data to cure problems it finds in proposals. Proposals that do not contain the information required by this provision may be rejected by the Government.

(h) In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated either favorably or unfavorably on past performance.

(i) Information must be provided for any and all contracts and subcontracts that have been terminated for default in whole or in part, for any reason, during the past three years. This shall include those currently in the process of termination. This requirement also applies to any proposed subcontractor.

(j) Information must also be provided for any and all contracts and subcontracts that resulted in the appearance of the offeror on the Defense Logistics Agency’s Contractor Alert List, a Debarred List, or any other similar government problem listings, during the past three years. This requirement also applies to any proposed subcontractor or team member.

L.4.5 VOLUME V – COST/PRICE:

FAILURE TO COMPLY WITH RFP REQUIREMENTS FOR COST INFORMATION MAY RESULT IN AN ADVERSE ASSESSMENT OF A PROPOSAL AND REDUCE OR ELIMINATE ITS CHANCE OF BEING SELECTED FOR AWARD. WHEN AN OFFEROR FAILS TO FURNISH COST/PRICE INFORMATION REQUIRED BY THE RFP, THE GOVERNMENT MAY UTILIZE COMPARABLE COST/PRICE INFORMATION FROM OTHER SOURCES FOR PURPOSES OF COMPLETING ITS EVALUTION. UNDER THESE CIRCUMSTANCES, THE OFFEROR BEARS FULL RESPONSIBILITY FOR ANY ADVERSE EVALUATION IMPACT WHICH MAY RESULT FROM ITS FAILURE TO FURNISH COST/PRICE INFORMATION REQUIRED BY THE RFP.

(a) Delivery Instructions: Offeror shall submit three (3) written copies of the prime contractor’s proposal, and two (2) written copies of each subcontractor’s cost proposal, as well as four (4) copies of the cost proposal (prime contractor’s), and two (2) copies of the cost proposal (subcontractors’) on Compact Disk (CD). Offerors shall save the Cost Volume on a separate CD. If files contain links, the links must be intact and maintained through all revisions. Files contained on the CD may not be read/write/password protected. The CDs containing cost data shall contain all formulas used in building your proposal. “Pivot tables” shall not be included in offerors’ spreadsheets. CDs shall be labeled with the date, offeror’s name, volume number and copy number. Each tab title shall be labeled with the exhibit number and name and all tabs must be grouped in the correct exhibit order. For those exhibits that include numerous recurring spreadsheets (for instance Exhibit B3), an offeror must provide each in the same tab, listed top to bottom vice right to left (limit 2 per printable page).

(b) The offeror shall ensure that the information presented in this volume is consistent with the information contained in the other proposal volumes.

(c) In accordance with FAR 15.402, 15.403-1, and 15.403-5(a) (1), certified cost or pricing data are not required based on the fact that adequate competition is expected for this procurement.

Page 51: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 51 of 67

(d) The cost proposal shall be based upon labor hours and rates, indirect rates, subcontract costs, hardware/software cost, travel cost, vendor maintenance cost and any other ODC that are reasonable, realistic, and achievable.

(e) Proposals will be evaluated for reasonableness and realism.

The offeror shall include in its cost proposal the definitive cost estimate for the overall CPFF contract by completing the spreadsheet: Exhibit B9 Computation of Elements of Overall Contract. The proposed overall cost will be used to compute a ceiling price and in determining significance.

(f) Cost proposals shall be submitted in accordance with FAR 15.408(l) and with FAR 15.403-5. In submitting its proposal, the offeror grants the Contracting Officer or an authorized representative the right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify any request for an exception under this provision, and the reasonableness of price. For items priced using catalog or market prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the offeror’s determination of the prices to be offered in the catalog or marketplace.

SECTION I - INDEX

Include an index showing section number, title, and proposal page number.

SECTION II

INSTRUCTIONS FOR SUBMISSION OF A CONTRACT PRICING PROPOSAL WHEN OTHER THAN COST OR PRICING DATA ARE REQUIRED:

Cost proposals shall be submitted in accordance with FAR 15.408(1) and with 15.403-5. In submitting their proposal, the offeror grants the Contracting Officer or an authorized representative the right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify any request for an exception under this provision, and the reasonableness of price. For items priced using catalog or market prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the offeror’s determination of the prices to be offered in the catalog or marketplace. In addition, provide the following:

For pricing purposes, an estimated start date of 29 April 2009 is to be used for the overall effort. Only the Transition Team should be priced for the first month of the contract (i.e. the Transition period) and full operations for 11 months. The offeror’s proposal shall be submitted with any information reasonably required to explain the estimating process, including the judgmental factors applied and the mathematical or other methods used in the estimate, including those used in projecting from known data; and the nature and amount of any contingencies included in the proposed price. Provide any other General Information that may be beneficial in evaluation of the offeror’s proposal.

The Government is concerned with the quality and stability of the work force to be employed on this contract. Compensation that is unrealistically low or not in reasonable relationship to the job category requirements and local labor market conditions, may impair the Contractor's ability to attract and retain competent employees, and may be evidence of failure to comprehend the complexity of the contract requirements.

The compensation levels proposed should reflect a clear understanding of work to be performed and should indicate the capability of the proposed compensation structure to obtain and keep suitably qualified personnel to meet mission objectives. The salary rates or ranges must take into account differences in skills, the complexity of various disciplines, and job difficulty. Additionally, proposals envisioning compensation levels lower than local market prevailing rates for the similar work may be evaluated as not capable of maintaining program continuity, uninterrupted high-quality work, and availability of required competent employees.

Page 52: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 52 of 67

Offerors are cautioned that low compensation rates may indicate lack of sound management judgment and lack of understanding of the requirement.

SECTION III

Provide the following information:

1. Solicitation number.

2. Name, address, and e-mail address of offeror.

3. Name, telephone number, and e-mail address of point of contact at contractor’s facility.

4. Name, address, voice telephone number of contract administration office.

5. Name, address, voice telephone number, fax number, and e-mail address of cognizant Defense Contract Audit Agency office.

6. Type of contract.

7. Proposed cost; profit or fee dollars, cost of money dollars, and total for overall contract.

8. Place and period of performance.

9. The offeror’s Contractor Fiscal Year (e.g. Jan thru Dec or Oct thru Sep, etc.).

10. Whether the offeror’s organization is operating under an accounting system that has been approved for cost-type contracts. If subcontractors are not operating under an approved accounting system, the offeror shall either ensure that the subcontractor proposes a fixed price contract or address how it will ensure that the subcontractor's accounting system is approved prior to an award to that subcontractor. Whether the offeror is subject to cost accounting standards; whether the offeror has submitted a CASB Disclosure Statement, and if it has been determined adequate; whether the offeror has been notified that it is or may be in noncompliance with its Disclosure Statement or CAS, and, if yes, an explanation; whether any

aspect of this proposal is inconsistent with the offeror’s disclosed practices or applicable CAS, and, if so, an explanation; and whether the proposal is consistent with the offeror’s established estimating and accounting principles and procedures and FAR Part 31, Cost Principles, and, if not, an explanation. Note that while the labor rates are fixed-priced, the hardware/software costs, vendor maintenance costs, travel costs and ODCs are cost reimbursable. Therefore, an offeror and its subcontractors’ accounting systems as they relate to these areas are relevant to the Government’s review.

11. A listing by Line Item Number of each line item’s applicable cost, fee, COM, and total dollars.

12. Date of submission.

13. Name, title and signature of authorized representative.

14. Provide the following subcontractor information (if any):

a) List of subcontractors and addresses b) Product/service to be provided c) The overall dollar amount of each subcontract d) Anticipated start date

Page 53: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 53 of 67

15. The offeror shall show the number of Direct Person Production Hours (DPPH) in a proposed year. [Show your proposed DPPH calculations: e.g. 2080, less hours for vacation, less hours for holidays, less hours for sick leave = Total DPPH].

16. The offeror shall provide a separate schedule for each of its indirect rates (e.g. overhead, general and administrative, material/subcontract handling rates, etc.). The schedules must include indirect pool costs by account and amount and base costs by element. The offeror shall provide sufficient explanation and cost visibility within its indirect cost pools and allocation bases to demonstrate that the size of this procurement is considered in developing the proposed indirect rates.

SECTION IV – ELEMENTS OF OVERALL CONTRACT COST

Various spreadsheets will be required in different Sections of the cost proposal. The spreadsheets shall “roll up” to the) worksheet at Exhibit B9 Computation of Elements of Overall Contract, Overall CLIN Computations. Include the Exhibit B9 worksheets in this Section. The offeror shall furnish supporting breakdowns for each cost element, consistent with its cost accounting system. The offeror’s bottom-line proposed Overall contract cost shown in this Section should equal the overall contract cost shown in Section B of the proposal. Note that the total cost (i.e. the sum of the basic period and the option) shown in Section B of the proposal will be considered as the offeror’s proposed cost. If the cost(s) shown in this Section are not equivalent to that shown in Section B, provide an explanation of the differences(s).

SECTION V - LEVEL OF EFFORT HOURS

OVERALL EFFORT:

The offeror shall complete each Tab of Exhibit B2: Breakout of Proposed DPPHs to address their best estimate of the labor categories and DPPHs required for basic operations of the Simulation Center. Basic operations are paragraphs 2.0 through 6.0 of the PWS and for proposal purposes should be assumed to be a generally at the level in the current contract. The offeror should propose the labor mix and DPPH quantity required to perform basic SimCtr operations using their proposed management and technical processes.

Included in Exhibit B2, Breakout of Proposed DPPHs/Price, are tabs entitled Transition and 11 Months Basic Operations. The Transition chart shall reflect the proposed DPPHs/Price by RFP labor category for the 1-month Transition Period (inclusive in Year 1 of the Basic Ordering Period of CLIN 0001). The 11 Months Basic Operations chart shall reflect the proposed DPPHs/Price by RFP labor category for the remaining 11 months of Year 1 of the Basic Ordering Period and Year 2 of the Basic Ordering Period. Show the split between the prime contractor and any subcontractors. Note: The Government does not anticipate the need for Subject Matter Expert or Engineer labor categories in the Transition or Basic Operations.

UNCOMPENSATED OVERTIME:

To properly account for excess hours worked by employees who are exempted from the Fair Labor Standards Act, the contractor shall compute an estimated hourly rate for each employee based on the total compensated and uncompensated hours the employee is expected to work during the year and distributing salary costs to all cost objectives worked on at the estimated hourly rate. Offeror’s accounting practices used to estimate uncompensated overtime must be consistent with its cost accounting practices used to accumulate and report uncompensated overtime. If proposing uncompensated overtime, an offeror shall adjust the proposed labor rates to cover

Page 54: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 54 of 67

the extra hours proposed to be worked, and submit the data along with its proposed labor rates in Exhibit B6 Prime/Subcontractor Government-Site Loaded Labor Rate Information – Contract Year :

The offeror shall also provide history regarding uncompensated overtime use, especially as related to similar contracts. Proposals which include unrealistically low labor rates, or do not otherwise demonstrate cost realism, will be reflected in the government’s risk assessment and may result in an unfavorable rating.

SECTION VI - PRIME LOADED DIRECT LABOR

Complete and include the following charts under this Section. Note that all include various cells that are pre-set to autofill.

Exhibit B3 Base Labor Rate SummaryExhibit B4 Prime/Subcontractor Rates and Factors Summary (foldout permitted)Exhibit B5 Prime/Subcontractor Government-Site Loaded Labor Rate Information – Contract YearExhibit B6 Report of Subcontractor Labor Rate Information by the Prime ContractorExhibit B7 Composite Fully Burdened Labor Rate Summary (foldout permitted) Exhibit B8 Rollup of Hours and Labor Rates (foldout permitted)Exhibit B9 Computation of Elements of Overall Contract

Note: Include the spreadsheets related to subcontracts under Section VII. Include the spreadsheets related to other direct costs (ODCs), HPC Upgrades (HW/SW), travel and vendor maintenance under Section VIII.

Note that Exhibit B7 Composite Fully Burdened Labor Rate Summary will include the Composite Fully Burdened (Direct) Labor Rates (FBLRs) that should be included in Section B of the contract. The Composite FBLR is based upon the respective FBLRs of the prime contractor and its subcontractor(s). The offeror's calculations for building the Composite FBLR shall be provided under the FBLR Build-up Tab of Exhibit B7; the offeror’s methodology for building the Composite FBLR shall be provided in this Section.

For proposal purposes, assume that 100% of the proposed effort will be performed at the SimCtr facility; therefore, offerors should propose using indirect rates commensurate with “Government-site” efforts. If an offeror’s indirect rates include cost for facilities and related cost, the offeror shall state so and provide an explanation.

Upon receipt of proposals, the Government reserves the right to obtain a compensation review from the appropriate Defense Contract Audit Agency (DCAA) Compensation Review Team to determine whether proposed rates are lower than the minimum compensation level for the proposed category and area. If the DCAA Compensation Review Team determines that proposed base labor rates are below the acceptable compensation level for that category of labor in the proposed area of the country, the Most Probable Cost will be based on the minimum rates determined by the DCAA Review Team.

SECTION VII - SUBCONTRACTS

Note that spreadsheets that include proprietary subcontractor information will likely be in separate, fully disclosed subcontract volumes. Further note that each subcontract volume should have the following exhibits, to be patterned after the prime contractor spreadsheets referenced in Section VI:Exhibit B3 Base Labor Rate SummaryExhibit B4 Prime/Subcontractor Rates and Factors SummaryExhibit B5 Prime/Subcontractor Government-Site Loaded Labor Rate Information – Contract YearNote that some subcontractor-related spreadsheets will be included in the prime contractor’s volume, to include the following spreadsheet:

Page 55: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 55 of 67

Exhibit B6 Report of Subcontractor Labor Rate Information by the Prime Contractor

Exhibit B6 is a spreadsheet to be completed by the prime contractor - consistent with each respective subcontractor’s proposed Fully Burdened Direct Labor rates.

In the event that the subcontract costs in the offeror’s proposal do not match the amounts in the subcontractor’s proposal, the offeror should submit a detailed reconciliation of any adjustments made to derive the proposed subcontract cost.

SECTION VIII - Other Direct Costs (ODCs)

CLIN 0007, Other Direct Costs

Other Direct Cost (ODC)” encompasses Hardware/Software other than HPC Upgrades, and Vendor Maintenance. ODCs shall include Training, Maintenance for Hardware/Software, replacement parts, printers, and any other miscellaneous direct costs. The government’s estimated other ODC costs required to perform the overall contract are shown as not to exceed (NTE) prices in the table below. Any indirect charges applicable to the offeror’s direct ODC costs shall be inclusive in the NTE amounts below. The proposed other ODC (including add-ons) under Exhibit B9 – specifically, the CLIN 0007 ODCs in the Overall CLIN Computation Tab – shall reflect the ODCs in the table below and the amount proposed in Section B of the offeror’s proposal. Explanation and methodology for any ODC indirect costs proposed under the “Loadings” column (Exhibit B9 - Overall CLIN Computation Tab) shall be explained in this Section and calculations (including links) of indirect costs shall be provided under Exhibit B9 as additional rows/columns or separate Tabs, as necessary. A breakout of the elements of the ODCs (i.e., Training, Hardware/Software Maintenance, etc.) is not required. The offeror’s proposed ODC shall reflect the annual NTE amounts provided below. No fee is allowed on ODC.

Other Direct CostsCLIN 0007 Other Direct Costs (Associated With

Daily O&M)$5,362,465

If an offeror anticipates ODCs that are not otherwise accounted for the in the spreadsheets, provide an explanation of the expected charges and an estimate (in the narrative) of the charges per year; show that ODC amount does not exceed the amount delineated in the RFP.

CLIN 0008, High Performance Computer (HPC) Hardware/Software (HW/SW) Upgrades Only

The government’s estimated HPC HW/SW Upgrades costs only required to perform the overall contract are shown as NTE prices in the table below. Any indirect charges applicable to the offeror’s direct HPC HW/SW Upgrades costs shall be inclusive in the NTE amounts below. The proposed HPC HW/SW Upgrades cost (including add-ons) under Exhibit B9 – specifically, the CLIN 0008 HPC HW/SW Upgrades Costs only in the Overall CLIN Computation Tab – shall reflect the HPC HW/SW Upgrades costs in the table below and the amount proposed in Section B of the offeror’s proposal. Explanation and methodology for any HPC HW/SW Upgrades indirect costs proposed under the “Loadings” column (Exhibit B9 - Overall CLIN Computation Tab) shall be explained in this Section and calculations (including links) of indirect costs shall be provided under Exhibit B9 as additional rows/columns or separate Tabs, as necessary. It is not anticipated that the HPC HW/SW Upgrades costs will be split between the prime contractor and its subcontractor(s). The offeror’s proposed HPC HW/SW Upgrades costs shall reflect the annual NTE amounts provided below. No fee is allowed on HPC HW/SW Upgrade costs.

Page 56: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 56 of 67

HPC HW/SW Upgrades Only

TOTAL NTE $30,000,000

CLIN 0009, TRAVEL COST

Commuting expenses to principal place of work shall not be an allowable charge under the resultant contract. Transportation costs between the contractor facility and the Government facility shall not be an allowable direct charge under the effort.

The government’s estimated Travel costs required to perform the overall contract are shown as NTE prices in the table below. Any indirect charges applicable to the offeror’s direct Travel costs shall be inclusive in the NTE amounts below. The proposed Travel cost (including add-ons) under Exhibit B9– specifically, the CLIN 0009 Travel Costs in the Overall CLIN Computation Tab – shall reflect the Travel costs in the table below and the amount proposed in Section B of the offeror’s proposal. Explanation and methodology for any Travel indirect costs proposed under the “Loadings” column (Exhibit B9 - Overall CLIN Computation Tab) shall be explained in this Section and calculations (including links) of indirect costs shall be provided under Exhibit B9 as additional rows/columns or separate Tabs, as necessary. The offeror’s proposed Travel costs shall reflect the annual NTE amounts provided below. No fee is allowed on Travel.

TRAVEL

TOTAL NTE $500,000

If the cost of travel is split between you and your subcontract(s), provide a chart showing the travel cost proposed by you and that proposed by your subcontract(s); show that the total proposed direct cost of travel exactly equals the amount delineated in the RFP.

CLIN 0010, VENDOR MAINTENANCE COST

The government’s estimated Vendor Maintenance costs required to perform the overall contract are shown as NTE prices in the table below. Any indirect charges applicable to the offeror’s direct Vendor Maintenance costs shall be inclusive in the NTE amounts below. The proposed Vendor Maintenance cost (including add-ons) under Exhibit B9 – specifically, the CLIN 0010 Vendor Maintenance Costs in the Overall CLIN Computation Tab – shall reflect the Vendor Maintenance costs in the table below and the amount proposed in Section B of the offeror’s proposal. Vendor Maintenance costs shall include annual maintenance costs for the large HPC system. Explanation and methodology for any Vendor Maintenance indirect costs proposed under the “Loadings” column (Exhibit B9 - Overall CLIN Computation Tab) shall be explained in this Section and calculations (including links) of indirect costs shall be provided under Exhibit B9 as additional rows/columns or separate Tabs, as necessary. The offeror’s proposed Vendor Maintenance costs shall reflect the annual NTE amounts provided below. No fee is allowed on vendor maintenance costs.

Vendor Maintenance

TOTAL NTE $5,000,000

Page 57: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 57 of 67

SECTION IX - FACILITIES CAPITAL COST OF MONEY (FCCM)

When you elect to claim facilities capital cost of money as an allowable cost, you must submit Form CASB-CMF and a DD Form 1861-1 for each Cost Accounting Period applicable to this proposal (see FAR 31.205-10). The offeror shall provide the basis and detailed calculation of facilities capital cost of money. Insure that your calculations are based on the latest Treasury Rate (rates are updated January and July of each year) and that you have included your percent distribution of Land, Building, and Equipment.

SECTION X - FEE

Proposed fixed-price labor rates include associated indirect costs and profit.

Proposed fee percentage(s) and base(s) shall be provided for each offeror and its respective subcontractor(s).

SECTION XI – REQUEST FOR RATE INFORMATION

REQUEST FOR RATE INFORMATION FORM

Complete the following Request for Rate Information Form for the prime contractor, for each interdivisional, and for each subcontract proposal greater than $650,000.

Request for Rate Information

(Note to contractor: Please verify that this is the correct DCAA and DCMC that has cognizance over you and that you are providing their latest correct addresses and phone numbers.)DCAA Address DCMC Address

Voice Phone Number: ( ) Voice Phone Number: ( )E-Mail Address: E-Mail Address:Fax Phone Number: ( ) Fax Phone Number: ( )

Type of Contract: CPFF ( ) CPFF LOE ( ) CPAF ( ) CPAF LOE ( ) CPIF ( ) CPIF LOE ( ) FPI ( ) FPI LOE ( ) FFP ( ) FFP LOE ( ) OTHER __________( )

Proposed $ Amount:(Note to contractor: If this is not a straight addition to a contract or new contract, provide explanation, i.e. $_______ Deleted from contract; $_______Added to contract; $ Net change to contract______________.)

Proposal Identifying Numbers:

Page 58: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 58 of 67

(Note to contractor: Such as RFP number, Contractor Proposal No. - Explain type of identifier.)

Contractor Name:

Contractor Address: (Note to contractor: include division and zip code)

Prime Contractor ( ) Subcontractor ( ) If subcontractor, provide prime contractor name:

Small Business ( ) Large Business ( ) 8a Contractor ( )

Title of Effort:(Note to contractor: Include any applicable contract modification numbers here.)

Point of Contact at Contractor’s Facility:POC’s phone number: POC’s E-Mail Address:POC’s Fax number:

Page 59: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 59 of 67

Note to contractor: Provide in the following chart ALL rates, (Base Direct Labor, labor escalation, Indirect, and Other Direct Cost rates) which are included in your proposal. Insure that DCAA AND THE EVALUATION TEAM have a complete “full-up” copy of your proposal. Also insure that DCAA AND THE EVALUATION TEAM have the backup to all proposed rates. Include a full description to enable DCAA to identify each category referenced. Referencing other pages in the proposal as a substitute for completing the Chart is UNACCEPTABLE.

CategoryBase* in Proposal to Which

Rate is Applied Proposed RateContractor Fiscal Year

* Examples of Bases: For Direct Labor the base might be hours; for Overhead the base might be Direct Labor Dollars; For Fee the base might be Labor plus Overhead plus Other Direct Cost.

Type of System Applicability to this contract Date of Approval, Government Point of Contact with Approval

InformationAccounting SystemCost AccountingStandards DisclosureStatementPurchasing SystemEstimating SystemMaterial Management Accounting System

Page 60: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 60 of 67

In the space below, list and explain all Non-Compliance with Cost Accounting Standards issues, as well as Accounting, Estimating, Material and Purchasing System deficiencies. Also explain their applicability to this proposal and actions taken by you to correct the deficiencies (or comments on the deficiencies).

SECTION XII - CALCULATION FOR “FIFTY PERCENT” RULE

SMALL BUSINESS - LIMITS ON SUBCONTRACTING AND AFFILIATION RULES: This acquisition is 100% set-aside for small 8(a)business competition. For the purposes of this acquisition, the following rules are applicable:

The 50 percent rule is at FAR 52.219-14 and 13 CFR 125.6. Rules on affiliations and joint ventures are at FAR 19.101, 13 CFR 121.103, 13 CFR 124.513 and 13 CFR 125.6.

Under the 50 percent rule, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the prime 8(a) contractor. The prime contractor must meet this requirement (1) individually, or (2) together with other small business members of a formal joint venture, or (3) together with a small number of small business subcontractors forming an informal joint venture, in which those subcontractors meet the definition of “ostensible subcontractor” in 13 CFR 121.103(h)(4). Team members in such formal and informal joint ventures are exempt from affiliation rules under the conditions in 13 CFR 121.103(h)(3). There is no limit to the number of other team subcontractors.

For the purpose of calculating the cost of contract performance incurred for personnel of both prime* contractors and subcontractors or consultants, the following costs shall apply:

(1) Direct Labor Dollars(2) Direct Labor Overhead Dollars(3) General and Administrative Dollars on Direct Labor and Direct Labor Overhead

The OFFEROR shall complete the below matrix depicting the total allocation of personnel costs/hours (by CLIN and TOTAL) between the prime* contractor and each subcontractor as follows:

CLIN 0001

Prime* Subcontractors Sub1 Sub 2 Total Subs

# Labor Hours # Labor Hours # Labor HoursLabor Hour $s Total Dollars Total DollarsLabor O/H $s Applicable G&A $s Total Dollars

* The term “prime” includes arrangements discussed above.

ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION:

Page 61: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 61 of 67

All maintenance efforts for the Automatic Data Processing equipment as listed in table 1 to the SOW must be performed by an authorized entity (either the prime contractor or an approved subcontractor) that has been certified by the OEM as competent to perform such services.

Page 62: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 62 of 67

Section M - Evaluation Factors for Award

M-1 BASIS FOR AWARD

The Government will select for award the proposal that is most advantageous and which represents the best overall value to the Government, based upon an integrated assessment of Technical, Management, Relevant Past Performance, and Price Factors and their respective Subfactors. This is a best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) Part 15, as supplemented. A contract will be awarded to the offeror who is deemed responsible in accordance with the FAR, as supplemented, whose proposal conforms to the solicitation’s requirements and is judged, based on the evaluation Factors and Subfactors, to represent the best value to the Government.

The Government seeks to award to the offeror that the Government determines can best satisfy the objectives and requirements set forth in the solicitation. The Government may select for award the offeror whose price is not the lowest, but whose non-price proposals are sufficiently more advantageous to the Government to justify the payment of a higher price. Conversely, the Government may select for award the offeror whose price is lower, when the non-price factors of other offerors are not sufficiently more advantageous to justify the payment of a higher price. To arrive at a source selection decision, the Source Selection Authority (SSA) will consider the evaluation results of the source selection team, but will make an independent decision and select the offeror whose proposal represents the best value to the Government.

In order to be eligible for award, an offeror must be assessed a rating of ACCEPTABLE or better in all technical and management factors and subfactors and CONFIDENCE in the Past Performance factor.

The evaluation will place emphasis on the offeror demonstrating in its proposal an understanding of and capability to meet the specific program solicitation requirements that must be considered in performing the Simulation Center (SimCtr) contract.

The Government intends to award one contract, as determined to be most advantageous to the Government. The Government reserves the right not to award a contract depending on the quality of the proposal(s) submitted and the availability of funds.

M-2 EVALUATION OF PROPOSALS

a. Proposals will be evaluated for realism in terms of Technical, Management, and Cost/Price. Offers which are unrealistic, including unrealistically low or high cost proposals, may be judged to reflect a lack of understanding of the solicitation requirements. Inconsistencies between an offeror’s Technical, Management and Cost/Price proposals may result in a reduced rating or even total exclusion from contract award consideration. Cost/Price will be evaluated, but will not be scored.

b. All proposals will receive careful and impartial consideration. After initial review, the Contracting Officer may request more information or clarification of an offeror’s proposal to assure sound, impartial evaluation.c. The Government intends to evaluate proposals and award a contract without discussions except clarifications as described in FAR 15.306(a). Therefore, the offeror’s initial proposal should contain the offeror’s best terms from a cost/price, management and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, then the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.

M-3 EVALUATION CRITERIA, FACTORS AND SUBFACTORS

a. The structure of the evaluation criteria, to be applied in this procurement, is summarized in outline form below:

Page 63: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 63 of 67

FACTOR 1: TECHNICAL

Subfactor 1: Technical ApproachSubfactor 2: Corporate Capabilities

FACTOR 2: MANAGEMENT

Subfactor 1: Qualifications and Allocation of PersonnelSubfactor 2: Recruitment and RetentionSubfactor 3: Management Control SystemSubfactor 4: Transition Plan

FACTOR 3: RELEVANT PAST PERFORMANCE

FACTOR 4: COST/PRICE

b. An award will be made to the offeror proposing the best value to the Government based upon an integrated assessment of the evaluation Factors and Subfactors described above. Factor 1 (Technical), Factor 2 (Management) and Factor 3 (Past Performance) are equally important. When combined, the technical factor 1, management factor 2, and past performance factor 3, are substantially more important than Cost/Price factor 4. The Technical Subfactors 1 and 2, are of equal importance. Management Subfactors 1, 2, and 3 are of equal importance and each is more important than Management Subfactor 4.

c. The following is a detailed description of the evaluation criteria to be utilized:

FACTOR 1: TECHNICAL

This Factor and each of its Subfactors will be evaluated based on the assessed strengths, weaknesses, deficiencies, and associated risks of the Technical proposal. Subfactors will be individually evaluated. Subfactor ratings will be rolled up into an overall rating for the Technical Factor.

Subfactor 1: Technical Approach

This evaluation subfactor will be used to gauge the offeror’s technical understanding and approach to successfully support the PWS and the offeror’s capability to complete multiple diverse and complex tasks simultaneously. Evaluation of the offeror’s technical understanding of the PWS will be based upon the offeror’s proposed technical approach and corporate capabilities. The Government will evaluate the offeror’s identification of critical support requirements and recommended approaches. The Government will evaluate the offeror’s understanding of the requirements of the SimCtr PWS and the likelihood that the offeror will successfully meet the requirements with acceptable risk.

The Government will evaluate an offeror’s proposed approaches and processes for accomplishing each functional requirement. The Government will evaluate the offeror’s technical proposal for completeness of response; realistic and obtainable proposals/solutions; innovativeness; quality control procedures; efficiencies of the offeror’s proposed technical approach; and rationale for the labor mix required to successfully perform the technical requirements of the PWS. The technical evaluation will assess if the offeror’s proposed basic operations labor mix based on the proposed technical approach will result in the successful performance of the PWS.

The approach to all technical aspects of the Transition Plan will be evaluated under this Subfactor. The offer will be evaluated to assess the probability of a successful Transition given the proposed technical approach and the application of that approach to the transition. Offers should demonstrate a thorough understanding of the SimCtr and the tasks required for a successful transition.

Subfactor 2: Corporate Capability

Page 64: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 64 of 67

The Government will evaluate the depth and breadth of the offeror’s corporate capabilities, expertise, processes and procedures to determine the offeror’s ability to efficiently and effectively perform the SimCtr PWS. The offeror will be evaluated for the degree to which its corporate capabilities, expertise, processes and procedures support the SimCtr technical requirements and the offeror’s ability to provide expanded technical support if required. The Government will evaluate the proposal for demonstrated corporate capability in operating High Performance Computing facilities similar to the SimCtr. The Government will consider the offeror’s submitted quality awards, achievements and/or certifications in evaluating the offeror’s corporate technical capabilities, expertise, processes and procedures.

FACTOR 2: MANAGEMENT

This Factor and each of its Subfactors will be evaluated based on the assessed strengths, weaknesses, deficiencies, and associated risks of the Management proposal. Subfactors will be individually evaluated. Subfactor ratings will be rolled up into an overall rating for the Management Factor.

This evaluation Factor is used to gauge the offeror’s management understanding and approach to perform the PWS. The Government will evaluate the offeror’s understanding of the requirements and the likelihood that the offeror will successfully meet the requirements with acceptable risk.

Subfactor 1: Qualification and Allocation of Personnel

The Government will evaluate the offeror’s understanding, ability and commitment to provide competent and productive personnel with the necessary specialized and unique qualifications associated with supporting the evolving critical SimCtr mission. Evaluation will assess background, knowledge, expertise, experience, skills, training, and security clearances of the proposed key management and key team members to successfully satisfy the requirements in the PWS. The offeror will be evaluated on proposed key personnel, proposed labor mix for Transition and full operations including the flexibility within the offeror's corporate structure to adjust the number of assigned personnel in response to fluctuating requirements. Key personnel resumes will be evaluated for qualifications, including security clearances, certifications, education, and specific applicable knowledge, experience, expertise, skills, training, and abilities. As provided in Section L, the Government will evaluate the offeror’s rationale for the mix of labor categories and direct productive person hours (DPPH) by labor category.

Subfactor 2: Recruitment and Retention

The offeror will be evaluated on the proposed approach to recruiting and retaining qualified key and non-key personnel. The Government will assess the personnel system to be used for recruiting and retaining a quality workforce. The information provided in the contractor’s proposal relative to responsibilities, policies, recruiting processes, termination procedures, hiring procedures, compensation policies (to include, but not limited to: retirement plan, overtime, uncompensated overtime or effort, relocation allowances, leave, compensatory time, sick leave, health benefits, bonuses, severance pay, incentive pay, educational assistance), and other policies will be evaluated. The Government will assess the offeror’s plans and ability to accommodate fluctuating workloads, minimize turnover, and retain qualified experienced personnel for the term of the contract.

Subfactor 3: Management Control System

The Government will assess the offeror’s management control system for effective planning for control of resources, and the process for accounting and collecting costs for separate tasks, to accomplish multiple and complex tasks and/or task orders simultaneously. The Government will assess the offeror’s commitment to overall responsiveness, including top-level management and program management. The Government will assess the commitment obtained from each proposed subcontractor and/or team member for providing future services, as well as the process for managing and controlling subcontractors and/or team members to include the reporting and review requirements imposed. The Government will assess the capability of management controls to provide early visibility/resolution for project management, technical, cost, schedule problems, defining the contract work, assigning responsibility, determining staffing levels and labor mix, performing special requirements, and providing appropriate detailed cost and schedule data to contract management and to the Government. The

Page 65: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 65 of 67

Government will evaluate how well the accounting and cost reporting processes provide current, accurate information to the Government. The Government will evaluate the Organizational Conflict of Interest (OCI) plan which details how the offeror will ensure compliance with the OCI clause in Section H. The Government will assess the proposed organization structure to include team members and/or subcontractors and how that organization fits into the overall corporate structure to determine if the management team has appropriate management authority, to include the process for managing and controlling subcontractors, team members, and/or joint venture (J/V) partners.

Subfactor 4: Transition Plan:

The Government will evaluate the transition plan to measure understanding of the total SimCtr mission and the complexity of the varied systems, information and property to be transitioned. The Government will assess how the offeror will prepare for full contract responsibility to include program transition from the present contractor to allow for continuity of program support and interface with all SimCtr users, as applicable. The Government will assess how the transition plan will impact SimCtr schedule/technical support. Note: the approach to all technical aspects of the Transition Plan will be evaluated under Subfactor 1 of the Technical Factor.

FACTOR 3: RELEVANT PAST PERFORMANCE

The Government Past Performance Team (PPT) will evaluate the quality and the depth and breadth of relevant experience of the offeror, including that of any proposed team members, subcontractors and joint venture partners. The evaluation will assess corporate experience on Government contracts of similar size, scope, and complexity in providing like or similar services. The record of past performance, including that of proposed team members, subcontractors and joint venture partners under similar/related contracts over the past three (3) years, will be evaluated to assess experience in performing the requirements of the PWS. In determining relevance, more consideration will be given to projects similar to the SimCtr program solicitation requirements than to those that are less similar. Projects performed by the offeror will be given greater weight than those performed by teammates or subcontractors.

Offerors with no relevant performance record will not be rated either favorably or unfavorably on past performance.

If contract teams have no past performance, the Government will evaluate the past performance of each individual firm. The Government will not utilize a weighting or average when evaluating the past performance of each individual firm (or joint venture). Each contractor’s past performance will be evaluated for the portion or type of effort that particular firm is anticipated to perform in support of the SimCtr requirement.

In assessing the performance of an offeror, the Government reserves the right to use both data provided by the offeror and data obtained from other sources such as the Past Performance Information Retrieval System (PPIRS) and Contractor Performance Assessment Report System (CPARS); similar systems of other Government departments and agencies; questionnaires tailored to the circumstances of this acquisition; Defense Contract Management Agency (DCMA) channels; interviews with program managers and contracting officers; and other sources known to the Government. Performance Risk will be assessed for this factor.

Evaluation Process

Performance confidence is assessed at the overall Past Performance Factor level after evaluating aspects of the offeror’s recent and relevant past performance, focusing on performance that is relevant to the SimCtr program solicitation requirements. To be recent, the effort must be at least six months old and must have been performed during the past three years from the solicitation closing date. Past performance information that does not meet this condition will be rated neutral. If any part of the performance falls within the above timeframe, then the contract in its entirety may be evaluated for past performance.

Relevance Assessment

Page 66: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 66 of 67

The PPT will conduct a relevance assessment of all recent and relevant past performance information to determine how closely the efforts performed under those contracts relate to the SimCtr mission solicitation requirements. Specifically, the Government will evaluate the contract past performance data submitted and relevant information from the Past Performance Information Retrieval System (PPIRS) and Contractor Performance Assessment Report System (CPARS). Consideration will be given to similar service, similar complexity of effort, breadth and depth of skills, similar contract scope and type, and schedule. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, team member, J/V partner, and/or subcontractor whose contract is being reviewed and evaluated. The Government will consider the portion of the effort accomplished on previous/current contracts compared to the portion to be performed on the proposed effort.

When relevant performance record indicates adverse past performance problems, the Government will consider the number and severity of the problems and the appropriateness and effectiveness of any corrective actions taken (not just planned or promised). The Government may review more recent contracts or performance evaluations to ensure corrective actions have been implemented and to evaluate its effectiveness.

Performance Quality Assessment

The PPT will conduct a performance quality assessment of past performance, including that of the prime contractor, teaming partners, J/V partners and/or subcontractors, to determine how well the offeror performed on prior similar projects/contract, which will be determined based upon responses to the Performance Questionnaire (provided in Section J) and relevant information from PPIRS and CPARS. Additionally, the PPT may utilize information provided in interviews with program managers and contracting officers, as well as other sources known to the Government. Overall Confidence Assessment

As a result of the analyses described above, each offeror will receive an overall confidence assessment.

FACTOR 4: COST/PRICE

Cost/Price will be evaluated, but will not be rated. The Cost/Price factor is comprised of reasonableness and realism.

Reasonableness and realism will be assessed in accordance with the following criteria: Various price analysis techniques will be used in determining the reasonableness and realism of proposed base labor rates; loaded labor rates; Travel, Hardware/Software, Vendor Maintenance, and other ODCs; and bottom-line prices related the overall five(5) year contract. Proposed Hardware/Software dollars, Vendor Maintenance dollars, Travel dollars and ODC dollars will be evaluated to determine whether they are in accordance with the RFP requirements. The results of the cost realism analysis will be applied to the evaluation of the Technical and Management Factors to aid in assessing the offeror's understanding of the magnitude and complexity of the contract requirements.

The Government reserves the right to contact an offeror to ask for clarifications of its cost estimate; however, unless discussions are held, the contractor will not be permitted to change its proposed price.

The Government reserves the right to prepare a Most Probable Cost (MPC) for use in determining the significance of underbid labor rates/errors. For example, under circumstances where it would be likely that the Government would negotiate a higher labor rate in order to hire a qualified individual, the MPC will be considered, along with the proposed price when determining Best Value.

Evaluation of the cost/price proposal will be based on the information presented in the proposal and information available to the contracting office from sources deemed appropriate. Sources typically considered include the Defense Contract Audit Agency, Defense Contract Management Administration offices, other contracts with same firms for similar items or services, and known commercial sources such as Huntsville/Madison County Chamber of Commerce wage and benefit surveys, Data Resources, Inc. and Standard and Poor’s.

Page 67: ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFICATION: All ...

W9113M-08-R-0006

Page 67 of 67

The cost/price proposal will be evaluated to determine if the proposed costs are realistic and consistent with the technical and management proposals with regard to the nature, scope and duration of the work to be performed. Proposals which are unrealistic in terms of technical or schedule commitments, or unrealistically high or low in terms of cost, may be deemed to be reflective of an inherent lack of technical competence, or indicative of a failure to comprehend the complexity and risks of the proposed work and may be grounds for rejection of the proposal or a downgrade of their Management and/or Technical Factor rating(s). Results of the analysis will also be used in Proposal Risk assessments. A proposal which is determined to be unrealistic will be assessed as having high risk.

M-4 RATINGS AND RISK

The evaluation of the Technical, Management and Cost/Price factors will assess the proposal risk associated with an offeror’s proposal for satisfying the Government’s requirement. Proposal risk assessment is integral to the evaluation of the Technical, Management and Cost/Price factors. Proposal risk assessment focuses on the risks and weaknesses associated with the offeror’s proposed approach and may include an assessment of the potential for disruption of schedule, increased cost, degradation of performance, and the need for increased Government oversight, as well as the likelihood of unsuccessful contract performance. Evaluators will consider the probability of success, the impact of failure, and any proposed risk mitigation strategies as an integral part of the Factor and Subfactor evaluations. Inconsistencies between an offeror’s Technical, Management and Cost/Price proposals may result in a reduced rating or total exclusion from contract award consideration.

PROPOSAL RISK RATING

Proposal risk assessment focuses on the risks and weaknesses associated with the offeror’s proposed approach and may include, but is not limited to, an assessment of the potential for disruption of schedule, increased cost, degradation of performance, and the need for increased Government oversight, as well as the likelihood of unsuccessful contract performance. The Government will assess the probability of success, the impact of failure, and the offeror’s proposed risk mitigation solutions when assessing proposal risk.


Recommended