GEOSCOUT FINAL RFP 9 DECEMBER 2002 SECTIONS A-K AWARD TERM PLAN AWARD FEE PLAN CDCG DD-254 WBS

Document Type: 
Collection: 
Document Number (FOIA) /ESDN (CREST): 
0005521405
Release Decision: 
RIFPUB
Original Classification: 
U
Document Page Count: 
213
Document Creation Date: 
June 24, 2015
Document Release Date: 
April 16, 2010
Sequence Number: 
Case Number: 
F-2009-01001
Publication Date: 
December 9, 2002
File: 
AttachmentSize
PDF icon DOC_0005521405.pdf12.54 MB
Body: 
UNCLASSIFIED GeoScout Final RFP 9 December 2002 Sections A-K Award Term Plan Award Fee Plan CDCG DD-254 WBS APPROVED FOR RELEASED DATE: 15-Apr-2010 UNCLASSIFIED UNCLASSIFIED GeoScout Final RFP 9 December 2002 Section L Section M Statement of Work UNCLASSIFIED SOLICITATION OFFER AND AWARD 1. THIS CONTRACT ISARATEDORDER RATING PAGE OF PAGES , UNDER DPAS (15 CFR 700) 2. CONTRACT NUMBER 3. SOLICITATION NUMBER 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE NUMBER SEALED BID (IFB) NEGOTIATED (RFP) 8. ADDRESS OFFER TO (If other than Item 7) handcarried, in the depository located in until local time (Hour) (Date) 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 conditions contained in this solicitation. 10. FOR INFORMATION CALL: PAGE(S) (X) SEC. A SOLICITATION/CONTRACT FORM I CONTRACT CLAUSES B SUPPLIES OR SERVICES AND PRICES/COSTS PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. C DESCRIPTIONISPECS./WORK STATEMENT J LIST OF ATTACHMENTS D PACKAGING AND MARKING PART IV - REPRESENTATIONS AND INSTRUCTIONS E INSPECTION AND ACCEPTANCE K REPRESENTATIONS, CERTIFICATIONS AND OTHER F DELIVERIES OR PERFORMANCE STATEMENTS OF OFFERORS G CONTRACT ADMINISTRATION DATA L INSTRS., CONDS., AND NOTICES TO OFFERORS H SPECIAL CONTRACT REQUIREMENTS M EVALUATION FACTORS FOR AWARD OFFER (Must be fully completed by offeror) CODE 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 10 CALENDAR DAYS (%) 20 CALENDAR DAYS (%) 30 CALENDAR DAYS (%) CALENDAR DAYS (%) (See Section I, Clause No. 52.232-8) 14. ACKNOWLEDGMENT OF AMEND- AMENDMENT NO. DATE AMENDMENT NO. DATE MENTS (The offeror acknowledges recei t of p amendments to the SOLICITATION for offerors and related documents numbered and dated : CODE FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print) 15A. NAME AND ADDRESS OF OFFER- OR 15B. TELEPHONE NUMBER 15C. CHECK IF REMITTANCE ADDRESS IS 17. SIGNATURE 18. OFFER DATE AREA CODE NUMBER EXT. [J DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE. AWARD (To be completed by G overnment) 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 23. SUBMIT INVOICES TO ADDRESS TEM 10 U.S.C. 2304(c) ) 41 U.S.C. 253(c) ( ) SHOWN IN (4 copies unless otherwise specified) 24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE 26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE (Signature of Contracting Officer) AUTHORIZED FOR LOCAL REPRODUCTION Previous edition is unusable STANDARD FORM 33 (REV. 9-97) Prescribed by GSA - FAR (48 CFR) 53.214(c) Offerors may provide comments in their proposal on the structuring of Section B for post-award (See L-4). B.l 152.215-707 Scope of Contract (Firm Fixed Price/Cost-Reimbursement/Award Fee/Award Term, with a Statement of Work and Task Orders)(Modified)(APR 1984) The Contractor shall, in accordance with the terms and conditions set forth hereafter, furnish the necessary qualified personnel, services, travel, facilities, and materials (except those specifically designated to be provided by the Government) and do all things necessary and incident to completion of the contractual effort in accordance with the Section C, Statement of Work (SOW) and Task Orders. Based upon the approval of a Block Business Case and Implementation Plan, a Task Order with appropriate Contract Line Item Numbers and contract type will be issued. (a) Receive a negotiated approved task authorization document from the assigned Contracting Officer (CO) prior to commencement of a given task. The task authorization document shall include, but not necessarily be limited to, the following: (1) A brief description of the task to be performed. (2) The estimated duration of the task `s period of performance (3) Authorization for travel outside the Contractor's local area, if travel allowances/limitations are identified as a part of the contract. (4) Signature by the cognizant CO. (b) Conduct and/or participate in a Progress' Review Meeting, as required by the COTR, in order to review task performance and completion. B.2 152.216-703 Type of Contract and Consideration (FFP/CPAF/AT) (Modified)(SEP 2001) This is a hybrid Firm Fixed Price/Cost-Plus-Award Fee/Award Term (CPAF/AT) completion type contract with Task Orders, as described under Federal Acquisition Regulation (FAR) 16.405-1 and 16.405-2, in the total estimated amounts set forth below for the period of performance through FY TBD: (a) Estimated Cost: $[ ] (b) Maximum Award Fee (Profit): $[ ] (c) Total Estimated FFP/CPAF: $1 ] The base period of performance through Block 1 is estimated at the amounts set forth below for the performance period through TBD. (a) Estimated Cost: $1 ] (b) Maximum Award Fee (Profit): $[ ] The base period of performance through Block 2 to include the 1st Award Term Evaluation Period is estimated at the amounts set forth below for the performance period through TBD. (a) Estimated Cost: $[ ] (b) Maximum Award Fee (Profit): $[ ] (c) Total Estimated FFP/CPAF: $[ ] The period of performance through Block 3 to include the 2d Award Term Evaluation Period is estimated at the amounts set forth below for the performance period through TBD. (a) Estimated Cost: $[ ] (b) Maximum Award Fee (Profit): $[ ] (c) Total Estimated FFP/CPAF: $[ ] The period of performance through Block 4 to include the 3d-'-' Award Term Evaluation Period is estimated at performance period through FY TED. the amounts set forth below for the (a) Estimated Cost: $[ (b) Maximum Award Fee (Profit): $[ (c) Total Estimated FFP/CPAF: $[ ] The Government reserves the right to exercise yearly options not to exceed 4 yrs after FY TBD at the Not To Exceed amount of $ TBD per year. These options are to cover any re-compete of this contract and transition period. B.3 152.216-720 Estimated Cost and Consideration (FFP/CPAF/AT) (AUG 1996) (a) It is estimated that the total cost of this contract will not exceed $[ TBD ], exclusive of the Contractor's fee/profit, and the work will be completed on or before FY TBD, but neither the Government nor the Contractor guarantees the accuracy of these estimates. (b) As consideration for its undertakings under this contract, the Contractor shall receive the following: (1) Extension of the base period of performance as set forth in the Award Term Plan under Attachment "[ TBD ]" of this contract. (2) Reimbursement of cost in accordance with the contract clause entitled, "Allowable Cost and Payment." (3) A maximum possible Fee/Profit (Award) in the amount of $[ TBD ], which together with the reimbursement(s) provided for under "Allowable Cost and Payment" shall constitute complete compensation for the Contractor's services or performance in connection with this contract, subject to the withholding (4) The estimated cost and award fee (profit) is predicated upon the Contractor furnishing the total effort specified under the Task Orders of this contract. In the event that the total effort is not provided, as specified, the fee may be adjusted accordingly. (5) Award Fee shall be available for consideration of payment under the terms of the "Award Fee Provisions" set forth under Attachment "[ TBD ]" of this contract. The availability of maximum Award Fee dollars, with respect to the evaluation periods is as follows: No. Period Available Award Fee Earned (c) A provisional/interim fee payment, equivalent to [ TED ] percent of the allowable costs incurred, is authorized for payment under this contract. Payment and/or adjustment of such provisional/ interim fee, to reflect the actual fee earned/awarded during any given evaluation period, shall be made in accordance with the procedures and under the terms and conditions described under the clause entitled "Provisional Fee Payment and Adjustment." B.4 152.216-725 Incorporation of Award, Schedule, Performance and Cost Incentives (APR 1990) The parties hereto agree that the fee payable under this contract shall be established by applying award, performance, schedule and cost incentives (both positive and negative) in accordance with the award fee schedule attached hereto and made a part hereof. B.5 152.232-703 Limitation of Funding (AUG 1996) Pursuant to the "Limitation of Funds" clause, the funding presently available and allotted for the performance of this contract is set forth below. The Government shall not be obligated to reimburse the Contractor for costs incurred in excess of this amount and the Contractor shall not be obligated to continue, performance under this contract or otherwise incur costs in excess of the stipulated amount. The period of performance estimated to be covered by the allotted amount is set forth below. SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT The Sponsor's Statement of Work entitled GeoScout Modernization Contract dated 9 December 2002, which is incorporated by reference, or attached hereto, and made a part of this contract. SECTION D - PACKAGING AND MARKING D.1 152.247-701 Identification and Marking of Shipments (AUG 1996) (a) General: It is an express condition of this contract that the Contractor will make no reference of any nature to the purchaser in connection with the shipment of materials or the shipping documents pertaining to this contract. This includes, but is not limited to the items being furnished, instruction books, blueprints, manuals, packing lists, instruction plates or identification plates. There shall be no reference to the purchaser on or in any shipping container, shipping documents or billing documents. The Bill of Lading shall show the consignee as cited on Schedule "A" of the contract. (1) No stenciling shall be applied to the shipping container except for the following: (i) Weight, dimensions, and cubic content of container. (ii) Caution markings for handling purposes, such as: "DELICATE INSTRUMENT," "THIS SIDE UP," "FRAGILE," and "CENTER OF BALANCE" (on large items), etc. (2) The consignee address as given above in paragraph (b) shall be marked on a shipping tag or label that shall be securely fixed on the container by use of a waterproof adhesive or stapled to the container. Such markings shall be protected by a coat of transparent water-repellent material. (i) Each exterior container shall bear a number relative to the total number of containers in the shipment, e.g., PKG. 1 of 5. (ii) Set marking - where an equipment item constitutes a set, and is packed and shipped unassembled in two or more separate pieces, each container shall be marked with the set or assembly number, the number of the container relative to the number of containers comprising the complete set, and the total number of containers in the particular set or assembly, together with a brief description of the component part contained therein. Thus, a box containing a control panel which is the third container of a group of four making up set number two would require the following special set markings: Set No. 2, Package 3 of 4, Control Panel. (iii) Container numbering shall not be stenciled on the containers but shall be applied by tag or label as described in paragraph (c)(2). (1) No markings shall be applied on any interior packaging material or container that would identify the purchaser. (2) Each primary wrapper, envelope, bag, folding carton or other packaging material enclosing each assembly, part or group of similar parts shall be marked so that it may be readily identified against the packaging list. Each secondary and all other overwrap material shall be marked as to the contents enclosed in the package. The markings shall include the following: (i) One of the following headings: (A) Part of the Basic Unit (removed to facilitate packing) (B) Operating Spare Parts (C) Base Spare Parts (D) Tools (E) Service Equipment (F) Other category indicated in the contract. (ii) Brief nomenclature (iii) Quantity items that are not enclosed in a wrapper or carton shall be identified with a tag that includes the above information. (e) Packing Lists: A master packing list shall accompany each shipment or be forwarded under separate cover so that it reaches the consignee prior to the receipt of the shipment. The master packing list shall include: (1) Name and address of consignor (2) Name and address of consignee as in paragraph (b) above (3) Contract or Purchase Order Number (4) Government Bill of Lading Number covering the shipment, if any (5) Items being shipped shall be listed as required under one or more of the headings listed in paragraph (d) (2) (i) above (6) Stock and item number (7) Nomenclature of item (8) Quantity of each item (9) Location of each item by container number and set number when applicable (10) Any data specifically required to be included on the packing list, by the terms of the contract. (f) Unassembled Items,. (1) Identification of connection components. When it is necessary to remove components to facilitate packing, all connecting wires, conduits, leads and other objects disconnected shall be tagged in such a manner so as to readily identify lines of the various components. (2) Shipping bolts, collars, etc. All objects that are attached to assemblies for packing purposes that require removal before the item can be put in operation, shall. be labeled accordingly in a conspicuous manner. D.2 152.247-703 Additional Packaging and Marking Instructions (AUG 1996) (a) Packing and shipment will be the responsibility of the Contractor and is included in the contract price. (b) The Contractor will clearly mark both the external shipping container and shipping invoice with the status of the item being shipped to the Government (i.e., "First Article," "prototype/exemplar", or "production deliverable"). In addition, the carton shall also be marked with the Document Control Number (DCN) and Contract Number. (c) The exemplar shall be returned in working condition to the Government with the delivery of the production First Article. If needed, the accepted First Article will be returned to the Contractor. (d) The contract price includes the return shipment costs incurred when returning the Government supplied prototype/exemplar. D.3 152.247-705 Additional Identification and Marking of Shipments (AUG 1990) In the event of conflict between the clauses in this section, this clause shall take precedence. Identification and marking of shipments shall be in accordance with the identification and marking requirements identified in the [ ] utilized when making shipments to the [ I- Packing and packaging shall be in accordance with those specifications and/or statement of work indicated under Sections C and J of this contract. In the event such are not applicable, packing and packaging shall be in accordance with standard commercial practice for domestic shipment, as set forth in the Uniform Freight Classification for commercial practice, to assure arrival at destination in serviceable condition. Exterior of the container(s) shall bear the item numbers, and (consignee) address, order/contract number, and consignor address. The shipping indicator (mark for number) must appear on all boxes and packing lists. The packing lists shall be affixed conspicuously on the outside of all boxes, or transmitted by hand at time of delivery. Failure to follow the packing and packaging instructions, as well as the identification and marking instructions (including marking all boxes with the mark for number), shall be considered noncompliance with this contract/order; packages may be rejected and returned to the contractor, at the contractor's expense. Compliance with these instructions will aid in the receipt and acceptance of deliverable items, and facilitate the payment of invoices. 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/these address(es): http://www.arnet.gov/far/ E.2 52.246-3 Inspection of Supplies - Cost-Reimbursement. MAY 2001 E.3 52.246-5 Inspection of Services - Cost-Reimbursement. APR 1984 E.4 52.246-2 Inspection of Services - Fixed Price. AUG 1996 E.5 52.246-4 inspection of Supplies - Fixed Price. AUG 1996 E.6 152.215-718 Testing Related to Electronic Communication Equipment (APR 1984) The Contractor understands and agrees that any testing plan or activity related to electronic communications equipment developed, produced, or used under this contract will require approval of the Contracting Officer to ensure compliance with provisions of Executive Order 12333 and Attorney General-approved implementing procedures. If such testing is contemplated under this contract, Contractor must communicate with the Contracting Officer or a designated customer representative as early as possible for specific information and guidance concerning approved Executive Order procedures. Prior to receipt of approval, the Contractor will not engage in any such testing which may, in any way, involve the collection of the contents of nonpublic communications of individuals without their consent. E.7 152.246-702 Inspection and Acceptance at Destination (General) (APR 1990) Final inspection and acceptance of work accomplished, services provided and/or items produced or deliverable under this contract shall be performed at destination by cognizant Government personnel. The inspection or acceptance of work accomplished and/or items produced or deliverable under this contract shall be performed in accordance with the procedures and prerequisites established under the Inspection and Acceptance Test Procedures developed by the Contractor and approved by the Government for application under the contract provision entitled "Inspection and Acceptance." (a), Final inspection and acceptance shall be performed at destination, in accordance with the terms and conditions of the referenced GSA schedule, by cognizant Agency personnel. (b) THE TERMS AND CONDITIONS UNDER THE GSA SCHEDULE FOR LIQUIDATED DAMAGES AND 30 DAYS' INSPECTION AND ACCEPTANCE ARE HEREBY INCORPORATED AS A PART OF THIS DELIVERY ORDER BY REFERENCE. F.1 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/these address(es): http://www.arneL.gov/far/ F.2 52.242-15 Stop-Work Order. AUG 1989 F.3 52.242-17 Government Delay of Work. APR 1984 When the Contractor encounters difficulty in meeting performance requirements, or anticipates difficulty in complying with the contract delivery schedule or date, it shall immediately notify the Contracting Office in writing giving pertinent details; provided, however, that this data shall. be informational only in character and that this provision shall not be construed as a waiver by the. Government of any delivery schedule or any rights or remedies provided by law or under this contract. At a minimum, the period of performance of this contract shall be from 1 April 2003 to the completion of Block II. At a maximum, the period of performance of this contract shall be from Award of Contract to FY TBD (depending on Award Term Plan). After FY TBD at the Governments discretion options may be exercised for up to four (4) additional years to allow for a transition period. The base period shall be approximately four years with any follow-on Blocks in accordance with the Award Term Plan or any additional one year options that may be exercised. The principal place of performance under this contract shall be the Contractor's facility located at TBD. F.7 152.242-708 Contract Status Report (DEC 2001) Monthly contract status reports shall be submitted in [ CO to insert number of copies ] copies to the Contracting officer not later than 15 calendar days after the close of the month covered by the report. Such report shall be in the format as provided in the attached Monthly Contract Status Report exemplar. Failure to submit this report will result in delay in payment of invoices- F.8 152.242-709 Shipping instruction - Consignees (AUG 1996) if not specified in the contract, the Contractor shall request the names of consignees of all supplies or equipment to be delivered by the Contractor not later than thirty (30) days prior to the date on which any of the articles are ready for shipment. (a) In the event any material or items are, or may later become, SECRET or CONFIDENTIAL, and when the size or weight of such material or items classified SECRET or CONFIDENTIAL makes shipment by registered mail impractical, commercial shipment shall be made as directed by the Contracting Officer. The material must be securely crated and banded and, prior to shipment, the Contractor shall advise the Contracting Officer of: (1) the date the material shall be shipped; (2) the approximate date of arrival; and (3) the approximate weight, size, and number of cartons. (b) Bulk shipments of TOP SECRET material shall be made only after the Contractor notifies the Contracting Officer that the material is ready for shipment and requests specific instructions regarding such shipment. F.10 152.242-711 Shipping Instructions - COTR Directed (AUG 1996) Deliverable reports and data submissions shall be delivered in accordance with instructions to be provided by the Contracting Officer's Technical Representative (COTR). In the event deliverable items are classified TOP SECRET, SI/TK or other compartmented categories they shall be sent through Government approved courier channels to [ TBD J. Other contract documentation or noncompartmented classification through SECRET may be forwarded by registered mail to [ TBD ]. In the event any item under this contract is personally delivered to the COTR, the Contractor shall obtain a signed receipt in duplicate from the COTR. One copy of the receipt shall be attached to the Contractor's invoice submitted for payment for such item(s). Failure to do so may result in delayed payment. SECTION G - CONTRACT ADMINISTRATION DATA G.1 152.204-717 Settlement - Cost Type Contracts (JUN 2002) Upon completion of the subject contract, the Contractor shall submit the following documents: (a) Level-of-Effort Certification (if applicable, breakdown by labor category and hours expensed) (Three (3) copies required) (b) Electronic Funds Transfer Information (EFT) - The submission of this information is required to keep our payment database current. (One (1) copy required) (c) Final Government Furnished Property/Contractor Acquired Property (GFP/CAP) Statement - Disposition of Government Property (One (1) copy required) (d) Final Patent and Royalty Statement (in accordance with FAR 52.227-11, 52.227-12, and 52.227-13, as appropriate) (One (1) copy required) (e) Final Voucher (also referred to as Final Cumulative Claim and Reconciliation [FCCR)). Once final annual indirect expense rates have been established or the contractor wishes to use approved quick-close rates, Contractor shall submit a "FINAL" voucher. The receipt of an invoice marked "FINAL" shall initiate the settlement of this contract. (Three (3) copies required) One set of closeout documentation (a), (b), (c), and (d) shall be mailed, postage prepaid, to the Contracting officer at the address on page 1 of this contract. One complete set of closeout documentation shall be mailed, postage prepaid, to: Unclassified Address Contract Settlement 2A039 ND1 Washington, DC 20505 (703) 613-9746 If you have any questions in regard to the closeout procedure, please contact the settlements office directly. G.3 152.232-717 Invoicing and Payment Instructions (General) - Unclassified Association (JUN 2002) Invoices may be mailed to the following payment office: Commercial Claims Officer Post Office Box 70967 Southwest Station Washington, DC 20024-0967 Room 1N330, Attn: Kevin Hall. However, the preferred method of submitting invoices to the payment office is via facsimile (FAX) machine to the phone number that corresponds to the first letter of the contractor's name. In the event, the number is unavailable; the contractor may use the number of the next alpha group as an alternate. When original invoices are transmitted via FAX, do not follow up with additional mailed copies; doing so will result in the FAX option being made unavailable to your company. A - D (703) 613-9817 E - K (703) 613-9824 L - R (703) 613-9831 S - Z (703) 733-8576 The payment periods designated in the FAR provisions for Prompt Payment contained in this contract will begin the date a proper invoice is received in the payment office. A proper invoice must include: (a) Name of the business concern, invoice date, and date(s) supplies delivered or services performed. (b) Contract, purchase order, or delivery order number. An invoice that lacks a contract, purchase order, or delivery order number cannot be processed for payment. No other 'authorizations' are valid or acceptable. (c) Itemized cost elements and fee amount for both the current invoice's costs and for the cumulative cost elements and fee amounts (for cost reimbursable contracts); Itemized labor categories (for time and material or labor hour contracts); Description, price, and quantity of supplies and services actually delivered or rendered (for fixed price contracts, purchase orders and delivery orders). (d) Shipping and payment terms (for fixed price contracts, purchase orders, or delivery orders). (e) Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. Notice of an apparent error, defect, or impropriety in an invoice shall be given to the Contractor within 7 days of receipt of the invoice by the payment office. Inquiries regarding invoices can be made to the payment office on (703) 613-3530. Notwithstanding the provisions of the clause of this contract at FAR 52.216- 7, Allowable Cost and Payment, invoices or requests for contract financing payment shall be submitted not more often than once amonth. G.6 152.242-700 Authority and Designation of a Contracting Officer's Technical Representative (COTR) (A) (AUG 1996) (a) Authority. Performance of this contract is subject to the technical guidance, supervision and approval of the Contracting Officer or his designated representative. As used herein, "technical guidance" is restricted to scientific, engineering or other technical field-of-discipline matters directly related to the work to be performed. Such guidance may be provided for the purposes of filling in details, clarifying, interpreting or otherwise serving to accomplish the technical objectives and requirements of the contract. In addition and unless specified elsewhere in this contract, the authority of the designated representative is specifically limited to the technical administration of this contract and the inspection of supplies being produced, services being provided or work being performed to assess compliance with the scope, estimated cost (if Cost-Reimbursement), schedule and technical requirements of the contract. (b) Designation. Designation of a Contracting Officer's Technical Representative (COTR) will be accomplished by issuance of a letter signed by the Contracting Officer. Two copies of the letter, with reference to this clause, will be provided to the Contractor. The Contractor will acknowledge both the receipt of the designation and its understanding of the limited authority specified herein, by signing and returning a copy of the letter to the address indicated. (c) Notification. The Contracting Officer is the only representative of the Government authorized to negotiate, enter into, modify or take any other action with respect to this contract. Therefore, no other employee or representative of the Government has the authority to initiate a course of action which may alter the terms of this contract. All revisions to specifications, requirements or informal commitments which may involve a change in either the total cost/price, scope, delivery schedule or legal aspects of this contract must be accomplished by change order or supplemental agreement, to be negotiated and signed by the Contracting Officer. Should any action by Government personnel (other than the Contracting Officer) imply a commitment on the part of the Government, which would effect the terms of this contract, the Contractor must notify the Contracting Officer and obtain approval prior to proceeding. Otherwise, the Contractor proceeds at its own risk. (a) For the purposes of this contract, any transfer of the contractor's assets to a third party, or change to the contractor's name, that fall under FAR 42.12, will be processed in a centralized manner by the staff at the following address: Office of the Procurement Executive CFO/OPE/PES OHB 1B27 Washington, DC 20505 Secure Fax: (703) 482-9781 Unclassified Fax: (703) 482-9777 (b) Until the settlement of this contract is completed, the Contractor shall provide written notification to this staff via facsimile within (30) thirty days of any fore-mentioned changes. Along with details of the change, your notification shall provide a point of contact name, title, clearance level, and phone and fax numbers. (c) After receiving this notification, your designee will receive a letter with instructions to assist in the preparation of the novation/change-of-name package. Our organization will typically recognize Other Government Agency (OGA) Agreements; however, we have unique security requirements that must be addressed prior to formally accepting these agreements. (d) You are reminded that you must continue to invoice under your former name on existing contracts until this Agency accepts your novation and/or change-of-name agreement by issuance of a letter recognizing the agreement. In addition, you are NOT authorized to request changes to your banking information to recognize a successor company on existing contracts until this Agency accepts your novation and/or change-of-name agreement. Any delays in submitting the required information may impact your ability to invoice. (e) A submission of a novation or name change agreement does not guarantee approval by this organization and if a change is deemed unacceptable, the contractor will remain under contractual obligation to perform. The contract may be terminated for reasons of default should the contractor not perform. (a) The following clause is incorporated by reference [The Contracting Officer shall insert the FAR clause applicable to this procurement]: ] 52.245-2 Government Property (Fixed Price Contracts) 52.245-4 Government-Furnished Property (Short Form) [ X] 52.245-5 Government Property (Cost-Reimbursement, Time-and-Material, or Labor-Hour Contracts.) (b) Under the FAR clause reference above, the Government shall deliver to the Contractor the property identified in the [insert the Statement of Work, applicable Specification documents or Attachments] for use in the performance of this contract or such other contract(s) as may be authorized by the Contracting Officer, in the quantities and at the times specified. (c) The contractor shall verify the quantity and condition of the property identified above immediately upon receipt. Shortages and/or damaged or defective property shall be promptly reported to the Contracting Officer after having a confirming inspection thereof made by a designated representative of the Contracting Officer. The Contractor may also request a confirming inspection by the carrier's representative where it considers the damage to be attributable, in some degree, to the carrier. (d) When deemed necessary, a representative of the Contracting Officer will be present to inspect the condition of the property prior to packaging thereof for return to the Government. In order to accommodate this inspection requirement, the Contractor shall provide the Contracting officer with at least 24 hours' prior notice so that personnel may be assigned for these examinations. (e) The contractor's property control system shall provide annually the total acquisition cost for Government property for which the contractor is accountable under this contract, including Government property at subcontractor's plants and alternate locations. The contractor's annual report shall be prepared on a form provided by the Property Administrator and submitted no later than the date prescribed by the Property Administrator. (f) All inquiries regarding the issuance and disposition of the above property should be directed to the Contracting Officer. Note: The provision for reporting property at the completion or termination of a contract is contained in the standard FAR clauses that must be incorporated into the contract by reference. Standard FAR clauses 52.245-2 and 52.245-5 state that the contractor "shall comply with FAR subpart 45.5 as in effect on the date of this contract." (a) The following clause is incorporated by reference [The Contracting officer shall insert the FAR clause applicable to this procurement from the following list]: [ ] 52.245-2 Government Property (Fixed Price Contracts) [ 1 52.245-4 Government--Furnished Property (Short Form) [ X] 52.245-5 Government Property (Cost-Reimbursement, Time-and-Material, or Labor-Hour Contracts.) (b) Under the FAR clause referenced above, the Government shall deliver to the Contractor the property identified below for use in the performance of this contract or such other contract(s) as may be authorized by the Contracting Officer: ITEM ESTIMATED DELIVERY NO DESCRIPTION QTY VALUE DATE(S) (c) The contractor shall verify the quantity and condition of the property identified above immediately upon receipt. Shortages and/or damaged or defective property shall be promptly reported to the Contracting officer after having a confirming inspection thereof made by a designated representative of the Contracting Officer. The Contractor may also request a confirming inspection by the carrier's representative where it considers the damage to be attributable, in some degree, to the carrier. (d) When deemed necessary, a representative of the Contracting Officer will be present to inspect the condition of the property prior to packaging thereof for return to the Government. In order to accommodate this inspection requirement, the Contractor shall provide the Contracting Officer with at least 24 hours' prior notice so that personnel may be assigned for these examinations. (e) The contractor's property control system shall provide annually the total acquisition cost for Government property for which the contractor is accountable under this contract, including Government property at subcontractor's plants and alternate locations. The contractor's annual report shall be prepared on a form provided by the Property Administrator and submitted no later than the date prescribed by the Property Administrator. (f) All inquiries regarding the issuance and disposition of the above property should be directed to the Contracting Officer. Note: The provision for reporting property at the completion or termination of a contract is contained in the standard FAR clauses that must be incorporated into the contract by reference. Standard FAR clauses 52.245-2 and 52.245-5 state that the contractor "shall comply with FAR subpart 45.5 as in effect on the date of this contract." G.11 152.245-704 Government-Furnished Property, Facilities And Services (AUG 1996) (a) The following clause is incorporated by reference [The Contracting Officer shall identify the FAR clause applicable to this procurement from the following list]: [ X ] 52.245-5 Government Property (Cost-Reimbursement, Time and Material, or Labor-Hour Contracts), (b) Under the contract FAR clause for Government-Furnished Property, and at no expense to the Contractor, the Government shall provide the property, facilities and/or services identified below, for use in the performance of this contract or other such contract(s) as may be authorized by the Contracting Officer. (c) The contractor's property control system shall provide annually the total acquisition cost for Government property for which the contractor is accountable under this contract, including Government property at subcontractor's plants and alternate locations. The contractor's annual report shall be prepared on a form provided by the Property Administrator and submitted no later than the date prescribed by the Property Administrator. (d) All inquiries regarding the issuance and disposition of the above property should be directed to the Contracting Officer. Note: The provision for reporting property at the completion or termination of a contract is contained in the standard FAR clauses that must be incorporated into the contract by reference. Standard FAR clauses 52.245-2 and 52.245-5 state that the contractor "shall comply with FAR subpart 45.5 as in effect on the date of this contract." G.12 152.245-706 Government Property Administration And Control (JUN 2002) (a) For the purposes of this contract, property administration authority is delegated to the Agency Property Administrator. (b) The Contractor shall maintain adequate property control procedures and records and a system of identification of all Government property whether Government Furnished Property (GFP) or Contractor Acquired Property (CAP). (c) The Contractor shall designate a property administrator for establishing and maintaining control over Government Property accountable to this contract in accordance with FAR Part 45. The Contractor shall provide written notification of the name and telephone number of the designated property administrator to the Agency Property Administrator at the address indicated below, within thirty (30) days after receipt of this contract. Contract Settlement 2A039 ND1 Washington, DC 20505 Attn: Property Administrator 703-613-9725 (d) Upon contract completion or when GFP or CAP is no longer needed for contract performance, the Contractor shall request property disposition instructions from. the Contracting Officer. Notwithstanding the Clause [ ] entitled "Use of Government Property on a No-Charge, Non-interference Basis," and [ ] related thereto, it is mutually understood and agreed that since scheduling the use and maintenance of property (as defined in the below mentioned clause) acquired or accountable under [ I is controlled by the Contractor (or his subcontractors), no claim for unavailability or unsuitability for use will be recognized by the Government as defined in the clause of this contract entitled "Government Property." However, in the event the Government should make such property unavailable or unsuitable for use under this contract by written direction, the Contractor shall be entitled to an equitable adjustment. Failure to agree on the equity of any such adjustment shall be deemed a dispute concerning a question of fact within the meaning of the clause entitled "Disputes." Reference to the contracts listed in [ ] shall be deemed to refer to any contract which superseded such contracts and this contract need not be modified to refer to the superseding contract. G.14 152.245-708 Use of Government Property on a No-Charge, Non-Interference Basis (APR 1990) (a) The Contractor is authorized to use, in performance of this contract and on a no-charge, non-interference basis, those Government owned properties (for the purposes of this clause property is defined to include facilities, equipment, special tooling, special test equipment and data) accountable under those contracts cited in [ ] or their successor contracts. (b) If the Contractor enters into subcontracts with subcontractors who have Government owned property (as defined above) provided to them under other contracts which provide that no-charge use may be authorized, the Contracting Officer may authorize the use of such property on a no-charge basis, provided (i) he determines that such use will not give the subcontractor a favored competitive position, and (ii) this contract is modified to reflect adequate consideration to the Government for the use of such property on a no-charge basis. Such subcontracts shall specifically authorize the no-charge use, and require the manual approval of the Contracting Officer. No modification to this contract will be required, as provided in (ii) above, if the Contracting Officer determines that an elimination of charge for use of such property will of itself result in an adequate decreased cost to the Government under this contract. (c) If the Government owned property provided to the Contractor or any subcontractor hereunder on a no-charge basis are increased or decreased or do not remain available during the performance of this contract, or if any change is made in the terms and conditions under which they are made available, such equitable adjustments as may be appropriate will be made in the terms of this contract, unless such increase or decrease was contemplated in the establishment of the price of this contract or a subcontract. (d) The Contractor agrees that it will not directly or indirectly, through overhead charges or otherwise, include in the price of this contract, or seek reimbursement under this contract for, any rental charge paid by the Contractor for the use on other contracts of the property referred to herein. Any subcontract hereunder which authorizes the subcontractor to use Government property on a no-charge basis shall contain a provision to the same effect as this paragraph (d)_ The association of the Sponsor with the Contractor is unclassified. The maximum work to be performed is classified TS/SI/TK/B. The maximum classification of reports is classified TS/SI/TK/B. The maximum classification of hardware is classified TS/SI/TK/B. This classified information shall be divulged only on a need to know basis, and then only to those who have been authorized in writing by the Contracting Officer. Correspondence originated by the contractor and/or data to be submitted, the contents of which contain classified information shall be stamped by you with the classification [insert classification]. The attached CONTRACT DATA CLASSIFICATION GUIDE (CDCG) is incorporated into this contract. The CDCG is not all inclusive, but serves as a guide in connection with Contractor handling of classified materials. (a) Contracting Officer's Security Representatives (COSR) are the designated representatives of the Contracting Officer (CO) and derive their authorities directly from the CO. They are responsible for certifying the Contractor's capability for handling classified material and ensuring that customer security policies and procedures are met. The COSR is the focal point for the Contractor, CO, and COTR regarding security issues. The COSR cannot initiate any course of action that may alter the terms of the contract. The COSR for this contract is Kevin B. and can be reached on (202) 264-5934. (b) The provisions of this clause shall apply to the extent that any aspect of this contract is classified. (c) The Contractor is obligated to comply with all relevant clauses and provisions incorporated into this contract and with the "Contractor Secrecy and Security Agreement", Form 4177, and as referenced therein, the "National Industrial Security Program Operating Manual (NISPOM) dated January 1995 and a special classified compartment area security manual referenced in the contract as Addendum A, including any successor documents, revisions, or amendments to either or both documents when furnished to the Contractor and maintain a security program that meets the requirements of these documents. (d) Security requirements are a material condition of this contract. This contract shall be subject to immediate termination for default, without the requirement for a 10-day cure notice, when it has been determined by the Contracting Officer that a failure to fully comply with the security requirements of this contract resulted from the willful misconduct or lack of good faith on the part of any one of the Contractor's directors or officers, or on the part of any of the managers, superintendents, or equivalent representatives of the Contractor who have supervision or direction of: (2) All or substantially all of the Contractor's operations at any one plant or separate location in which this contract is being performed, or (3) A separate and complete major industrial operation in connection with the performance of this contract. (e) When deficiencies in the Contractor's security program are noted which do not warrant immediate default, the Contractor shall be provided a written notice of the deficiencies and be given a period of 90 days in which to take corrective action. If the Contractor fails to take the necessary corrective action, the Contracting Officer may terminate the whole or any part of this contract for default. The Contractor shall maintain and administer, in accordance with all relevant clauses and provisions set forth or incorporated into this contract and with a security program that meets the requirements of these documents. (f) When it is deemed necessary to disclose classified information to a Subcontractor in order to accomplish the purposes of this contract, the Contractor shall request permission of the Contracting officer prior to such disclosure. The Contractor agrees to include in all subcontracts all appropriate security provisions pertaining to this contract. (g) Classification Authority -- Executive order 12958 dated 20 April 1995, "Classified National Security Information," and implementation directives, provides principles and procedures for the proper classification and declassification of material. These principles and procedures are applicable to classified documents or materials generated by the Contractor in performance of this contract. (h) Identification and Markings -- The classification of documentation shall comply with the guidelines set forth in Executive Order 12958. (i) In addition, each classified document shall be stamped or marked in the lower right-hand corner of the first page (or on the inside front cover of bound publications, provided that the overall classification is marked on the outside cover), as follows: CL BY: [customer contract number] CL REASON: [ ] DECL ON: DRV FROM: Declassified On: (Use the declassify date citation from the CDCG.) Derived From: (Use the classification guidance from the CDCG, i.e., MET 2- 82, COV 1-82, etc.) (j) Each classified document shall indicate which paragraphs or, other portions, including subjects and titles, are classified and which are unclassified. The symbol "(TS)" for Top Secret, "(S)" for Secret, "(C)" for Confidential, and "(U)" for Unclassified will be placed at the beginning of the text to which it applies. Non-text portions of a document, such as photographs, graphs, charts, and maps, will be marked in a readily discernible manner, as will their captions. (k) Subjects and titles should be selected so as not to require classification. When a classified subject or title must be used, a short title or other unclassified identifier should be assigned to facilitate receipting and reference, if such an identifier (e.g., a report number or registry number) will not otherwise be assigned. (1) Downgrading and Declassification -- No classified document or material provided by the Customer, or generated by the Contractor pursuant to the contract, may be downgraded or declassified unless authorized in writing by the Customer's Contracting Officer. (m) References made to the clause entitled "Non-Publicity" -- Violations of this clause constitute a major breach of contract and the contract may be terminated for default, without the requirement of a 10--day cure notice. (n) The contractor shall report all contacts described in the NISPOM section 3-Reporting Requirements as promptly as possible, but in no event later than two business days after receipt of such knowledge to the contracting officer or COSR. (o) If, subsequent to the date of this contract, the security requirements under this contract are changed by the Government, as provided in this clause, and the security costs or time required for delivery under this contract are thereby increased or decreased, the contract price, delivery schedule, or both, and any other provision of this contract which may be affected shall be subject to an equitable adjustment in accordance with the procedures in the Changes clause of this contract. H.3 152.204-702 Security Requirements - Clearances (SEP 2002) (a) The Agency only conducts security screening on contractor personnel who are employees of the contractor company at the time the contractor requests a security clearance or access approval. In order to access an Agency facility, the contractor employee must be a U.S. citizen. In order to receive a security clearance or access approval, contractor personnel shall be U.S. citizens and provide the following information for use in the clearance process: (1) "Industrial Security Approval or Access Request", Form 4311; (2) "Questionnaire for National Security Positions," SF 86 for Top Secret and Secret; (3) An FBI fingerprint card; and (4) Fair Credit Reporting Act Release form., The contractor shall plan for expected attrition by advanced preparation and submission of the aforementioned items. (b) Those contractor personnel needing unescorted access to Government facilities (to include Government automated information systems) and access to sensitive compartmented information (SCI) or information classified at the Top Secret level shall be required to have an Industrial Security Staff Approval/Top Secret (ISSA/TS) security clearance along with any required SCI access approvals. The granting or denial of an ISSA/TS or SCI access approval is based on a comparison of the results of a full field background investigation and full scope polygraph testing against the adjudicative guidelines issued pursuant to Executive order 12968 or other applicable law or regulation. The adjudicative guidelines have also been adopted as an annex to DCID 6/4; and have been incorporated by reference in Agency Regulation 10- 1. Full scope polygraph examinations cover both counterintelligence (CI) and security issues to include involvement in illegal drug use and criminal activity. Full scope polygraph examinations are an integral part of ISSA/TS security screening. (c) Those contractor personnel needing access to Top Secret or SCI material but only limited or no access to Government facilities shall be required to have an Industrial Security Approval/Top Secret (ISA/TS) security clearance, along with any required SCI access approval. The granting or denial of an ISA/TS or SCI access approval is based on a comparison of the results of a full field background investigation and CI scope polygraph testing against the adjudicative guidelines issued pursuant to Executive Order 12968; adopted as an annex to DCID 6/4; and incorporated by reference in Agency Regulation 10-1. (d) Those contractor personnel needing access to Secret material and little or no access to Government facilities shall be required to have an Industrial Security Approval/Secret (ISA/S) security clearance. The granting or denial of an ISA/S is based on a comparison of the results of a more limited inquiry (generally National Agency Checks (NAC), Local Agency Checks (LAC), and credit checks) against the adjudicative guidelines issued pursuant to Executive Order 12968 and incorporated by reference in Agency Regulation 10- 1. (e) Those contractor personnel needing unescorted access to Government facilities and who may, as a result, receive inadvertent access to classified material shall be required to have a Facility Access Approval (FAA). The granting or denial of an FAA is based on a comparison of the results of a background investigation and full scope polygraph testing against the adjudicative guidelines issued pursuant to Executive Order 12968 and incorporated by reference in Agency Regulation 10-1. (f) Four and one-half years from the cleared personnel's last background investigation, the contractor shall resubmit to the Sponsor portions one, two and four of the clearance package to be used to re-investigate such individuals' continued eligibility for security clearance or access approval. (g) If portions of this work under this contract occur at Government facilities, all Sponsor regulations and procedures that relate to security management shall be adhered to by contractor personnel. In the event that the development of information or material is not clearly covered by the contract or regulations, the contractor is required to seek Government guidance regarding its handling. Any questions that the contractor or contractor personnel may have on the applicability of these requirements shall be addressed to the Contracting Officer's Security Representative. (h) Only such persons who have been authorized by the contracting Officer of the Contracting Officer's Technical Representative shall be assigned to this work. In this connection, for identification purposes, the contractor will be required to submit the name, address, place and date of birth of all personnel who will be involved in the work hereunder. Said information will be required not later than three (3) days in advance of the scheduled date of such work. (i) All contractor personnel who receive a security clearance or access approval under the terms of this contract will be required to execute an Agency specified secrecy agreement and/or nondisclosure agreement. (j) The Contractor agrees to abide by all applicable Agency security regulations governing personnel, facilities, technical, information systems, communications, and protective programs. The Contractor shall not use or allow to be used any aspect of this solicitation and/or contract for publicity, advertisement purposes, or as a reference for new business. This shall include, but, is not limited to, the use of the terms "ISSA or ISA" or any other sponsor specific terms in any public employment advertisements. It is further understood that this obligation shall not expire upon completion or termination of this contract, but will continue indefinitely. The Contractor may request a waiver or release from the foregoing but shall not deviate therefrom unless authorized to do so in writing by the Contracting Officer. Contractors are not required to obtain waivers when informing offices within this Agency of contracts it has performed or is in the process of performing provided there are no security restrictions. Contractors may include the requirement for security clearances up to the TS, SCI level in public employment advertisements. H.5 152.204-704 Request for Clause Waiver Due to Security Requirements (JUL 1997) When the Contractor, in performance of the work under this contract, finds the requirements of any of the clauses in this contract to be in conflict with security instructions, the Contractor shall call such conflict to the attention of the Contracting Officer and/or COSR. The Contracting Officer may issue a waiver in writing to: (a) modify or rescind such security requirements, or (b) waive compliance with such security requirements. H.6 152.204-705 Foreign Ownership, Control, or influence (SEP 2002) (a) Notwithstanding the provisions of Section 3 of the NISPOM, the Government intends to secure services or equipment from firms which are not under foreign ownership, control, or influence (FOCI) or where any FOCI may, in the opinion of the Government, adversely impact on security requirements. Notwithstanding the limitation on contracting with an Offeror under FOCI, the Government reserves the right to contract with such offerors under appropriate arrangements, when it determines that such contracts will be in the best interest of the Government. (b) Accordingly, all Offerors responding to this RFP or initiating performance of a contract are required to submit a Standard Form (SF) 328, Certificate Pertaining to Foreign Interests (or update a previously submitted SF328), and a Key Management Personnel List (KMPL) with their proposal or prior to contract performance, as appropriate. All SF 328s and KMPLs shall be executed at the parent level of an organization. However, the Government reserves the right to request a separate SF328 and KMPL at the level of the company negotiating a contract with the Government, when desired. Offerors are also required to request, collect, and forward to the Government the SF328 from all Subcontractors undertaking classified work under the Offeror's direction and control. Offerors are responsible for the thoroughness and completeness of each Subcontractor's SF328 submission. SF328 entries should specify, where necessary, the identity, nature, degree, and impact of any FOCI on their organization or activities, or the organization or activities of a subcontractor. Additionally, a KMPL must be submitted with each SF328, which identifies senior management, by name, position, social security number, date/place of birth, and citizenship status. (c) The Contractor shall, in any case in which it believes that foreign influence exists or is being sought over its affairs, or the affairs of any Subcontractor, promptly notify the Contracting Officer of all the pertinent facts, even if such influence is not exerted to the degree specified in the NISPOM. (d) The Contractor shall provide an updated SF328 and KMP List no later than five years from the date as certified on the last submitted SF328. The Contractor shall also promptly disclose to the Contracting Officer any information pertaining to any interest of a FOCI nature in the Contractor or Subcontractor that has developed at any time during the contract's duration or has subsequently come to the Contractor's attention. An updated SF328 is required of the Contractor or any Subcontractor whenever there is a change in response to any of the 10 questions on the SF328. (e) The Contractor is responsible for initiating the submission of the SF328 and KMP for all Subcontractors undertaking classified work during the entire period of performance of the contract. H.7 152.204-706 Security Requirements - Software Certification (JUN 1998) (a) The contractor certifies that it will undertake to ensure that any software to be provided or any Government Furnished Software to be returned, under this contract will be provided or returned free from computer virus, which could damage, destroy, or maliciously alter software, firmware, or hardware, or which could reveal to unauthorized persons any data or other information accessed through or processed by the software. (b) The contractor shall immediately inform the Contracting Officer when it has a reasonable suspicion that any software provided or returned, to be provided or returned, or associated with the production may cause the harm described in paragraph (a).above. (c) If the contractor intends to include in the delivered software any computer code not essential to the contractual requirement, this shall be explained in full detail to the Contracting Officer and Contracting Officer's Technical Representative (COTR). (d) The contractor acknowledges its duty to exercise reasonable care, to include the following, in the course of contract performance: (1) using on a regular basis current versions of commercially available anti-virus software to guard against computer viruses when introducing maintenance, diagnostic, or other software into computers; and (2) prohibiting the use of non-contract related software on computers, especially from unknown or unreliable sources. The Contractor shall maintain an overall Security Program in accordance with the requirements of the [ Insert Program Security Manual name ] dated [ which is hereby incorporated by reference and made a part hereof. All automated information systems utilized to process project information will be operated in accordance with the requirements of the National Industrial Security Program Operating Manual Supplement dated February 1995, its successor documents; or Director of Central Intelligence Directive (DCID) 6/3. Revisions to these documents, when published, will be provided to the Contractor and will become a part hereof upon such issuance. H.9 152.204-711 Security Requirements - Servicing Agency Automated Information Systems (AIS) (JAN 2000) All work to be performed under this contract shall be at a Government facility which is under strict security control. The Contractor agrees that only US citizens will be assigned to perform the work. All AIS shall be operated in accordance with the requirements of Director of Central Intelligence Directive 6/3 and Agency Regulation 10-26. It is a material condition of this contract that this clause be incorporated into any and all subcontracts. (a) The Contractor and its employees shall comply with the conduct requirements in effect at the Government's work site. The Government reserves the right to exclude or remove from the site any employee of the Contractor or of a subcontractor whom the Government deems careless, uncooperative, or whose continued employment on the work is deemed by the Government to be contrary to the public interest. (b) The Contractor shall inform its employees that the Agency has a zero tolerance policy for harassing behavior and that it shall not be tolerated. Any Contractor employee who is found to be culpable in incidents of harassment shall be immediately escorted from the premises and denied further access. This policy creates a greater burden upon the conduct of Contractor employees. The Contractor shall emphasize this fact to its employees. (c) Exclusion under the circumstances described in this clause shall not relieve the Contractor from full performance of the requirements of this contract, nor will it provide the basis for any claims against the Government. The Industrial Contractor who has staff-like (ISSA/TS) access, who is currently cleared for both unescorted physical access to Agency controlled buildings (green badge) and access to Agency automated information systems, must submit a completed Financial Disclosure Form (FDF 444V). The FDF 444V is available for electronic submission via Lotus Notes. Personnel with ADSN Lotus Notes access must utilize the on-line database when filing. The database can be accessed from the AGNS Database Catalogue under the title Financial Disclosure Forms. The Industrial Contractor assigned to a domestic or foreign field station will receive the FDF 444V and submission instructions either as an attachment to a Lotus Note; a document sent via a secure fax; a document transmitted via cable; or a form forwarded in a secure pouch. For those that do not have access to Lotus Notes, hardcopy FDF 444V are available from the Center for CIA Security, Financial Analysis Staff (CCS/FAS). For more specific information, refer to CCS EB 0006-00, 3 April 2000. H.12 152.204-719 Notification of Issuance of Classified Subcontracts (DEC 2001) (a) The contractor shall provide to the Contracting Officer written notice of all subcontracts issued hereunder wherein any aspect of the subcontract is classified or when directed by the Contracting Officer. The notice shall include: (1) the name and address of the subcontractor, (2) a description of the supplies or services that are being acquired pursuant to the subcontract, and (3) a SF328 and KMP List as required by clause 152.204-705 of this contract. Such notice shall be provided to the Contracting Officer within 14 days of entering into such subcontracts. (b) For the purpose of this clause, subcontract means a contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnish supplies or services for performance of the prime contract or a subcontract. It includes, but is not limited to, purchase orders, and changes and modifications to purchase orders. (c) The contractor's obligations under this clause are in addition to any other provision of this contract, if any, relating to subcontracting. (d) The contractor shall include a similar requirement in each subcontract issued under this contract wherein any aspect of the subcontract is classified. Subcontractors shall submit notices through the prime contractor to the Contracting Officer. (a) The metric system of measurement is the preferred system of weights and measures for United States trade and commerce. Each Federal agency must use the metric system of measurement in its procurements, grants and other business-related activities to the extent economically feasible. (b) This contract requires, unless specified otherwise, that all supplies, components, reports, documentation, or services which are designed, fabricated, assembled, delivered or performed under this contract shall utilize, to the extent necessary to be competitive in and to the extent dictated by the world marketplace, the "International System of Units" (ISU), as established by the General Conference of Weights and Measures in 1960. The ISU is also known as "System International (SI)" or "Metric System"; and it is interpreted for US usage by the Department of Commerce's "Interpretation of the International System of Units for the United States" (IISU) and supplemented for the Federal Government's usage by the General Services Administration's Federal. Standard 376, "Preferred Metric Units of General Use by the Federal Government." (c) In the event there is a conflict between the IISU, Federal Standard 376, or the contract schedule, the order of precedence in resolving the conflict shall be the contract schedule first, followed by Federal Standard 376, the IISU, and the ISU. The versions of these documents current as of the date of contract award shall prevail. H.14 152.215-719 Incorporation of Section K, Representation Certifications, and Other Statements of Offeror (APR 1990) SECTION K which has been completed and submitted with Contractor's proposal dated [ TBD ] is incorporated herein by reference and made a part of this contract. (a) Any inconsistency in this contractual document (inclusive of documents, provisions or exhibits referenced herein or attached hereto) shall be resolved by giving precedence in the following order: (1) The Schedule (excluding the SOW and specifications) (2) Attachment A - Incentive and Award Fee Plan (3) Statement of Work (4) Other provisions of the contract when attached or incorporated by reference (5) Specifications (6) Technical Provisions of the Contractor's Proposal(s) (b) If a conflict or inconsistency arises out of the schedule, SOW, etc. of this contract, the Contractor shall notify the Contracting Officer of the conflict or inconsistency for final and unilateral resolution. Under no circumstances will such conflicts or inconsistencies result in increases to target cost, target fee, award fee or schedule extensions. (a) The Contractor shall identify the key technical, management and administrative personnel to be assigned to work under this contract: Name Title [ ] [ ] [ ] (b) The personnel specified above are considered to be essential to the work performed hereunder. Prior to diverting any of the specified individuals to other programs, the Contractor shall provide advance notification of at least thirty (30) calendar days to the Contracting Officer and shall submit resumes of the proposed substitutes in sufficient detail to permit evaluation of the impact on the program. No diversion from the above procedure shall be made by the Contractor without the written consent of the Contracting Officer, provided that the Contracting officer may ratify in writing such diversion and such ratification shall constitute the consent of the Contracting Officer required by this clause. listed below, the Contractor will submit, in such form and detail as the Contracting officer may reasonably require, a statement of costs incurred in the performance of such subcontract and the firm price established therefore. Thereupon, notwithstanding any other provisions of this contract, the Contractor and the Contracting officer may negotiate an equitable adjustment in the total amount paid or to be paid under this contract to reflect such subcontract price revision. The equitable adjustment will be evidenced by a modification to this contract. Provisional/Interim billing and payment of fee, equivalent to [ ] percent of allowable costs incurred, is authorized. Adjustment of such provisional fee payments, to reflect and account for the actual fee earned/awarded (Award Fee) for the period evaluated, shall be made in accordance with the following criteria: (1) Underpayment of Fee: If the cumulative amount of Provisional Fee payments made during the applicable evaluation/billing period is less than the fee awarded/earned (Award Fee) for that same period, the Contractor shall submit a separate invoice for and the Government shall remit payment of the balance of fee to be paid under the terms of the Award Fee Provisions of this contract- (2) Overpayment of Fee: if the cumulative amount of Provisional Fee payments made during the applicable evaluation/billing period is in excess of the fee awarded/earned (Award Fee) for the same period, the Government shall deduct/offset the payment of Provisional Fee and costs incurred (i.e. such deductions/offsets shall be applied to both Provisional Fee and, if necessary, costs incurred). To assist the Government in this regard, the Contractor is requested to reflect such adjustments on subsequent invoices. (3) Provisional Fee Payment Ceiling: Notwithstanding any other provisions contained herein, the Government shall not be obligated to make Provisional Fee payments in excess of the Award Fee available for the given evaluation/billing period. H.19 152.231-701 Payment of Contractor Travel (MAR 2002) Travel costs incurred under this contract are allowable subject to the limitations contained in Federal Acquisition Regulation (FAR) 31.205-46. When FAR (C.O. insert FAR clause number and title) is included in this contract, the withholding rate shall be (C.O. insert rate, e.g. 1, 0 percent). This Task Order may be modified by the Contracting Officer during its duration by change orders, and such change orders shall be considered an authorization to: Payment for such cases shall be on a prorated basis, with any increase or decrease effective as of the installation or discontinuation date. maintain and use an earned value management system (EVMS) that complies with the intent of American National Standards Institute (ANSI)/Electronic Industries Association (EIA) 748-1998, Industry Standard Guidelines for Earned Value Management (EVM), hereinafter referred to as "Guidelines." (b) If the contractor has an EVMS that has been validated, certified or otherwise agreed-to as compliant with the Guidelines, the contractor shall develop and apply procedures, processes and activities necessary to fully implement the approved EVMS within 60 calendar days after contract award or as otherwise agreed-to by the parties. (c) if the contractor does not have an EVMS that is compliant with the Guidelines, the contractor shall design, implement and demonstrate to the Government that their EVMS fully complies with the intent of the Guidelines and is properly implemented. The timelines and process for demonstrating compliance with the Guidelines shall be governed by mutual agreement of the parties- (d) Proposed changes to a contractor's validated, certified or otherwise agreed-to EVMS affecting one or more NIMA contracts must be approved before implementation by the cognizant Government approving authority. The contractor shall submit all such changes to the following address, and will be notified by the NIMA/AM EVM Focal Point in conjunction with the cognizant Government approval authority as to the acceptability of the changes within 30 calendar days: National Imagery and Mapping Agency MS P-22 12310 Sunrise Valley Drive Reston, VA 20191-3449 (e) As an integral part of EVMS compliance, the Government may require successful completion of an Integrated Baseline Review (IBR). The IBR shall be conducted within a reasonable period of time following: 1. Contract aware, 2. Authority to proceed, 3. The exercise of a significant contract option(s), 4. Incorporation of major modifications, 5. Or at the discretion of the contracting officer. (f) The IBR is a joint (Government and contractor) technical review of baseline sufficiency using EVM methods, procedures, and practices. The IBR presents an opportunity for all parties to assess the application or compliance with procedures that are directly intended to support the implementation of sound earned value management practices and risk reduction. These areas include: organization, planning, budget, scheduling of work activities, adequate resourcing, and identification of inherent risks. Subcontractors, vendors and work being performed between company divisions shall be fully considered as part of the IBR and shall be incorporated as mutually agreed-to between the parties. (g) The contractor shall provide advance notification to the contracting officer of any significant change to the Performance Measurement Baseline (PMB) prior to implementing that change. A significant change will be defined by mutual agreement of the parties. This notification shall include, but is not limited to, written notification describing the scope, purpose, timing, and impacts of the change to the overall program. Further, the contractor shall address in the notification to the contracting officer, the reduction or modification of and cumulative and/or current period cost of schedule variances that may result from the proposed PMB change. (h) For purposes of determining compliance with this clause and other contractual terms and conditions, the contractor agrees to provide access to all pertinent records and data requested by the contracting officer or duly authorized representative(s). Access to pertinent records and data is a component of EVMS surveillance. EVMS surveillance serves to assure, on a continuing basis, that the contractor's EVMS complies, or continues to comply, with the Guidelines. Government surveillance shall normally be performed through joint (Government/contractor) activities and mutual agreement. A principal area of interest in joint surveillance to understand how earned value management is being used as part of the contractor's commitment to sound program/project management. (i) The contractor shall direct those subcontractors, vendors or inter- company divisions requiring compliance with the Guidelines to fully comply with the requirements of this clause. (a) In accordance with FAR 42.15, and as otherwise provided by this contract, the Contractor's performance under this contract shall be subject to evaluation as follows: (1) final evaluation shall be conducted for all contracts after completion of contract performance; and (2) interim evaluations may be conducted at the government's discretion. (b) Past performance evaluation reports shall be retained by the Government to provide source selection information for a period not to exceed three years after contract completion. In accordance with FAR 9.105, the contracting officer shall also consider relevant past performance information when making responsibility determinations. (c) The Contracting Officer shall provide appropriate extracted information from the completed interim (if applicable) and final reports to the Contractor as soon as practicable after completion of the evaluation. The Contractor shall have a maximum of 45 calendar days after the date of the letter forwarding the information to submit written comments, rebutting statements, or additional information. "Day" shall mean calendar day, except that the period will run until a day that is not a Saturday, Sunday or legal holiday- The Government shall consider rebuttals and other information provided by the Contractor and shall render a final determination regarding the contractor's performance during that period of the evaluation. " [Insert paragraph (d) in CPAF solicitations and contracts: (d) The performance evaluation conducted pursuant to this clause shall be separate from the award fee determination(s) rendered under the terms of this contract.]" H.25 152.242-716 Past Performance Information - Referencing Agency Contracts (JUL 1997) This contract may be listed as a reference for past performance purposes in offers submitted to agencies and organizations within the Intelligence Community, provided the Contractor first requests and is granted a waiver from clause 152.204-703 - Non-Publicity (JUL 1997), of this contract. Failure to comply with this requirement may result in the Agency being unable to respond to a reference request and may also result in a termination for default, pursuant to paragraph (d), 152.204-701 - Security Requirements General (JUL 1997). (a) Purpose. The purpose of this paragraph is to establish a procedure whereby one contractual modification will be used both to direct a change pursuant to the "Changes" clause of this contract and to-settle any question of equitable adjustments that might arise. This procedure shall apply only to those changes which will have no effect on the contract price, delivery schedule, or other provisions of the contract. (b) Procedure. When a change under the "Changes" clause is proposed, and both parties can agree that such proposed change will not necessitate any equitable adjustment as contemplated by said clause and this paragraph, the. Contractor shall submit a written proposal or offer to accomplish the proposed change without an equitable adjustment. If, after receipt of the proposal or offer, the Contracting Officer determines that no adjustment is necessary, he or she may accept the Contractor's proposal or offer by issuing an acceptance modification. The modification shall (i) cite this paragraph, (ii) reference the Contractor's proposal or offer, and (iii) direct the changes to be accomplished. The issuance of the modification shall constitute acceptance of the Contractor's proposal or offer; shall be binding on both parties; and shall constitute a full, complete, and final settlement for the changes so directed. Technical guidance provided at meetings of Working Groups established by the Government and/or construed from the minutes of such meetings shall not constitute authorization for the Contractor to alter the scope of this contract. Such direction may only be given to the Contractor by the Contracting Officer in writing through the "Changes" clause of the contract (a) The Contracting Officer may ask the Contractor to prepare engineering change proposals for engineering changes within the scope of this contract. Upon receipt of a written request from the Contracting Officer, the Contractor shall prepare and submit an engineering change proposal in accordance with the Contracting Officer's instructions. (b) The Contractor may initiate engineering change proposals. Contractor initiated engineering change proposals shall include a not to exceed" cost or price or a "not less than" cost or price and delivery adjustment. If the Contracting Officer orders the engineering change, the increase shall not exceed nor the decrease be less than the "not to exceed" or "not less than" amounts. (c) A change proposal accepted in accordance with the Changes clause of the contract shall not be considered an authorization to the contractor to exceed the estimated cost in the contract schedule, unless the estimated cost is increased by the change order or other contract modification. (d) When the cost or price of the engineering change is $550,000 or more, the Contractor shall submit (1) A contract pricing proposal using the format in Table 15-2, Section 15.408, of the Federal Acquisition Regulation; and, (2) At the time of agreement on cost or price, a signed Certificate of Current Cost or Pricing Data. 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/these address(es): http://www.arnet.gov/far/ 1.2 52.202-1 Definitions. DEC 2001 1.3 52.203-3 Gratuities. APR 1984 1.4 52.203-5 Covenant Against Contingent Fees. APR 1984 5 5 203 6 i S t S l i b 1. - 2. Restr ons on contrac or a es ct u to the Government. JUL 1995 1.6 52.203-7 Anti-Kickback Procedures. JUL 1995 1.7 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity. JAN 1997 1.8 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity. 1.9 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. 1.10 52.204-4 Paper. 1.11 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. JUL 1995 1.12 52.211-15 Defense Priority and Allocation Requirements. SEP 1990 1.13 52.215-10 Price Reduction for Defective Cost or Pricing Data. OCT 1997 1.14 52.215-12 Subcontractor Cost or Pricing Data. OCT 1997 1.15 52.215-14 Integrity of Unit Prices.(OCT 1997)Alternate I OCT 1997 1.16 52.215-15 Pension Adjustments and Asset Reversions. DEC 1998 1.17 52.215-18 Reversion or Adjustment of Plans for Postretirement Benefits (PRB) Other Than Pensions. OCT 1997 (a) The Contractor shall make the following notifications in writing: (1) When the Contractor becomes aware that a change in its ownership has occurred, or is certain to occur, that could result in changes in the valuation of its capitalized assets in the accounting records, the Contractor shall notify the Administrative Contracting Officer (ACO) within 30 days. (2) The Contractor shall also notify the ACO within 30 days whenever changes to asset valuations or any other cost changes have occurred or are certain to occur as a result of a change in ownership- (1) Maintain current, accurate, and complete inventory records of assets and their costs; (3) Ensure that all individual and grouped assets, their capitalized values, accumulated depreciation or amortization, and remaining useful lives are identified accurately before and after each of the Contractor's ownership changes; and (4) Retain and continue to maintain depreciation and amortization schedules based on the asset records maintained before each Contractor ownership change. (c) The Contractor shall include the substance of this clause in all subcontracts under this contract that meet the applicability requirement of FAR 15.408(k). 1.19 52.215-21 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data - Modifications. OCT 1997 1.20 52.215-21 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data - Modifications. (OCT 1997) Alternate 11 (OCT 1997 (c) When the proposal is submitted, also submit one copy each to: (1) the Administrative Contracting officer, and (2) the Contract Auditor. (3) The designated payment office will make interim payments for contract financing on the [Contracting Officer insert day as prescribed by agency head; if not prescribed, insert "30th,, ] day after the designated billing office receives a proper payment request. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of funding becoming available; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed (years). 1.23 52.219-8 Utilization of Small Business Concerns. OCT 2000 1.24 52.219-9 Small Business Subcontracting Plan. (OCT 2001) Alternate 11 OCT 2001 1.25 52.219-16 Liquidated Damages - Subcontracting Plan. JAN 1999 1.26 52.222-1 Notice to the Government of Labor Disputes. FEB 1997 (a) The use of overtime is authorized under this contract if the overtime premium does not exceed TBD or the overtime premium is paid for work - [ ] Insert either "zero" or the dollar amount agreed to during neg oti ations The inserted figure does not apply to the exceptions in subparagraph (a) (1) through (a)(4) of the clause. 1.28 52.222-20 Walsh-Healey Public Contracts Act. DEC 1996 1.29 52.222-21 Prohibition of Segregated Facilities. FEB 1999 1.30 52.222-26 Equal Opportunity. APR 2002 1.31 52.222-29 Notification of Visa Denial. FEB 1999 1.32 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. DEC 2001 1.33 52.222-36 Affirmative Action for Workers with Disabilities. JUN 1998 1.34 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. DEC 2001 1.35 52.223-5 Pollution Prevention and Right-to-Know Information. APR 1998 1.36 52.223-6 Drug-Free Workplace. MAY 2001 1.37 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products. (AUG 2000) "Postconsumer material" means a material or finished product that has served its intended use and has been discarded for disposal or recovery, having completed its life as a consumer item. Postconsumer material is a part of the broader category of "recovered material." "Recovered material" means waste materials and by-products recovered or diverted from solid waste, but the term does not include those materials and by-products generated from, and commonly reused within, an original manufacturing process. (1) Estimate the percentage of the total recovered material used in contract performance, including, if applicable, the percentage of postconsumer material content; and (2) Submit this estimate to (Contracting Officer complete in accordance with agency procedures]. 1.38 52.223-14 Toxic Chemical Release Reporting. OCT 2000 1.39 52.224-1 Privacy Act Notification. APR 1984 1.40 52.224-2 Privacy Act. APR 1984 1.41 52.225-1 Buy American Act - Supplies. MAY 2002 1.42 52.225-13 Restrictions on Certain Foreign Purchases. JUL 2000 1.43 52.227-1 Authorization and Consent JUL 1995 1.44 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement 1.45 52.227-3 1.46 52.227-10 Matter. 1.47 52.227-11 (Short Form) 1.48 52.227-14 AUG 1996 Patent Indemnity. APR 1984 Filing of Patent Applications - Classified Subject APR 1984 JUN 1997 Rights in Data - General. JUN 1987 1.49 52.227-14 Rights in Data - General (Alt II) "all of the purposes in FAR 52.227.404(d)(1)(i)-(v)." 1.50 52,227-14 Rights in Data - General (Alt III) JUN 1987 1.51 52.227-14 Rights in Data - General (Alt V) JUN 1987 1.52 52.227-16 Additional Data Requirements JUN 1987 1.53 52.227-18 Rights in Data - Existing Works. JUN 1987 1.54 52.227-21 Technical Data Declaration, Revision, and Withholding of Payment - Major Systems. JAN 1997 1.55 52.227-22 Major System - Minimum Rights. JUN 1987 Except for data contained on pages [ ], it is agreed that as a condition of award of this contract, and notwithstanding the conditions of any notice appearing thereon, the Government shall have unlimited rights (as defined in the "Rights in Data - General" clause contained in this contract) in and to the technical data contained in the proposal dated [ ], upon which this contract is based. 1.57 52.230-2 Cost Accounting Standards. APR 1998 1.58 52.230-3 Disclosure and Consistency of Cost Accounting Practices. P 1998 A R 1.59 52.230-6 Administration of Cost Accounting Standards. NOV 1999 1.60 52.232-17 Interest. JUN 1996 1.61 52.232-18 Availability of Funds. APR 1984 Funds are not presently available for performance under this contract beyond ]. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond [ ], until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. 1.63 52.232-20 Limitation of Cost. APR 1984 1.64 52.232-22 Limitation of Funds. APR 1984 1.65 52.232-23 Assignment of Claims. JAN 1986 1.66 52.232-25 Prompt payment. FEB 20G2 1.67 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (MAY 1999) (b) Mandatory submission of Contractor's EFT information. (1) The Contractor is required to provide the Government with the information required to make payment by EFT (see paragraph (j) of this clause). The Contractor shall provide this information directly to the office designated in this contract to receive that information (hereafter: "designated office") by [the Contracting officer shall insert date, days after award, days before first request, the date specified for receipt of offers if the provision at 52.232- 38 is utilized, or "concurrent with first request" as prescribed by the head of the agency; if not prescribed, insert no later than 15 days prior to submission of the first request for payment"]. If not otherwise specified in this contract, the payment office is the designated office for receipt of the Contractor's EFT information. If more than one designated office is named for the contract, the Contractor shall provide a separate notice to each office. In the event that the EFT information changes, the Contractor shall be responsible for providing the updated information to the designated office(s). 1.68 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information. (MAY 1999) Name: [ ] Mailing Address: [ ] Telephone Number: [ ] Person to Contact: [ ] Electronic Address: 1.69 52.233-1 Disputes. (JUL 2002) Alternate I DEC 1991 1.70 52.233-3 Protest after Award. (AUG 1996) Alternate I JUN 1985 1.71 52.237-2 Protection of Government Buildings, Equipment, and Ve et tion APR 1984 g a . 1.72 52.237-3 Continuity of Services. JAN 1991 1.73 52.239-1 Privacy or Security Safeguards. AUG 1996 1.74 52.242-1 Notice of Intent to Disallow Costs. APR 1984 1.75 52.242-3 Penalties for Unallowable Costs. MAY 2001 1_76 52.242-4 Certification of Final Indirect Costs. JAN 1997 SHIPPED YOUR DEPOT 1981 JUN 1 540 CTNS MENS COTTON TROUSERS, 30,240 LB, 1782 CUBE, VIA XX-YY[ ] IN CAR NO. XX 123456 [ ] [ ] -GBL [ ] [ ] [ ] -C98000031 [ ] [ ] [ ] [ ] CONTRACT DLA ETA[ ] [ ] [ ] [ ] [ ] -JUNE 5 JONES & CO., JERSEY CITY, N. J. Name of rail carrier, trucker, or other carrier. [ ][ ] Vehicle identification. [ ][ 1[ I Government bill of lading. [ ][ ][ ][ ] If not shipped by GBL, identify lading document and state whether paid by contractor. [ ] [ ] [ ] [ ] [ ] Estimated time of arrival. 1.78 52.242-13 Bankruptcy. JUL 1995 1.79 52.243-2 Changes - Cost-Reimbursement. (AUG 1987) Alternate II APR 1984 (b) Notice. The primary purpose of this clause is to obtain prompt reporting of Government conduct that the Contractor considers to constitute a change to this contract. Except for changes identified as such in writing and signed by the Contracting Officer, the Contractor shall notify the Administrative Contracting Officer in writing promptly, within [ ] (to be negotiated) calendar days from the date that the Contractor identifies any Government conduct (including actions, inactions, and written or oral communications) that the Contractor regards as a change to the contract terms and conditions. On the basis of the most accurate information available to the Contractor, the notice shall state - (d) Government response. The Contracting Officer shall promptly, within [ ] (to be negotiated) calendar days after receipt of notice, respond to the notice in writing. In responding, the Contracting Officer shall either - (e) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer's written consent before placing the following subcontracts: [TBD] (k) Paragraphs (d) and. (f) of this clause do not apply to the following subcontracts, which were evaluated during negotiations: [TBD] 1.82 52.244-5 Competition in Subcontracting. 1.83 52.244-6 Subcontracts for Commercial Items. (MAY 2002) (a) Definitions. As used in this clause-- "Commercial item" has the meaning contained in the clause at 52.202-1, Definitions. "Subcontract" includes a transfer of commercial items between divisions, subsidiaries, or affiliates of the Contractor or subcontractor at any tier. (b) To the maximum extent practicable, the Contractor shall incorporate, and require its subcontractors at all tiers to incorporate, commercial items or nondevelopmental items as components of items to be supplied under this contract. (c) (1) The following clauses shall be flowed down to subcontracts for commercial items: (i) 52.219-8, Utilization of Small Business Concerns (OCT 2000) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998) (38 U.S.C. 4212(a)). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (v) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (JUN 2000) (46 U.S.C. Appx 1241) (flowdown not required for subcontracts awarded beginning May 1, 1996). (2) While not required, the Contractor may flow down to subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (d) The Contractor shall include the terms of this clause, including this paragraph (d), in subcontracts awarded under this contract. 1.84 52.245-5 Government Property (Cost-Reimbursement, Time-and- Material, or Labor-Hour Contracts). JAN 1986 1.85 52.245-19 Government Property Furnished "As Is." APR 1984 1.86 52.249-6 Termination (Cost-Reimbursement). SEP 1996 1.87 52.249-14 Excusable Delays. APR 1984 1.88 52.251-1 Government Supply Sources. APR 1984 1.89 52.252-4 Alterations in Contract. (APR 1984) Portions of this contract are altered as follows: [ ] 1.90 52.252-6 Authorized Deviations in Clauses. (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any [insert regulation name] (48 CFR [ ]) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 1.91 152.203-700 Compliance With the Constitution and Statutes of the United States (AUG 1996) Nothing in this contract shall be construed to authorize any activity in violation of the Constitution or Statutes of the United States. 1.92 152.209-700 Organizational Conflict of Interest (AUG 1996) (a) If the Contractor is aware of any information bearing on any existing or potential organizational conflict of interest, it shall provide a disclosure statement which describes all relevant information concerning any past, present, or planned interests bearing on whether it (including its chief executives and directors, or any proposed consultant or subcontractor) may have an existing or potential organizational conflict of interest. (b) Contractors should refer to FAR Subpart 9.5 for policies and procedures for avoiding, neutralizing, or mitigating organizational conflicts of interest. (c) If the Contracting Officer determines that a conflict exists or may occur, he shall advise the Contractor and take appropriate steps to avoid or otherwise resolve the conflict through the inclusion of a special contract clause or other appropriate means. The terms of any special clause are subject to negotiation. (d) The prime contractor for the GeoScout effort is prohibited from performing as the prime contractor for the Enterprise Engineering effort. Furthermore, the GeoScout prime contractor is restricted to performing substantially less than 50% of the Enterprise Engineering subcontracting effort. Contractors will be required to submit Organizational Conflict of Interest (OCI) plans to mitigate the potential conflict caused by any contract team overlap. (a) The appropriate audit representative of the United States, the Contracting Officer or an authorized representative of the Contracting Officer shall, until three years after final payment under this contract or for any shorter period specified in Subpart 4.7, Contractor Records Retention, of the Federal Acquisition Regulation (FAR), have access to and the right to examine any of the Contractor's books, documents, progress or other records involving transactions directly related to this contract. (b) The Contractor shall insert a clause containing all the terms of this clause, including this paragraph (b), in all subcontracts under this contract that exceed the simplified acquisition threshold, and: (1) that are cost-reimbursement, incentive, time-and-materials, labor-hour, or price-redeterminable type or any combination of these; or (2) for which cost or pricing data are required. (c) The period of audit and examination in paragraph (a) of this clause shall be extended until resolution of any disputes or litigation arising under or related to this contract, and until settlement of any questioned costs. (a) The Contractor hereby agrees to immediately give written notice to the Contracting Officer of any anticipated or current litigation or any litigation that may arise during the course of the performance of this contract, that involves or in any way relates to or affects any aspect of this contract, its terms or costs, pertinent subcontracts, or the Customer's relationship with the Contractor or Subcontractors. Said notice shall include all relevant information with respect thereto. (b) The Contractor agrees to insert this requirement in any subcontract under this contract. In the event of litigation, the Subcontractor shall immediately notify its next tier Subcontractor or the Prime Contractor, as the case may be, of all relevant information with respect to such litigation. (c) The Contracting Officer shall have access to and the right to examine any pertinent books, documents, papers and records of the Prime Contractor or Subcontractor(s) involving customer transactions related to any contract litigation. (a) The Government intends to utilize the services of nongovernment engineering organizations in technical, advisory and consulting roles for overall technical review of the activities covered by this contract. Although the consultants shall not have the right of technical direction, they shall from time to time and on a frequent basis attend technical reviews, participate in technical interchange meetings, observe national processing, witness fabrication and assembly, and monitor testing within the Contractor and Subcontractor facilities. Such consultants will be involved in providing advice to the Government concerning viability of technical approaches, utilization of acceptable procedures, value and results of tests, and the like. The consultants will thus require access to program-related Contractor facilities and documentation. Contractor proprietary data shall not be made available to consultants unless and until a protection agreement has been generated between the consultant and the Contractor and evidence of such agreement made available to the Government. Contractor proprietary cost and accounting data will not be available to consultant organizations. (b) it is expressly understood that the operations of this clause will not be the basis for an equitable adjustment. The term "pricing adjustment" as used in paragraph (a) of the clauses entitled "Price Reduction for Defective Cost or Pricing Data - Modifications," "Subcontractor Cost or Pricing Data," and "Subcontractor Cost or Pricing Data - Modifications," means the aggregate increases and/or decreases in cost plus applicable profits. (a) The Contractor shall comply with all applicable federal and state equal employment opportunity laws and regulations and Agency policies and practices with respect to equal employment opportunity and a harassment-free workplace whenever work is being performed on federal property. (b) If either the Contracting officer or a designated representative of the Agency's Office of Equal Employment Opportunity provides the Contractor notice of noncompliance with the applicable statutory or regulatory requirements which are enumerated in paragraph (a), the Contractor at no cost to the Government shall promptly take appropriate action. A copy of any documentation shall be provided to the designated representative of the Agency's Office of Equal Employment Opportunity. If the Contractor fails or refuses to promptly take appropriate action, the Contracting Officer may issue an order stopping all or part of the work until such appropriate action is taken. (c) Nothing in this clause shall relieve the Contractor from full performance of the requirements of this contract, nor shall it provide the basis for any claims against the Government. (d) The Contractor shall provide oral notification within two business days and written notification with in five business days to the Contracting Officer of the following. (i) The Contractor's receipt of a claim; (ii) made by a Contractor employee; (iii) alleging any violation of an equal employment opportunity requirement; (1) connected to performance of this contract or; (2) connected to activities occurring on Federal property. (e) The Government may elect to conduct an investigation surrounding the claim if it is potentially a joint employer under EEOC Notice 915.002. In all such instances, the Contractor shall cooperate with the Government's investigation. In accordance with applicable law and to the extent possible, the Government shall treat all information obtained from the investigation as information proprietary to the Contractor. (f) The Contractor's noncompliance with the provisions of this clause may be grounds for termination under the default provisions of this contract. (g) The Contractor shall insert this clause, including this paragraph (g) in all subcontracts, with appropriate changes in the designation of the parties. The prime contractor shall provide the Contracting Officer with a copy of all notifications made pursuant to the provisions of this clause. (a) The Contractor shall comply with the Occupational Safety and Health Act of 1970 (29 U.S.C. Section 651 et seq.) and regulations promulgated thereunder including, but not limited to, the standards issued by the Secretary of Labor at Part 1926 and Part 1910 of Title 29 of the Code of Federal Regulations. The Contractor shall also comply with all applicable state occupational safety and health laws and regulations. Noncompliance shall be grounds for termination of this contract in accordance with its default provisions. (b) Whenever the Contracting officer becomes aware of any noncompliance with these requirements or any condition which poses a serious or imminent danger to health or safety, the Contracting officer or the authorized representative of the Contracting officer shall notify the Contractor orally, with written confirmation from the Contracting officer, and request immediate initiation of corrective action. This notice, when delivered to the Contractor or the representative of the Contractor at the worksite, shall be deemed sufficient notice of the noncompliance and that corrective action is required. After receiving the notice, the Contractor shall immediately take corrective action. If the Contractor fails or refuses to promptly take corrective action, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contracting Officer or the authorized representative of the Contracting Officer may inform the occupational Safety and Health Administration, or other cognizant federal, state, or local officials, of such notification. The Contractor shall not be entitled to any equitable adjustment of the contract price or extension of the performance schedule on any stop work order issued under this clause. (c) The Contractor shall insert this clause, including this paragraph (c) in all subcontracts, with appropriate changes in the designation of the parties. The prime contractor shall provide the Contracting Officer with a copy of all notifications made by the prime contractor to a subcontractor pursuant to paragraph (b) of this clause. (a) The Contractor shall provide oral notification to the Contracting Officer or the authorized representative of the Contracting Officer when an accident occurs on Federal property in connection with performance of this contract. Notification must be given not later than twenty-four (24) hours after the accident occurs- (b) When requested by the Contracting Officer or the authorized representative of the Contracting Officer, the Contractor shall conduct an investigation of the accident and shall prepare a report that identifies all pertinent facts related to the accident. The report shall include, but not be limited to, the underlying cause(s) of the accident and the actions the Contractor shall take to prevent the recurrence of similar accidents. The Contractor shall submit the report to the Contracting Officer or the authorized representative of the Contracting Officer not later than fourteen (14) calendar days from the date the accident occurs. (c) The Government may elect to conduct an investigation of the accident with the assistance of the Contractor. (d) Compliance with the provisions of this clause shall not entitle the Contractor to an equitable adjustment in contract price or to an extension of performance schedule. (e) The Contractor shall incorporate this clause, including this paragraph (e), in all subcontracts, with appropriate changes in the designation of the parties. 1.100 152.227-7030 Technical Data - Withholding of Payment (MAY 1994) (Modified) (a) If technical data specified to be delivered under this contract, is not delivered within the time specified by this contract or is deficient upon delivery (including having restrictive markings not specifically authorized by this contract), the Contracting officer may until such data is accepted by the Government, withhold payment to the Contractor of five percent (5%) of the total contract price or amount unless a lesser withholding is specified in the contract. Payments shall not be withheld nor any other action taken pursuant to this paragraph when the Contractor's failure to make timely delivery or to deliver such data without deficiencies arises out of causes beyond the control and without the fault or negligence of the Contractor. (b) After payments total ninety-five percent (95%) of the total contract price or amount and if all technical data specified to be delivered under this contract has not been accepted, the Contracting Officer may withhold from further payment such sum as the Contracting officer considers appropriate, unless a lesser withholding limit is specified in the contract. (c) The withholding of any amount or subsequent payment to the Contractor shall not be construed. as a waiver of any rights accruing to the Government under this contract. If federal, state, or local tax officials request access to information under this contract, the contractor shall immediately notify the Contracting Officer. The contractor shall also request that the tax officials identify, in writing, the specific information sought for review and shall forward the response and any related documentation to the Contracting Officer. Failure to provide notice to the Contracting Officer may be grounds for denying a cost/price adjustment for the resulting tax liability, if an adjustment is otherwise authorized by law and the terms of this contract. The Contractor's personnel shall at all times be considered and recognized as employees of the Contractor and under the Contractor's control. In order to ensure that the services defined in the Statement of Work are satisfactorily performed, the Contracting Officer, or designee, shall issue directions and requirements concerning the work to the designated supervisory personnel of the Contractor who shall, in turn, ensure that the requested services are performed in a manner satisfactory to such Contracting Officer or designee. (a) FAR Clause 52.245-5, Government Property (Cost-Reimbursement, Time-and- Material, or Labor-Hour Contracts) is modified only as indicated below: (g) (5) The contractor shall notify the contracting officer upon loss or destruction of, or damage to, Government property provided under this contract with the exception of low-value property for which loss, damage, or destruction is reported at contract termination, completion, or when needed for continued contract performance. The contractor shall take all reasonable action to protect the Government property from further damage, separate the damaged and undamaged Government property, put all the affected Government property in the best possible order, and furnish to the Contracting Officer a statement of-- (b) All other parts of FAR. clause 52.245-5 remain unchanged. 1.104 152.252-700 Clauses Requiring Access by Other Government Entities (AVG 1996) Several clauses in this contract require access by, or require reporting to, other Federal agencies to the Contractor's records for compliance determinations or other reviews- To the extent any such review involves this contract, the Contractor shall obtain the Contracting Officer's written permission or guidance before participating in any such review or determination. 1.105 252.234-7000 Notice of Earned Value Management System MAR 1998 1.106 252.234-7001 Earned Value Management System MAR 1998 1.107 252.245-7000 Government-Furnished Mapping, Charting, and Geodesy Property DEC 1991 Attachment 1 - Statement of Work entitled GeoScout Modernization Contract dated 9 December 2002 Attachment 2 - Award Term Plan Attachment 3 - Award Fee Plan Attachment 4 - Contract Data Classification Guide (CDCG) Attachment 5 - DD254, Contract Security Guide Attachment 6 - Government provided Work Breakdown Structure (GWBS) SECTION K REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS K.1 52.203-11 Certification and Disclosure Regarding Payments to influence Certain Federal Transactions. APR 1991 "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, 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. [ I Name and TIN of common parent: Name TIN K.3 52.204-5 Women-Owned Business (Other Than Small Business). (MAY 1999) (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- K.4 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters. (DEC 2001) (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, 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. (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. (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. (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 Name and Address of Owner (Street Address, City, and Operator of the Plant State, County, Zip Code) or Facility if Other than Offeror or Respondent (a) (1) The North American Industry Classification System (NAICS) code for this acquisition is [insert NAICS code]. (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 (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. (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 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. (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. (1) That is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (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. K.7 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 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. K.8 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) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. K.9 52.222-38 Compliance with Veterans' Employment Reporting Requirements. DEC 2001 K.10 52.223-4 Recovered Material Certification. OCT 1997 (a) Submission of this certification is a prerequisite for making or entering into this contract imposed by Executive Order 12969, August 8, 1995. (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 under section 313(c) of EPCRA, 42 U.S.C. 11023(c); [ ] (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); [ ] (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 Standard Industrial Classification Code (SIC) major groups 20 through 39 or their corresponding North American Industry Classification System (NAICS) sectors 31 through 33; or (v) The facility is not located within any State of the United States, the District of Columbia, the Commonwealth of Puerto Rico, Guam, American Samoa, the United States Virgin Islands, the Northern Mariana Islands, or any other territory or possession over which the United States has jurisdiction. (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product as defined in the clause of this solicitation entitled "Buy American Act - Supplies" and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. Line Item No Country of Origin [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. (a) Cost or charges for royalties. When the response to this solicitation contains costs or charges for royalties totaling more than $250, the following information shall be included in the response relating to each separate item of royalty or license fee: (1) Name and address of licensor. (2) Date of license agreement. (3) Patent numbers, patent application serial numbers, or other basis on which the royalty is payable. (4) Brief description, including any part or model numbers of each contract item or component on which the royalty is payable. (5) Percentage or dollar rate of royalty per unit. (6) Unit price of contract item. (7) Number of units. (8) Total dollar amount of royalties. (b) Copies of current licenses. In addition, if specifically requested by the Contracting Officer before execution of the contract, the offeror shall furnish a copy of the current license agreement and an identification of applicable claims of specific patents. 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, the patent, indicate below: 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. R.15 52.227-15 Representation of Limited Rights Data and Restricted Computer Software. (MAY 1999) (a) This solicitation sets forth the work to be performed if a contract award results, and the Government's known delivery requirements for data (as defined in FAR 27.401). Any resulting contract may also provide the Government the option to order additional data under the Additional Data Requirements clause at 52.227-16 of the FAR, 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 that is to be 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 in lieu thereof. 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) As an aid in determining the Government's need to include Alternate II or Alternate III in the clause at 52.227-14, Rights in Data - General, the offeror shall complete paragraph (c) of this provision to either state that none of the data qualify as limited rights data or restricted computer software, or identify, to the extent feasible, which of the data qualifies as limited rights data or restricted computer software. Any identification of limited rights data or restricted computer software in the offeror's response is not determinative of the status of such data should a contract be awarded to the offeror. (c) The offeror has reviewed the requirements for the delivery of data or software and states [offeror check appropriate block] - [ ] None of the data proposed for fulfilling such requirements qualifies as limited rights data or restricted computer software. [ ] Data proposed for fulfilling such requirements qualify as limited rights data or restricted computer software and are identified as follows: Note: "Limited rights data" and "Restricted computer software" are defined in the contract clause entitled "Rights in Data - General." K.16 52.230-1 Cost Accounting Standards Notices and Certification. (JUN 2000) Note: This notice does not apply to small businesses or foreign governments. This notice is in three parts, identified by Roman numerals I through III. Offerors shall examine each part and provide the requested information in order to determine Cost Accounting Standards (CAS) requirements applicable to any resultant contract. If the offeror is an educational institution, Part II does not apply unless the contemplated contract will be subject to full or modified CAS coverage pursuant to 48 CFR 9903.201-2(c)(5) or 9903.201-2(c)(6), respectively. I. Disclosure Statement - Cost Accounting Practices and Certification (a) Any contract in excess of $500,000 resulting from this solicitation will be subject to the requirements of the Cost Accounting Standards Board (48 CFR Chapter 99), except for those contracts which are exempt as specified in 48 CFR 9903.201-1. (b) Any offeror submitting a proposal which, if accepted, will result in a contract subject to the requirements of 48 CFR Chapter 99 must, as a condition of contracting, submit a Disclosure Statement as required by 48 CFR 9903.202. When required, the Disclosure Statement must be submitted as a part of the offeror's proposal under this solicitation unless the offeror has already submitted a Disclosure Statement disclosing the practices used in connection with the pricing of this proposal. If an applicable Disclosure Statement has already been submitted, the offeror may satisfy the requirement for submission by providing the information requested in paragraph (c) of Part I of this provision. Caution: In the absence of specific regulations or agreement, a practice disclosed in a Disclosure Statement shall not, by virtue of such disclosure, be deemed to be a proper, approved, or agreed-to practice for pricing proposals or accumulating and reporting contract performance cost data. [[ I1 (1) Certificate of Concurrent: Submission of Disclosure Statement. The offeror hereby certifies that, as a part of the offer, copies of the Disclosure Statement have been submitted as follows: (i) Original and one copy to the cognizant Administrative Contracting Officer (ACO) or cognizant Federal agency official authorized to act in that capacity (Federal official), as applicable; and (ii) One copy to the cognizant Federal auditor. (Disclosure must be on Form No. CASB DS-1 or CASB DS-2, as applicable. Forms may be obtained from the cognizant ACO or Federal official and/or from the loose-leaf version of the Federal Acquisition Regulation.) Date of Disclosure Statement: (Name and Address of Cognizant ACO or Federal Official Where Filed:] The offeror further certifies that the practices used in estimating costs in pricing this proposal. are consistent with the cost accounting practices disclosed in the Disclosure Statement. [[ ]] (2) Certificate of Previously Submitted Disclosure Statement. The offeror hereby certifies that the required Disclosure Statement was filed as follows: Date of Disclosure Statement: [ ] Name and Address of Cognizant ACO or Federal Official Where Filed: [ ] The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the applicable Disclosure Statement. [[ ]] (3) Certificate of Monetary Exemption. The offeror hereby certifies that the offeror, together with all divisions, subsidiaries, and affiliates under common control, did not receive net awards of negotiated prime contracts and subcontracts subject to CAS totaling $50 million or more in the cost accounting period immediately preceding the period in which this proposal was submitted. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately. [[ ]] (4) Certificate of Interim Exemption. The offeror hereby certifies that (i) the offeror first exceeded the monetary exemption for disclosure, as defined in (3) of this subsection, in the cost accounting period immediately preceding the period in which this offer was submitted and (ii) in accordance with 48 CFR 9903.202-1, the offeror is not yet required to submit a Disclosure Statement. The offeror further certifies that if an award resulting from this proposal has not been made within 90 days after the end of that period, the offeror will immediately submit a revised certificate to the Contracting Officer, in the form specified under subparagraph (c) (1) or (c) (2) of Part I of this provision, as appropriate, to verify submission of a completed Disclosure Statement. Caution: Offerors currently required to disclose because they were awarded a CAS-covered prime contract or subcontract of $50 million or more in the current cost accounting period may not claim this exemption (4). Further, the exemption applies only in connection with proposals submitted before expiration of the 90-day period following the cost accounting period in which the monetary exemption was exceeded. II. Cost Accounting Standards - Eligibility for Modified Contract Coverage If the offeror is eligible to use the modified provisions of 48 CFR 9903.201- 2(b) and elects to do so, the offeror shall indicate by checking the box below. Checking the box below shall mean that the resultant contract is subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the Cost Accounting Standards clause. [[ ]] The offeror hereby claims an exemption from the Cost Accounting Standards clause under the provisions of 48 CFR 9903.201-2(b) and certifies that the offeror is eligible for use of the Disclosure and Consistency of Cost Accounting Practices clause because during the cost accounting period immediately preceding the period in which this proposal was submitted, the offeror received less than $50 million in awards of CAS-covered prime contracts and subcontracts. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer: immediately. Caution: An offeror may not claim the above eligibility for modified contract coverage if this proposal is expected to result in the award of a CAS-covered contract of $50 million or more or if, during its current cost accounting period, the offeror has been awarded a single CAS-covered prime contract or subcontract of $50 million or more. The offeror shall indicate below whether award of the contemplated contract would, in accordance with subparagraph (a) (3) of the Cost Accounting Standards clause, require a change in established cost accounting practices affecting existing contracts and subcontracts. K.17 52.230-1 Cost Accounting Standards Notices and Certification. (JUN 2000) Alternate I (APR 1996) Note: This notice does not apply to small businesses or foreign governments. This notice is in three parts, identified by Roman numerals I through III. Offerors shall examine each part and provide the requested information in order to determine Cost Accounting Standards (CAS) requirements applicable to any resultant contract. If the offeror is an educational institution, Part II does not apply unless the contemplated contract will be subject to full or modified CAS coverage pursuant to 48 CFR 9903 .201-2 (c) (5) or 9903 .201--2 (c) (6), respectively. (a) Any contract in excess of $500,000 resulting from this solicitation will be subject to the requirements of the Cost Accounting Standards Board (48 CFR Chapter 99), except for those contracts which are exempt as specified in 48 CFR 9903.201-1. (b) Any offeror submitting a proposal which, if accepted, will result in a contract subject to the requirements of 48 CFR Chapter 99 must, as a condition of contracting, submit a Disclosure Statement as required by 48 CFR 9903.202. When required, the Disclosure Statement must be submitted as a part of the offeror's proposal under this solicitation unless the offeror has already submitted a Disclosure Statement disclosing the practices used in connection with the pricing of this proposal. If an applicable Disclosure Statement has already been submitted, the offeror may satisfy the requirement for submission by providing the information requested in paragraph (c) of Part I of this provision. Caution: In the absence of specific regulations or agreement, a practice disclosed in a Disclosure Statement shall not, by virtue of such disclosure, be deemed to be a proper, approved, or agreed-to practice for pricing proposals or accumulating and reporting contract performance cost data. [[ ]] (1) Certificate of Concurrent Submission of Disclosure Statement. The offeror hereby certifies that, as a part of the offer, copies of the Disclosure Statement have been submitted as follows: (i) Original and one copy to the cognizant Administrative Contracting Officer (ACO) or cognizant Federal agency official authorized to act in that capacity (Federal official), as applicable; and (Disclosure must be on Form No. CASB DS-1 or CASB DS-2, as applicable. Forms may be obtained from the cognizant ACO or Federal official and/or from the loose-leaf version of the Federal Acquisition Regulation.) Date of Disclosure Statement: [Name and Address of Cognizant ACO or Federal Official Where Filed:] The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the Disclosure Statement. [[ ]] (2) Certificate of Previously Submitted Disclosure Statement. The offeror hereby certifies that the required Disclosure Statement was filed as follows: Date of Disclosure Statement: [ ] Name and Address of Cognizant ACO or Federal Official Where Filed: [ ] The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the applicable Disclosure Statement. [[ ]] (3) Certificate of Monetary Exemption. The offeror hereby certifies that the offeror, together with all divisions, subsidiaries, and affiliates under common control, did not receive net awards of negotiated prime contracts and subcontracts subject to CAS totaling $50 million or more in the cost accounting period immediately preceding the period in which this proposal was submitted. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately. [[ ]] (4) Certificate of Interim Exemption. The offeror hereby certifies that (i) the offeror first exceeded the monetary exemption for disclosure, as defined in (3) of this subsection, in the cost accounting period immediately preceding the period in which this offer was submitted and (ii) in accordance with 48 CFR 9903.202-1, the offeror is not yet required to submit a Disclosure Statement. The offeror further certifies that if an award resulting from this proposal has not been made within 90 days after the end of that period, the offeror will immediately submit a revised certificate to the Contracting Officer, in the form specified under subparagraph (c)(1) or (c)(2) of Part I of this provision, as appropriate, to verify submission of a completed Disclosure Statement. [[ ]] (5) Certificate of Disclosure Statement Due Date by Educational Institution. If the offeror is an educational institution that, under the transition provisions of 48 CFR 9903.202-1(f), is or will be required to submit a Disclosure Statement after receipt of this award, the offeror hereby certifies that (check one and complete): [[ ] ] (i) A Disclosure Statement Filing Due Date of [ ] has been established with the cognizant Federal agency. [[ ]] (ii) The Disclosure Statement will be submitted within the 6-month period ending [ ] months after receipt of this award. Name and Address of Cognizant ACO or Federal Official Where Disclosure Statement is to be Filed: [ ] Caution: Offerors currently required to disclose because they were awarded a CAS-covered prime contract or subcontract of $50 million or more in the current cost accounting period may not claim this exemption (4). Further, the exemption applies only in connection with proposals submitted before expiration of the 90-day period following the cost accounting period in which the monetary exemption was exceeded. II. Cost Accounting Standards - Eligibility for Modified Contract Coverage If the offeror is eligible to use the modified provisions of 48 CFR 9903.201- 2(b) and elects to do so, the offeror shall indicate by checking the box below. Checking the box below shall mean that the resultant contract is subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the Cost Accounting Standards clause. [[ ]] The offeror hereby claims an exemption from the Cost Accounting Standards clause under the provisions of 48 CFR 9903.201-2(b) and certifies that the offeror is eligible for use of the Disclosure and Consistency of Cost Accounting Practices clause because during the cost accounting period immediately preceding the period in which this proposal was submitted, the offeror received less than $50 million in awards of CAS-covered prime contracts and subcontracts. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting officer immediately. Caution: An offeror may not claim the above eligibility for modified contract coverage if this proposal is expected to result in the award of a CAS-covered contract of $50 million or more or if, during its current cost accounting period, the offeror has been awarded a single CAS-covered prime contract or subcontract of $50 million or more. would, in Standards affecting accordance with subparagraph (a)(3) of the Cost Accounting clause, require a change in established cost accounting practices existing contracts and K.19 52.252-1 1998) Restriction on Severance Payments to Foreign Nationals. (OCT 1995) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/far/ Security is a criterion in the evaluation of proposals received in response to this solicitation. Participation in the Industrial Polygraph Program is a mandatory requirement. The polygraph coverage under this program consists of counterintelligence issues and lifestyle polygraph interview for an ISSA/TS and a counterintelligence issue polygraph for an ISA/TS. Please indicate your willingness to participate in this Industrial Polygraph Program by checking the appropriate box below. ] Will Participate ] Will Not Participate K.21 152.211-702 Certification of Metric Measurement System (SI) Usage (AUG 1996) The metric system of measurement is the preferred system of weights and measures for United States trade and commerce. Each Federal agency must use the metric system of measurement in its procurements, grants, and other business-related activities to the extent economically feasible. Unless this solicitation specifies otherwise, the Offeror certifies by signing this offer that the supplies, components, reports, documentation, or services to be designed, fabricated assembled, delivered or performed under the contract are in accordance with the "International System of Units (SI)", or the "Metric System", as defined by clause 152.211-703 of this contract. UNCLASSIFIED GeoScout RFP Sections L&M December 9, 2002 Instructions, Conditions, and Notices to Offerors UNCLASSIFIED UNCLASSIFIED 2003-K-0001 Table of Contents .1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) ..........................................................4 L.2 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE (SEP 1990) ...........................................4 L.3 ORGANIZATIONAL CONFLICT OF INTEREST .................................................................................................................4 L.4 52.216-1 TYPE OF CONTRACT (APR 1984) ...........................................................................................................................4 L.5 52.233-2 SERVICE OF PROTEST (AUG 1996) .......................................................................................................................5 L.6 152.215-1 AGENCY ALTERNATE TO FAR CLAUSE 52.215-1 (JAN 1998) .......................................................................6 L.7 NOTICE OF EARNED VALUE MANAGEMENT SYSTEM (JULY 2002) ..........................................................................6 L.8 52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA. (OCT 1997) ...............................................................................................................................................................7 L.9 INFORMATION TO OFFERORS .............................................................................................................................................8 L.9.1 PROPOSAL SUBMISSION INSTRUCTIONS ..................................................................................................................................8 L.9.2 POINT OF CONTACT .................................................................................................................................................................9 L.9.3 PARTICIPATION BY ACQUISITION CENTER OF EXCELLENCE (ACE) IN THE EVALUATION OF PROPOSALS ...............................9 L.9.4 PARTICIPATION OF SUPPORT CONTRACTORS IN THE EVALUATION OF PROPOSALS .................................................................9 L.10 PROPOSAL FORMAT AND SPECIFIC CONTENT ..........................................................................................................9 T..10.1 GENERAL GUIDANCE ...............................................................................................................................................................9 ,.10.2 DISCREPANCIES ....................................................................................................................................................................10 L.10.3 152.215-723 PROPOSAL PREPARATION INSTRUCTIONS (JAN 2001) .....................................................................................10 L.11 VOLUME I - COVER LETTER/OFFER ............................................................................................................................14 L.11.1 COVER LETTER .....................................................................................................................................................................14 L.11.2 OFFERS .................................................................................................................................................................................14 L.11.3 CLASSIFIED ADDENDUM .......................................................................................................................................................16 L.12 VOLUME H - TECHNICAL/MANAGEMENT (ORAL PRESENTATION) .................................................................16 L.12.1 REQUIREMENTS .....................................................................................................................................................................16 L.12.2 VOLUME IIA- ORAL PRESENTATION ADDENDUM ................................................................................................................16 L.12.3 ORAL PRESENTATION GUIDELINES .......................................................................................................................................17 L.14 VOLUME IV - COST VOLUME .........................................................................................................................................19 L.14.1 ESTIMATING METHODOLOGY ...............................................................................................................................................20 L.14.1.1 Estimating System ........................................................................................................................................................20 L.14.1.2 Purchasing System .......................................................................................................................................................20 L.14.1.3 Accounting System ......................................................................................................................................................20 L. 14.1.4 Past Experience-Based Estimates .................................................................................................................................20 L.14.2 SUBCONTRACTORS ............................................................................................................................................. ..........20 L.14.3 SCHEDULE OF RATES ........................................................................................................................................................20 L. 14.4 ELECTRONIC SUBMISSION OF COST/PRICE DATA ..............................................................................................................21 L.14.4.1 PPAS Instructions .......................................................................................................................................................21 L. 14.4.2 Basis of Estimate Sheets by Contractor Work Breakdown Structure ..........................................................................27 L.14.4.3 DCAA Submission ......................................................................................................................................................27 ...14.5 SUBCONTRACTING PLAN .......................................................................................................................................................28 L.14.6 EVALUATION OF OPTIONS .....................................................................................................................................................28 L.14.7 CHANGES AFTER CONTRACT AWARD ...................................................................................................................................28 UNCLASSIFIED Page 2 UNCLASSIFIED IS VOLUME V - SECURITY ....................................................................................................................................................28 rPPENDIX A OF SECTION L - ACRONYM LIST ..........................................................................................................................29 SECTION M - EVALUATION FACTORS FOR AWARD ..............................................................................................................31 M.1 52.217-4 EVALUATION OF OPTIONS EXERCISED AT TIME OF CONTRACT AWARD. (JUN 1988) .......................31 M.2 52.217-5 EVALUATION OF OPTIONS. (JUL 1990) ............................................................ ................................................... 31 M.3 52.252-2 CLAUSES INCORPORATED BY REFERENCE. (FEB 1998) ................................................................................31 M.4 152.215-725 EVALUATION PROCEDURES AND FACTORS FOR AWARD (JAN 1998) .................................................31 TABLE 1 EVALUATION CRITERIA WEIGHTS ............................................................................................................................33 M.5 PROPOSAL EVALUATION ........................................................................................................................................................35 TECHNICAL AREA ............................ ............................................................................................................................................. 36 MANAGEMENT AREA ............................................................................................................................................................................ 36 PAST PERFORMANCE AREA .................. .............................................................................................................................................36 SECURITY AREA ....................................................................................................................................................................................36 M.6 ASSESSMENT CRITERION ........................................................................................................................................................37 SPECIFIC CRITERIA ...............................................................................................................................................................................39 Area I: Technical Evaluation ............................................................................................................................................................39 Area II Management Approach ........................................................................................................................................................43 Area III Past Performance ................................................................................................................................................................44 Area IV Cost ........ ...................... ....................................................................................................................................................45 .. Area V Security ...............................................................................................................................46 APPENDIX 1 PAST PERFORMANCE QUESTIONNAIRE .......................................... ...............47 .......................................... UNCLASSIFIED Page 3 UNCLASSIFIED 'ECTION L: INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS . L.1 Solicitation Provisions Incorporated by Reference (Feb 1998) Pursuant to FAR 52.252-1 "Solicitation Provisions Incorporated by Reference" the following provisions are incorporated herein by reference Number Title 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999) 52.215-16 Facilities Capital Cost of Money (Oct 1997) 52.222-24 Pre-Award On Site Equal Opportunity Compliance Review (Feb 1999) 52-232-38 Submission of Electronic Funds Transfer Information with Offer. (MAY 1999) 52.237-1 Site Visit (Apr 1984) 52.237-10 Identification of Uncompensated Overtime (OCT 1997) 252.227-7028 Technical Data or Computer Software Previously Delivered to the Government (Jun 1995) L.2 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. - 3 Organizational Conflict of Interest The prime contractor for the GeoScout effort is prohibited from performing as the prime contractor for the Enterprise Engineering effort. Furthermore, the GeoScout prime contractor is restricted to performing substantially less than 50% of the Enterprise Engineering subcontracting effort. Contractors will be required to submit Organizational Conflict of Interest (OCI) plans to mitigate the potential conflict caused by any contract team overlap. L.4 52.216-1 Type of Contract (Apr 1984) It is the Governments intent to award a contract for the first two (2) blocks (Base Period) of work under the SOW, as implemented by Task Orders, for a period of performance of not to exceed four (4) years. Authority to Proceed will be for Block 1 initially. A Task Order for Block 2 will be awarded after completion of the Business Case and Implementation Plan for Block 2. Prior to the end of Block 2 in accordance with the Award Term Plan (ATP), the GeoScout contractor will have earned the right to proceed with Block three (3) or the ,Government will re-compete the contract. The selected GeoScout contractor may earn the right to each successive Block via the Award Term evaluation process. The Government may exercise yearly options at the end of the contract to allow for a period of transition and re-competition. The Government contemplates awarding a mixed contract type with Task Orders that could be either Firm Fixed Price or Cost Plus Award Fee (CPAF)/Award Term resulting from this solicitation. The Award Fee portion of the contract will be used primarily to motivate the desired level of GeoScout 'raction and cooperation with other elements within and external to NIMA (i.e. Enterprise Engineering, _ ..DES, etc.). UNCLASSIFIED Page 4 UNCLASSIFIED 2003-K-0001 The Award Term portion of the contract will be used to motivate the GeoScout contractor's progress in nieving the overall goals of the GeoScout Statement of Work (SOW). The final Award Term plan will identify the criteria and timing the Government will use to determine Award Term extensions to the GeoScout contract. Awar Termj", Award Term Award Term Orion 1 Orion 2 Option 3 Option 4 *The information displayed by this chart is notional Assumptions: ? Immediate authorization to proceed will be granted for Block 1 at contract award. Block 2 will be authorized after delivery and acceptance of the Block 2 Business Case and Implementation Plan. ? Portions of Blocks 1 and 2 may be performed in parallel, and must be completed no later than 4 years after contract award. ? The contractor is not required to deliver a Business Case for Block 1 since the Government will make the Block 1 feasibility determination. A detailed Implementation Plan submitted with the proposal is required for Block 1. A Business Case and Implementation Plan are required for all subsequent Blocks prior to the award of Task Orders. ? The contractor must earn the right to proceed with Blocks 3, 4 and 5 etc. The period of performance for subsequent Blocks (post Block 2) is tentative, dependent on the offeror's specific approach. ? The Government may exercise options annually beginning approximately FY2010. ? The number of and duration of Blocks is dependent on the offeror's specific approach. L.5 52.233-2 Service of Protest (Aug 1996) (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 General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from Diane Alcott, ACA, National Imagery and Mapping Agency, MS P-11, 12310 Sunrise Valley Drive, Reston, VA 22091-3449 and, OGC, National Imagery and Mapping Agency. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. UNCLASSIFIED Page 5 UNCLASSIFIED Ir..6 152.215-1 Agency Alternate to FAR Clause 52.215-1 (JAN 1998) FAR Clause 52.215-1, Instructions to Offerors - Competitive Acquisition, is modified only as indicated below: (f) Contract Award: (1) The Government intends to select for final negotiations a contractor(s) resulting from this solicitation whose proposal represents the best value after evaluation in accordance with the factors and sub-factors in the solicitation. (2) The Government may reject any or all proposals if such action is in the Government's interest. (3) The Government may waive informalities and minor irregularities in proposals received. (4) The Government intends to evaluate proposals and select, without discussions, an offeror(s) for final negotiations. Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions 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, 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. Paragraph (f) 5 - 11, and all other parts of FAR clause 52.215-1 remain unchanged. L.7 Notice of Earned Value Management System (July 2002) (a) The offeror selected for award shall provide documentation that the proposed earned value management system (EVMS) complies with the intent of American National Standards Institutes (ANSI)/Electronic Industries Association (EIA) 748-1998, Industry Standard Guidelines for Earned Value Management (EVM), hereinafter referred to as "Guidelines". (b) If the offeror proposes an EVMS that does not meet the requirements of paragraph (a) of this provision, the offeror shall submit a comprehensive plan for compliance with the EVMS guidelines. (1) The plan shall: i. Describe the EVMS the offeror intends to use in performance of the contract. ii. Distinguish between the offeror's existing management system and modifications proposed to meet the guidelines. iii. Describe the management system and its application in terms of the guidelines. iv. Describe the proposed procedure for administration of the guidelines as applied to subcontractors. v. Provide documentation describing the process and results of any third-party or self-evaluation of the system's compliance with EVMS guidelines. (2) The offeror shall provide information and assistance as required by the contracting officer to support review of the plan. (3) The Government will review the offeror's plan for EVMS before contract award. UNCLASSIFIED Page 6 UNCLASSIFIED (c) Offerors shall identify the major subcontractors (or major subcontracted effort if subcontractors have not been selected) planned for the application of the EVMS guidelines. The prime contractor and the Government shall agree to subcontractors selected for application of the EVMS guidelines. (d) Upon contract award and during contract performance, the offeror is hereby notified that submitted EVMS information may be shared with properly protected (fully executed non-disclosure agreements) government support contractors for the purpose of analyzing the information and providing recommendations to the government. L.8 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data. (OCT 1997) (a) Exceptions from cost or pricing data. (1) In lieu of submitting cost or pricing data, offerors may submit a written request for exception by submitting the information described in the following subparagraphs. The Contracting Officer may require additional supporting information, but only to the extent necessary to determine whether an exception should be granted, and whether the price is fair and reasonable. i. Identification of the law or regulation establishing the price offered. If the price is controlled under law by periodic rulings, reviews, or similar actions of a government body, attach a copy of the controlling document, unless it was previously submitted to the contracting office. ii. Commercial item exception. For a commercial item exception, the offeror shall submit, at a minimum, information on prices at which the same item or similar items have previously been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. Such information may include - 1. For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, or a statement that the catalog is on file in the buying office to which the proposal is being submitted. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities; 2. For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market; 3. For items included on an active Federal Supply Service Multiple Award Schedule contract, proof that an exception has been granted for the schedule item. (2) 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 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. UNCLASSIFIED Page 7 b. Requirements for cost or pricing data. If the offeror is not granted an exception from the requirement to submit cost or pricing data, the following applies: 1. The offeror shall prepare and submit cost or pricing data and supporting attachments in accordance with Table 15-2 of FAR 15.408. 2. As soon as practicable after agreement on price, but before contract award (except for un-priced actions such as letter contracts), the offeror shall submit a Certificate of Current Cost or Pricing Data, as prescribed by FAR 15.406-2. L.9 Information to Offerors L.9.1 Proposal Submission Instructions All volumes of the proposal, with the exception of Volume III shall be received at the location specified below: By NLT 03 February 2003, 1400 EST. The Past Performance Volume III (including a classified addendum if applicable) shall be received by NLT 15 January 2003, 1404 EST at the location specified below: The contractor shall submit one copy of the proposal (hardcopy and softcopy) to the cognizant Administrative Contracting Officer, and one copy to the cognizant Contract Auditor no later than 04 February 2003. -- - e following wording shall be placed in a conspicuous location on the outside of all packages or envelopes containing offer material. TICOM, Inc. ATTN: Diane Alcott, CO /John O'Connor, AC RFP No. 2003-K-0001, "GeoScout" 14520 Avion Parkway, Suite 100 Chantilly, VA 20151 Additional Packing Instructions: Proposal binders shall be packed in boxes. The boxes shall be sequentially numbered and shall indicate the total number of boxes (i.e., Box 1 of 4). Box numbers shall be placed on all sides of the box itself. Box one (1) shall include the disks with the softcopy submission and a master packing list. The master packing list shall list the contents (i.e., Volume Number, Copy Number, and Name) of each box, by box number. Classified information: Where classified information is required in your response, it shall be provided as a classified supplement and bound in a single addendum to Volume I "Cover Letter/Offer." Classified Past Performance information shall be submitted early with the Past Performance Volume III. Each entry in the classified addendum shall be referenced to the proposal volume, page number, and paragraph number to which it applies. Similarly, a reference shall be placed in the unclassified volume where the classified insert applies, giving the page and paragraph numbers within the addendum where it can be found. Binding and labeling of the addendum as well as submission shall conform to the same directions as those given in this instruction to rors for unclassified portions. The classified addendum shall be separately bound with an applicable security designation color cover, conforming to the CDCG/DD Form 254 of this RFP. Pages in classified addenda will be included in the page count for the applicable volume. UNCLASSIFIED Page 8 UNCLASSIFIED All cost or pricing information shall be UNCLASSIFIED. 2003-K-0001 L.9.2 Point of Contact The Procurement Contracting Officer (PCO), Diane Alcott, is the sole point of contact for the GeoScout acquisition. Any and all questions regarding any aspect of this RFP must be addressed only to the Contracting Officer. The PCO will use the Acquisition Center of Excellence (ACE) Acquisition Research Center (ARC) web site (http://arc.npa.gov) on the classified CWAN as the primary means of communication. The offeror will be given the appropriate web site instructions, user log-ins, and passwords. It is the offeror's sole responsibility to access the web site routinely to obtain current information relevant to this acquisition (i.e., announcements, updates to the technical data package, technical and contractual Q&A, amendments to RFP, etc.). L.9.3 Participation by Acquisition Center of Excellence (ACE) in the Evaluation of Proposals NIMA intends to utilize a Government organization, the NRO's Acquisition Center of Excellence (ACE), relative to this acquisition. The ACE provides both acquisition and facility support through a number of contracts with various contractors. The companies providing support to the ACE are identified as follows: Companies Providing Companies Providing ACE Acquisition Support ACE Facility Support TICOM, INC. Booz, Allen, & Hamilton Welkin Associates, Ltd. MRJ -tor Corporation IDS Telcolote Research, Inc. TASC Companies providing support through ACE will NOT participate as evaluators, but will provide assistance to Government acquisition personnel. The exclusive responsibility for source selection remains with the Government. Non-Disclosure and Organizational Conflict of Interest Certificates for all ACE contractor support personnel participating in this source selection are on file with the NRO Office of Contracts ACE. L.9.4 Participation of Support Contractors in the Evaluation of Proposals NIMA has contracted with The MITRE Corporation, Carnegie Mellon Software Engineering Institute (SEI), RAND, and the GC Group for advisory assistance during the GeoScout source selection. NIMA's contract with MITRE, SET, RAND and the GC Group as well as the employment contracts between MITRE, the SEI, RAND and their personnel, prohibit the unauthorized dissemination of data to which it or its employees have access. It is the Government's intent to use the services of these personnel in a purely advisory role in the evaluation of offers. The exclusive responsibility for source selection remains with the Government. Non- Disclosure and Organizational Conflict of Interest Certificates are on file with the Contracting Officer. L.10 PROPOSAL FORMAT AND SPECIFIC CONTENT 9.1 General Guidance This section of the instructions to offerors provides general guidance for preparing the proposal as well as specific instructions on the format and content of the proposal. The offeror shall be compliant with the UNCLASSIFIED Page 9 UNCLASSIFIED. -requirements as stated in the GeoScout Statement of Work (SOW). Furthermore, the offeror's proposal shall submitted in accordance with the instructions to offerors. Non-conformance with the instructions to offerors may result in an unfavorable proposal evaluation. The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. The offeror shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offeror's proposal. If an offeror does not understand these instructions, then it should write to the Contracting Officer for clarification sufficiently in advance of the deadline for receipt of the offer to get an answer in time to meet that deadline. The Government intends to award to one contractor who is deemed responsible TAW with the Federal Acquisition Regulation, as supplemented and whose proposal conforms to the solicitation requirements. In addition, the Government reserves the right to award no contract at all, depending on the quality of the proposal, the availability of funding, and the continued existence of the requirement. In order to award a contract the Government must have received an acceptable offer. An offer is acceptable when it manifests assent to all of the terms and conditions of Sections A through K of this RFP, which includes the solicitation provisions, contract clauses, specification, and documents, exhibits, and attachments. The Government will declare an offer to be unacceptable if it does not manifest the offeror's assent to all such terms I conditions. The Government may reject the proposal if it is evaluated to be unrealistically high or low in cost when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. L.10.2 Discrepancies If the offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the offeror shall immediately notify the PCO in writing with supporting rationale. L.10.3 152.215-723 Proposal Preparation Instructions (JAN 2001) This section is provided to assist the Offeror in preparing a proposal in response to this solicitation and to assist the Government in determining the Offeror's relative ability to satisfy the solicitation requirements. These instructions are not intended to unduly restrict the Offeror's proposal effort. Questions concerning these instructions should be directed to the Contracting Officer. (a) Separate volumes for the elements of your proposal shall be prepared according to the following table. All proposal volumes shall be UNCLASSIFIED to the greatest extent possible. Every submission, whether hardcopy or softcopy, must be properly identified, and marked with the proper classification. Each volume shall be written or presented on a stand-alone basis. Information required for proposal evaluation that is not found in its designated volume or presentation will be assumed to have been omitted from the proposal. oluine Title Page Limit Hardcopy Softcopy I Cover Letter/Offer No limit Original plus 3 1 UNCLASSIFIED Page 10 UNCLASSIFIED If Oral Presentation (slides) 200 Original plus 30 1 Ila Oral Presentation Addendum 150 Original plus 30 1 III Past Performance Volume 50 Original plus 6 1 IV Cost Volume No limit Original plus 6 4 V Security Volume No limit Original plus 4 1 2003-K-0001 Cross-Reference Matrix The offer shall provide a cross-reference matrix indicating by CLIN, Section L, and SOW the corresponding proposal paragraph(s) in that volume. The Cross-Reference Matrix shall contain at a minimum the data shown in the table below: SOW Proposal 0003 L.8.4 4.15 Vol H, xx I (b) Proposal Volumes Format. To aid in evaluation, each proposal volume shall follow the same general format. All Proposal Volumes shall contain a Title Page, a Table of Contents, a List of Acronyms, Glossary of Terms, and a Cross-Reference Matrix of the Proposal Volume by CLIN, Section L, & SOW. Page Limitations. Page limitations for each volume are identified in paragraph (a). Page limitations include charts and graphic material. The title page, table of contents, a list of acronyms, glossary of terms, and cross-reference matrix do not count toward the total page count of each volume and will not be evaluated. Classified information for a particular volume that is included in Addendum 1 to the Cover Letter/Offer shall count towards the page limitations for the volume it references. Pages not in the page count shall be numbered with Roman numerals (i.e., iv). (d) Proposal Page Format. (d- 1) Format: A "page" will consist of print on one length of 8 1/2 inch by 11-inch paper. Paper printed on two sides will count as two pages. In accordance with the clause at 52.204-4, NIMA encourages the use of two sided printing and reproduction. Foldouts shall not exceed 10% of the total volume page count for any single volume. Each 11X17 foldout page shall count as two pages single sided and four pages double sided, against the page limitations. Page margins will be a minimum of 1 inch on top, bottom and each side. Volumes I and IV (Cover Letter/Cost Volume) are exempt from the 1-inch margin rule for mandatory forms, boilerplate, and exhibits that are pre-formatted and do not conform to the 1-inch margin requirement, but will be considered in the page count as specified. Partial pages count as a full page for page limitation purposes. All pages within a page-limited section shall be consecutively numbered, starting at page one, and shall not exceed the page limitation. (d-2) Text Type Size. -rt Type Size shall be 12 point Times New Roman font. Typesetting or other techniques to reduce character or spacing are not permitted and are considered a deliberate attempt to circumvent the page limitations. No pen and ink changes are allowed. Two column presentation and use of bold face type for paragraph headings is UNCLASSIFIED Page 11 UNCLASSIFIED Icceptable. Text lines shall be spaced at a minimum of 14.0 points (i.e., single spaced) and text lines shall not .teed 45 lines per column per page, including heading. (d-3) Illustrations and Tables: Slides, Tables, or Diagrams shall not exceed 8-1/2 X 11 inches. Color is permitted. The Master Program Schedule shall be submitted as part of the NSGI System Transition Plan of the Oral Presentation Addendum, Volume Ila in the following matter: One original plotted on 44X32 sheets showing all dependencies and links. One original plus 29 printed on 11X17 paper containing all necessary data columns. All information (except for document numbers, classification markings, page numbers, etc.) shall be provided within the page margins identified in paragraph (d)(1). Figure callouts may be single-spaced. The font size for illustrations .and tables shall be no less than: Art: 8 point Times New Roman or Sans Serif Tables: 8 point Times New Roman or Sans Serif Titles: 10 point Times New Roman, bold, initial cap (d-4) Binding. Each volume shall be complete in itself and shall contain sufficient information to permit a detailed evaluation. Each volume shall be contained in a separate, loose-leaf, three-ring binder. The volume title, copy number, and the company's name shall be placed on the spine, on the front cover, and on the title page of the binder. The pages for the title page, table of contents, and cross-reference matrix will not be numbered. Page 1 of the volume is defined as the first page after the title page, table of contents and cross-reference matrix. All pages shall be numbered sequentially from the first to the last page using only Arabic numerals. Attachments and --vendices may be separately page numbered. Pages printed on both sides shall be numbered on both sides. .;h volume will contain a matrix that identifies those pages within the main volume, attachments and appendices which contribute towards the page count and are subject to evaluation. (e) Any proposal pages submitted which exceed the page limitations set forth in paragraph (a) or proposal pages failing to meet the format in paragraph (d) will not be read or evaluated, and hardcopy pages of the original and all copies will be returned to the offeror, (f) Electronic Format (f-1) This section is intended to provide information to the offeror on the electronic format and application software to be used for submitting softcopy proposals. Use of the software and procedures described in this section reduces the amount of time and effort needed by the Government to receive and install proposals onto the electronic evaluation system and will help to ensure that proposals are suitable for reading electronically. The information regarding electronic products listed below should not be construed as Government endorsement for such products. In the event of inconsistencies between the hardcopy and softcopy versions of the proposal, the hardcopy version shall take precedence. Efforts by the Government to clarify and install electronic proposal submissions in accordance with FAR 15.207(c) will not be considered discussions. The offeror is encouraged to load and use their softcopy submission on a system equivalent to the Government's to ensure that the Government will be able to load the softcopy submission. Note: Electronic submission does not satisfy delivery of proposal. Hard copies must be received to meet the delivery requirements. ) Evaluation Hardware The Government will use the hardware listed in Table A: UNCLASSIFIED Pam., 19 UNCLASSIFIED Table A: Evaluation Hardware Item Equipment Server DEC Alpha running Windows NT 4.0 Data Input Disk Drive (Server) Iome a Zip 100 Drive (FAT Format) Workstations IBM-compatible Pentium PCs running Windows NT Workstation 4.0 Printer Laser printers: DELN17ps (B/W) and Tektronix Phaser 350 (color) Tae Backup (Server) Di ital DLT-tape IV (f-3) Evaluation Software The Government will access the softcopy versions using a network running Microsoft Windows NT Server 4.0 and Workstation 4.0, Microsoft Office 97, Microsoft Project 98, Microsoft PowerPoint, and Adobe Acrobat 4.0. Except as identified below, all proposal volumes shall be submitted in Adobe Acrobat, Portable Document Format (PDF), version 4.0. The Acrobat Bookmark feature may be used for document navigation; however, use of the Acrobat Notes feature is prohibited. The Government will use Mainstay Software Corporation's Proposal Pricing and Analysis System (PPAS) product for evaluation and analysis of the cost volume. Detailed instructions for submitting the cost volume are included at L. 14. ~1-4) Electronic Media The offeror shall submit its proposal on 100 Megabyte, Iomega Zip Drive-compatible, disk cartridges or CD- ROM formatted to operate on the Government's proposal evaluation system as described in paragraphs (f-2) and (f-3) above. The softcopy Oral Presentation (Volume II) shall be submitted on a separate CD-ROM or Zip Drive. There is no limit to the number of Zip disk cartridges that may be submitted as long as the page limitations of each proposal volume are met. The offeror shall virus scan and write protect the Zip disks prior to submittal. (f-5) File Naming Conventions The offeror shall name files using standard naming conventions that clearly identify the file. Valid extensions for files using the above applications are ".pdf'for Adobe Acrobat 4.0 files, ".xls" for Microsoft Excel 97, ".mpp" for Microsoft Project 98, and ".ppt" for Microsoft PowerPoint. Each file shall be stored in a folder that corresponds to the proposal volume it represents. The files within the folder shall be named in an unambiguous manner, using plain text language, which facilitates the evaluator's ease of accessing the files for evaluation. The offeror shall insert the file name in the header of each document. (f-6) Links The offeror shall hyperlink information in its proposal when possible and prudent (i.e., cross-references made to other sections, tables, or figures within that document). The offeror shall make the existence of hyperlinks obvious through the use of an outline box, different font color, underlining, or other highlight method. Multimedia c,;und or video files shall not be embedded into proposal documents. (f-8) Graphics UNCLASSIFIED Page 13 UNCLASSIFIED 2003-K-0001 graphics, which are embedded into documents, shall be kept as simple as possible. Complex graphics require tiger periods for the computers used in the evaluation system to draw and redraw these figures, and scrolling through the document is slowed significantly. a. Limit colors to 256 colors at 1024 x 768 resolution; avoid color gradients. b. Simplify the color palette used in creating figures. C. Be aware of size for graphics files. Large files are discouraged. d. Avoid scanned images. L.11 VOLUME I - COVER LETTER/OFFER L.11.1 Cover Letter A cover letter, signed by an official authorized to legally bind the offeror is to be attached to offers. The first page of the proposal's cover letter must show: a. The solicitation number. b. The name, address, and telephone and facsimile numbers of the offeror. c. Names, titles, and telephone and facsimile numbers of persons authorized to negotiate on the offeror's behalf with the Government in connection with this solicitation. d. Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office. Names and telephone numbers of persons to be contacted for clarification or questions to this proposal (No more than two (2) people may be listed). f. Provide the mailing address, telephone, and fax numbers for the cognizant Contract Administration Office, DCAA, and Government Paying Office. g. Statement that the proposal is firm for a period of not less than one hundred twenty (120) days from the proposal due date. h. Statement as to the acceptance of the anticipated contract provisions and proposed contract schedule or specific exceptions taken to any of the terms and conditions specified herein. L.11.2 Offers The completion and submission to the Government of the items listed below shall constitute an offer and shall indicate the offeror's unconditional consent to the terms and conditions of the RFP. Objections to any of the terms and conditions of this RFP may be considered by the Government to be unacceptable. Standard Form 33, "Solicitation, Offer, and Award," with blocks 12 through 18 completed by the offeror. RFP Section B, "Supplies or Services and Prices/Costs," with the offeror proposed contract line item prices inserted in the appropriate spaces. RFP Section H, "Special Contract Requirements", the offeror's proposed names of Key Personnel inserted in the appropriate space. ' Section 1, "Contract Clauses," with the offeror's proposed Subcontracting Plan and a Mitigation Plan IAW the Organizational Conflict of Interest clause. UNCLASSIFIED UNCLASSIFIED 2003-K-0001 RFP Section K, "Representations, Certifications, and Other Statements of Offerors," completed by the offeror. UNCLASSIFIED ,113 Classified Addendum Where classified information is required in your response, it shall be provided as a classified supplement and bound in a single addendum to Volume I "Cover Letter/Offer." Classified Past Performance information shall be submitted early as a separate addendum to the Past Performance Volume. Each entry in the classified addendum shall be referenced to the proposal volume, page number, and paragraph number to which it applies. Similarly, a reference shall be placed in the unclassified volume where the classified insert applies, giving the page and paragraph numbers within the addendum where it can be found. Binding and labeling of the addendum as well as submission shall conform to the same directions as those given in this instruction to offerors for unclassified portions. The classified addendum shall be separately bound with an applicable security designation color cover, conforming to the CDCG/DD Form 254 of this RFP. Pages in classified addenda will be included in the page count for the applicable volume. L.12 VOLUME II - TECHNICAL/MANAGEMENT (Oral Presentation L.12.1 Requirements The Technical/Management Oral presentation will address each of the nine Technical and Management evaluation Items and their associated Factors identified in Section M as a minimum: Item Ition 1 - Enterprise Architecture Section 2 - Integrated Geospatial Intelligence (GI) Analytical Environment Section 3 - NSGI System Transition Plan Section 4 - Business Process Re-engineering Section 5 - Enterprise Responsiveness Section 6 - Management Approach Section 7 - Partnerships Section 8 - Staffing Plan Section 9 - Subcontractor Management L.12.2 Volume IIa - Oral Presentation Addendum A written Addendum to the Oral Presentation shall be submitted with the offeror's proposal containing the owing documents: 1) Engineering Analysis to Support Scaleability; 2) NSGI System Transition Plan (with -aster Program Schedule); 3) Implementation Plan for Block 1. Even though this information might be referenced and presented in the offeror's Oral Presentation, enough detail must be included in the Addendum to UNCLASSIFIED UNCLASSIFIED `gcilitate a thorough evaluation and allow for the immediate incorporation of these documents into the resultant ntract. The NSGI System Transition Plan shall be updated, using the NEA CDRL 020, to be consistent with the Government's prioritized technical capabilities and Block priority sequencing as provided in Appendix D to the SOW, and the system integration and program management responsibilities contained in SOW Sections 3 and 4. The NSGI System Transition Plan contained in the Oral Presentation Addendum may also provide an alternative that represents the Contractor's preferred approach for the engineering and delivery of capabilities tailored to the Contractor's proposed NSGI Architecture. This preferred approach shall provide detailed justification for differences and trades, and shall provide trace ability between the Government's prioritized technical capabilities and Block priority sequencing to the Contractor's preferred approach. L.12.3 Oral Presentation Guidelines Each offeror must make an oral presentation to the Government's evaluation team. The Evaluation Team will evaluate the oral presentation in accordance with the 19 factors listed under the Technical and Management Areas in Section M of this RFP. The offeror's representatives must show by the presentation and by their answers to the Government's clarification questions that they understand the Government's requirements; that they are familiar with the kinds of problems that may develop during performance; and that they are capable of developing practicable and effective solutions to those problems. The Government will conduct a drawing to determine the order in which the contractors are assigned their oral TTesentation day. The Contracting Officer will schedule the oral presentations and notify each offeror of the ,eduled date, time and location of its presentation within 7 days of the release of the final RFP. The Government will hold oral presentations in mid to late February 2003. The offeror must make its oral presentation in accordance with these instructions and any additional instructions the Contracting Officer may provide. The Contracting Officer may reschedule an offeror's oral presentation at the Contracting Officer's sole discretion. Oral Presentations are limited to six (6) hours. The offeror will return the following day to answer any clarification questions the Government might have. Breaks will be scheduled by the offeror of at least 10 minutes per hour. Breaks will not be counted as part of the six-hour presentation time. The offeror will indicate to the Government when it has reached a break point, at which time the Government time-keeper will stop the clock. The Contracting officer will tell the offeror when to start its presentation, keep time, and stop the presentation at the end of the allotted time period whether or not the offeror has finished. The Offeror is limited to submitting and presenting no more then 200 Slides for their Oral Presentation and assumes full responsibility for delivering a clear and complete presentation during the six (6) hour time period. Any slides not presented due to time limitations will not be evaluated by the Government. The offeror's presenter(s) must be chosen from among the offeror's proposed key personnel or proposed key subcontractor personnel. The offeror may not use a professional speaker or consultant to make its presentation. The offeror may send no more than ten representatives to the oral presentation. Consultants to the offeror may not attend the presentation. During the presentation the Government's attendees will not interrupt the offeror to ask questions (except to request repetition of inaudible words or statements or the explanation of terms that are unknown to them) or otherwise engage the offeror in any dialogue. The Government will conduct a question and answer session the )wing day during which the offeror's representatives must answer questions from the Contracting Officer. Ale Government may include the offeror's presentation, or portions thereof, and its answers to questions in any prospective contract. The Government will not permit an offeror to change its proposal during the oral presentation or the question and answer session. UNCLASSIFIED Page 17 UNCLASSIFIED 2003-K-0001 aring the question and answer session, offeror(s) will be given an opportunity to address unfavorable assessments of past performance through communications pursuant to FAR 15.306(b), provided that the offeror has not had a previous opportunity to review the unfavorable assessments. This exchange of information is not considered Discussions, and is unique to the discovery of adverse past performance information. The offerors will be notified of any unfavorable assessments of past performance prior to their oral presentation and as stated earlier, may address these assessments during the question and answer session following their presentation. Neither the oral presentation nor the question and answer session will constitute discussions, as that term is defined and used in FAR subpart 15.306(d). If the Government decides that discussions are necessary, notwithstanding the intention to award a contract without discussions, then the Government may discuss the offeror's oral presentation or the answers that it gave during the question and answer session that followed. The presentation team may also expound on any other topics that they consider to be pertinent to a demonstration of their knowledge, competence, and capability to produce/perform so long as that information is presented within the specified time limit. The presentation will not encompass price or cost and fee in any manner for the proposed contract. (1) To ensure offerors do not spend an inordinate amount of time and money in preparing presentation slides the following specification has been developed. Presentation media are limited to overhead transparencies "^lides) or softcopy if unclassified. The softcopy presentation may be presented in Adobe Acrobat 4.0 or crosoft PowerPoint. (2) The offeror must submit its overhead slides -- and 30 sets of full-scale paper copies of its slides in addition to one softcopy version -- with its proposal submission. The offeror must number the pages of the paper copies and bind each set. In order to ensure the integrity of the source selection process, the offeror must use the overhead slides or softcopy submitted to the Government with its offer when making its oral presentation, without alteration. The evaluation team may review copies of the slides prior to and after the presentation. The offeror may submit no other written documentation for its oral presentation. When evaluating an offerors oral presentation the Government will consider only those slides that were actually projected and addressed by the offeror during the presentation. The Contracting Officer will not permit the offeror to use slides during the question and answer session that were not projected and discussed during the presentation. The Government will process overhead slides and copies that are received after the deadline for the submission of offers in accordance with FAR 52.215-1(c)(3). If the slides and copies are late, and are not accepted for consideration on the basis of FAR 52.215-1(c)(3) then the Government will consider the offeror to be ineligible for award and will not permit that offeror to make an oral presentation and will reject its offer without further evaluation. Offeror's are required to utilize the existing Government projector and computer during their presentation. The offeror may not audio or video-record its own presentation. However, the Government may record each offeror's presentation and the question and answer session. If any portion of the oral presentation or the n'lestion and answer session is incorporated into the resultant contract, the offeror will be provided a copy of the )rd. UNCLASSIFIED Pane 18 UNCLASSIFIED .13 VOLUME III - PAST PERFORMANCE The Past Performance Panel (PP) evaluation will include an assessment of the Offeror's Past Performance Volume and Past Performance Questionnaire data (Appendix 1) collected by Offeror references or other sources. The Past Performance evaluation consists of three factors identified below. Each offeror and major subcontractor is limited to no more than five references each, and is responsible for forwarding the attached Past Performance Questionnaire (Appendix 1) to the appropriate Government official who can attest to contractor performance for that specific reference. The offeror is responsible for having the Past Performance Questionnaire (Appendix 1) returned to the NIMA Contracting Officer prior to 15 January 2003. The Past Performance evaluation will include an assessment of each offeror, including past performance of all proposed major subcontractors (as defined at L.14.4). Offeror(s) will be given an opportunity to address unfavorable assessments of past performance through communications pursuant to FAR 15.306(b), provided that the offeror has not had a previous opportunity to review the unfavorable assessments. This exchange of information is not considered Discussions as defined in FAR 15.306(a)(2), and is unique to the discovery of adverse past performance information. The Government provided analysis and scoring of the Thin Line Operational System (TLOS) demonstration assessment will be a significant element of the overall Past Performance score. If additional data is needed from any of the sources, the Past Performance Panel may conduct interviews or obtain information from other sources (CPAR Database) in order to obtain sufficient information to complete the panel evaluation. The Past Performance Volume III will address each of the three (3) Past Performance evaluation Factors identified in Section M as a minimum: Factors Section 1 - The extent to which the offeror's Thin Line Operational System (TLOS) solution demonstrated their understanding and implementation of an all-digital, data-centric analytic environment. Section 2 - The extent to which the offeror has a proven record of success in program management of multiple concurrent, interdependent development spirals. Section 3 - The extent to which the offeror has a proven record of success at leading subcontractors as an integrated team toward a common goal. L.14 VOLUME IV - COST VOLUME This volume consists of a presentation of cost or pricing data substantiating the proposed cost of work to be accomplished in completion of the SOW to include segregation by Blocks for Task Order purposes. The Offeror's cost proposal shall contain sufficient factual information to establish the reasonableness, realism, and completeness of the proposed cost. The cost of the offeror's entire proposed effort will be evaluated for award purposes. Detailed certified cost information in accordance with the following instructions is required for all work proposed during the Base Period, specifically Block 1. Block 2 should contain enough specific ertified cost detail to make the appropriate complete, reasonable, and realistic determinations. Subsequent mocks to include the option years will be proposed with as much detailed uncertified cost as possible, with at least annual Not to Exceed (NTE) dollars. The total cost of the proposed effort, including options, will be evaluated for award purposes. For those Legacy/Heritage efforts that are transitioning in FY2003, the offeror UNCLASSIFIED Page 19 UNCLASSIFIED 2003-K-0001 -hould plan for 70 FIFE. Beyond FY2003, the offeror should assume a full transition of these efforts. It is the 3vernments intent to use the negotiated cost to set the contract value. Block 1 will be negotiated for immediate authorization to proceed (ATP) after contract award. The Business Case, Implementation Plan, and cost proposal for each successive Block will be negotiated by Task Order. Four one-year options to allow for transition shall be separately priced for evaluation. All information relating to the proposed price, including all required supporting documentation, must be included in the section of the proposal designated as the cost volume. Under no circumstances shall this information and documentation be included elsewhere in the proposal. All cost or pricing information shall be UNCLASSIFIED. L.14.1 Estimating Methodology L.14.1.1 Estimating System Provide a summary description of your standard estimating system or methods. The summary description shall cover separately each major cost element (i.e., Direct Material, Engineering Labor, Manufacturing Labor, Indirect Costs, ODCs, Overhead, G&A, etc.). Also, identify any deviations from your standard estimating procedures in preparing this proposal volume. Indicate whether you have Government approval of your system and if so, provide evidence of such approval. L.14.1.2 Purchasing System Provide a summary description of your purchasing system or methods (i.e., how material requirements are determined, how sources are selected, when firm quotes are obtained, what provision is made to ensure quantity ?d other discounts). Also, identify any deviations from your standard procedures in preparing this proposal. Jicate whether you have Government approval of your system and if so, provide evidence of such approval. L.14.1.3 Accounting System Indicate whether you have Government approval of your accounting system and if so, provide evidence of such approval. Also, identify any deviations from your standard procedures in preparing this proposal. L.14.1.4 Past Experience-Based Estimates Where cost estimates are based upon past experience, identify the past experience, explain how the past experience relates to the current effort, including similarities and differences, and how cost data available from the past experiences was adapted to the current effort. L.14.2 Subcontractors Submit a listing of the proposed subcontractors and inter-divisional transfers (including vendors) showing (a) the supplier, (b) description of effort, (c) type of contract, (d) price and hours proposed by each, and (e) price and hours included in prime's proposal to the Government. L.14.3 Schedule of Rates Submit a schedule showing proposed direct and indirect rates by year. This schedule is to include (but separately identify) prime contractor, subcontractor, and inter-divisional transfer rates. Where this information is company proprietary, it may be submitted directly to the Government via the subcontractor sealed package ' "bmittal. UNCLASSIFIED Page 20 UNCLASSIFIED .14.4 Electronic Submission of Cost/Price Data one Government will use Mainstay Software Corporation's Proposal Pricing and Analysis System (PPAS) product for evaluation and analysis of the cost volume. Offerors shall submit the cost volume in a PPAS proposal database, Version 6.9.7 or later. Each major subcontractor, interdivisional transfer, and vendor, regardless of tier, whose proposed price exceeds $75,000,000 for the period of the contract (including options), shall also submit its cost proposal in a PPAS proposal database using the same release. Any reference to major subcontractor shall be assumed to include interdivisional transfers, vendors and subcontractors who exceed the $75,000,000 threshold. The sub-contractor submissions may be made directly to the Government to avoid providing proprietary pricing data to the prime. If variation in content between the paper copy and the electronic copy is noted and that variation is not resolved with the Offeror, the paper copy shall be considered the submitted proposal. The Government expects to reconcile the prime's proposal, net of adjustments to the proposals of each major subcontractor and major inter-divisional transfer, to the respective subcontractor/inter-divisional transfer PPAS proposal submissions. The prime contractor is responsible for consistency of the cost data between the prime contractor's PPAS submission and the subcontractor/interdivisional PPAS submission The PPAS proposal database shall reflect the entire bid price against Government specified functional cost elements and Summary Contract Work Breakdown Structure (CWBS) tied to the CLIN structure. L.14.4.1 PPAS Instructions e offeror is required to submit an electronically encoded cost model in accordance with the PPAS format in support of the proposed price for subject acquisition. The PPAS cost model submitted must be consistent with offeror's approved estimating system. The PPAS submission should comply with the following format requirements: ? Data files should be submitted on CD-ROM. ? Data files/CD-ROM's should be accessible by an IBM compatible computer running Windows 95 or later. ? All data files and electronic media delivered to the Government must be reviewed to ensure that they are virus-free. ? If the data files are delivered in compressed format, the offeror shall ensure that the files are either self- extracting or that the software program(s) required to extract the files to their original format is included. ? For each proposal/scenario submitted, include two (2) PPAS files, each with the same proposal/scenario name created in PPAS followed by the number 'T'. One file will conclude with a.ddb suffix and the other with a.mdb suffix. For example, for a proposal/scenario named DEMO, submit DEMOl.ddb and DEMO1.mdb. Do not change the names of the files from those created in PPAS. ? Arithmetic division operations shall not be used in the PPAS logic file. Instead, invert a custom factor to be divided and then multiply by the inverted custom factor in the logic file. This does not adversely affect the pricing of the proposal. ? Data shall be submitted by month and according to GeoScout SOW Appendix E. Contract Work Breakdown Structure (CWBS). This structure shall be adhered to by the Offerors in developing their proposed CWBS. Beyond this summary CWBS, Offerors have complete flexibility based on the proposed implementation approach. ? Offerors shall ensure that the RCE Cost by WBS report for total proposal, which is included in the Primary Source Selection Reports category, functions and is consistent with other PPAS reports. Offerors shall also ensure that the PPAS templates defining the Cost Summary and the Cost Element Summary reports are completed using the offeror's standard methodology and structure and that the reports that are produced using these templates are consistent with other PPAS reports. UNCLASSIFIED Page 21 UNCLASSIFIED 2003-K-0001 Offerors shall use the Reporting Period component of PPAS to identify Block 1, Block 2, Base Period, each Award Term and each Option Year. For all years beyond the Base Period, where annual NTE estimates are sufficient, offerors may enter data into PPAS into any single month for each year or into individual months. ? Offerors shall ensure that all costs are properly segregated into recurring and non-recurring within the PPAS proposal database using Cost Types within PPAS. ? Offerors shall ensure that all costs are properly segregated by appropriation type within the PPAS proposal database using Cost Types. Each expected appropriation type with its associated description and definition is shown below: Research, Development, Test and Evaluation (RDT&E) Used for expenses necessary for basic and applied scientific research, development, test and evaluation, including maintenance and operation of facilities and equipment. The only hardware that should be charged to RDT&E is that bought for prototype development. Procurement Used for production and modification of aircraft, missiles, weapons, vehicles, ammunition, shipbuilding and conversion, and other items. Hardware can either be charged here or to O&M, but once the O&M phase begins, hardware cannot be bought under procurement. O&M Used for day-to-day expenses such as training exercises, deployments, civilian salaries, and operating and maintaining installations. Cost Types shall be named as follows: Name Description 1 RDT and E-Rec 2 RDT and E-NonRec 3 Procurement-Rec 4 Procurement-NonRec 5 Ops and Maint-Rec 6 Ops and Maint-NonRec ? The Government requires visibility into the labor/skills mix inherent in the proposal in order to make a complete evaluation. Offerors shall provide data in accordance with their typical labor/skills mix categories. Labor grades shall not be combined into a single labor resource in PPAS. ? The prime's proposal shall uniquely identify for each major subcontractor and each major interdivisional transfer, detailed by each WBS and time period, total labor hours, total labor dollars, total travel costs, total material costs, total other costs, total burdened costs exclusive of fee, and price. ? The prime's proposal shall uniquely identify for the total of all other subcontractors and all other interdivisional transfers, detailed by each WBS and time period, total labor hours, total labor dollars, total travel costs, total material costs, total other costs, total burdened costs exclusive of fee, and price. ? When proposing more than 40 hours of work per week at a standard 40-hour workweek rate, the hours in excess of 40 should be entered in PPAS using a separate but related Resource that has a zero rate. ? Any adjustments to total labor hours or price in the major subcontractor's and interdivisional transfer's submissions that are defined in the prime's proposal submission shall be identified, for each subcontractor and interdivisional transfer, as a Cost Element in PPAS. Basis of Estimate shall be used to describe the breakdown of adjustments, including adjustments due to negotiation, adjustments due to redistribution of work, and other. For the Base Period, the prime and each major subcontractor and interdivisional transfer shall, within its own proposal, itemize each element of travel using the Travel module of PPAS. Within the Travel module, identify each class of trip, the specific elements of that trip, and an estimate of the number of trips of each UNCLASSIFIED Page 22 UNCLASSIFIED class, all delineated by WBS and month. For all periods beyond the Base Period, detailed travel estimates are unnecessary. An aggregate estimate of travel for each year is sufficient and shall be identified in a PPAS Resource. The prime contractor shall include in its PPAS proposal only total travel dollars by WBS and time for each major subcontractor and interdivisional transfer in its proposal. ? For the Base Period, the prime and each major subcontractor and interdivisional transfer shall, within its own proposal, use the Material module in PPAS to itemize each proposed major material item with an extended value exceeding $100,000. For each such item, offerors shall show name, description, vendor, part number, quantity required, and unit price. The total of all material items not exceeding $100,000 shall be aggregated within one or more line items in the Material module. For all periods beyond the base period, detailed material estimates are unnecessary. An aggregate estimate for materials for each year is sufficient. The prime contractor shall include in its PPAS proposal only total material dollars by WBS and time for each major subcontractor and interdivisional transfer in its proposal. ? Include in the PPAS proposal the capability to present costs in base-year FY03 dollars by using the Required Cost Element RCE.BYPRICE. To achieve this, create one or more separate PPAS custom factor(s) to capture a deflation index that will be applied to then-year price (RCE.PRICE) to approximate base-year price (RCE.BYPRICE). These same indices may be used by proposal evaluators to appropriately deflate any individual element of the proposal. The prime's proposal shall specify total indirect burden for the sum of all subcontractor and interdivisional transfer costs. The following required cost elements (RCE) shall be included in the proposal database: Name Description Print Order RCE.DIRLAB RCE Direct Labor 9500 RCE.OTLABOR RCE Overtime Labor 9510 RCE.SUMLABOR RCE Labor + Overtime Labor 9520 RCE. LABOVH D RCE Labor Overhead 9530 RCE.TOTLABOR RCE Labor plus Overhead 9540 RCE.MAJSHRS RCE Major Subcontractor Hours 9550 RCE.OTHSHRS RCE Other Subcontractor Hours 9560 RCE.TOTSHRS RCE Major + Other Subs Hours 9570 RCE.TOTHOURS RCE Total Hours 9580 RCE. MAJSLAB RCE Major Subcontractor Labor ($) 9590 RCE.OTHSLAB RCE Other Subcontractor Labor ($) 9600 RCE.TOTSLAB RCE Major + Other Subs Labor ($) 9610 RCE.MAJSMAT RCE Major Subs Material ($) 9620 RCE. MAJSTVL RCE Major Subs Travel ($) 9630 RCE. MAJSCOST RCE Major Sub Other Costs 9640 RCE. MAJSXFEE RCE Major Sub Total Cost exc Fee 9650 RCE.MAJSPRCE RCE Major Sub Total Price 9660 RCE.OTHSMAT RCE Other Subs Material ($) 9670 RCE.OTHSTVL RCE Other Subs Travel ($) 9680 RCE.OTHSCOST RCE Other Subs Other Costs 9690 RCE.OTHSXFEE RCE Other Sub Total Cost exc Fee 9700 RCE.OTHSPRCE RCE Other Sub Total Price 9710 RCE.SUBBURN RCE Total Subcontractor Burden 9720 RCE.ALLSUBS RCE Total Subs + Burden ($) 9730 RCE. MATERIAL RCE Material 9740 RCE.MATBURN RCE Material Burden 9750 UNCLASSIFIED Page 23 UNCLASSIFIED RCE.TOTMATL RCE Total Material + Burden 9760. RCE. MATLSUM RCE Material Summary 9770 RCE.TVL RCE Travel 9780 RCE.TVLSUM RCE Travel Summary 9790 RCE.ODC RCE Other Direct Costs 9800 RCE.ODCSUM RCE Other Direct Costs Summary 9810 RCE. COST RCE Cost less G and A 9820 RCE.GA RCE G and A ($) 9830 RCE.CSTINCGA RCE Cost Including G and A 9840 RCE.COM RCE Cost of Money 9850 RCE. FEEBASE RCE Cost Basis for Fee 9860 RCE. FEE RCE Fee 9870 RCE.MISC RCE Miscellaneous 9880 RCE.PRICE RCE Price 9890 RCE.BYPRICE RCE Base Year Price 9900 RCE.DIRLAB (RCE Direct Labor) Unburdened hours and dollars resulting from only the prime contractor's regular time (not overtime) direct labor hours. RCE.OTLABOR (RCE Overtime Labor) Unburdened hours and dollars resulting from only the prime contractor's overtime (not regular time) direct labor hours. _4.:E.SUMLABOR (RCE Labor + Overtime Labor) Total of unburdened hours and dollars resulting from only the prime contractor's regular time direct labor hours and overtime direct labor hours. RCE.LABOVHD (RCE Labor Overhead) All overhead dollars applied to the total of only the prime contractor's regular time direct labor hours and overtime direct labor hours. RCE.TOTLABOR (RCE Labor plus Overhead) Total of unburdened dollars from only the prime contractor's regular time direct hours, overtime direct labor hours, and overhead on these dollars. RCE.MAJSHRS (RCE Major Subcontractor Hours) Total of regular time direct labor hours and overtime direct labor hours from each subcontractor and interdivisional transfer that exceeds the threshold defined in paragraph L.14.4. RCE.OTHSHRS (RCE Other Subcontractor Hours) Total of regular time direct labor hours and overtime direct labor hours from the sum of all subcontractors and interdivisional transfers that do not exceed the threshold defined in paragraph L.14.4. RCE.TOTSHRS (RCE Major + Other Subs Hours) 'T'otal of regular time direct labor hours and overtime direct labor hours from all subcontractors and ..erdivisional transfers regardless of whether they exceed the threshold defined in paragraph L.14.4. RCE.TOTHOITRS (RCE Total Hours) UNCLASSIFIED Page 24 UNCLASSIFIED Total of all direct labor hours (regular and overtime) from prime, all subcontractors and interdivisional ransfers. RCE.MAJSLAB (RCE Major Subcontractor Labor ($)) Total dollars, including subcontractor burden but not prime burden, from regular time direct labor hours and overtime direct labor hours from each subcontractor and interdivisional transfer that exceeds the threshold defined in paragraph L.14.4. RCE.OTHSLAB (RCE Other Subcontractor Labor ($)) Total dollars, including subcontractor burden but not prime burden, from regular time direct labor hours and overtime direct labor hours from the sum of all subcontractors and interdivisional transfers that do not exceed the threshold defined in paragraph L. 14.4. RCE.TOTSLAB (RCE Major + Other Subs Labor ($)) Total dollars, including subcontractor burden but not prime burden, from regular time direct labor hours and overtime direct labor hours from all subcontractors and interdivisional transfers regardless of whether they exceed the threshold defined in paragraph L.14.4. RCE.MAJSMAT (RCE Major Subs Material ($)) Total material dollars, including subcontractor material burden, from each subcontractor and interdivisional transfer that exceeds the threshold defined in paragraph L.14.4. "CE.MAJSTVL (RCE Major Subs Travel ($)) tal travel dollars from each subcontractor and interdivisional transfer that exceeds the threshold defined in paragraph L. 14.4. RCE.MAJSCOST (RCE Major Sub Other Costs) The total of all other costs (excluding labor, labor burden, material, material burden, travel, and fee) from all subcontractors and interdivisional transfers that exceed the threshold defined in paragraph L. 14.4. RCE.MAJSXFEE (RCE Major Sub Total Cost excluding Fee) The total of all costs (excluding fee) from each subcontractor and interdivisional transfer that exceeds the threshold defined in paragraph L.14.4., RCE.MAJSPRCE (RCE Major Sub Total Price) The total of all costs from each subcontractor and interdivisional transfer that exceeds the threshold defined in paragraph L. 14.4. RCE.OTHSMAT (RCE Other Subs Material ($)) Total material dollars, including subcontractor material burden, from all subcontractors and interdivisional transfers that do not exceed the threshold defined in paragraph L.14.4. RCE.OTHSTVL (RCE Other Subs Travel ($)) Total travel dollars from all subcontractor and interdivisional transfers that do not exceed the threshold defined in paragraph L. 14.4. ICE.OTHSCOST (RCE Other Subs Other Costs) The total of all other costs (except for labor, labor burden dollars, and fee) from all subcontractors and interdivisional transfers that do not exceed the threshold defined in paragraph L.14.4. UNCLASSIFIED UNCLASSIFIED CE.OTHSXFEE (RCE Other Sub Total Cost excluding Fee) The total of all costs (excluding fee) from all subcontractors and interdivisional transfers that do not exceed the threshold defined in paragraph L.14.4. RCE.OTHSPRCE (RCE Other Sub Total Price) The sum of all costs from all subcontractors and interdivisional transfers that do not exceed the threshold defined in paragraph L.14.4. RCE.SUBBURN (RCE Subcontractor Burden) Total burden applied by the prime to the sum of all subcontractor and interdivisional transfer dollars regardless of the threshold defined in paragraph L. 14.4. RCE.ALLSUBS (RCE Total Subs + Burden ($)) Total of all subcontractor and interdivisional dollars plus all burden applied by the prime to the sum of all subcontractor and interdivisional dollars. RCE.MATERIAL (RCE Material) Total material dollars from only the prime contractor. RCE.MATBURN (RCE Material Burden) Total burden from only the prime contractor. 4'E.TOTMATL (RCE Total Material + Burden) ,tal of prime contractor's material dollars plus prime contractor's burden on material. RCE.MATLSUM (RCE Material Summary) Total material dollars from prime, all subcontractors, and all interdivisional transfers. RCE.TVL (RCE Travel) Total of prime contractor's travel dollars. RCE.TVLSUM (RCE Travel Summary) Total travel dollars from prime, all subcontractors and interdivisional transfers. RCE.ODC (RCE Other Direct Costs) Total of prime contractor's other direct costs (excluding the prime contractor's travel and material). RCE.ODCSUM (RCE Other Direct Costs Summary) Total other direct costs (excluding travel and material) from prime, all subcontractors and interdivisional transfers. RCE.COST (RCE Cost less G and A) Total dollars resulting from all direct labor, all subcontractors, all interdivisional transfers, all material, all travel, all other direct costs, , and all burden but excluding general and administrative costs, cost of money and RCE.GA (RCE G and A ($)) Total of general and administrative dollars applied by the prime contractor. UNCLASSIFIED Page 26 UNCLASSIFIED 'E.CSTINCGA (RCE Cost including G and A) Sum of RCE.COST + RCE.GA. RCE.COM (RCE Cost of Money) Total cost of money dollars applied by the prime contractor. RCE.FEEBASE (RCE Cost Basis for Fee) Total dollars on which fee is applied by the prime contractor. RCE.FEE (RCE Fee) Total fee dollars applied by prime contractor. 2003-K-0001 RCE.MISC (RCE Miscellaneous) Total of all dollars not applicable to other required cost elements (Provide description of components in proposal textual information.) RCE.PRICE (RCE Price) Total proposal price. RCE.BYPRICE (RCE Base Year Price) Total proposed price in base year dollars. Offerors may use whatever unique names they wish for all other cost elements, but must calculate these cost elements in order that the Government may use PPAS's Cost Summary reports without having to interpret Offerors' pricing logic. For purposes of completing the PPAS submission regarding RCE elements, major subcontractors are those that exceed the dollar threshold for requiring submission of PPAS. Other subcontractors are those below that threshold. Interdivisional work shall follow the same instructions as for subcontractors. L.14.4.2 Basis of Estimate Sheets by Contractor Work Breakdown Structure In a separate appendix to the Cost Volume, using MS Word, MS Excel or PDF, include a Basis of Estimate in contractor format that is a summary of the total proposed requirements to level 3 of the CWBS. Following the summary, provide estimating rationale that describes in general terms how the hour, material, travel, and ODC estimates for each element were developed. Also provide a description of type of data used to develop the estimate, i.e. historical experience from the XYZ program, why that program was relevant, engineering judgement, technical parameters and cost estimating relationships, Source Line of Code (SLOC) counts, etc. Also, as the prime contractor, provide a discussion of the adjustments made to each major subcontractor's, vendor's, and major interdivisional transfer's proposal, by type of adjustment (e.g. expected reduction due to negotiation, re-distribution of work, etc.) as summarized, for each subcontractor, in a Cost Element in the PPAS Logic File. 4.4.3 DCAA Submission Offerors shall provide a copy of their cost proposal, including the electronic PPAS, PPAS Composite, and Excel files, to their cognizant Defense Contract Audit Agency (DCAA) in conjunction with the submission to the UNCLASSIFIED Page 27 UNCLASSIFIED 2003-K-0001 ^eoScout program office for audit/verification purposes. Subcontractors who meet the threshold for PPAS .bmittal shall also submit PPAS files to their cognizant DCAA office. L.14.5 Subcontracting Plan Include a Subcontracting Plan in accordance with FAR 52.219-9, Alt II. The plan must be approved by the PCO before contract award. L.14.6 Evaluation of Options In accordance with FAR 52.217-5 (Jul 1990), except when it is determined in accordance with FAR 17.206 (b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options and potential award term extensions to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the options. L.14.7 Changes After Contract Award After contract award, PPAS will be used on an ongoing basis for capturing actual data and for estimating modifications to the program. The prime and each major subcontractor, IDT, and vendor shall submit actual hours and dollars in PPAS. Submissions of actual data will occur on the same time schedule as is applicable for EVMS data. The prime contractor is responsible for consistency of data between PPAS and the EVMS system and between the prime's PPAS submission and the PPAS submissions of each applicable subcontractor, IDT and vendor. - --AS will be used as the pricing tool to be used in conjunction with Engineering Change Proposals (ECP). rrogram modifications will be estimated in PPAS and will include actual data for work already complete, an updated estimate-to-complete, and an updated estimate-at-completion. The Change Order Module of PPAS will be used for this purpose, and separate breakdowns shall be provided for Work Deleted, Work Added, and Work Deleted but Already Performed. EVMS will be used to monitor performance, manage rates, and assist management in decision making on technical, schedule, and cost issues. L.15 VOLUME V - SECURITY The Security volume describes the offeror's policies and procedures to ensure compliance with the security guidance of this RFP, the Contract Data Classification Guide (CDCG), and the DD Form 254. Security Volume information consists of a Security Plan that describes how the Offeror proposes to comply with the security requirements of the proposed contract. If the personnel involved in this contract will require TOP SECRET clearances, the Offeror must take into account the extended period of time that may be required to process clearances. The security plan must include an affirmative statement indicating a corporate commitment to staffing this effort with personnel having the appropriate clearances. UNCLASSIFIED Page 28 UNCLASSIFIED ?PENDIX A OF SECTION L - ACRONYM LIST ACE ARC CDR CLIN CM CMP CONUS COR COTS CPAF/AT CWAN CWBS DCAA DCMA DDS DE DMB DoDIIS DUNS FE tST FAR FOC G&A GAO GFP GGI GI GIAT GOTS HBCU IA ICD IDS IDS-D IOC ITF JPO 1 JPO2 LOE MI NCCB NIMA Acquisition Center of Excellence Acquisition Research Center Critical Design Review Contract Line Item Number Configuration Management Configuration Management Plan Continental United States Contracting Officer Representative Commercial-off-the-shelf Cost Plus Award Fee/Award Term Contractor Wide Area Network Contract Work Breakdown Structure Defense Contract Audit Agency Defense Contract Management Agency Defense Dissemination System Dissemination. Element DoDIIS Management Board Department of Defense Intelligence Information System Data Universal Numbering System Enterprise Engineer Early Interface Test Eastern Standard Time Federal Acquisition Regulation Full Operational Capability General and Administrative Government Accounting Office Government Furnished Property Global Geospatial Intelligence Geospatial Intelligence Geospatial Intelligence Advancement Testbed Government-Off-The-Shelf Historically Black Colleges and Universities Imagery Analyst Interface Control Document Information Dissemination Services Information Dissemination Services - Direct Delivery Initial Operational Capability Integrated Test Facility Joint Program Office effectivity 1 Joint Program Office effectivity 2 Level of Effort Minority Institutions Microsoft. NIMA Configuration Control Board National Imagery and Mapping Agency UNCLASSIFIED Page 29 NLT PE NRO NSES NSGI O&M O&S OCONIJS ODCs PCO PDF PDR PDW POC PP PPP Q&A QA R&D RCE RFC RFP p IC SCI SCIF SDB SIC SOO SOR SOW SRR TEM TIC TLOS UIP USIGS UNCLASSIFIED No Later Than NIMA Prototyping Environment National Reconnaissance Office NIMA System Engineering Services National System for Geospace Intelligence Operations and Maintenance Operations and Support Overseas Continental United States Other Direct Costs Procurement Contracting Officer Portable Document Format Preliminary Design Review Procurement Defense Wide Point of Contact Past Performance Program Protection Plan Questions and Answers Quality Assurance Research and Development Required Cost Element Request for Change Request for Proposal Requirement to Image Correlation Small Business Sensitive Compartmented Information Sensitive Compartmented Information Facility Small Disadvantaged Business Standard Industrial Classification Statement of Objectives Statement of Requirements Statement of Work System Requirements Review Technical Exchange Meeting Target to Image Correlation Thin Line Operational System USIGS Interoperability Profile United States Imagery and Geospatial Information Service UNCLASSIFIED Page 30 UNCLASSIFIED SECTION M - EVALUATION FACTORS FOR AWARD M.1 52.217-4 Evaluation of Options Exercised at Time of Contract Award. (JUN 1988) M.2 52.217-5 Evaluation of Options. (JUL 1990) M.3 52.252-2 Clauses 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. Identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.amet/far.go v M.4152.215-725 Evaluation Procedures and Factors for Award (JAN 1998 1. Introduction: The objective of the evaluation process is to select and recommend Contractors to the Source Selection Authority for final negotiation and award of a contract. Proposals and oral presentations received in response to -- -- 9 Request for Proposal shall be evaluated in accordance with the procedures set forth below. Competitive Range Determination: In accordance with FAR 15.306(c), the competitive range shall be determined on the basis of an initial evaluation of the offeror's written proposal and oral presentation submitted in response to the GeoScout Request for Proposal. The competitive range shall include only those proposals most highly rated after initial evaluation. The initial evaluation of proposals and the initial determination of the competitive range will be made upon a review of the written proposal and oral presentation (to include Addendum) along with consideration of any information exchanged during communications as defined in FAR 15.306. The Government evaluators at their discretion may review CDRLs submitted as part of the NSGI Enterprise Architecture (NEA) contracts to enhance and clarify their understanding of the oral and written proposal submissions. The Government shall discontinue the evaluation of any proposal, which is not considered in the competition range after initial evaluation Written or oral discussions shall be held with all Offerors within the competitive range if discussions are required to make the final selection. The intent of these discussions is to obtain the best value based upon the requirements and evaluation factors set forth in Section M. The scope, extent and format of discussions are at the discretion of the Contracting Officer and will be tailored to each Offeror's proposal. During these discussions the government will resolve all material issues to select the best offers for final negotiations. The ernment may remove an Offeror from the competitive range at any point during discussions, whether or not Ian material aspects of the proposal have been discussed, if the Offeror is no longer considered to be one of the most highly rated. Revisions to an Offeror's written proposal during discussions are at the discretion of the UNCLASSIFIED Page 31 UNCLASSIFIED Contracting Officer. When discussions are concluded, all Offerors within the competitive range will be given opportunity to submit a final revised proposal within the time constraints identified by the Contracting Officer. Final revised proposals will be evaluated for the purpose of selecting one Offeror for final negotiations. The evaluation criteria used in this evaluation shall be the same as those used in the initial evaluation. V. Final Negotiations Final negotiations is the process of bringing into contractually binding form the most favorable terms and conditions possible, including technical and scientific approaches, support arrangements, and contract pricing. Final negotiations will be conducted only with the offeror offering the best value, cost/price and other factors considered and shall not involve material changes in either the Government's requirements or the Offeror's proposal which affect the basis for source selection. In the event that such changes are desired by the Government, the competition will be reopened. In the event that a definitive contract cannot be consummated on a timely basis, negotiations will be terminated and a new source selection for final negotiations shall be made. VI. Notice and Debriefing: Debriefings will be conducted in accordance with FAR Subpart 15.5. As noted above, this solicitation does not wide for the submission of revised proposals unless justified. Therefore, Offerors who remain in the ,umpetitive range, but which are not ultimately selected for award, shall be notified after final revised proposals have been evaluated and a contract has been successfully negotiated and signed with the successful Offeror. Requests for debriefings must be in writing and must be received by the Government Contracting Officer within three days after the date on which the Offeror receives notification of the Government's source selection decision. (a) In determining the award of contract(s), primary consideration shall be given to the offeror(s), that can perform the contract(s) in a manner most advantageous to the Government, cost/price and other factors considered. Evaluation shall be conducted by comparing an Offeror's proposal against the requirements contained in this solicitation, including all compliance documents. An Offeror's proposal must accurately demonstrate an understanding of the objectives and scope of the project. (b) The major categories, which shall be evaluated, are, as depicted in Table 1 below: UNCLASSIFIED Page 32 UNCLASSIFIED able 1 Evaluation Criteria Weights The table below summarizes the evaluation areas, items, and factors and their relative weights. x WWI W. : ez:8 I: Technical Evaluation (40%) 1.1 Enterprise Architecture (30%) 1.1.1 The extent to which the proposed Enterprise Architecture is adaptive and scale-able. (30%) 1.1.2 The extent to which the proposed Enterprise Architecture is complete in terms of processes and interoperable capabilities to meet mission and corporate requirements and supports TPPU constructs. (20%) 1.1.3 The extent to which the proposed Enterprise Architecture provides effective data quality of geospatial intelligence and corporate data, information and products. (20%) 1.1.4 The extent to which the proposed Enterprise Architecture establishes efficient approaches that address multiple users at multiple security levels. 1.1.5 The extent to which the proposed Enterprise Architecture ensures continuity of operations of mission-critical systems systems and leverages value-added heritage/legacy system capabilities. (15%) 1.2 Integrated Geospatial Intelligence Analytical Environment (25%) 1.2.1 The extent to which the proposed Geospatial Intelligence environment addresses the need for seamless access to data and information. (35%) 1.2.2 The extent to which the proposed Geospatial Intelligence environment integrates Imagery Analyst (IA) and geospatial analyst (GA) tradecraft and functionality into a single interoperable softcopy environment. (35%) 1.2.3 The extent to which the proposed Geospatial Intelligence environment provides effective, comprehensive and improved information and workflow management across the enterprise. (30%) 1.3 NSGI System Transition Plan (15%) 1.3.1 The extent to which the proposed NSGI System Transition Plan provides an aggressive and thorough, yet risk-aware, time-phased plan for achieving the proposed system architecture. (100%) 1.4 Business Process Re- ( 15%) 1.4.1 The extent to which the offeror provides an effective approach for conducting Business Process Re-en ' eerin . (70%) 2003-K-0001 UNCLASSIFIED Page 33 UNCLASSIFIED Mail. 1.4.2 The extent to which the proposed Business Process Re-engineering documents logical, new business processes/rules and best commercial practices to successfully facilitate the proposed transformation of NIMA and the NSGI architecture. (30%) 1.5 Enterprise Responsiveness (15%) 1.5.1 The extent to which the proposed architecture improves NSGI enterprise throughput, timelines and responsiveness. (60%) _ 1.5.2 The extent to which the proposed architecture improves throughput, responsiveness and timelines of the end-end multi-PT TCPED stream. (40%) H: Management Approach (40%) 2.1 Management Approach (45%) 2.1.1 The extent to which the proposal provides a credible approach for technical management during block/spiral definition and implementation, allowing for government insight and defined approval gates supporting the evolutionary acquisition methodology. (50%) 2.1.2 The extent to which the proposal promotes efficient and effective program management of the GeoScout contract effort. (25%) 2.1.3 The extent to which the proposal provides a sound management approach for assuming systems integration responsibility over heritage/legacy efforts. (25%) 2.2 Partnerships (25%) 2.2.1 The extent to which the offeror clearly identifies how they intend to support relationships with other significant partners in the Transformation of NIMA. (100%) 2.3 Staffing Plan (15%) 2.3.1 The extent to which the offeror provides an appropriate mix of qualified, highly capable subject matter experts adequate to manage, develop and implement a large-scale system integration effort over the life of the effort. (100%) 2.4 Subcontractor Management (15%) 2.4.1 The extent to which the proposal identifies an effective process for evaluating, selecting, managing and incentivizing subcontractors. (100%) III: Past Performance (20%) 3.1.1 The extent to which the offeror's Thin Line Operational System (TLOS) solution demonstrated their understanding and implementation of an all- digital, data-centric analytic environment. (50%) 2003-K-0001 UNCLASSIFIED Page 34 UNCLASSIFIED 3.1.2 The extent to which the offeror has a proven record of success in program management of multiple concurrent, interdependent development s irals. (30%) 3.1.3 The extent to which the offeror has a proven record of success at leading subcontractors as an integrated team toward a common goal. (20%) IV: Cost Evaluation V: Security (Pass/Fail) M.5 Proposal Evaluation 2003-K-0001 The Government intends to award one contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation is judged to be most advantageous and of best value to the Government, cost and other factors considered. The Government reserves the right to award no contract at all, depending on the quality of the proposals, the availability of funding, and the continued existence of the requirement. Each offeror's proposal will be evaluated for the combined non-cost factors and cost, as shown in Figure 1. 'ton-cost factors are significantly more important than cost. Offerors are warned that the Government may ect other than the lowest proposed cost/ priced, acceptable offer. The Government may select a superior technical/ management/past performance offer if it is determined that the additional merit offered is worth the additional cost in relation to the other proposals received. Non-cost consists of four areas, technical, management, past performance, and security. The Security Area will be evaluated on a pass/fail basis. If an offeror's proposal fails to meet the security criteria, the offer will be rejected. UNCLASSIFIED Page 35 UNCLASSIFIED Igure 1: Overall Award Criteria "Most Advantageous, Greatest Value" Past Performance Security (Pass/Fail) Technical Area The non-cost Technical Area consists of four items, as shown in Table 1 in their order of relative importance. Specific criteria shall be used to evaluate the offeror's Technical proposal, which will be in the form of an oral -Qsentation and Addendum. Each item in the Technical Area is evaluated with the specific factors identified that item. These factors, as shown in Table 1, are assigned a specific weight to represent the relative order of importance of each factor compared to any other factor in the Technical Area. Management Area The non-cost Management Area consists of four items, as shown in Table 1 in their order of relative importance. Specific criteria shall be used to evaluate the offeror's Management proposal, which will be in the form of an oral presentation and Addendum. Each item in the Management Area is evaluated with the specific factors identified for that item. These factors, as shown in Table 1, are assigned a specific weight to represent the relative order of importance of each factor compared to any other factor in the Management Area. Past Performance Area The non-cost Past Performance Area consists of three factors, as shown in Table 1 in their relative order of importance. Evaluation of Past Performance shall be based on a consideration of the past performance information obtained in accordance with clause 152.215-723, Proposal Preparation Instructions, of this solicitation. The Government shall document the basis for conclusions. The contractor will receive neither a favorable nor an unfavorable rating if it does not have a performance history similar to the effort described in this solicitation. arity Area UNCLASSIFIED Page 36 UNCLASSIFIED "?curity shall be evaluated on a pass or fail scale basis and will be based on the Security Plan each offeror omits as part of their Security Volume. M.6 Assessment Criterion The non-cost areas will be evaluated and rated using the specific criterion listed below and the standards described for each of the factors. A risk assessment, reflecting the Government's degree of confidence in the offeror's ability to accomplish the GeoScout effort as described by the relevant experience, technical approach, operations/ supportability and program management support as described in their proposal, will also be performed and rated for each individual factor (Table 2). Offerors are cautioned that proposals which the Government considers unrealistic in terms of technical, management or schedule commitments will be deemed indicative of an inherent lack of comprehension of the complexity and risks of the requirements and may be rejected. UNCLASSIFIED Page 37 Table 2 - Proposal Risk Assessment Rating Scale ~~sgy sib>;~, z;;~>~`~~;,~,,,~"~~v?)'yyE~'" a%:~~ K';. :,7;~:;a'~%d~;zs~ .j .. ~k ?'~W:~-~?~,~:~3~.~ UNCLASSIFIED Likely to cause moderate t t fact in pe ormance, masse in cost or disruption o s hedule W"~ll require a st cant level of cc tractor emphasis and Gone ent ~ on~?torin to ov ome di culties ::: UNCLASSIFIED Page 38 UNCLASSIFIED eecific Criteria The specific criteria listed below will be evaluated. The technical evaluation area consists of five items, Enterprise Architecture, Integrated GI Analytical Environment, NSGI System Transition Plan, Business Process Re-engineering, and Enterprise Responsiveness Item 1.1 Enterprise Architecture. Factor 1.1.1 The extent to which the proposed Enterprise Architecture is adaptive and scale-able. Standards a. Architecture scales in terms of data storage capability, bandwidth, and processing power in order to adequately accommodate all NSGI data types/sources. b. Architecture addresses the entire NSGI enterprise to include external users and customers and mission and corporate applications. c. Architecture can adapt to a dynamically-changing environment (new requirements, new technology, crisis situations, additional users, new sources, new data types, databases and data dictionaries) with minimal impact to design, cost and schedule. d. Architecture and technology insertion processes accommodate the rapid insertion of successful Advanced Research and Development efforts as well as other research and development efforts, through the NPE configuration controlled environment, to provide real solutions for real users. e. Architecture maximizes use of SCOTS solutions while fully leveraging SCOTS products across the commercial marketplace. Factor 1.1.2 The extent to which the proposed Enterprise Architecture is complete in terms of processes and interoperable capabilities to meet mission and corporate requirements and supports TPPU constructs. Standards a. Architecture incorporates geospatial intelligence and business data types and sources that satisfy end-to-end mission and corporate requirements, enabling and facilitating the integration and fusion of Geospatial and intelligence sources and of non-literal sources. b. Architecture incorporates tools, processes, and infrastructure to provide for a collaborative environment, multi-source exploitation, multi-INT exploitation, business process re-engineering, and development of a Common Operational Picture (COP) supporting TTPU constructs. c. Architecture design minimizes interface complexity and enables enhancements, with minimal difficulty, across interfaces with mission partners, collaborates, suppliers, contractors, customers and IC entities. d. Architecture enables the realization of multi-INT tasking, exploitation, collaboration and information sharing. -tor 1.1.3 The extent to which the proposed Enterprise Architecture_provides effective data quality of spatial intelligence and corporate data, information and products. Standards UNCLASSIFIED Page 39 UNCLASSIFIED a. Architecture demonstrates an effective data integrity management approach, to include use of authorative data sources, accuracy, completeness, and timeliness. b. Architecture provides dynamic update of data bases and web sites. c. Architecture provides a dynamic data model for easy capture and attribution of complex data, facilitating the shift from Geospatial production to Geospatial data maintance. d. Architecture enables continued enhancement to the fidelity, resolution and accuracy of NIMA data holdings and supports multiple mission utilization and product tailoring, as information is maintained over time Factor 1.1.4 The extent to which the proposed Enterprise Architecture establishes efficient approaches that address multiple users at multiple security levels. Standards a. Architecture provides processes and technical solutions to accommodate easy storage, retrieval, and sharing of information across multiple security domains. b. Architecture protects sensitive and compartmented data. Factor 1.1.5 The extent to which the proposed Enterprise Architecture ensures continuity of operations of mission-critical systems and leverages value-added heritage/legacy system capabilities. Standards a. Architecture eliminates single-points of failure in the data, system, and infrastructure to survive and recover from disruption of service. b. Architecture leverages value-added heritage/legacy system capabilities while eliminating redundant or outmoded features. Item 1.2 Integrated Geospatial Intelligence (GI) Analytical Environment Factor 1.2.1 The extent to which the proposed GI environment addresses the need for seamless access to data and information. Standards a. Architecture allows analysts to query and access using an intuitive interface that provides "one-stop" access to all geospatial intelligence holdings. b. Architecture provides for the virtual or physical integration of geospatial intelligence databases that eliminates unnecessary, duplicative data stores. c. Architecture enables tailored, customer and user-created views of NIMA data and information. Factor 1.2.2 The extent to which the proposed GI environment integrates imagery analyst (IA) and geospatial analyst (GA) tradecraft and functionality into a single interoperable softcopy environment. indards a. Architecture provides analysts with a comprehensive tool set in a single workstation environment that incorporates all functionality needed to produce geospatial intelligence. UNCLASSIFIED Page 40 UNCLASSIFIED b. Architecture provides for collaboration processes and capabilities allowing exchange of multi-INT information between collaborators internal and external to NIMA. c. Architecture enables softcopy functionality and capability to replace current hardcopy functionalities of search, research and negation. Factor 1.2.3 The extent to which the proposed GI environment provides effective, comprehensive and improved information and workflow management across the enterprise. Standards a. Architecture provides an integrated, improved capability to efficiently plan, monitor, and control geospatial intelligence, tasking, collection, processing, exploitation, and dissemination activities across the enterprise. Item 1.3 NSGI System Transition Plan Factor 1.3.1 The extent to which the proposed NSGI System Transition Plan provides an aggressive and thorough, yet risk-aware, time-phased plan for achieving the proposed system architecture. Standards a. NSGI System Transition Plan provides a well-defined approach for the migration of data associated with heritage and legacy system migration and/or retirement. b. NSGI System Transition Plan addresses risk-reward trades that offer breakthrough technologies and processes with the potential to provide for acceleration in achieving transformation goals. c. NSGI System Transition Plan addresses a prioritized, time-phased approach for modernizing NIMA's network infrastructure, segments, systems, and projects consistent with the offeror's proposed architecture. d. NSGI System Transition Plan facilitates well-managed insertion of new technology with a balance between stability and change. e. NSGI System Transition Plan includes a detailed Implementation Plan of the proposed Block 1 capabilities. f. NSGI System Transition Plan provides a credible approach for limiting disruptions to operations while improving overall responsiveness as new capabilities, processes, and technologies are introduced. Item 1.4 Business Process Re-engineering (BPR) Factor 1.4.1 The extent to which the offeror provides an effective approach for conducting Business Process Reengineering. adards UNCLASSIFIED Pane 41 UNCLASSIFIED a. The BPR approach demonstrates an approach to BPR implementation that includes a well-defined approach to analyzing current processes, identifying shortfalls, developing new processes, and implementing these changes across a diverse spectrum of internal and external users. b. The BPR approach provides capability to measure and continuously improve process performance. c. The BPR approach accounts for BPR for both Corporate and Mission environments. d. The BPR approach demonstrates an on-going process to engage stakeholders in a rapid spiral development environment, incorporate stakeholder comments and feedback, measure progress to achieve stakeholder buy-in, and champion that strategy both within and outside of NIMA to achieve buy-in and funding of the steps necessary for the transformation of NIMA. Factor 1.4.2 The extent to which Business Process Re-engineering documents logical, new business processes/rules and best commercial practices to successfully facilitate the proposed transformation of NIMA and the NSGI architecture. Standards a. The BPR approach identifies critical business processes across the enterprise. b. The BPR approach demonstrates an understanding of key processes today, identifies shortfalls within these processes, and defines how the processes will be reengineered to enable the proposed architecture. c. The BPR approach embraces commercial best practices and e-business practices. - -m 1.5 Enterprise Responsiveness Factor 1.5.1 The extent to which the proposed architecture improves NSGI enterprise throughput, timelines and responsiveness. Standards a. The proposed architecture improves throughput of the end-end NSGI enterprise. b. The proposed architecture improves timelines of the end-end NSGI enterprise. c. The proposed architecture accommodates process improvements across the NSGI enterprise. d. The proposed analytical environment reduces the amount of time analysts spend on non-analytical work, such as routine interfacing and waiting for data. e. The proposed architecture facilitates continued improvements in throughput, timelines and responsiveness. Factor 1.5.2 The extent to which the proposed architecture improves throughput, responsiveness and timelines of the end-end multi-INT TCPED stream. Standards a. The proposed architecture improves throughput of the end-end multi-INT TCPED stream, from sensor to exploiter to shooter. b. The proposed architecture improves timelines of the end-end TCPED stream, from sensor to exploiter to shooter. c. The proposed architecture facilitates continued improvements in throughput, timelines and responsiveness of the end-end multi-INT TCPED stream, from sensor to exploiter to shooter. UNCLASSIFIED UNCLASSIFIED 2003-K-0001 Area II Management Approach The management evaluation area consists of four items: Management Approach, Partnerships, Staffing Plan, and Subcontractor Approach. Item 2.1 Management Approach Factor 2.1.1 The extent to which the proposal provides a credible approach for technical management during block/spiral definition and implementation, allowing for Government insight and defined approval gates supporting the evolutionary acquisition methodology. Standards a. The offeror's proposal describes an effective and efficient change management (priorities, requirements, technology) process/strategy. b. The offeror's proposal provides a sound approach for the conduct and frequency of technical and program management reviews that support the evolutionary acquisition and spiral development methodology. c. The offeror's proposal provides an acceptable plan and process for streamlined contract management and execution during evolutionary development that can react quickly and efficiently to change while minimizing timelines for implementing pre-planned changes. actor 2.1.2 The extent to which the offeror's proposal promotes efficient and effective program tnagement of the GeoScout contract effort. Standards a. The offeror proposes an integrated approach for electronic access to business (e.g., schedules, cost data) and technical (e.g., plans, designs) documentation responsive to the Government's needs. b. The offeror proposes proven management processes consistent with industry best practices. c. The offeror's proposal describes how to measure, control and report performance against cost and schedule, to include earned value management system, in an evolutionary acquisition and spiral development environment. d. The offeror proposes a sound cost/benefit methodology that drives investment decisions based on enterprise requirements and balances cost, schedule and performance. Factor 2.1.3 The extent to which the proposal provides a sound management approach for assuming systems integration responsibility over heritageAegacy efforts. Standards a. The offeror's transition approach clearly articulates the project aspects of system integration. b. The offeror's business case realistically addresses heritage/legacy migration/retirements, the phased assumption of integration responsibilities for existing systems and new capabilities, and overall system integration strategy over the life of the contract. UNCLASSIFIED Page 43 UNCLASSIFIED ~m 2.2 Partnerships 2003-K-0001 Factor 2.2.1 The extent to which the offeror clearly identifies how they intend to support relationships with other significant partners in the Transformation of NIMA. Standards a. The offeror's proposal outlines an approach for how the GeoScout contractor will operate to fulfill mission objectives partnering with the EE contractors. b. The offeror's proposal outlines an approach for how the GeoScout contractor will operate to fulfill mission objectives partnering with the O&S contractors. c. The offeror's proposal outlines an approach for how the GeoScout contractor will operate to fulfill mission objectives partnering with the heritage/legacy contractors. Item 2.3 Staffing Plan Factor 2.3.1 The extent to which the offeror provides an appropriate mix of qualified, highly capable subject matter experts adequate to manage, develop and implement a large-scale system integration effort over the life of the contract. Standards a. The offeror's staffing plan recruits and retains a diverse team of experienced, technologists, systems engineers and domain experts throughout the program life cycle. b. The offeror's staffing plan provides a realistic ramp up schedule to support the initial program execution. c. The offeror's proposed management plan provides a strategy to sustain a cleared, capable work force in the face of turnover, attrition, and competing contract needs. Item 2.4 Subcontract Management Factor 2.4.1 The extent to which the proposal identifies an effective process for evaluating, selecting, managing and incentivizing subcontractors. Standards a. The offeror's proposal delineates a subcontractor incentive strategy. b. The offeror's proposal describes a process to evaluate, select, manage, and allocate work to subcontractors. c. The offeror's proposal provides a management approach that fully reflects an integrated team concept (i.e. an integrated set of processes applied across all team members). Area III Past Performance Factor 3.1.1 The extent to which the offeror's Thin Line Operational System (TLOS) solution nonstrated their understanding and implementation of an all-digital, data-centric analytic environment. Standards UNCLASSIFIED Page 44 UNCLASSIFIED 2003-K-0001 a. The offeror's TLOS satisfied the assessment criteria for Softcopy Access to Data. b. The offeror's TLOS satisfied the assessment criteria for a Geospatial Intelligence Database(s). c. The offeror's TLOS satisfied the assessment criteria for an Integrated Analytical Environment. d. The offeror's TLOS satisfied the assessment criteria for Production-Customer Interaction. e. The offeror's TLOS satisfied the assessment criteria for a Business Plan. Factor 3.1.2 The extent to which the offeror has a proven record of success in program management of multiple concurrent, interdependent development spirals. Standards a. Offeror has demonstrated success in program management of multiple concurrent, interdependent development spirals. Factor 3.1.3 The extent to which the offeror has a proven record of success at leading subcontractors as an integrated team toward a common goal. Standards a. Offeror has demonstrated success in leading subcontractors as an integrated team. valuating cost in this acquisition involves reviewing an offeror's proposals for cost realism. A cost basis for best value determination will then be prepared. The cost proposals shall be analyzed to determine the offeror's understanding of the solicitation requirements as well as the validity of the offeror's approach to performing the required tasks. An assessment of the Government's confidence in the offeror's ability to perform within their submitted cost proposal will be made. Cost, while being an important factor, is not the single determining factor in the selection of the successful offeror(s) for contract award. Although the cost proposals will not be scored separately, cost will be used as a factor in determining best value. Cost proposals shall be assessed to determine the Offeror's understanding of the solicitation requirements, as well as to assess the validity of the Offeror's approach to performing the work (i.e., the degree of the Government's confidence in the Offeror's ability to perform at or within the estimated cost). The Government shall develop a Most Probable Cost (MPC) taking into account the above considerations, all proposal risk assessments, and associated costs, as a basis for assessing the realism of proposed cost and price. The MPC will include adjustments to the proposed cost and price for additional cost to the Government for the Offeror unique use of Government resources and facilities. The Government will evaluate the realism of proposed cost/price by assessing the compatibility of proposed cost/price with proposal scope and effort. For the cost to be realistic, it must reflect what it would cost the Offeror to perform the effort, if performed with reasonable economy and efficiency. The cost realism evaluation relies on the developed MPC and the associated resource, risk and error analyses that lead to that MPC. Cost realism evaluation includes a review of the overall costs in an Offeror's proposal to determine realism, reasonableness, and completeness. UNCLASSIFIED Page 45 UNCLASSIFIED rea V Security 2003-K-0001 Security shall be evaluated on a pass or fail scale basis and will be based on the Security Plan each offeror submits as part of their proposal. UNCLASSIFIED Page 46 UNCLASSIFIED CONTRACTOR PERFORMANCE REPORT [ ] Final or [ ] Interim - Period Re port: From / / To / 1. Contractor Name and Address: 2. Contract Number: Task Order Number: 3. Value: $ 4. Award Date: Completion Date: 5. Type of Contract: (Check all that apply)-[ ]FP [ ]FP-EPA [ ]CPFF - Completion [ ]CPFF-Term [ ]CPIF [ ]CPAF [ ]ID/IQ [ ]BOA [ ]Requirements [ ]Labor Hour [ ]T&M [ ]CR [ ]Other 6. Description of Requirement: 7. Ratings. After commenting, score, in column on the right, using 1 for unsatisfactory, 2 for marginal, 3 for satisfactory, 4 for very good, and 5 for exceptional. Quality - Comments cost Control - Comments Timeliness - Comments Business Relations - Comments Total Score (sum of scores from each area) Mean Score (sum of scores divided by number of areas evaluated): 8. Subcontractors and Teaming and Joint Venture Partners List major subcontractors, team, joint venture partners, by name with brief description of Work and names of key personnel. A. B. C. Appendix 1 Past Performance Questionnaire Page 47 UNCLASSIFIED List Key Personnel of Prime Contractor Name/Title Employment Dates Comments: Name/Title Employment Dates Comments: Name/Title Employment Dates Comments: 10. Would you select the firm again? Yes No Is/Was the contractor committed to customer satisfaction? Yes No 11. Assessing Officers Name/Org. ID Signature: Phone/Fax Number: Date Sent to Contractor: CO's Initials: 12. Contractor's Review. Were comments, rebuttals, or additional information provided? [ ] No [ ]Yes. Please attach comments. 13. Returned by (type name): Signature Phone/Fax/Internet Address Date 14. Agency Review. Were contractor comments reviewed at a level above the Contracting Officer? [ ] No [ ]Yes. Please attach comments. Number of pages 15. Final Ratings. Re-assess the Block 7 ratings based on contractor comments and agency review. Validate or revise as appropriate. Quality Cost Control Timeliness Business Relation Mean Score (Add the ratings above and divide by the number of areas rated) 0.00 16. CO's Name Signature Phone/Fax/Internet Address Date Release of Information: This Contractor Performance Report may be used to support future award decisions, and will be treated as source selection information in accordance with FAR 3.104-4(k)(1)(x) and 42.1503(b). The completed report shall not be released to other than Government personnel and the contractor whose performance is being evaluated during the period the information is being used to provide source selection information. UNCLASSIFIED Page 48 UNCLASSIFIED Block 1: Contractor Name and Address. Identify the specific division being evaluated if there is more than one. Block 2: Contract number/task order number being evaluated. Block 3: Contract value, including options. Block 4: Contract award date and (anticipated) contract completion date. Block 5: Type of Contract: Check all that apply. Block 6: Provide a brief description of the work being done under the contract and identify the key performance indicators. Block 7: Indicate rating in far right column. In the comment area, provide rationale for the rating. Indicate the contract requirements that were exceeded or were not met by the contractor and by how much. Block 8: Identify major Subcontractors, and Team Partners, and their work responsibilities. List the key personnel employed during the rating period that played a major role in the performance rating. Do not list key personnel not employed long enough to affect performance. In some cases, more than one individual may have served in a key position. List persons that had an affect on the ratings. Block 9: Identify prime contractor key personnel. See Block 8 above for instructions. Block 10: Explain why you would or would not select this contractor again. ck 11: Provide information indicated. Blocks 12-13: The contractor may provide comments but must sign block 13 to indicate it has reviewed the rating. Block 14: If the contractor and Contracting Officer are unable to agree on a final rating, the contractor may seek review at a level above the Contracting Officer, as required. Provide information indicated. Block 15: Adjust the ratings assigned in block 7, if appropriate, based on any comments, rebuttals, or additional information provided by the contractor and, if necessary, by agency review. Calculate a mean score. Block 16: The Contracting Officer's signature indicates concurrence with the initial and final ratings. UNCLASSIFIED Page 49 NATIONAL IMAGERY AND MAPPING AGENCY National System for Geospatial Intelligence STATEMENT OF WORK For the RFP MODERNIZATION CONTRACT For Architecture and Infrastructure Modernization December 9. 2002 UNCLASSIFIED RFP V1.0 Table of Contents 1.0 SCOPE ......................................................................................................................................1 1.1 BACKGROUND ..................................................................................................................1 1.2 ACQUISITION APPROACH .................................................................................................. 2 1.3 GOVERNMENT OBJECTIVES ..............................................................................................3 2.0 APPLICABLE DOCUMENTS ..............................................................................................5 2.1 COMPLIANCE DOCUMENTS ....................... 5 2.2 REFERENCE DOCUMENTS .................................................................................................7 3.0 TECHNICAL REQUIREMENTS .........................................................................................9 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 3.10 GENERAL .......................................................................................................................... 9 SYSTEM ARCHITECTURE ................................................................................................... 9 INFRASTRUCTURE MODERNIZATION ...............................................................................10 BLOCK DESIGN AND IMPLEMENTATION .........................................................................12 SYSTEM INTEGRATION ....................................................................................................15 RELATIONSHIPS WITH THE GOVERNMENT AND OTHER CONTRACTORS ......................... 16 CORPORATE AND MISSION BUSINESS PROCESS RE-ENGINEERING IMPLEMENTATION 16 TECHNOLOGY INSERTION AND NIMA PRE-PRODUCTION ENVIRONMENT (NPE)............17 MODELING AND SIMULATION .........................................................................................18 SYSTEM SUPPORT ...........................................................................................................18 4.0 PROGRAM MANAGEMENT REQUIREMENTS .....................................................19 4.1 PROGRAM MANAGEMENT...............................................................................................19 4.2 CONTRACT WORK BREAKDOWN STRUCTURE (CWBS) AND DICTIONARY ....................21 4.3 PROGRAM PLANNING, CONTROL, AND REPORTING ........................................................21 4.4 LIFE CYCLE COST (LCC) ANALYSIS, AND CONTROL .....................................................22 4.5 MANAGEMENT REVIEWS ................................................................................................23 4.6 QUALITY ASSURANCE PROGRAM ...................................................................................23 4.7 CONFIGURATION MANAGEMENT (CM) PROGRAM .........................................................24 4.8 RISK MANAGEMENT PROGRAM ......................................................................................24 4.9 INTEGRATED LOGISTICS SUPPORT .................................................................................24 4.10 TEST AND EVALUATION MANAGEMENT .........................................................................25 4.11 TRAINING SUPPORT ........................................................................................................26 4.12 FACILITY CLEARANCE ....................................................................................................26 4.13 STANDARDIZATION ......................................................................................................... 26 4.14 SECURITY ENGINEERING ................................................................................................26 5.0 DELIVERABLES - SEE APPENDIX B .......................................................................28 APPENDIX A - ACRONYMS AND DEFINITIONS ............................................................A-1 APPENDIX B - CDRLS ...........................................................................................................B-1 UNCLASSIFIED RFP V1.0 APPENDIX C - ROLES AND RESPONSIBILITIES OF THE ENTERPRISE ENGINEER, GEOSCOUT, AND OPERATIONS AND SUSTAINMENT CONTRACTORS ......................................................................................................................C-1 1. ENTERPRISE ENGINEERING ............................................................................................... C-1 H. GEOSCOUT ....................................................................................................................... C-S III. OPERATIONS & SUSTAINMENT ................................................................................... C-16 APPENDIX D -- GEOSCOUT TECHNICAL CAPABILITIES ..........................................D-1 1.0 BACKGROUND .......... ........................................................................................................ D-1 2.0 BLOCK I SPECIFIC CAPABILITIES .......................................................................D-1 2.1 INFRASTRUCTURE MODERNIZATION .............................................................................D-1 2.2 SYSTEMS INTEGRATION ................................................................................................D-3 2.3 ARCHITECTURE ............................................................................................................D-6 3.0 BLOCK II SPECIFIC CAPABILITIES .........................................................................D-10 3.1 INFORMATION MANAGEMENT .......................................................................................... D-10 APPENDIX E -- GEOSCOUT CONTRACT WORK BREAKDOWN STRUCTURE (CWBS) .......................................................................................................................................E-1 UNCLASSIFIED ii RFP V1.0 Statement of Work For NSGI GeoScout Contract The National System for Geospatial Intelligence (NSGI) is the integration of technology, policies, standards, mission and corporate capabilities, services and doctrine necessary to conduct Geospatial Intelligence in a multi-intelligence (multi-INT) environment. NIMA, as a corporate enterprise and as the functional manager of the NSGI, is transforming to enhance its position as the premier Geospatial Intelligence provider. The GeoScout contract is the principal vehicle for delivering transformed NIMA mission and corporate capabilities. The GeoScout contractor will be responsible for conducting enterprise system integration and providing capabilities that support the integration of NIMA's corporate and mission information. GeoScout is a bold new approach for how NIMA will simultaneously improve the existing infrastructure, while delivering dramatic, new capabilities - the best the .commercial world has to offer. GeoScout's scope is broad, focusing not only on NIMA's systems, but also on the policies, processes, services, standards, infrastructure, architecture, systems, and change management that comprise the complete NSGI to include the corporate environment. The goal of the.GeoScout contract is to enable the transformation of NIMA to an agile fully capable enterprise that anticipates and adapts quickly to changing business and customer information needs. The transformation precepts identified below are detailed in the NSGI Enterprise Transformation Integrated Product Team (NETIPT) Final Report. These precepts will guide NIMA's activities toward achieving our desired future state. These precepts will also set the direction NIMA must take to transform into an agile, elite intelligence organization that meets our customers' increasing requirements for mission capability and performance. Simply stated, the 10 Precepts represent an overview of the areas that must be addressed to realize the goals of NIMA's Statement of Strategic Intent. The precepts are framed in the context of three areas intrinsic to all organizations - people, process, and technology -and call for NIMA to: 1. Sustain Leadership Commitments 2. Create and Foster a World-Class Workforce 3. Modernize the Workplace 4. Implement a Customer-Focused Business Model 5. Deliver the Future Enterprise Architecture Using GeoScout 6. Exploit All Sensor Types and Sources 7. Institutionalize a Data-Centric Architecture 8. Strengthen the Geospatial Intelligence Functional Manager's Role UNCLASSIFIED RFP V1.0 9. Ensure NIMA's Unique Value-Added Mission Contribution 10. Effectively Communicate the Progress of Transformation To accomplish the goals identified in the NIMA Statement of Strategic Intent, NIMA must fundamentally change its processes for systems acquisition and continuous technology insertion. Therefore, NIMA is adhering to Department of Defense (DoD) policies for evolutionary acquisition and spiral development as described in Section 1.2. The GeoScout contract serves as the primary mechanism to realize Precepts 3 through 7. Full enterprise transformation requires incorporation of new business processes through change management and new technologies, leveraging emerging commercial trends. This requires a new architecture as a basis, one that merges the tools and systems needed for the creation and management of Geospatial Intelligence. GeoScout will design, develop and deliver this architecture. Since state-of-the-art information and data creation, integration and access are essential to satisfying NIMA's mission, this architecture must be data-centric. Thus, GeoScout will fulfill Precept 7, Institutionalize a Data-Centric Architecture. GeoScout will also satisfy Precept 6, Exploit All Sensor Types and Sources, by providing new capabilities and technologies that are needed to better exploit commercial imagery, airborne imagery and National Technical Means (NTM) in an integrated manner. GeoScout will also help satisfy Precept 4, Implement a Customer-Focused Business Model, by providing robust collaboration tools as well as a new, end-to-end information management capability. GeoScout will establish new business processes, business rules and performance metrics across the enterprise. Finally, GeoScout will also help satisfy Precept 3, Modernize the Workplace, by accelerating the investment in infrastructure. The NIMA Enterprise Geospatial Intelligence Environment (ENGINE) Program was initiated to create NIMA's Information Technology Infrastructure (ITI). The patchwork approach of the past has left NIMA's existing infrastructure unable to meet current or future requirements. User expectations for a robust, dependable and serviceable infrastructure are not being met. The ENGINE program was initiated to begin the transformation of the ITI, to correct current deficiencies and provide a solid infrastructure that satisfies NIMA's operational needs while implementing the GeoScout architecture. The ENGINE program has seven focus areas: Network Transport Layer, Telephone System Upgrade, Workstation Recap, Enterprise Management, Information Management, Data Storage and Management, and Computer Network Defense. The first three focus areas (networks, telephones and workstations) are near term activities targeted by the NETIPT to be completed by FY04 (funding permitting) using an appropriate mix of existing and planned contracts. 1.2 ACQUISITION APPROACH NIMA is embracing an evolutionary acquisition and spiral development approach as well as a focus on shifting from a classic requirements driven, vertical segmented construct to a capabilities based, customer-focused construct. Key definitions of this approach, taken from The Under Secretary of Defense for Acquisition, Technology, and Logistics Memorandum Subject: "Evolutionary Acquisition and Spiral Development", 12 April 2002, are in Appendix A. UNCLASSIFIED 2 RFP V1.0 In this new systems acquisition paradigm, NIMA's systems engineering and acquisition activities are consolidated into three major contracts: the Enterprise Engineering contract, the GeoScout systems integration contract, and existing Operations and Sustainment (O&S) contracts. The NSGI legacy and heritage system contracts, to include both mission and corporate applications/systems (e.g. Requirements Management System (RMS), Image Product Library (IPL), Information Dissemination Services (IDS), Integrated Exploitation Capability (IEC), PeopleSoft) will initially continue, but will be expeditiously phased out as the GeoScout contractor inserts modern capabilities that replace them. 1.3 GOVERNMENT OBJECTIVES The Government's objective is to modernize, acquire, deploy, and maintain an affordable, flexible, reliable, and easily scalable NSGI that meets customers' current and future expectations. The modernized NSGI will permit rapid adaptation to changing mission needs and collection strategies through rapid and continuous technology insertion and implementation of Standards-based Commercial-Off-the-Shelf (SCOTS) solutions. Technology insertion via GeoScout will serve as the engine to continuously transform NIMA. Government goals include: 1 e Provide clear accountability in systems integration while permitting maximum contractor flexibility during system design and development. 2. Transform NIMA's infrastructure into a fully modernized Information Technology (IT) environment that supports mission and corporate operations and, will fully support the modernized NSGI architecture. Modernize the IT environment in a manner that is cost effective, seamless to operations, and enhances workforce effectiveness and efficiency. Integrate NIMA's networks, systems, applications and databases so that the needed content can be quickly and easily retrieved and delivered electronically. This environment will facilitate dynamic updates to NIMA's information and will revolutionize and shorten traditional analytical and business processes. The modernized NSGI infrastructure will meet Operational Availability (A0) Key Performance Parameters (KPP) of 99% (threshold) and 99.99% (objective). 3. Deploy a prototype environment where analysts and users/customers can "test-drive" new tools and work processes to improve efficiency and effectiveness in the workplace. This prototype environment will provide the capability to test new capabilities that will ultimately be delivered throughout NIMA. 4. Enable the achievement of the proposed future architecture by delivering a fully integrated, comprehensive, end-to-end NSGI system architecture that addresses both corporate and mission needs. The architecture will be mission driven, data centric, customer focused, highly reliable, agile, scalable, available, flexible, recoverable, and highly collaborative. This system architecture, based on open systems, will facilitate the rapid, continuous insertion of technology and support an evolutionary acquisition approach. UNCLASSIFIED 3 RFP V1.0 5. Provide Business Process Re-engineering (BPR) tools, facilitation, and change management to transform NIMA's corporate and mission processes, and guide the detailed planning and implementation of the architecture in support of NIMA's transformation. 6. Deliver a common, intuitive, efficient, reliable, and economical Geospatial Intelligence database populated through collaborative community processes. This database will allow for the easy and timely access to archived data to support analysis of complex Geospatial Intelligence problems and the production of standard and tailored products that can be easily queried. The goal is the capture, discovery and retrieval of Geospatial Intelligence data, information and knowledge, with a high level of assuredness by NIMA and its information partners at multiple levels of security. 7. Provide NIMA and its information partners an integrated, multi-intelligence (Multi-TNT) and Geospatial Intelligence analytical environment. This integrated environment will support both Imagery Analysts (TA) and Geospatial Analysts (GA). This environment will use all available source data and contain a dynamic suite of technology-current tools to allow creative and innovative approaches to address immediate and long-term customer requirements covering the full spectrum of NIMA services. Production and dissemination of Geospatial Intelligence products and data will be an integral part of this integrated analytical environment. 8. Deliver a scalable and responsive capability to archive, retrieve and disseminate Geospatial Intelligence information across the NSGI at multiple security levels. This capability will ensure long-term assured storage and retrieval of Geospatial Intelligence in accordance with Continuity of Operations (COOP) practices and Business Continuity Planning expectations, contingency operations, records management and national archival storage mandates. 9. Deliver an integrated information management capability that will leverage commercial products and best business practices. This information management capability will provide on-line ordering, entry, and tracking of Geospatial Intelligence information as well as workflow management within the NSGI. Moreover, this information management capability will harvest commercial enterprise-level tools for supply-chain, customer-relationship, and enterprise-resource management and effectively build an efficient foundation for streamlined NSGI operations. 10. Perform system integration of legacy, heritage, and new, innovative capabilities needed to support mission requirements. Determine how each will be used within NSGI, and by whom. Verify interoperability and compatibility with the NSGI enterprise. In order to maximize Government investment, NSGI will leverage, as appropriate, existing capabilities from within the Intelligence Community (IC) and DoD, such as (but not limited to) the Joint Intelligence Virtual Architecture (JIVA), Intelligence Community System for Information Sharing (ICSIS), and the Global Information Grid (GIG). UNCLASSIFIED 4 RFP V1.0 11. Employ a System Integration Contractor (i.e., GeoScout) that is attuned to NIMA's customer-focused Business Model as detailed in the NETIPT Final Report. It is NIMA's goal to partner with the GeoScout contractor to deliver a robust and flexible architecture. This architecture will be capable of supporting NIMA's enterprise requirements and ever- evolving Geospatial Intelligence mission and will reliably and efficiently provide the data, information, knowledge and wisdom that our customers require. 2.0 APPLICABLE DOCUMENTS The following documents or their successor regulations, policies, or directives apply. 1. Department of Defense Chief Information Officer Guidance and Policy Memorandum No. 6-8510, "Department of Defense Global Information Grid Information Assurance", 16 Jun 2000 2. Deputy Secretary of Defense Memorandum, Subject: Information Assurance Vulnerability Alert (JAVA), 30 December 1992 3. DoD 5200.1 R, "Information Security Policy Regulation", April 20, 1995 4. DoD Directive 5200.28, "Security Requirements for Automated Information Systems (AISs)", 21 March 1988 5. DoD Instruction 5215.2, "Computer Security Technical Vulnerability Reporting Program," 2 September 1996 6. DoD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM); January 1995; (Change 2, May 1, 2000) 7. DoD 5105.21-M-1, Sensitive Compartmented Information Administrative Security Manual, Defense Intelligence Agency, August 1998 8. DoD 8510.1-M; Department of Defense Information Technology Security Certification and Accreditation Process (DITSCAP); Application Manual; 31 July 2000 9. DoD 5200.1R, "Information Security Policy Regulation", April 20, 1995 10. DoD Directive 4630.8, Compatibility, Integration, and Interoperability of Command, Control, Communications, Computers and Intelligence (C41) Systems. 11. DoD Intelligence Information System (DoDIIS) Instruction 2000, February 2000. 12. DoD Manual 4120.24-M DoD Standardization Program (DSP) Policy and Procedures, March 2000 13. MIL-STD-1785, System Security Engineering Program Management Requirements 14. DIAM 50-4, Security of Compartmented Computer Operations (U), 24 June 1980 15. DoD Joint Technical Architecture (JTA), Version 4.0, 17 July 2002 16, OMB Circular A-130 "Management of Federal Information Resources" Revised (Transmittal Memorandum No. 4) 28 November 2000 17. Clinger-Cohen Act (Formerly Information Technology Management Reform Act (ITMRA) or PL. 104-106) 18. Government Performance Results Act of 1993 19, Government Paperwork Elimination Act 20. Director of Central Intelligence Directive (DCID) 6/3, "Protecting Sensitive Compartmented Information Within Information Systems Manual", (DCID 6/3) - Manual, 03 May 2002, For Official Use Only 21. DCID 1/21, "Physical Security Standards for Sensitive Compartmented Information Facilities", 29 July 1994 22. AR 10-26, Information System Security, 08/27/97, For Official Use Only 23. AIS Security Program - AIS Security Plan (Template) - MSSA AIS 6/3 Compliant Security Plan - Version 1.5 Revised: 26 June 2000, For Official Use Only 24. WINDOWS 2000 Security Checklist, undated 25. "National Security Agency Security Recommendation Guides", hl!p://nsal.www.conxion.com/ 26. National Imagery and Mapping Agency (NIMA) Windows 2000 Server Guidelines, 27 April 2000 27. NIMA W2k Member Server Local Policy Rev5, undated 28. IC CIO Information System Security Series: a. IC CIO Intelligence Community Email Policy (U). 1 Jun 1999. b. IC CIO Intelligence Community Directory Services Policy (U). 5 Oct 1999. 29. NIMA information system security policies to include the following: a. NI 5220.1R1, Industrial Security, 1 November 2001 b. NI 8010.2R1 Automated Information System Security (U), 26 Dec 2001 c. NI 8010.3R3 Automated Information System Certification and Accreditation (U), 12 September 2002. d. NI 8010.482. Automated Information System Security Engineering (U), 19 Feb 2002 e. NI 8010.11 NIMA-Controlled Computer Network Connectivity at Contractor and Other Facilities f. NI 8410.181 Implementation of Mobile Code (U), 26 Dec 2001 g. NI 8420.3 Firewall Policy and Implementation (U), 5 July 2002 h. NI 8400.1R1 Information Technology Purchases (U), 1 Nov 2001 30. DoD CIO Guidance and Policy Memorandum # 12-8430-July 26, 2000 "Acquiring Commercially Available Software" 31. DoD CIO Memorandum Public Key Infrastructure (PKI) Policy Update (U). 21 May 2002. 32. DoD CIO Memorandum Public Key Infrastructure (PKI) (U). 12 Aug 2000 33. DoD CIO Memorandum Public Key Enabling (PKE) of Applications, Web Servers, and Networks for the Department of Defense (DoD) (U). 17 May 2001 34. DoD CIO Memorandum Update to the Revised Defense Message System Transition Plan (U), 12 Apr 2001 35. NIMA Information Services Directorate O&S Transition Planning Guide (U), 11 Dec 2001 36. NIMA Memorandum, U-005-01/AM, Subject: Mandatory New Integrated Contract Performance Management Process for United States Imagery and Geospatial Services (USIGS) System Acquisitions, 19 October 2001 UNCLASSIFIED 6 RFP V1.0 2.2 REFERENCE DOCUMENTS 1. Under Secretary of Defense for Acquisition, Technology, and Logistics Memorandum, Subject: Evolutionary Acquisition and Spiral Development, 12 April 2002 2. American National Standards Institute, EIA 748-98 3. CJCSI 6211.02A, Defense Information System Network and Connected Systems, 22 May 1996 4. CJCSI 390 1.01 A; Requirements for Geospatial Information and Services; 26 July 1999 5. DoD 5015.2-STD "Design Criteria Standard for Electronic Records Management Software Application", October 2001 (Draft) 6. DoD 8510.1 "DOD Information Technology Security Certification and Accreditation Process" (DITSCAP), July 2000 7. 36CFR, Chapter XII, National Archives and Records Administration (NARA), Subchapter B, "Records Management", 1 July 2002 8. OMB Memorandum 97-02, "Funding Information Systems Investments" (Raines Rules) 9. OMB Memorandum M-97-16, "Information Technology Architectures", 18 June 1997 10. OMB Circular A-94, "Guidelines and Discount Rates for Benefit-Cost Analysis of Federal Programs," dated 10/29/92 (Revised 01/22/2002) 11. DoDI 7041.3, "Economic Analysis for Decision Making", 7 November 1995 12. DoD Directive 3020.26, "Continuity of Operations (COOP) Policy and Planning", 26 May 1995 13. Presidential Decision Directive #67, "Enduring Constitutional Government and Continuity of Government Operations", 21 October 1998 14. DoDI 3020.39, "Integrated Continuity Planning for Defense Intelligence", 3,August 2001 15. NIMA Services Demarcation Transition Plan, 30 August 2002 16. NIMA Corporate Transition Business Plan 17. Joint Vision 2020, June 2000 18. DoD Architecture Framework Version 1.0, October 2001, Draft 19. Report of the Defense Science Board Task Force on NIMA, April 2000 20. NIMA Commission Report, December 2000 21. NIMA Statement of Strategic Intent 2002 22. NIMA NETIPT Final Report, 26 August 2002 23. NIMA Standards Tiger Team Recommendations, 30 April 2002 24. NIMA Acquisition & Technology Directorate Program (AT) Plan, Part B USIGS Migration Plan (FY02-FY07), 28 September 2001 25. NIMA USIGS Draft ORD KPP Assessment Update, 16 July 2001 26. NSGI Operational Requirements Document (NORD) addressing NIMA's Programmatic Responsibilities to the National System for Geospatial Intelligence Core Capabilities, DRAFT, 15 June 2002 27. Capstone Requirements Document For the Imagery and Geospatial (IGCRD), 21 September 2000 (JROC Validated) UNCLASSIFIED 7 RFP V1.0 28. Operational Requirements Document (ORD) for the Future Imagery Architecture (FIA), JROCM-068-98, 11 June 1998 29. TPED Modernization Plan Update (MPU), June 2000 30. USIGS Enterprise Requirements Specification, Version B, 25 July 2000 31. NSGI Systems Training Management Plan, December 2001 32. Imagery and Geospatial Community (IGC) 2010 Concept of Operations (CONOPS), May 1999 33. NIMA Advanced Technology Program Plan, 27 March 2000 34. NIMA Commercial Imagery CONOPS, Version 2.0, 3 December 1999 (DRAFT) 35. Statement of Objectives (SOO) for the Future Imagery Architecture (FIA), 29 July 1998 36. Statement of Requirements (SOR) for the Future Imagery Architecture (FIA), 29 July 1998 (with amendments) 37. Systems Operations Concept (SOC) for the Future Imagery Architecture (FIA), 29 July 1998 38. Department of Defense, C4ISR Architecture Framework Version 2.0, 18 December 1997 39. Joint Chiefs of Staff, CJCSI 3170.01B, Requirements Generation System, January 2001 40. Joint Chiefs of Staff, CJCSI 3312.01, Joint Military Intelligence Requirements Certification, 23 February 2001, Draft 41. Joint Chiefs of Staff, CJCSI 6212.01B, Interoperability and Supportability of National Security Systems, and Information Technology Systems, 8 May 2000 42. Operational Requirements Document (ORD) for the Intelligence Community's Multi- Intelligence Acquisition Program (IC MAP), 6 November 2001, Revised on 25 March 2002 and approved by the ICCB on 3 April 2002 43. Concept of Operations for the Intelligence Community's Multi-Intelligence Acquisition Program (IC MAP), 22 April 2002, Version 1.0 44. National Imagery and Mapping Agency, National Reconnaissance Office, Imagery Acquisitions and Operations Directorate (NRO/IMINT) and Intelligence Community's Multi-Intelligence Acquisition Program (IC MAP) Joint Functional Interface Requirements (FIR), 12 August 2002, Version 1.0 45. Print Vision 2010, NIMA document, dated October 1998 46. Dissemination Vision, NIMA document, dated June 2000 47. NIMA Product Support Management Plan (PSMP), 21 March 2002 48. DoD Regulation 7000 14-R, Financial Management Regulations, Volumes 1-15, date varies by volume 49. Air Force Distributed Common Ground System ORD, 28 February 2001, Identification Code CAF 304-96-I 50. Common Imagery Ground/Surface System, Version 2.2, 19 July 2002 UNCLASSIFIED 8 RFP V1.0 UNCLASSIFIED 3.0 TECHNICAL REQUIREMENTS 3.1 GENERAL The GeoScout contractor shall provide the products, services, resources and materials required to satisfy the Government's objectives, goals, and capabilities. The GeoScout contractor, in partnership with the NIMA Program Office, the Enterprise Engineering contractor, the O&S contractors, and Legacy/Heritage system contractors, shall be responsible for system architecture development, system design, system development, system performance, procurement, system integration, implementation, testing, installation, delivery, and training of system capabilities for NIMA transformation. The GeoScout contractor shall provide the IC with the NSGI capabilities that ensure increased performance for core mission requirements, reduced cycle times, and efficient data management. Specific roles and responsibilities of the Enterprise Engineer, GeoScout, and O&S contractors are contained in Appendix C. 3.2.1 The GeoScout contractor shall update and maintain the description of the NSGI system view of the architecture developed as part of the NSGI Enterprise Architecture (NEA) Study contract (NEA Description, NEA Contract Data Requirements List (CDRL) 14). The goal is for the system view of the architecture description to be dynamically updated versus updated on a periodic cycle. The GeoScout contractor shall develop and maintain the system view of the architecture and related technical documentation, and provide access to the Government via the Integrated Data Environment (IDE) and Data Accession List (CDRL A001), as described in Section 4.1. 3.2.2 The GeoScout contractor shall use the system view of the architecture description to guide, manage, control, and monitor the physical implementations within each proposed block and spiral for NSGI modernization. 3.2.3 The GeoScout contractor shall evolve their system view of the architecture over time, consistent with the operational and technical views of the Enterprise Architecture, to include the conceptual data model.. 3.2.4 The architecture shall be flexible, reliable, scalable, responsive, and "data-centric," and shall support mission and corporate requirements, to include contingency operations. 3.2.5 The architecture shall accommodate existing and new sensor types and Geospatial Intelligence data sources. 3.2.6 The architecture shall support an integrated Geospatial Intelligence analytical environment characterized by seamless access to data and information, integrated IA/GA tradecraft, and an UNCLASSIFIED 9 enterprise-wide information and workflow management capability. This environment shall provide collaborative, all-digital exploitation capabilities, where the user can access IA/GA and corporate applications and data from a single workstation, and implements refined business processes, practices, and rules. 3.2.7 The GeoScout contractor shall establish, execute, and maintain system engineering plans and processes consistent with the architecture. 3.2.8 The GeoScout contractor shall implement a Mission Assurance (MA) process and risk mitigation strategy for NIMA's people, processes, and technology. The GeoScout contractor shall deliver an architecture design that ensures the MA process can be implemented in sync with the GeoScout deliveries. This MA process includes, but is not limited to, the following elements: a. Continuity of Operations (COOP) b. Business Continuity Plan (BCP) c. Computer Network Defense (CND) d. Information Assurance (IA) e. Critical Infrastructure Protection (CIP) f. Information Technology/Disaster Recovery (IT/DR) 3.29 The GeoScout contractor shall develop and implement logical and physical data models at the system level consistent with the Enterprise Engineer's conceptual data model, and that satisfies mission requirements and all relevant standards. The GeoScout contractor shall develop and maintain the logical and physical data models and related technical documentation, and provide access to the Government via the Integrated Data Environment (IDE) and Data Accession List (CDRL A001), as described in Section 4.1. 3.2.10 The GeoScout contractor shall design and develop NSGI databases consistent with the Enterprise Architecture views, conceptual data model, transformation goals, and all relevant standards. 3.2.11 The NSGI system view of the architecture developed by the GeoScout contractor shall address multiple users at multiple levels of security. 3.2.12 The GeoScout contractor shall provide capabilities that ensure enhanced performance and responsiveness against core mission, reduced cycle times, and greater efficiencies. 3.3.1 The GeoScout contractor shall address infrastructure improvements as necessary throughout their block designs to support the implementation of their objective system view of the architecture. Taking into consideration the scope, intent, and on-going efforts of NIMA's ENGINE Program, the GeoScout contractor shall first define and deliver improved infrastructure capability as part of Block I. The improved capability shall support current NSGI acquisition UNCLASSIFIED 10 RFP V1.0 program execution, mission and corporate legacy/heritage mission operations, and the GeoScout contractor's system view of the architecture. 3.3.2 The GeoScout contractor shall be responsible for the design, development, and integration of upgrades to NIMA's M. The GeoScout contractor shall be responsible for the demonstration, testing, documentation, installation, and transition to operations of such upgrades. These upgrades shall address immediate and transitional infrastructure technical objectives that will become the foundation for subsequent NSGI transformation. These upgrades and integration of custom and Standards-based Commercial-Off-the-Shelf (SCOTS) Geospatial Intelligence systems will support the following thrust areas: ? Network Transport Layer Improvements. NIMA's transport layer will provide consistent Local Area Network (LAN) connectivity at all sites. This change will provide the flexibility for analysts to perform their mission in NIMA facilities or occupied space and allow any work area to be converted to a production area by replacing the workstation. ? Enterprise Management. The Enterprise Service Center (ESC) will provide redundant, responsive enterprise management through a consolidated help desk, technical support and enterprise monitoring capabilities. ? Information Access on the Web (Gateway). NIMA's Gateway (web-based dissemination system) will provide improvement to the user interface, discovery and retrieval capabilities, capacities, and product dissemination. The Gateway will provide tools and support applications needed to fully implement the Imagery Throughput Management program recommended by the NETIPT. ? Data Storage and Management. The data storage capability will optimize the use of modem data storage technologies and satisfy COOP, Business Continuity Plan expectations and contingency operations objectives. ? Workspace Improvements. NIMA's long-term objective is to more efficiently use facility spaces. A prototype for protected communications closets will be evaluated as the future standard for facility modifications, and will subsequently provide the basis for future facility modifications. Facility plans will assist NIMA to reach downward directed targets to reduce the total number of NIMA workstations. ? Computer Network Defense (CND). Security system engineering and integration will engineer up-to-date CND functionality on all networks and Automated Information Systems (AISs) in coordination with the NIMA CND Office. 3.3.3 The GeoScout contractor shall address infrastructure impacts for each capability within a block delivery. For example, if the contractor was to propose a "web portal," the design of such web portal shall include a description of the infrastructure impacts and subsequent implementation. UNCLASSIFIED 11 RFP V1.0 3.3.4 The GeoScout contractor shall recommend long haul and metropolitan area communications capabilities (i.e., inter-site) using only Government-furnished communications sources (e.g., DISN) or from authorized Government communications providers (e.g., Defense Information Systems Agency (DISA), National Security Agency (NSA), etc.). The Government must approve the use of any direct commercial-lease communications agreement or contract before the contractor enters into a subcontractor or vendor business relationship involving long haul or metropolitan area communications. 3.4.1 As stated in Paragraph 1.2, NIMA has embraced an evolutionary acquisition approach that delivers "blocks" of operational capabilities using a spiral development process. 3.4.2 The GeoScout contractor, in coordination with the NIMA Program Office, the Enterprise Engineer, and the O&S contractors, shall define, design, develop, and deliver blocks of operational capability that incrementally move NIMA and the NSGI toward realization of the objective Enterprise Architecture. The GeoScout contractor's overall approach shall be documented in the NSGI System Transition Plan (CDRL A002), The GeoScout contractor shall refine and maintain the overall Life Cycle Cost Estimate (CDRL A003) that is consistent with the NSGI System Transition Plan. For each block, the GeoScout contractor shall develop a Business Case (CDRL A004) and Implementation Plan (CDRL A005). The GeoScout contractor shall iteratively update and maintain the NSGI System Transition Plan, the Life Cycle Cost Estimate, and the block level Business Case and Implementation Plans. (CDRL A002, CDRL A003, CDRL A004, CDRL A005) 3.4.3 The Enterprise Architecture drives the content of each evolutionary block. The blocks, in turn, drive the content of the spirals within it. Both blocks and spirals may be of varying length, and may overlap (i.e., blocks may overlap other blocks, and spirals may overlap other spirals). Notionally, blocks may range from a few months to a few years, and spirals may range from three to 18 months. The near term blocks will have more detail than subsequent blocks. 3.4.4 The GeoScout contractor shall incrementally update and maintain the NSGI System Transition Plan and the Life Cycle Cost Estimate. The NSGI System Transition Plan shall address all aspects of NIMA's transformation from the current as-is system view of the architecture to the to-be system view of the architecture, including Future Imagery Architecture (FIA) systems and segments. The NSGI System Transition Plan shall address the migration of functionality over time such that users experience minimal disruption and no loss of required functionality. The Life Cycle Cost Estimate shall address the total cost of ownership over time (see Section 4.4). 3.4.4.1 As each block is defined, the GeoScout contractor shall incrementally incorporate changes to the NSGI System Transition Plan and the Life Cycle Cost Estimate. Updated versions of the NSGI System Transition Plan and the Life Cycle Cost Estimate shall be submitted, along with the block Business Case and the block Implementation Plan, for Government approval. The GeoScout contractor shall start with the corresponding deliverables from the NSGI Enterprise Architecture (NEA) Study (i.e., the NEA Transition Plan, NEA CDRL UNCLASSIFIED 12 RFP V1.0 20 and NEA Life Cycle Cost Estimate, NEA CDRL 17). Within 90 days of contract award, the GeoScout contractor shall provide to the Government the initial update of the NSGI System Transition Plan and Life Cycle Cost Estimate reconciled to the Block I Task Order issued by the Government. (CDRL A002, CDRL A003) 3.4.5 The NSGI System Transition Plan shall be consistent with the Government's prioritized corporate and mission needs and block priority sequencing as provided in Appendix D, and with the system integration and program management responsibilities contained in Statement of Work (SOW) Sections 3 and 4. The GeoScout contractor shall translate the Government's prioritized corporate and mission needs into delivered capabilities. The GeoScout contractor will be allowed to recommend alternate priorities for delivery of capabilities appropriate to their system view of architecture, within the constraints of cost, schedule, technical feasibility and other factors. The GeoScout contractor shall recommend the best enterprise solution appropriate to their system view of the architecture. The GeoScout contractor shall include specific documentation in the NSGI System Transition Plan that supports completeness, soundness of approach, innovation, creativity, use of best commercial practices, business case, and cost- performance efficiencies. The GeoScout contractor shall provide traceability of the system view and delivered capabilities to the Government's prioritized corporate and mission needs. (CDRL A002) 3.4.6 NIMA management will use the GeoScout contractor's Business Case, Life Cycle Cost Estimate, and NSGI System Transition Plan to support its Program Objective Memorandum (POM) and budget formulation processes. The quality, timeliness, and effectiveness of the analysis, risk mitigation, and detailed planning provided by the GeoScout contractor will be significant factors in determining the amount and timing of resources available for the GeoScout program. (CDRL A002, CDRL A003, CDRL A005) 3.4.6.1 The GeoScout contractor shall provide a comprehensive Business Case for each subsequent block detailing the cost and benefits, or value, of that proposed block. (CDRL A004) The block level Business Case shall include: Pa A performance-based, risk-adjusted analysis of benefits and costs for the proposed block capability. ? The foundation for comparing the baseline benefits and costs with the proposed block and a basis for decision-makers to select a feasible option that meets performance objectives. ? A cost benefit analysis showing how the proposed block capability contributes to the overall achievement of the Enterprise Architecture, the NSGI Operational Requirements Document (NORD) KPPs, proposed new and relevant block thresholds and objectives. The cost benefit analysis shall also include the rationale for how the Enterprise Architecture evolves. ? BPR activities necessary to fulfill the business case, with organizational impacts and proposed change plans ? Cost analysis trades showing the break-points for bulk commodity acquisitions and incorporation of IC and DoD initiatives, such as (but not limited to) the JIVA, ICSIS, and GIG capabilities UNCLASSIFIED 13 RFP V1,0 ? Projection of the life cycle costs for the proposed block of capability. 3.4.6.2 The GeoScout contractor shall develop comprehensive "alternate use" business cases for legacy and heritage programs. Where business cases warrant, and after Government approval, the GeoScout contractor shall initiate system modernization implementation efforts and provide new mission capabilities to replace legacy and heritage capabilities. These efforts shall be consistent with the Enterprise Architecture, the NIMA Master Schedule, and minimize interruption to mission operations. 3.4.6.3 The GeoScout contractor shall assist the Government to develop and defend the business case information. The GeoScout contractor shall assist the Government in defending this information when presented to NIMA's external oversight and Congressional Staff to secure approval and funding for new requirements and capabilities. 3.4.7 The Implementation Plan shall include, at a minimum, a description of the changes and/or additions to capabilities; business processes and architecture introduced by the block; related infrastructure requirements; designs, and plans; recommended objective and threshold performance parameters; the schedule; and a staffing profile for Customer, Operator, and Maintainer personnel resources required to use, operate, and maintain new capabilities, processes, and systems. The block shall be described in terms of the spirals contained within it. (CDRL A005) 3.4.8 The GeoScout contractor shall have its preliminary Business Case and Implementation Plan for subsequent blocks available to the Government for review 90 days prior to the beginning of each block so that the Government can be assured that there will be a seamless transition between the blocks. The final block Business Case and Implementation Plan shall be due to the Government 30 days prior to the start of each block. (CDRL A004, CDRL A005) 3.4.9 The Government will review and approve all GeoScout contractors' Business Cases and Implementation Plans and issue Task Orders to proceed. 3.4.10 The GeoScout contractor shall be responsible for the development, technology insertion, integration, testing, and delivery of NSGI systems and associated technical data consistent with their system view of the architecture, the approved NSGI System Transition Plan and the approved Implementation Plan. The GeoScout contractor shall deliver the system and associated technical data as provided in the approved Implementation Plan. (CDRL A005) 3.4.11 All block definitions shall be defined in accordance with the Under Secretary of Defense for Acquisition, Technology, and Logistics Memorandum, dated 12 April 2002, Appendix A. 3.4.12 The GeoScout contractor shall satisfy the thresholds and objectives established for each defined block capability. UNCLASSIFIED 14 RFP V1.O 3.5.1 The GeoScout contractor shall perform as the NSGI System Integrator (SI), including program management, integration planning, requirements analysis, solution synthesis, design, implementation, procurement, acquisition, testing, and delivery of modernized NSGI capabilities. The SI responsibilities shall include this full range of responsibilities for newly developed mission and corporate systems. For existing NSGI capabilities, the GeoScout Contractor shall have responsibility for integrating system changes developed and delivered under NIMA's current legacy and heritage contracts as performed under the current NSES contract; this shall continue until the existing legacy and heritage contracts are concluded. Current NSES contract SI responsibilities include system requirements analysis, interface analysis and control, segment design and development oversight and evaluation, integration, and test and transition support. The GeoScout contractor's plan for performing NSES SI functions must include transition during the period from GeoScout Contract award to the end of the NSES Contract on 30 September 2003, and continued execution post 30 September 2003. 3.5.2 The GeoScout contractor shall implement capabilities to satisfy the modernization and transformation of NIMA as defined by the 10 precepts of the NETIPT Final Report. The GeoScout contractor shall develop, integrate, test and field fully integrated, mission effective, cost effective, "best value" solutions to meet customer operational mission requirements. These solutions must also be consistent with the Contract Master Schedule, Corporate Transformation Business Plan, the NIMA Statement of Strategic Intent, and DoD and IC oversight guidance. 3.5.3 The GeoScout contractor shall integrate all necessary heritage and legacy data and information into the architecture, to include data migration and related processes such as digitization of hardcopy sources and archives. The GeoScout contractor shall include current and evolving systems, such as FIA, airborne, and commercial sources. 3.5.4 The GeoScout contractor shall integrate and test systems developed by other development contractors, including those identified by the Government, to ensure that the delivered systems are consistent with the proposed system view of the architecture. 3.5.5 The GeoScout contractor shall define, develop, and implement a system requirements process that seamlessly interfaces with the Enterprise Engineer's requirements management process. 3.5.6 The GeoScout contractor shall derive and allocate system requirements (defined by the Enterprise Engineer) to the architecture components defined in the system view of the architecture. 3.5.7 The GeoScout contractor shall incorporate existing and planned Government capabilities, such as (but not limited to) DIVA, ICSIS, GIG and other similar investment initiatives, where such programs can satisfy mission and corporate needs at lower cost, improved schedule, or reduced risk consistent with the Business Case. UNCLASSIFIED 15 RFP V1.0 3.6 RELATIONSHIPS WITH THE GOVERNMENT AND OTHER CONTRACTORS 3.6.1 The GeoScout contractor shall, within 45 days of the Enterprise Engineer Contract award, provide to the Government, for approval, an updated set of plans and processes for interfacing with the Enterprise Engineer. (CDRL A006) 3.6.2 The GeoScout contractor shall assume that all current NIMA plans and processes remain in effect until such time as the Enterprise Engineer Contract is awarded and the Government has approved re-designed enterprise plans and processes. If circumstances warrant, the Government may approve the re-design of processes and their implementation prior to Enterprise Engineering contract award. 3.6.3 The GeoScout contractor shall, within 45 days of contract award, provide to the Government, for approval, an updated set of plans and processes for interfacing with the existing O&S contractors. (CDRL A006) 3.6.4 The GeoScout contractor shall, within 90 days of contract award provide to the Government, for approval, an updated set of plans and processes for interfacing with the FIA Joint Management Office (FIA JMO). (CDRL A006) 3.6.5 The GeoScout contractor shall manage, when approved by the Government, an orderly transition from the existing NSES contract for NSGI segments to the GeoScout contract without impact to NIMA mission operations and established NIMA Master Schedule capability delivery dates. The plan for transitioning from NSES to GeoScout shall include Segment/Project Integration, International Office Support, and engineering and system integration support to the Military Combatant Commands. (CDRL A006) 3.6.6 The GeoScout contractor shall develop a strategy with the legacy and heritage systems contractors, and with Government approval, to expeditiously implement migration and integration of legacy and heritage capabilities into the modernized NSGI system with minimal interruption to current mission operations. (CDRL A006) 3.6.7 'Be GeoScout contractor shall base these contractor-interaction plans and processes on the roles and responsibilities defined in Appendix C. The GeoScout contractor, in cooperation with the Enterprise Engineer and O&S contractors, shall identify potential conflict areas, and develop and implement a mitigation strategy to preclude mission-impacting, cross-contract, and inter- contract conflicts. Where changes to the roles and responsibilities are mutually agreed-to by the relevant contractors, these changes shall be provided to the Government for approval 60 days prior to the proposed effective date of the change. (CDRL A006) 3.7 CORPORATE AND MISSION BUSINESS PROCESS RE-ENGINEERING IMPLEMENTATION 3.7.1 The GeoScout contractor shall develop and implement the Government-approved Business Process Re-engineering (BPR) Plan for both corporate and mission processes. (CDRL A007) UNCLASSIFIED 16 RFP V1.0 3.7.2 The GeoScout contractor shall, in coordination with the Enterprise Engineer and O&S contractors, work with NSGI customers and users to identify, recommend, and establish new business processes/practices to take advantage of new technology and more efficient and effective ways of doing business. The GeoScout contractor BPR approach shall address the need to gain customer and end-user buy-in to new business processes, practices, and technologies through change management. 3.7.3 The GeoScout contractor shall incorporate approved results of BPR into Block Implementation Plans including, as necessary, new tools, training (customer, operator and maintainer), definition of new roles and new documentation through an established change management process. Each Block Implementation Plan and the NSGI System Transition Plan shall clearly identify and describe relevant BPR implementation activities for that block/spiral. (CDRL A002, CDRL A005) 3.7.4 The GeoScout contractor shall document, new business processes/rules and best commercial practices needed by NIMA to successfully execute and implement the proposed transformation of NIMA and the Enterprise Architecture. Such documentation shall be incorporated into the Block Implementation Plan during the block implementation. 3.7.5 The GeoScout contractor shall propose, perform, and implement BPR at the system level consistent with the scope of their proposed system view of the architecture. 3.8 TECHNOLOGY INSERTION AND NIMA PRE-PRODUCTION ENVIRONMENT (NPE) 3.8.1 The GeoScout contractor shall establish and manage an NPE to provide a systematic, proactive approach to identifying, developing, testing, and inserting commercial, academic and government technologies into the NSGI system view of the architecture. The NPE elements shall be located in the production environment, but will be initially decoupled from the NIMA- owned operational network. Decoupled means that the NPE elements will not be connected to mission critical operational networks in such a way that may cause the NPE elements to interfere with real-world mission satisfaction. The use of live feeds and direct, non-air gapped interfaces (input or output) is situation-dependent based on the scope of each NPE initiative and the associated security and technical risk assessment. Each NPE initiative shall be subject to the certification and accreditation process that will adjudicate the Approval to Operate (ATO) appropriate to the situation. 3.8.2 The GeoScout contractor shall assess technology insertion opportunities and develop supporting business cases. Where business cases warrant, and after Government approval, the GeoScout contractor shall develop plans and processes to insert new technology from many sources, including the Geospatial Intelligence Advancement Testbed (GIAT), into the NPE. 3.8.3 The GeoScout contractor shall continuously integrate successful NPE technology insertion capabilities into the NSGI upon Government approval. UNCLASSIFIED 17 RFP V1.0 3.8.4 The NPE shall, at a minimum, support a one-shift production operation, with the ability to surge to a 24-hours a day, seven days a week production operation. The GeoScout contractor shall minimize impact to mission-critical production operations. 3.8.5 The GeoScout contractor shall deliver an operational version of their Thin-Line Operational System (TLOS), fully ready for security certification and accreditation, as the first instantiation of the NPE within 90 days of contract award. 3.8.6 The GeoScout contractor shall perform technology and standards forecasting in support of enterprise architecture planning activities. 3.8.7 The GeoScout contractor shall address, as part of BPR activities, the interfaces, relationships, and potential to consolidate GIRT, NPE, and Integrated Test Facility (ITF) functions and responsibilities. 3.9 MODELING AND SIMULATION 3.9.1 The GeoScout contractor shall use modeling and simulation methods and tools to design the system view of the architecture and verify ' that it can meet system requirements. The GeoScout contractor shall validate the modeling and simulation assumptions and parametrics, to include inputs, parameters, and sources, with Government Subject Matter Experts (SMEs) on a recurring basis. 3.9.2 The GeoScout contractor shall develop and implement a modeling and simulation process and methodology to support development of the system view of the architecture. 3.9.3 The GeoScout contractor shall coordinate the scope and the results of all modeling and simulation development activities with the Enterprise Engineering contractor and the O&S contractors. 3.9.4 The GeoScout contractor shall propose and implement performance management modeling and simulation strategies to support predictive analysis of the system view of the architecture under operational load. 3.9.5 The GeoScout contractor shall leverage lessons learned with regard to leading-edge modeling and simulation technologies and capabilities to support modeling and simulation process improvements and technology insertion. The GeoScout contractor shall maintain the NSGI system hardware and software development baseline. The GeoScout contractor shall provide updates and changes to the NSGI operational hardware and software baseline via the NSGI system Configuration Management (CM) process. The O&S contractor installs operational baseline updates. 4.0 PROGRAM MANAGEMENT REQUIREMENTS 4.1 PROGRAM MANAGEMENT 4.1.1 The GeoScout contractor shall develop, maintain, and implement a Program Management Plan (PMP). The PMP shall describe the technical approach, organizational resources and management controls that the contractor shall employ to meet the cost, performance and schedule requirements throughout the contract period of performance. The GeoScout contractor shall develop and maintain the PMP, and provide access to the Government via the Integrated Data Environment (IDE) and Data Accession List (CDRL A001), as described in Section 4.1. 4.1.2 The GeoScout contractor shall manage the GeoScout program in accordance with their PMP, which shall be in conformance with DoD and industry best business practices. The GeoScout PMP will allow the Government insight into the program. 4.1.3 The GeoScout contractor shall manage the GeoScout Program using processes and best practices consistent with a Capability Maturity Model Integration? (CMMI?) (or equivalent process maturity model) Level 3 (or higher). 4.1.4 The GeoScout contractor shall develop a sub-contractor management plan in the PMP that is in conformance with current DoD/Industry best practices. This plan shall clearly illustrate how the GeoScout contractor will seamlessly integrate subcontractor/teammates into the GeoScout Program. 4.1.5 The GeoScout contractor shall describe in the PMP their support to the NIMA Program Manager in the development, implementation, operations and maintenance of the NSGI. 4.1.6 The GeoScout contractor shall employ and maintain the PMP to ensure flexibility to respond to the demands of the contract as workloads and activities change over time to reflect the dynamic and evolutionary nature of the Enterprise Architecture. 4.1.7 The GeoScout contractor shall provide program management for new capabilities that replace legacy and heritage systems as proposed in the NSGI System Transition Plan and with Government direction or approval. 4.1.8 The GeoScout contractor shall establish a data management system and appropriate digital environment to allow every authorized activity involved with the program to cost-effectively create, store, access, manipulate, and/or exchange data electronically. The Integrated Digital Environment (IDE) shall, at a minimum, meet the data management needs of the support strategy, system engineering process, modeling and simulation activities, Test & Evaluation (T&E) strategy, and periodic reporting requirements. The design shall allow ready access to the IDE to anyone with: ? Need-to-know (as determined by the Government); ? Technologically "current" personal computer; and ? Internet access through a Commercial-Off-the-Shelf (COTS) browser. UNCLASSIFIED 19 4.1.9 The GeoScout contractor shall include specific proposals for an IDE solution in the PMP to support acquisition and operational support activities. The GeoScout contractor shall provide on-line access to programmatic and technical data in accordance with security policies and standards that protects classified and restricted data against potential compromise. The GeoScout contractor shall give preference to on-line access (versus data exchange) through a commercial information service or existing IT infrastructure. The GeoScout contractor shall identify the required functionality and data standards. The data formats of independent national and international standards-setting organizations shall take precedence over all other formats. The issue of data formats and transaction sets shall be independent of the method of access or delivery. 4.1.10 The GeoScout contractor shall develop and implement the IDE solution that best meets their preferred business model. Consequently, the Government Program Office will take maximum advantage of and have minimum impact on the GeoScout contractor's solutions. 4.1.11 The GeoScout contractor shall, at appropriate decision points and program reviews, address the status and effectiveness of the IDE. 4.1.12 The GeoScout contractor shall provide a phased plan to meet NIMA's Electronic Records Management requirement to store all digital data until such time the data is declassified and transferred to National Archives and Records Administration (NARA). The GeoScout Contractor shall: ? Ninety (90) days from contract award, provide a plan to the Government for the digital storage of all National Technical Means (NTM) imagery ? 120 days from contract award, provide a plan to the Government for the digital storage of all commercial imagery and NIMA heritage and legacy products ? One (1) year from contract award, provide a plan to the Government for the digital storage of all Geospatial Intelligence data 4.1.13 The GeoScout contractor shall maintain an up-to-date Data Accession List (CDRL A001) of all technical and programmatic data generated and maintained by the GeoScout contractor team (prime and subcontractors), which is not otherwise included in another CDRL. The GeoScout contractor shall allow the Government access to the Data Accession List and furnish, on request, electronic access to any item contained in this list as Not Separately Priced (NSP) data. (CDRL A001) 4.1.14 The GeoScout contractor shall provide management control across the scope of the contract. Technical and contract management control shall, for the effective and efficient accomplishment of all requirements contained in this contract, include as a minimum: System Integration Configuration Management System Engineering Management Data Management System Engineering Documentation Management Software Engineering Progress/status reporting Hardware Engineering Management Reviews UNCLASSIFIED 20 RFP V1.0 Program Support Management Test and Evaluation Management Sub-Contractor Management Earned Value Management Quality Assurance Integrated Digital Environment Integrated Systems Training Integrated Schedule Management 4.2 CONTRACT WORK BREAKDOWN STRUCTURE (CWBS) AND DICTIONARY 4.2.1 The GeoScout contractor shall use and maintain the product-oriented Contract Work Breakdown Structure (CWBS) contained in Appendix E. The CWBS shall be the framework and guide for developing and implementing new mission capabilities based on an increment/block, spiral-based capability development and delivery methodology. The CWBS shall be the integrating mechanism for linking GeoScout contractor schedule management and Earned Value Management (EVM) processes. Recommended changes to the CWBS provided in Appendix E shall be provided to the Government for review and approval prior to implementation. (CDRL A008) 4.2.2 The GeoScout contractor shall develop and maintain a CWBS Dictionary (CDRL A008). The CWBS Dictionary shall describe the scope of work and entry and exit criteria for all CWBS elements. The GeoScout contractor shall update and deliver new CWBS and CWBS Dictionary versions to the Government as needed following any changes to the contract. 4.3 PROGRAM PLANNING, CONTROL, AND REPORTING 4.3.1 INTEGRATED CONTRACT PERFORMANCE MANAGEMENT (ICPM) The GeoScout contractor shall implement an ICPM process consistent with NIMA's ICPM Process Guidelines (See Section 2.1) 4.3.1.1 SCHEDULE MANAGEMENT The GeoScout contractor shall develop and implement a robust schedule management process consistent with industry best practices for systems development. The GeoScout contractor shall develop an integrated Contract Master Schedule (CMS). The CMS shall be vertically and horizontally traceable for major, integrated product deliveries across the NSGI. All dependencies shall be clearly identifiable in the CMS. The CMS shall address all work required for successful completion of GeoScout contract tasks. The CMS shall include a Predecessor- Successor List that identifies internal and external systems development and implementation dependencies. The CMS shall include a Milestone Status Report. (CDRL A009) 4.3.1.2 Earned Value Management The GeoScout contractor shall implement an Earned Value Management System (EVMS) consistent with American National Standards Institute (ANSI) 748, Industry Guidelines for Earned Value Management, and an increment/block-based spiral-development acquisition methodology. The EVMS shall serve both the contractor's internal management requirements and the government requirements for integrated cost and schedule visibility and management UNCLASSIFIED 21 RFP V1.0 UNCLASSIFIED control. The GeoScout contractor shall develop and maintain the Cost Performance Report (CPR) (CDRL AO10). The CPR shall be submitted monthly and tie to the CWBS (CDRL A008). Integrated Baseline Reviews (IBRs) are an integral, on-going part of any best practice EVMS implementation. As such, an initial IBR will be conducted as soon as practical after contract award as mutually agreed to by the GeoScout contractor and the Government. IBRs will also be conducted on an on-going basis throughout the contract life. 4.3.1.3 Metrics Management and Reporting Requirements The GeoScout contractor shall propose, generate, maintain, analyze, and report on the performance metrics used to assess technical progress on the GeoScout Program. The GeoScout contractor shall propose a Metrics Management Plan (CDRL A011), which will specify appropriate functional performance satisfaction, technical software development, and maintenance metrics that will be used to manage the GeoScout Program. The Metrics Management Plan shall include metrics that the GeoScout contractor normally tracks and which are considered significant indicators of technical progress. The Government will approve the Metrics Management Plan prior to implementation. The GeoScout contractor shall manage and maintain the performance metrics in conformance to the approved metrics plan, and provide access to the Government via the Integrated Data Environment (IDE) and Data Accession List (CDRL A001), as described in Section 4.1. The GeoScout contractor shall develop a monthly Contract Funds Status Report (CFSR). (CDRL A012) The CFSR shall provide time-phased contract funds requirements of the GeoScout contractor, mapped to the CWBS (CDRL A008), and will be used by the Government in support of planning and decision-making. 4.3.3 COST AS AN INDEPENDENT VARIABLE (CAIV) Cost as an Independent Variable (CAIV) shall be employed by the GeoScout contractor to evaluate time-phased KPPs versus cost objectives. The GeoScout contractor shall recommend to the Government trade-offs between the objective and threshold values for each KPP. 4.4 LIFE CYCLE COST (LCC) ANALYSIS, AND CONTROL 4.4.1 The GeoScout contractor shall develop life cycle cost estimates for all proposed, developed and delivered capabilities. 4.4.2 The GeoScout contractor shall refine and maintain the Life Cycle Cost Estimate (LCCE) (CDRL A003) developed as part of the NEA study (NEA CDRL 17). The LCCE shall be consistent with the system view of the architecture (as outlined in Section 3.2.1), NSGI System Transition Plan (CDRL A002) and risk reduction activities. The LCCE shall be iteratively updated based on the Business Case for each block of capability (CDRL A004). These cost estimates shall provide total cost of ownership, (including research and development, UNCLASSIFIED 22 RFP V1.0 procurement, operations and sustainment, re-capitalization, and decommissioning and disposal costs) by government fiscal year. The life cycle cost estimate shall reflect the following attributes: ? Realism - the compatibility of proposed costs with scope and effort ? Reasonableness - the Contractor's methodology used in developing cost estimates ? Affordability - proposed cost is within anticipated budget actions ? Completeness - responsiveness in providing cost data for all requirements and items in the SOW 4.4.3 The LCCE shall employ a program WBS and WBS Dictionary that goes down to the lowest level necessary to adequately estimate system costs for the specified time frame. The program WBS shall be relatable to the CWBS referenced in SOW Section 4.2 and Appendix E (CDRL A008). The LCCE shall include a sensitivity analysis, which identifies program cost drivers. The LCCE shall also include cost risk analyses detailing probability and confidence levels for costs generated by the model. 4.5.1 The GeoScout contractor shall plan and schedule formal technical and programmatic reviews that will reveal to the Government their progress during planning, design, implementation, test, training and delivery activities. These reviews shall be defined and identified in the Contractor PMP and the CMS, respectively. Either the Government or the GeoScout contractor may convene ad hoc reviews should circumstances make them necessary. 4.5.2 The GeoScout contractor shall focus each review on the achievements since the last review, conduct and success of risk management activities, unresolved issues, action items and problems. These review items will be measured against the Government's objectives, goals and schedule developed elsewhere in this contract. 4.5.3 The GeoScout contractor shall develop, document, and distribute the agenda and record and distribute review proceedings, to include action item tracking and resolution. 4.6 QUALITY ASSURANCE PROGRAM 4.6.1 The GeoScout contractor shall develop, document, implement, and maintain a quality program to assure quality of contract deliverables, management of development processes, and interface with the Enterprise Engineering contractor on quality assurance matters. 4.6.2 The GeoScout contractor shall report all quality discrepancies to the NIMA Program Office and these discrepancies shall be included in any reporting requirements established by the Government. 4.7 CONFIGURATION MANAGEMENT (CM) PROGRAM 4.7.1 The GeoScout contractor shall develop, implement, and maintain a system (CM) process consistent with the NIMA Enterprise Configuration Management process and industry best practices. 4.7.2 The GeoScout contractor shall maintain CM control of the development software and hardware baselines developed under this contract. 4.7.3 The GeoScout contractor shall maintain in softcopy, using appropriate tools and databases/repositories, all technical and programmatic documentation; repository-based models and artifacts (e.g., system view of the architecture representations such as UML models); logical and physical data-models; and other data developed as part of this contract. All documentation, databases, and repository-based models shall be available in softcopy to the Government, and delivered to the Government at the end of contract or as requested. All tools, databases, and repositories used to maintain technical and programmatic documentation as well as repository- based models under this contract shall be interoperable with those used by NIMA, the Enterprise Engineering contractor, and the O&S contractor. Where necessary, the GeoScout contractor shall provide the Government with project-specific tools and any project-specific tailoring of the tools. All documentation shall be readable using standard COTS office automation products. 4.8.1 The GeoScout contractor shall develop and implement an integrated Risk Management process consistent with best industry practices. 4.8.2 The GeoScout contractor shall interface with the Enterprise Engineer and O&S contractors on enterprise-level risk issues/matters. 4.9.1 The GeoScout contractor shall develop, maintain, and implement a Product Support Management Plan (PSMP) (CDRL A013). 4.9.2 The PSMP shall include, in detail, a coordinated approach to hardware and software maintenance, sparing, licenses for COTS products, and training of customer, operator and maintainer personnel. NIMA currently employs separate Operations and Sustainment (O&S) Contractors, and the GeoScout PSMP shall address the responsibility of O&S Contractors. This plan shall include a detailed approach for transitioning newly developed systems to the operational baseline managed by the O&S contractor. 4.9.3 The PSMP shall indicate how the GeoScout contractors will provide support to sites, including domestic, foreign and forward-deployed sites. Note that some potential design approaches may be web-based and may not require physical items to be fielded at remote locations. Since capabilities installed at operational sites involve access to classified information, the PSMP shall also indicate how the GeoScout contractor will provide sufficient cleared personnel to accomplish maintenance tasks. UNCLASSIFIED 24 RFP V1.0 4.9.4 The PSMP shall be augmented by other contractor-developed plans addressing specific support requirements. For example, training performed by the National Geospatial Intelligence College and by Service training organizations, may be documented in separate training plans. 4.9.5 Before capabilities transition to operational environments, the GeoScout contractor shall perform overall system configuration management, complete transition activities and documentation including the update and distribution of system changes and the maintenance of site-specific installation variations. The GeoScout contractor shall provide engineering support during the transition to operational environments to assist in seamless transition of capabilities, and to minimize impact to mission-critical production operations. 4.10.1 The GeoScout contractor shall implement a flexible system test capability that does not require the operational NSGI to be used for new development and modernization testing. 4.10.2 The GeoScout contractor shall demonstrate, test, and assist in the validation of each proposed upgrade and/or enterprise integration. The GeoScout contractor shall also evaluate and document the results of all GeoScout testing activities. 4.10.3 All tests shall be conducted in accordance with a System Development Test Plan (SDTP) (CDRL A014) developed by the GeoScout contractor and approved by the Government. The SDTP shall be consistent with the Enterprise Test and Evaluation Master Plan (TEMP) developed by the Enterprise Engineer. 4.10.4 Beta 1 and Beta 2 tests shall be conducted at NIMA's Integrated Test Facility (ITF), Joint Interoperability Test Command, and/or. at user sites/facilities to be identified through mutual agreement by the GeoScout contractor and the Government. Locations will be documented in the System Development Test Plan(s) (CDRL A014) and the TEMP maintained by the Enterprise Engineer. 4.10.5 The Government reserves the right to conduct independent verification and validation (IV&V) on any system and its associated hardware and software. 4.10.6 The GeoScout contractor shall be responsible for Beta 2 testing at operational sites. 4.10.7 The GeoScout contractor shall support the Enterprise Engineer during Beta 1 testing at the ITF and/or at user sites/facilities. 4.10.8 The GeoScout contractor shall be responsible for system/software certification activities to include DoDIIS certification, Interoperability certification, and security certification/accreditation. 4.10.9 The testing, planning and execution for each upgrade or integration shall include Security Certification and Accreditation testing in accordance with NI 8010.3R3. The security test UNCLASSIFIED 25 RFP V1.0 procedures and test reports shall be included as appendices in the System Security Authorization Agreement (SSAA) (CDRL AO 18). 4.11.1 The GeoScout contractor shall develop and maintain training materials and training devices for all capabilities delivered under this GeoScout contract in accordance with Training and Doctrine standards and policies for training materials and coursework. This encompasses actions, procedures and techniques to establish/maintain life cycle Training and Training Device Programs. The GeoScout contractor shall develop and maintain the Training Plan and Materials (CDRL A015) in accordance with the Operator, Maintainer, and Customer staffing profile in the approved block Implementation Plan (CDRL A005). 4.11.2 The GeoScout contractor shall provide training/training engineering expertise for NSGI systems in coordination with the NIMA Training and Doctrine Directorate and the NGC. The GeoScout contractor shall coordinate and interface with industry, customers, stakeholders and other support activities involved in planning and implementing training programs. (CDRL A015) 4.12 FACILITY CLEARANCE The GeoScout contractor shall ensure all facilities utilized in support of the contract are cleared for the level of security required to perform the work under this contract and in accordance with the Government's industrial security program and DOD 5220.22-M; National Industrial Security Program Operating Manual (NISPOM), January 1995 (Change 2, May, 2000); and DCID 1/21, "Physical Security Standards for Sensitive Compartmented Information Facilities," as appropriate. The GeoScout contractor shall comply with the DoD Manual 4120.24-M Defense Standardization Program (DSP) Policy and Procedures of March 2000 or its successors and guidance from the National Center for Geospatial Intelligence Standards. The GeoScout contractor shall adhere to the DoD DSP policy that promotes open, interoperable commercial standardization of materiel, facilities, and engineering practices to improve military operational readiness, reduce total ownership costs, and reduce acquisition cycle time. 4.14 SECURITY ENGINEERING 4.14.1.1 DoD Regulation 5000.1-R requires that sensitive information and technologies be identified early in the acquisition process and be protected from inadvertent or unauthorized disclosure. One of the options available to meet this requirement is to develop a Program Protection Plan (PPP). Its purpose is to protect defense items and technical data from hostile collection efforts and unauthorized disclosure during the acquisition process. UNCLASSIFIED 26 RFP V1.0 4.14.1.2 The GeoScout contractor shall produce a PPP (CDRL A016) that addresses the protection of Critical Program Information (CPI) throughout the acquisition cycle. The PPP must consider system vulnerabilities, specific threats, and which countermeasures to employ to protect the assets. 4.14.1.3 The scope of the PPP is dictated by which CPI needs protection, the threat and vulnerabilities, and the system security engineering necessary for life-cycle protection. This serves as the basis for information security-related decisions in drafting the Security Classification Guide (SCG). DoD 5200.1-R requires a SCG for all classified systems, programs, plans, or projects. The GeoScout contractor shall develop the SGC (CDRL A017). The SCG should include appropriate controls for sensitive (controlled) unclassified information and classified information, and time-phase the security guidance over the life of the item. 4.14.1.4 The PPP shall also include the System Security Management Plan as an annex. This annex concentrates on the protection of the system in its operational environment. The System Security Management Plan draws upon a portion of system security engineering as described in MIL-STD-1785. System security addresses the use of engineering measures to protect the system physically, or to limit actions, which compromise its war-fighting or support capabilities. 4.14.2 SECURITY ARCHITECTURE AND DESIGN 4.14.2.1 NSGI Enterprise Security Architecture The GeoScout contractor shall develop and maintain the NSGI Enterprise Security Architecture and Design. The architecture shall be consistent with and be a separate view within the System View of the Architecture Description. 4.14.2.2 Block-Level Security Architecture The GeoScout contractor shall develop and maintain Block-level Security Architectures and designs. The Block-level Security Architecture and Design shall be documented in the security view portion of the System View of the Architecture Description, and shall correspond to the block architecture illustrated in the temporal view portion of the system view of the architecture. 4.14.3 CERTIFICATION AND ACCREDITATION Prior to processing classified information, AISs produced for NIMA are subject to certification and accreditation. GeoScout AIS processing collateral or Sensitive Compartmented Information (SCI) information in NIMA, or contractor facilities, shall be accredited by NIMA in accordance with DCID 6/3, regardless of location. Contractor AIS equipment or networks, within facilities accredited by the Defense Security Services that process collateral classified information, shall be accredited in accordance with DOD 5220.22-M. The certification and accreditation (C&A) procedures defined in NIMA Instruction 8010.3R3, Certification and Accreditation of Information Systems shall be used. The GeoScout contractor UNCLASSIFIED 27 RFP V1.0 shall develop the SSAA (CDRL A018) for each AIS to be accredited. It is expected that there will be several spirals within each block. Each spiral delivered to operations will require separate certification and accreditation, each with a separate SSAA. The SSAA is a formal document containing many appendices, each being the product of a step in the C&A process. Each SSAA will be a Draft until the final approval step is signed-off. SCI Accreditation requirements include: 1. The system/network shall be configured to be fully DCID 6/3 compliant. 2. All foreign software, mobile code, and interfaces utilized by system/network shall be identified and approved. 3. The system shall be delivered with a definition and justification for ports and protocols necessary for use by system/network at the destination NIMA site or installation. Ports and protocols not required for operation shall be closed. 4. In addition to the requirements documents cited above, all systems/networks shall conform to appropriate National Policies and best practices (See Section 2.1 - Applicable Compliance Documents and NSA security configuration guidance at http://nsal.www.conxion.com.) The GeoScout contractor shall ensure that all assigned personnel are cleared to the proper level in accordance with the current version of the NISPOM and DoD 5105.21-M-1 (SCI eligibility). 5.0 DELIVERABLES - See Appendix B. APPENDIX A - ACRONYMS AND DEFINITIONS APPENDIX B - CDRLs APPENDIX C - ROLES AND RESPONSIBILITIES OF THE ENTERPRISE ENGINEER, GEOSCOUT, AND OPERATIONS AND SUSTAINMENT CONTRACTORS APPENDIX D - GEOSCOUT SPECIFIC TECHNICAL CAPABILITIES APPENDIX E --GEOSCOUT CONTRACT WORK BREAKDOWN STRUCTURE (CWBS) UNCLASSIFIED 28 RFP V1.0 APPENDIX A - ACRONYMS AND DEFINITIONS Ao Operational Availability AIS Automated Information System ANSI American National Standards Institute ATO Approval to Operate BPR Business Process Re-engineering C4ISR Command, Control Communications and Computers Intelligence, Surveillance and Reconnaissance C&A Certification and Accreditation CAIV Cost As an Independent Variable CDRL Contract Data Requirements List CFSR Contract Funds Status Reports CIP Critical Infrastructure Protection CM Configuration Management CMMI? Capability Maturity Model Integration? CMP Configuration Management Plan CND Computer Network Defense CONOPS Concept of Operations COTS Commercial Off the Shelf CPI Critical Program Information CWBS Contract Work Breakdown Schedule DCID Director Central Intelligence Directive DISA Defense Information Systems Agency DoD Department of Defense DoDIIS Department of Defense Intelligence Information System DPDW Digital Products Data Warehouse DSP Defense Standardization Program DTP Developmental Test Plan EIA Electronics Industry Alliance ENGINE ENterprise Geospatial INtelligence Environment ESC Enterprise Service Center EVM Earned Value Management EVMS Earned Value Management System FIA Future Imagery Architecture FPE Front-End Processing Environment GA Geospatial Analyst GIDI Geospatial Intelligence Data Integration GIG Global Information Grid GOB Geospatial Operations Branch UNCLASSIFIED A-1 IA Imagery Analyst IAS Information Access Services IBR Integrated Baseline Review IC Intelligence Community ICMAP Intelligence Community Multi-Intelligence Acquisition Program ICPM Integrated Contract Performance Management IGCRD Imagery and Geospatial Capstone Requirements Document ICSIS Intelligence Community System for Information Sharing IDE Integrated Digital Environment IDS Information Dissemination Services IEC Integrated Exploitation Capability LESS Imagery Exploitation Support System IGC Imagery and Geospatial Community IMPS Integrated Master Plan and Schedule IPL Image Product Library IRAD Independent Research and Development IT Information Technology ITF Integrated Test Facility ITI Information Technology Infrastructure JIVA Joint Intelligence Virtual Architecture JMO Joint Management Office JROC Joint Requirements Oversight Council JTA Joint Technical Architecture JTW Joint Targeting Workstation KPP Key Performance Parameter LAN Local Area Network LCC Life Cycle Cost MA Mission Assurance MIDB Modernized Integrated Database MPU Modernization Plan Update MRB Mission Requirements Board Multi-INT Multiple Intelligence NARA National Archives and Records Administration NEA NSGI Enterprise Architecture NES National Exploitation Systems NETIPT NSGI Enterprise Transformation Integrated Product Team NEWS NIMA Enterprise Workforce System NGC NIMA Geospatial College UNCLASSIFIED A-2 NIES NIMA Imagery Exploitation System NIMA National Imagery and Mapping Agency NISPOM National Industrial Security Program Operating Manual NORD NSGI Operational Requirements Document NPE NSGI Pre-Production Environment NSA National Security Agency NSES NIMA Systems Engineering Support NSGI National System for Geospatial Intelligence NSP Not Separately Priced NTM National Technical Means O&S Operations and Sustainment OMB Office of Management and Budget ORD Operational Requirements Document P31 Pre-planned Product Improvement PKI Public Key Infrastructure POM Program Objective Memorandum PMAA Production Management Alternate Architecture PMP Program Management Plan PPP Program Protection Plan PSMP Program Support Management Plan QA Quality Assurance REP Request for Proposal RMP Risk Management Program Risk Management Plan RMS Requirements Management System RRS Remote Replication Systems SBU Sensitive But Unclassified SCG Security Classification Guide SCI Sensitive Compartmented Information SCOTS Standards-based Commercial Off the Shelf SEATS System Engineering Analysis and Trade Studies SI System Integrator SOC System Operations Concept SOO Statement of Objectives SOR Statement of Requirements SOW Statement of Work T&E Test and Evaluation TEMP Test and Evaluation Master Plan TLOS Thin-Line Operational System TMS Targeting Management System UNCLASSIFIED A-3 TPED Tasking, Processing, Exploitation, and Dissemination TPM Technical Performance Measure(s) USIGS United States Imagery and Geospatial Information System WALA-IA Washington Area Library Architecture Imagery WAN Wide Area Network WARP Web-based Access and Retrieval Prototype WBS Work Breakdown Structure Business Case. An acquisition/procurement business case is a comprehensive assessment of the economic factors. The business case applies to decisions involving proposed and existing business methods; and current and proposed information technology. It includes benchmarking against the best-accepted practices in both the private and public sectors. A business case quantifies costs, benefits and risks. It compares alternatives to the baseline, where the baseline is business as usual; and the alternative is the management initiative leading to savings. The baseline includes only business that is subject to change. A business case provides one major input to the decision makers. Capability Maturity Model? Integration (CMMI?). The purpose of Capability Maturity Model? Integration (CMMI?) is to provide guidance for improving an organization's processes and its ability to manage the development, acquisition, and maintenance of products and services. CMMI? places proven practices into a structure that helps an organization assess its organizational maturity and process area capability, establish priorities for improvement, and guide the implementation of these improvements. Change Management. Change management is managing the continuous process of aligning an organization with its environment by ensuring the collaboration, participation, and communication necessary to implement effective change. Computer Network Defense (CND). Actions taken to protect, monitor, analyze, detect, and respond to unauthorized activity within DoD information systems and computer networks. NOTE: The unauthorized activity may include disruption, denial, degradation, destruction, exploitation, or access to computer networks, information systems or their contents, or theft of information. CND protection activity employs information assurance protection activity and includes deliberate actions taken to modify an assurance configuration or condition in response to a CND alert or threat information. Continuity of Operations (COOP). A comprehensive and effective program to ensure continuity of essential Federal functions under all circumstances as well as the backup and recovery of systems and data essential to business continuity. UNCLASSIFIED A-4 COPPER Network. New Secret Collateral NIMA network after the Secret Collateral Environment (SCEN) moves to SCI. Current IOC is late February 2003. Critical Infrastructure Protection (CIP). Plans, programs and operations undertaken to assure the continuity and viability of the economy and the government. Enterprise Geospatial Intelligence Environment (ENGINE). The program identified to create an engineered, current, capable, reliable IT infrastructure for NEMA. Evolutionary Acquisition. An acquisition strategy that defines, develops, produces or acquires, and fields an initial hardware or software increment (or block) of operational capability. It is based on technologies demonstrated in relevant environments, time-phased requirements, and demonstrated manufacturing or software deployment capabilities. These capabilities can be provided in a shorter period of time, followed by subsequent increments of capability over time that accommodate improved technology and allowing for full and adaptable systems over time. Each increment will meet a useful capability specified by the user (i.e., at least the thresholds set by the user for that increment); however, the first increment may represent only 60% to 80 % of the desired final capability. There are two basic approaches to evolutionary acquisition. In one approach, the ultimate functionality can be defined at the beginning of the program, with the content of each deployable increment determined by maturation of key technologies. In the second approach, the ultimate functionality cannot be defined at the beginning of the program and each increment of capability is defined by the maturation of the technologies matched against the evolving needs of the user. Geospatial Intelligence. The exploitation and analysis of imagery and geospatial information to describe, assess, and visually depict physical features and geographically referenced activities on the Earth. Heritage System. A system that was acquired after the formation of NIMA as an organization. Increment or Block. A useful and supportable operational capability that can be effectively developed, produced or acquired, deployed and sustained. Each increment of capability will have its own set of thresholds and objectives set by the user. Information Assurance (IA). Information Operations (IO) that protect and defend information and information systems by ensuring their availability, integrity, authentication, confidentiality, and non-repudiation. This includes providing for restoration of information systems by incorporating protection, detection, and reaction capabilities and includes robust systems design that ensures maximum confidence in data quality, retention, storage and utilization to include prevention of corruption. Information Technology/Disaster Recovery (IT/DR). Plans and operations that focus upon data/computer center and/or local/wide area network recovery following a disruption including specific actions for restoring or recovering IT and other systems after they fail. UNCLASSIFIED A-5 Infrastructure. The NSGI infrastructure provides the common communications networks, core computing systems and services, and facilities that support information management, archive and dissemination, exploitation, and corporate applications. It consists of the communications, processing, storage, operating systems, and common support services that sustain NSGI operations. The infrastructure establishes the common operating environment that supports interoperability for exchanging information. Infrastructure resources and services may be provided by organizations outside of NIMA and may be shared by the NSGI and other enterprises. Integration. The process of combining components, usually hardware and software, into a new, larger component to achieve some architectural requirement. Integration requires resolution of compatibility issues between components that are to be interconnected. Integration attempts to allow sharing of a common resource (such as data) without the need for intermediate translations from one format to another. Note that the Common Operating Environment is a technique for achieving integration that ensures interoperability. (Defense Information Infrastructure Common Operating Environment IRTS) Integrator. The GeoScout contractor integrates or incorporates NIMA's current disparate operations, processes, and systems into one coherent organization and an NSGI that satisfies the NIMA mission and the objectives and goals stated herein. Legacy System. A system that was acquired prior to the formation of NIMA as an organization. Life Cycle Cost (LCC). The total cost to the government of acquisition and ownership of that system over its useful life. It includes the cost of development, acquisition, operations, and support (to include manpower), and where applicable, disposal. For defense systems, Life Cycle Cost is also called Total Ownership Cost (TOC). (Defense Acquisition University (DAU)) Life Cycle Management (LCM). A management process, applied throughout the life of a system, that bases all programmatic decisions on the anticipated mission-related and economic benefits derived over the life of the system. (DAU) Life Cycle (Weapon System). All phases of the system's life including research, development, test and evaluation (RDT&E), production, deployment (inventory), operations and support (O&S), and disposal. (DAU) Migration (system). Incrementally creating a more streamlined, efficient, smaller and cheaper suite. (USIGS Glossary) Multi-Intelligence (Multi-INT). The transfer of discipline-generated filtered data and information and the collaborative activities between two or more intelligence specialties/disciplines that materially contribute to the accomplishment of the intelligence mission of one or more of the involved disciplines. It includes integration of filtered data and information generated by one discipline with that generated by another discipline to produce UNCLASSIFIED A-6 knowledge and discipline intelligence with accuracies, confidence levels, timeliness and clarity not available through the use of single specialty tradecraft and processes. National System for Geospatial Intelligence (NSGI). The integration of technology, policies, mission and corporate capabilities, and doctrine necessary to conduct Geospatial Intelligence in a multi-intelligence environment. Pre-Planned Product Improvement (P3I). A traditional acquisition strategy that provides for adding improved capability to a mature system. Spiral Development. An iterative process for developing a defined set of capabilities within one block. This process provides the opportunity for interaction between the user, tester, and developer. In this process, the requirements are refined through experimentation and risk management, there is continuous feedback, and the user is provided the best possible capability within the block. Each block may include a number of spirals. Spiral development implements evolutionary acquisition. Transition Plan. For the purpose of the GeoScout SOW a Transition Plan describes the evolution of NIMA from its current operating state to the GeoScout contractor's system architecture, including the migration of legacy and heritage systems. UNCLASSIFIED A-7 CDRL Number CDRL Title SOW Paragraph A001 Data Accession List Paragraph 4.1.13 A002 NSGI System Transition Plan Section 3.4 A003 Life Cycle Cost Estimate (LCCE) Section 3.4 and 4.4 A004 Business Case Section 3.4 A005 Block Implementation Plan Section 3.4 A006 Interface Plans and Processes (EE, O&S, FIA JMO, respectively) Section 3.6 A007 Business Process Re-engineering (BPR) Plan Section 3.7 A008 Contract Work Breakdown Structure (CWBS) including CWBS Dictionary Section 4.2 A009 Contract Master Schedule (CMS) Section 4.3 A010 Cost Performance Report (CPR) Section 4.3 A011 Metrics Management Plan (MMP) Section 4.3 A012 Contract Funds Status Report (CFSR) Section 4.3 A013 Product Support Management Plan (PSMP) Section 4.9 A014 System Development Test Plan (SDTP) Section 4.10 A015 Training Plan and Materials Section 4.11 A016 Program Protection Plan (PPP) Section 4.14 A017 Security Classification Guide (SCG) Section 4.14 A018 System Security Authorization Agreement (SSAA) Section 4.14 UNCLASSIFIED B-1 APPENDIX C - ROLES AND RESPONSIBILITIES OF THE ENTERPRISE ENGINEER, GEOSCOUT, AND OPERATIONS AND SUSTAINMENT CONTRACTORS The Acquisition Strategy Framework, displayed in Figure 1, is intended to show a three-tier hierarchy of support to NSGI Transformation: Enterprise Engineering, System Integration, and Operations & Sustainment. This document is intended to provide the next level of breakout of this framework into more specific roles and responsibilities for each tier. Acqwsition..... Strategyr Frainewer k. Figure 1 Enterprise Acquisition Framework 1. ENTERPRISE ENGINEERING A. Overview The Enterprise Engineering program will provide independent engineering support across the enterprise, facilitate the application of consistent, unified systems engineering principles, evolve the technical and operational architecture, and assure adherence to the standards. The NIMA Enterprise Architect (NIMA/ET) and the NIMA Chief Engineer (NINA/AE) will manage the Enterprise Architecture developed under the NEA contract. The Enterprise Engineering program UNCLASSIFIED C-1 will provide direct support to the NIMA Enterprise Architect and the NIMA Chief Engineer to accomplish this. This strategy moves NIMA from segmented systems engineering support tasks to a unified enterprise engineering approach. Enterprise engineering is the application of systems engineering principles and practices across an organization, from sources through users, to manage and maintain the technical and operational view of the Enterprise Architecture, and assure adherence to approved standards. Enterprise Engineering is needed to provide the NIMA Enterprise Architect and the NIMA Chief Engineer with the necessary skills and resources to manage the Enterprise Architecture developed by the GeoScout Program. The Enterprise Engineering contractor will manage and ensure the end-to-end integrity of the NSGI, provide an operational description and requirements specification of the planned NSGI that will include: ? Intended deployment of capabilities over operational nodes ? Connectivity among these capabilities and nodes ? Interfaces to external systems and users ? System behavior in terms of use cases and data flows Enterprise Engineering will document and establish a roadmap and schedule for the architecture, the security environment, the conceptual data model and the concept of operations, ensure that the roadmaps converge at a common point in the same timeframe to deliver a capability-based effectivity, and chair or moderate permanent or ad hoc fora to facilitate accomplishment of its mission and functions. B. Detailed Enterprise Engineering Tasks The following provides the detailed Enterprise Engineering tasks keyed to the areas shown in Figure 2. Figure 2 Enterprise Engineering 1. Corporate Business Systems and Processes ? Define mission and corporate business architecture views for NIMA and NSGI ? Capture, define and maintain mission and corporate business processes for NIMA and NSGI "as is" and "to be" products and services UNCLASSIFIED C-2 ? Develop and maintain business processes and rules based on the new NIMA business model ? Define and monitor business related metrics ? Establish and maintain value chains of key business lines, work to identify cost of business ? Develop and maintain business process models that identify bottlenecks and target investment areas that support the Government's decisions on business process re- engineering ? Develop definition of Geospatial Intelligence assurance attributes reflective of the Functional Manager's (FM) confidence in NIMA's information products ? Support cross-organizational effort to define/refine Geospatial Intelligence assurance attributes and potential methods for their capture or generation ? Support the geospatial assurance teams to define system requirements reflective of needs that allow both generation and retention of geospatial attributes, visualization tools and processes ? Identify changes in aggregate information/products as potential agency key performance parameters in support of agency's use of geospatial assurance information metrics ? Evaluate cost, schedule and performance metrics to assist in resource decisions ? Provide and align links from the new business model, processes and functions to federal, intelligence community and defense architecture-related projects ? Manage technology insertion planning and processes 2. Mission Systems and Processes ? Working with the NIMA Enterprise Architect, the Enterprise Engineer, and the customers: o Define and refine mission system requirements and processes o Assist N 4A with enterprise architecture, enterprise engineering oversight, governance, and measures ? Establish and refine governance processes for the Enterprise Architecture ? Evolve roles and alignment of business processes and Information Technology (IT) ? Evolve operational and technical views of the Enterprise Architecture to enable multi- enterprise, multi-INT access and processes 3. Enterprise Architecture ? Evolve and maintain the operational, technical, and conceptual data model views of the Enterprise Architecture in accordance with C4ISR framework, to include information assurance ? Identify features of the Enterprise Architecture and provide cross-reference trace to other applicable frameworks (Federal Enterprise Architecture, DoD Functional Management Model, Global Information Grid, etc.) ? Identify NSGI user relationships and their information needs ? Identify and recommend standards for interoperability, areas of evolving standards and languages that should be considered for future incorporation into NSGI with rationale and estimates of benefits vs. impacts with recommended timelines UNCLASSIFIED C-3 ? Evolve and maintain the conceptual data model based on GeoScout deliverables, defining data content and interoperability ? Support registry of NSGI data models and maintain trace between approved data models ? Develop and implement a process to evolve and maintain the GeoScout Contractor provided conceptual data model, consistent with best industry practices ? Document and maintain the definition of cross-NIMA and cross-NSGI domain data providing support to architecture data views, monitor change and compliance ? Define associated metrics for the operational and technical views of the Enterprise Architecture relevant to analyzing performance and satisfaction of requirements ? Support architectural change evaluation based on a data and standards view ? Recommend NSGI data standards development activities and metrics ? Undertake engineering tasks in support of the Enterprise Architect and the Chief Engineer ? Provide and carry out a standards management process to accomplish NIMA mission for imagery and geospatial information, systems, and services ? Support coordination of the NSGI Objective Operational activities within NIMA and external coordination of architecture activities with Commands, Services, and Agencies ? Develop Technology Insertion plan and processes 4. Migration Planning ? Based on mission and corporate business model and evolving mission, define and prioritize corporate and mission functions that need to be migrated ? Evaluate data migration plans, and support definition and execution of post-migration validation methods ? Recommend strategy and requirements development and initial options for long-term archival and preservation of legacy and evolving imagery and geospatial products ? Identify and provide assessment of NSGI architectural impacts based on emerging' customer needs discovered through the community processes and the Defense Acquisition Board for new weapons or processes with Geospatial Intelligence needs ? Support different levels of migration: system-to-system migration and overall system migration, and support both mid- and long-range migration planning for NIMA and NSGI ? Provide a strategy in each migration plan that effectively addresses the application of standards applicable to NSGI and NSGI's evolution ? Develop and propose innovative alternatives for System Engineering challenges while constantly increasing the efficiency of resource utilization ? Provide NIMA with insight into industry IT and IT acquisition best practices ? Perform gap analysis to assess the state of legacy systems, technology maturity, acquisition opportunities, and fiscal reality of the migration 5. Requirements Baseline ? In support to the NIMA requirements management process, identify, document, in accordance with government priorities, customer requirements based on: o Cost, functionality, schedule, and performance o Mission need UNCLASSIFIED C-4 o Corporate business requirements ? Maintain the NIMA/NSGI list of unfunded requirements ? Support tracing submitted or driving need to/from ORD and lower level documents ? Define and use an integrated, end-to-end, System Needs and Requirements (SNR) management process consistent with a system engineering CMMI level 3 or higher organization o This process includes and defines the activities of all process participants, including the Contractor's, the Government's, and NIMA-corporate and NSGI implementers (GeoScout, heritage, and legacy contractors) ? Create and maintain an automated, comprehensive database of requirements information that is used to conduct the SNR analyses ? Develop a flexible requirements process that can quickly, effectively, and efficiently respond to dynamic mission requirements 6. Performance Metrics and Modeling ? Provide a Performance Metrics Plan that defines the enterprise metrics to be captured, refined, and maintained with a rationale for each metric's impact on NIMA's mission ? Establish the process for capturing metrics that will include acceptance of metrics data captured by the GeoScout and O&S contractors and define this process and defend its rationale in the Program Metrics Plan ? Define and implement business reengineering modeling process and requirements ? Report performance metrics and modeling trends and issues at each Quarterly Program Review to include recommendations for Government and Contractor actions based on the reported results ? Deconflict metrics throughout process ? Develop and implement a modeling and simulation process and to support their evolution of the Operational and Technical Architecture, management of the Business Process (Corporate and Mission), Systems Needs and Requirements, Technical Planning, Risk Management, Configuration Management, Technical Insertion, Independent Verification and Validation, and Security Engineering ? Provide performance metrics and modeling results, trends and issues that support specific contractor studies at related study forums ? Host a quarterly forum to validate their modeling and simulation activities with Subject Matter Experts (SMEs) ? Evaluate and maintain NSGI performance metrics and monitor 7. Enterprise Risk Management ? Develop and implement an integrated Risk Management process consistent with best industry practices and a system engineering CMMI? level 3 or higher organization ? Interface with the GeoScout and O&S contractors on NSGI risk issues/matters that impact the enterprise-level risk issues/matters ? Assess and prioritize enterprise resources to mitigate risk ? Identify, capture and monitor risk related metrics 8. Master Program Schedule UNCLASSIFIED C-5 ? Maintain NIMA/NSGI master program schedule for enterprise activities ? Maintain the Master Schedule database and ensure that milestones and activities are linked to show dependencies and to support critical path analysis for Enterprise Projects ? Coordinate with GeoScout and O&S contractors to receive and deconflict NSGI system input for Master Schedule ? Communicate status and dependencies at appropriate forums ? Maintain traceability of changes and historical records of the Master Schedule 9. Enterprise CM (Readiness) ? Develop, implement, and maintain an integrated Configuration Management (CM) process consistent with best industry practices and a system engineering CMMI? level 3 or higher organization ? Manage enterprise level CM boards and documentation ? Coordinate with the GeoScout and O&S contractors on NSGI development- and operational-level CM issues/matters that impact the enterprise-level CM process ? Ensure clear link of decisions, projects to IT related reporting items ? Support yearly preparation and review of IT exhibits focused on enterprise architecture aspects ? Maintain and implement a quality review process for Requests for Change (RFC) with checklists to ensure quality and completeness of each RFC 10. IV&V ? Perform independent verification to provide evidence that requirements and development processes are correctly implemented ? Perform independent validation to provide evidence that a product will fulfill the customer's expectations ? Conduct Independent Verification and Validation (IV&V) to determine and approve satisfaction of requirements, interoperability, and readiness assessment for new capability deliveries ? Perform IV&V functions to include Requirements Analysis/Trace/Inspection, Test planning, execution (or witnessing), and report generation ? Conduct ITF and site ITF testing ? Provide for IV&V Metrics Program ? Perform enterprise issue investigation (i.e., analysis, inspection, but not resolution) ? Prioritize and schedule ITF activities to support enterprise priorities ? Develop Enterprise Test and Evaluation Master Plan (TEMP) and independent test plans ? Conduct Beta I test activities at the TTF based on DoD Intelligence Information System (DoDIIS) rules ? Ensure standards compliance (e.g., NITF) as well as certification, to include final requirements sell-off in those areas ? Establish quality requirements for enterprise test data ? Provide support to the Government's and GeoScout's Quality Assurance programs through independent verification that GeoScout Contractor is using proper development processes and developing the correct requirements and through independent validation of end to end GeoScout system performance through Test and Evaluation UNCLASSIFIED C-6 ? Develop, maintain and implement Enterprise Engineering Test and Evaluation (T&E) process consistent industry best practices and with SE-CMMI? level 3 or higher processes ? Monitor and audit compliance with Enterprise Engineering implemented processes, and execute process improvement to the process as required II. Technology Insertion ? Develop, implement and maintain an Enterprise technology insertion process ? Advise, facilitate and provide Secretariat duties to NIMA's Technology Insertion Steering Group, chaired by a Government program manager ? Provide a technical pros/cons evaluation of each technical insertion candidate, which includes an analysis of impacts of technology insertion change to NIMA's vision, NIMA's mission, or any aspect of the Enterprise Architecture ? Prioritize candidates for activation in NPE for government approval ? Define and maintain, in coordination with GeoScout Contractor, the process for movement of changes through NPE to NSGI/NIMA operations ? Provide support to the Chief Engineer through IV&V of all technology insertion items UNCLASSIFIED C-7 II. GEOSCOUT A. Overview GeoScout is the prime contract responsible for transforming the NSGI into an agile, multi- faceted 21st century architecture. The GeoScout contract will: ? Implement system integration for all NSGI systems, to include all heritage and legacy systems ? Acquire and develop new system capabilities ? Modernize the infrastructure required to transform the mission and corporate environments and support COOP and contingency operations, via continuous spiral technology insertion ? Be responsible for the technical interfaces with commercial partners (commercial imagery, Global Geospatial Intelligence (GGI) production, and other outsourced activities) ? Implement an architecture that realizes the objectives of the NIMA Statement of Strategic Intent, replacing legacy and heritage functionality over time consistent with available funding and business case analysis The GeoScout contractor will be managed by NIMAIA, but be responsive to NIMA/P, NIMA/I, NIMA/TO, and external customers, the Enterprise Architect, NIMA/AE and Enterprise Engineer. GeoScout will implement the modern NSGI architecture that supports 24X7 analysis and production operations in a continuing crisis environment. The NSGI transformation will provide NIIVIA customers with the Geospatial Intelligence that meets the need for on-demand information (fused, global, day/night/all weather) and in-depth analysis and tradecraft, integrated with the user's operational environment. NIMA's customers range from a "data consumer" who requires the most basic data to a "knowledge seeker," who requires integrated Geospatial Intelligence to make informed decisions. "Information partners" require access to Geospatial Intelligence and work collaboratively with NIMA to address broad Community information needs. In the NSGI transformation, NIMA becomes a broker of information and knowledge, as well as an enabler of Community collaboration. GeoScout will enable NIMA's transformational outcomes: all digital data-centric environment, state-of-the-art approach, enhanced analyst workplace, and a "ubiquitous knowledge map." To support the above overarching requirements, GeoScout will implement architectural innovations that address the following objectives: ? Intelligent web agents for integrated Intelligence Community (IC) data mining ? Automated processing ? IC-wide collaborative problem solving ? Geospatially-enabled wide area search ? Continuous rapid technology insertion ? Maximum use of Standards-based Commercial Off-the-Shelf (SCOTS) products ? Integrated logical and physical data models to enable a data-centric architecture ? Co-registered measurement and signatures intelligence (MASINT) with Geospatial Intelligence data UNCLASSIFIED C-8 Technology insertion will serve as the engine that drives continuous, ongoing transformation of NSGI. Within NIMA's new technology insertion paradigm, the Geospatial Intelligence Advancement Test bed (GIRT) will serve as the new model for developing innovative solutions for NIMA's "hard problems." Inherent technology sources, in addition to the GIAT, include but are not limited to the National Technical Alliance (NTA), Advanced Research and Development (AR&D) partners, Intelligence Community partners, vendors, and the GeoScout and Enterprise Engineering contractors. Unlike past technology development efforts, the GIAT will physically collocate technology researchers and operational users to attack problems that are unique to Geospatial Intelligence and beyond commercial solutions. The GIAT will develop tools, technologies, and techniques that are evaluated in a real world environment. The GIAT provides a risk tolerant environment that promotes informed risk taking, and enables both quick turn- around and AR&D of exotic technologies. If successful in the experimental environment, the GIAT and other technology insertion initiatives will be proposed for the NPE managed by the GeoScout contractor. GeoScout will leverage the NPE as the virtual rapid prototyping facility where new business process experiments will address real-world Geospatial Intelligence issues using current and emerging cutting-edge technologies. The NPE will use the results of AR&D sponsored by the NIMA InnoVision Directorate, other research and development efforts, and good ideas from other sources to operationally prototype real solutions for real users. GeoScout will provide NIMA customers with integrated Geospatial Intelligence capabilities, such as integrated commercial imagery ordering/distribution; full airborne data ingest, access and utilization; and expanded multi-INT collaboration, to include product access and automated cross-mission cueing. Finally, GeoScout will encompass all the current NSGI Tasking, Processing, Exploitation, and Dissemination (TPED) functionality plus full enterprise integration with information management, business workflow processes, finance and human resources. Figure 3 Systems Integrator (GeoScout) UNCLASSIFIED C-9 The following detailed roles and responsibilities have been identified for the GeoScout contractor keyed to Figure 3. 1. Integrated Geospatial Intelligence Analytical Environment ? Establish an all-digital exploitation environment ? Deliver an architecture that is data-centric that provides quick and easy access to data regardless of where it's stored, to include multi-source, multi-NT, reference information, historical information ? Provide tools that enable collaboration between analysts within and outside of NTMA ? Develop an "integrated" workstation environment where analysts can intuitively bring a variety of tools and sources to bear against an intelligence problem ? Recommend and help document refined business processes, practices, and rules 2. Corporate Mission BPR implementation ? In coordination with the Enterprise Engineering contractor and NSGI customers and users, identify, recommend, and establish new business processes and practices to take advantage of new technology and more efficient ways of doing business ? Implement Business Process Re-engineering (BPR) for both Corporate and Mission environments ? Incorporate approved results of BPR into block implementation plans, to include new tools, training, roles, and documentation ? Propose, perform, and implement BPR at the GeoScout level consistent with the scope of their proposed system view of the architecture and the technical and operational architecture maintained by the Enterprise Engineer contractor 3. System View of the Architecture Definition, Development & Implementation ? Define, develop, and implement a system requirements management process that seamlessly interfaces with the Enterprise Engineer's enterprise requirements management process consistent with a system engineering CMMI level 3 or higher organization ? Allocate system requirements (defined by the Enterprise Engineer) to the architecture components defined in the system view of the architecture ? Dynamically update and maintain the NEA Description of the system view of the Enterprise Architecture developed as part of the NEA Study contract, titled NEA Architecture Description. ? Use the system view of the architecture description to guide, manage, control, and monitor the physical implementations within each block and spiral of NSGI modernization ? Evolve the system view of the Enterprise Architecture for NSGI in response to external factors, to include guidance from the Enterprise Engineering contractor, business cases, or technology ? Establish, execute and maintain system engineering policies, plans and process consistent with the development and maintenance of the system view of the Enterprise Architecture, to include all heritage and legacy systems ? Develop the system view of the Enterprise Architecture that support Continuity of Operations (COOP) UNCLASSIFIED C-10 ? Develop the system view of the Enterprise Architecture to provide: o Integrated, collaborative Geospatial Intelligence environment o Seamless access to data and information o Integrated geospatial and imagery tradecraft o Enterprise-wide information and workflow management capability using multiple sources ? Define, design, develop, procure and deliver blocks of operational capability that incrementally move NIMA and NSGI toward the goals and objectives ? Deliver the system and associated technical data as provided in the approved implementation plan o The government will review and approve all contractors' block design and implementation plans ? Define the thresholds and objectives for each defined capability ? Develop, integrate, test, and deliver the modernized NSGI system consistent with the system view of the Enterprise Architecture and the approved NSGI System Transition Plan ? Ensure the system view of the architecture accommodates users at multiple levels of security and visibility across the enterprise ? Use modeling and simulation methods and tools to design the system view of the architecture and verify that it can meet system requirements ? Maintain all new mission-specific software developed and delivered under this contract ? Develop, document, implement, and maintain a quality program to assure quality of contract deliverables and management of development processes o Interface with the Enterprise Engineering contractor for verification and validation of system capability deliverables ? Perform continuous technology forecasting in support of enterprise architecture planning activities ? Develop, implement, and maintain a system-level Configuration Management Process consistent with the NIMA Enterprise Configuration Management process and industry best practices. ? Develop, implement, and maintain a system-level Configuration Management Plan ? Produce a Program Protection Plan that addresses the protection of Critical Program Information (CPI) throughout the acquisition cycle. o Consider system vulnerabilities, specific threats, and which countermeasures to employ to protect the assets 4. Infrastructure Modernization ? Define and implement an initial block of improved infrastructure capability ? Support the O&S contractors in current NSGI mission operations ? Design, develop, and integrate upgrades to NIMA's Information Technology Infrastructure (ITT) ? Demonstrate, test, document, and, in coordination with the O&S contractors, install ITI upgrades UNCLASSIFIED C-11 ? Address immediate and transitional infrastructure objectives for subsequent NSGI transformation upgrades and integration of custom and commercial-off-the-shelf (COTS) Geospatial Intelligence systems. 5. Technical Insertion/Prototyping (NPE) ? Establish and manage an NPE to provide a systemic approach to identifying, developing, testing, and inserting commercial technologies and state-of-the-art solutions into the system view of the architecture ? Define and execute a continuous technology insertion process ? Assess technology insertion opportunities ? Develop supporting business cases and, where business cases warrant and after Government approval, insert new technology into the NSGI development baseline ? Deploy successful NPE technology insertion capabilities into the NSGI operational environment ? Perform technology and standards forecasting in support of enterprise architecture planning activities ? Deliver an operational version of Thin Line Operational System (TLOS) developed under the NEA contract as the initial instantiation of the NPE 6. System Migration Plan ? Develop and implement a plan for the expeditious migration of all heritage and legacy systems into the proposed NSGI system view of the architecture, to include a plan for data migration ? Plan for the integration of Future Imagery Architecture (FIA), airborne, commercial, and civil data sources, spanning the electromagnetic spectrum, into the proposed NSGI system view of the architecture ? Update and maintain the NSGI System Transition Plan that address all aspects of the NSGI modernization from current as-is system view of the architecture to a to-be system view of the architecture, including FIA systems and segments, airborne, commercial, and civil data sources, spanning the electromagnetic spectrum ? Address the migration of functionality over time with minimal disruption and no loss of required functionality ? Plan for integration of multiple intelligence sources from other intelligence disciplines 7. Life Cycle Planning ? Develop comprehensive NSGI modernization program "alternate use" business cases for legacy and heritage program funding o Where the business cases warrant and after Government approval, initiate system modernization implementation efforts and provide new mission capabilities to expeditiously replace legacy and heritage capabilities consistent with the NIMA Enterprise Architecture, the NIMA Master Schedule, and without interruption to mission operations ? Update and maintain the NSGI System Transition Plan developed as part of the NEA Study, titled NEA Transition Plan UNCLASSIFIED C-12 ? Develop and implement a robust schedule management process consistent with industry best practices for systems development o Include all key activities, events, milestones and reviews that make up the program. o Integrate with and be consistent with the Master Program Schedule maintained by the Enterprise Engineer. ? Develop life cycle cost estimates for all proposed, developed and delivered capabilities o Develop, refine, maintain, and use, the life-cycle cost estimate from their recommended enterprise architecture consistent with their transition plan and risk reduction activities o Provide total cost of ownership, (including research and development, procurement, operations and support, and disposal costs) by government fiscal year o Provide tradeoffs of cost, performance, and schedule o Employ financial return on investment modeling, including the assessment of benefits and impacts to the customers o Include a sensitivity analysis, which identifies program cost drivers o Include cost risk analyses detailing probability and confidence levels for costs generated by the model ? Develop, implement, and maintain the Program Support Management Plan, to include: o Coordinated approach to hardware and software maintenance, sparing, licenses for COTS products, and training of user and maintainer personnel o Address the transition of responsibility to the O&S contractors o Indicate how the contractors will provide support to sites, including domestic, foreign and forward-deployed sites 8. Integration & TestIITF ? Assume the role as the NSGI System Integrator, including program management, integration planning, design, implementation, procurement, acquisition, testing, and delivery of modernized NSGI capabilities ? Integrate and test systems developed by development contractors as specified by the Government to ensure that the delivered systems are consistent with the proposed system view of the architecture ? Integrate newly-developed mission and corporate systems as well as the legacy and heritage systems ? Minimize impact to mission-critical NSGI systems that maintain a 24 hours a day, seven days a week production environment ? Maintain all existing mission-specific software and software baselines at the time legacy and heritage mission systems transition to the GeoScout contract for integration, development and modernization ? Implement a flexible system test capability that does not require the operational NSGI to be used for new development and modernization testing Demonstrate, test, and assist in the validation of each proposed upgrade and/or enterprise integration ? Evaluate and document the results of all GeoScout testing activities UNCLASSIFIED C-13 ? Develop and maintain Requirements Verification Traceability Matrix (RVTM) and Requirements Traceability Matrix (RTM) ? Develop TEMP for the system level, capability-based effectivities ? Support requirements sell-off ? Perform system configuration management ? Perform factory (alpha) acceptance test ? Perform early integration testing and interface testing (alpha and pre-beta) ? Perform code reviews and check-out ? Beta 1 and Beta 2 tests will be conducted at NIMA's Integrated Test Facility (ITF), Joint Interoperability Test Command, and/or at user sites/facilities to be identified through mutual agreement by the GeoScout Contractor and the Government o Perform Beta 2 testing at operational sites o Support the Enterprise Engineer (IV&V) during Beta 1 testing done at the ITF and/or at user sites/facilities ? Perform system/software certification activities to include DoDIIS certification, interoperability certification, and security certification/accreditation 9. Risk Management ? Develop and implement an integrated Risk Management process consistent with best industry practices ? Interface with the Enterprise Engineer contractors on enterprise-level risk issues/matters ? Develop, document, implement, and maintain a system-level Risk Management Process that serves as a basis for identifying alternatives to achieve cost, schedule and performance goals ? Recommend budget and funding priorities ? Provide risk information for Milestone decisions ? Allow monitoring the health of the program as it proceeds. ? Describe methods for identifying, analyzing, prioritizing and tracking risk drivers ? Develop risk handling plans ? Prescribe the process for documenting, monitoring and reporting risks ? Analyze trends based on data provided by O&S 10. Training ? Develop and maintain training materials and training devices for all capabilities delivered under this GeoScout contract ? Establish and maintain life cycle training materials and training environment ? Provide training and training engineering expertise for NSGI systems in coordination with the NIMA Training and Doctrine Directorate ? Coordinate and interface with industry, customers, stakeholders and other support activities involved in planning and implementing training programs ? Develop system training plans 11. Implementation of Logical & Physical Data Model ? Implement the logical and physical data models at the system level consistent with the Enterprise conceptual data model UNCLASSIFIED C-14 o Initial definition of the conceptual data model will be by the GeoScout contractor and subsequently refined by the Enterprise Engineer ? Develop and deliver a modernized, flexible, reliable, scalable, "data-centric" NSGI system view of the architecture that accommodates new sensor types and Geospatial Intelligence data sources without major redesign ? Develop, define, and maintain the logical and physical data model in conformance with the conceptual data model maintained by the Enterprise Engineering contract ? Ensure data quality control and integrity 12. Development Baseline ? Maintain CM control of the development hardware and software baseline ? Maintain the development baselines, and manage all changes to the development baseline to the O&S contractors for incorporation into the operational baseline ? Document the capabilities, changes, and strategies for the evolution of the baseline in compliance with the Enterprise Engineering Migration Plan ? Sponsor change proposals and broker with the Enterprise Engineering and O&S contractors ? Continuously evaluate development and operational baselines and recommend technology insertions, vetted with the Enterprise Engineering and O&S contractors ? Perform software code maintenance, interfacing with COTS vendors ? Perform COTS integration ? Develop custom code ("glueware") to integrate COTS ? Identify required software licenses and distribution strategy o Coordinate with the O&S contractor on license utilization management UNCLASSIFIED C-15 ILL OPERATIONS & SUSTAINMENT NIMA currently employs separate Operations and Sustainment (O&S) contractors. NIMA awarded the Information Technology and Information Services (IT/IS) contract in December 2001 to the Alaskan Joint Venture Corporation, NJVC LLC, which comprises Chenega Technology Services Corporation and Arctic Slope Regional Corporation Communications. This contract provides NIMA with long-term information technology support in seven areas: printing, digital replication, networks, distributed and centralized systems, operational help desk, voice and video, and library research services. The following provides detailed. tasks for the O&S contractors keyed to Figure 4. Figure 4 Ops & Sustainment (NJVC) 1. Operational Baseline ? Perform Configuration Management (CM) for all networks and systems within the operational baseline ? Ensure that as-built networks and segments conform to the approved operational baselines and comply with operational baseline guidelines ? Conduct Operations Configuration Management Board (Ops CMB) meetings o Perform as configuration control authority for all operational segments within the operational baseline o Manage all system level problem reports 2. System Operations ? Perform systems operations management that provides system management, data management, and security activities for the segments, corporate systems, networks, and NIMA communications ? Ensure that the NSGI is operational and secure ? Provide imagery, Geospatial Intelligence, non-imagery-based data, and other information to production elements and the end users ? Perform system and network management services to include: o Maintain accounts and privileges o Perform software and data backups UNCLASSIFIED C-16 o Monitor and maintain system health o Support upgrades and CM o Tune the performance of the operational system o Develop operations procedures and crisis contingency plans o Perform start-up, shutdown, and re-boot as necessary. ? Perform ISSO services, which include establishing and performing security certification, monitoring system security, and enforcing security policy- ? Perform data base administration (DBA) functions 3. Enterprise Services ? Perform enterprise services, which is a virtual "one stop shop" for all NIMA-managed systems requiring hardware, software, network, video, and telephone support (includes administrative phones, pagers, cell phones, and secure phones) ? Operate the Enterprise Service Center (ESC) that provides customer-facing activities in support of the operational NSGI ? Coordinate with GeoScout and the Enterprise Engineering contractors to ensure that transition and operational requirements can be met ? Consolidate enterprise-wide services for infrastructure monitoring to include: remote restore, fault isolation, and expert resource deployment ? Provide 24-hours-a-day, seven-days-a-week operations center that manages all operational ITI activities across NIMA ? Provide staff to operate the ESC o Additional contractor personnel from GeoScout will augment the ESC staff to provide specialized skills as required and agreed to by the GeoScout and O&S contractors 4. Software Administration ? Provide software administration support for NSGI systems o Install new, tested versions to operational and corporate systems o Apply component vendor fixes (patches) o Perform emergency patches to maintain operational capability ? Provide standardized mechanism for evaluating and maintaining the operational software baseline o Software maintenance involves all changes to deployed software brought about as a result of a deficiency report, technology insertion, or a request for change ? Perform product support functions including technology implementation, fault isolation, and supporting product release and installation ? Control access and schedule any actions related to operational software to ensure minimal disruption to on-going mission operations 5. Hardware Maintenance ? Maintain operational hardware baseline and follow-on acquisition and service of all IT hardware ? Assume responsibility for hardware maintenance activities once the equipment has successfully transitioned to O&S UNCLASSIFIED C-17 ? Perform preventive and remedial maintenance, hardware logistics and upgrade support, technical investigation and fault isolation, equipment relocation, and warranty management License Management ? Perform license configuration management and issue resolution ? Audit and track license use ? Maintain and track accuracy of the data base of enterprise licenses and the standard desktop, Geospatial Intelligence, and corporate applications ? Manage requests for optional and non-standard products o Does not monitor and manage licenses for COTS products bought solely for evaluation purposes o Will begin management of the product when a full license is acquired ? Maximize efficient licensing practices ? Manage all license renewals and terminations 7. Hardware and Software Inventory Management ? Track all deployed software and hardware configuration items available to and within the operational baseline ? Perform physical audits and reports on all hardware and software configuration items in the operational baseline in order to track, deploy, update/change, or delete assets across the NIMA network of users ? Maintain deployment mechanism for the electronic dissemination, installation, and configuration of software packages, updates, and patches to servers and workstations through the NIMA networks Maintain NPE and ITS' ? Maintain the operational baseline for the NPE and the ITF environments and facilities o Perform System Administration o Perform Data Base Administration o Perform security o Perform logistics management o Conduct administrative scheduling of the ITF o Manage and maintain test data o Perform configuration management of the facilities and baselines ? Provide NPE and lTF operational baseline configuration management ? Provide administrative maintenance of NPE and ITF schedule ? Maintain and provide test data ? Perform ITF website management and maintenance ? Provides advisory support to the Technology Insertion Board run by the Enterprise Engineering contractor ? Maintain COTS licenses and hardware in the NPE and ITF UNCLASSIFIED C-18 APPENDIX D -- GEOSCOUT TECHNICAL CAPABILITIES This appendix details, for certain SOW requirements, the specific technical capabilities that the Government expects to see in the below referenced blocks with regards to systems integration, infrastructure, architecture and information management. The purpose of specifying and binning the technical capabilities is to allow the contractor to accurately cost Blocks I and If. SOW Section 3, Technical Requirements, still apply; this appendix provides additional detail where necessary. 2.0 BLOCK I SPECIFIC CAPABILITIES 2.1 INFRASTRUCTURE MODERNIZATION 2.1.1 NETWORK TRANSPORT LAYER IMPROVEMENTS 2.1.1.1 Design, develop and deliver a robust and fast Local Area Network (LAN) that provides consistent network connectivity at all sites and provides the ITI capacity to allow any work area to be converted to a production area by replacing the workstation. The plan must address substantial improvements in LAN connectivity to Wide Area Networks (WANs) that meet National Security Agency (NSA) guidelines. Designs will follow or improve upon current NIMA engineering approaches or activities in the following areas: ? New network cabling will be standard ribbon cabling home runs terminating in the secure communication closet from the user workstation location. ? Network area coverage capable of supporting six network and two copper telephone connections at each work area. ? Reduce network complexity by minimizing use of hubs, routers, and edge devices and focusing instead on larger redundant centralized switches, located in access-controlled communications closets. ? Provide robust, high-speed connectivity across all networks by converting local area networking to GIG or other state-of-the-practice technology bested suited for supporting NIMA's mission. Future requirements will be based on GeoScout contract design specifications and available resources. ? Improve Network redundancy to meet COOP and contingency operations requirements. 2.1.1.2 Design, Develop, and Deliver a meta directory system that integrates with or bonuses off of NIMA's current domain controller system and addresses the integration of the following: ? Integrate Human Resources (HR)/Peoplesoft, Personnel Security (SI)/Security Management System, Facilities (Sl)/Computer-Aided Facilities Management, E-Mail (ET), and Enterprise License and Inventory Management (ET) into the meta directory on the Enterprise AQUA network. UNCLASSIFIED D-1 UNCLASSIFIED ? Integration with Intelligence Community Full Services Directory on the Enterprise SCI AQUA network. ? Integration with Department of Defense Global Directory Services on the Enterprise Secret COPPER network. ? Integration with Department of Defense Global Directory Services on the Enterprise Unclassified Sensitive but Unclassified (SBU) network. 2.1.1.3 Design, Develop, and Deliver the integration of NIMA's SKYLAN with the Enterprise SCI AQUA network. 2.1.2 ENTERPRISE MANAGEMENT 2.1.2.1 Design, develop, and deliver an Enterprise Service Center to provide responsive enterprise management through a consolidated help desk, technical support and enterprise monitoring capabilities. Designs will follow or improve upon current NIMA engineering approaches in the following areas: ? Develop specific space and equipment requirements needed to stand up the ESC. ? Develop and implement improved management tools, including network monitoring/fault isolation tool suite. ? Identify staffing requirements and transition plan to integrate all legacy, heritage and GeoScout developed systems, applications, etc. into the ESC. ? Implement a back-up ESC capability physically separated from the primary ESC. The back-up ESC can be designed to augment the functions of the primary ESC (for example but not limited to, one ESC located in NIMA East and a smaller, localized ESC located in NIMA West). The second ESC will have the capacity and capability to immediately serve as the primary ESC in COOP and Contingency operations should the primary ESC become inoperable. Both ESC including COOP and contingency operations are to be completely integrated with the overall ITI. 2.1.3 DATA AND STORAGE MANAGEMENT Design, develop and deliver a time-phased application and database server consolidation capability that optimizes the use of modem data storage technologies and satisfies continuity of operations (COOP) and contingency operation objectives. 2.1.4 INFORMATION MANAGEMENT (GATEWAY) 2.1.4.1 Design, develop, and deliver a modernized NIMA Gateway which supports the Agency's Information Management requirements. Capability includes delivery of availability, security, disaster recovery, and scalability based upon acceptable industry standards for a 24x7 critical infrastructure operation. This capability should be delivered as part of the portal/web access initiative in Block 1. UNCLASSIFIED D-2 2.1.4.2 Provide tools needed to fully implement the Imagery Throughput Management program recommended in the NETIPT Final Report. 2.1.5.1 Design a Prototype Secure Communications Closet for the NPE that (1) consolidates Network and Telephone communications and crypto logic gear, (2) reduces complexity, and (3) provides state-of-the-art technologies that comply with the contractor's proposed architecture. 2.1.5.2 Incorporate workstation requirements into infrastructure design and planning to include the following minimum goals: ? Reduce overall workstation counts to approximately 1.3 workstations per NIMA employee (Government, Contract, and Military). ? Establish the AQUA network as the primary network environment for NIMA. ? Where mission requirements allow, reduce SBU workstations to a pri marily kiosk environment with an overall target ratio of 1 workstation for every ten employees. ? Establish the Copper network as a primarily kiosk environment with a target ratio of 1 workstation for every forty employees. ? Provide the O&S contractor the updated NIMA standard workstation specifications that satisfy GeoScout architecture objectives. 2.1.5.3 Design, develop and deliver workplace improvements as described in the paragraphs above for the following sites: ? Relocate Bethesda Wide Area Network equipment to Maury Hall ? Create Fort Belvoir Bldg 211 communications infrastructure ? Abert Hall Phase 2 ? Maury Hall Phase 2 2.1.5.4 For the purposes of evaluation, provide for comparably sized workplace improvement projects, as follows: 1 in FY03, 2 in FY04, and 1 in FY05. Perform the functions of the NSGI System Integrator for legacy and heritage NSGI systems, responsibilities include: project management involving multiple segments, integration planning, design evaluation, implementation oversight, testing, and delivery coordination of modernized NSGI capabilities. Prioritize in accordance with the NSGI Master Schedule. For reference to current support refer to the document entitled "Statement of Work for the NSGI System Engineering Services Contract: Extracts for GeoScout". Responsibilities include support to the following functions/projects/programs: ? System Integration UNCLASSIFIED D-3 ? Performance, Modeling and Analysis ? Baseline Control ? System Engineering Analysis and Trades Studies (SEATS) ? NSGI Project Integration Management ? Common Imagery Ground/Surface System (CIGSS) ? NIMA Imagery Exploitation System (NIES) ? Office of Americas ? Mapping Charting & Geodesy Imagery Flow (MCGIF) ? Washington Area Library Architecture Imagery (WALA-IA) ? Enhanced Imagery System ? Future Imagery Architecture ? System Transition ? Specialty Engineering ? Management Systems o Information Management Solutions Integration o Imagery Exploitation Support System (LESS) o National Exploitation System (NES) o Requirements Management System (RMS) o Production Management Alternate Architecture (PMAA) ? Exploitation Systems o Front - End Processing Environment (FPE) o Geospatial Operations Branch (GOB) o Integrated Exploitation Capability (IEC) o Joint Targeting Workstation (JTW) o Aeronautical Migration Systems (AMS) o Exploitation Tools (MATRIX, MET, CASS) o Target Management Systems (TMS/MIDB) ? Dissemination Systems o Information Dissemination Services (IDS) o Information Access Services (IAS) o Web-Based Access and Retrieval Prototype (WARP) ? Storage Systems o NIMA Library o Image Product Library (IPL) o Mapping Charting & Geodesy Image Library (MC&GIL) o Digital Products Data Warehouse (DPDW) ? Training and Doctrine Systems o SIRIUS ? Integration Checkout and Test o System Test and Verification ? NIMA Enterprise Transformation (NIMA/ET) Office Support o Information Service Support o NIMA Enterprise Workforce System (NEWS) Support o SCI Network Consolidation UNCLASSIFIED D-4 o Imagery Data Exploitation (IDEX) System II Deactivation & Hardware Replacement o Remote Replication Systems (RRS) o Digital Capture and Finishing Environment (DCAFE) Support ? Commercial Imagery Program Office ? US Space Command (USSPACECOM) ? 480' IG Define, develop, and initiate a system requirements management process that seamlessly interfaces with the Enterprise Engineer's requirements management process. Manage, when approved by the Government, an orderly transition from the existing NIMA Systems Engineering Support (NSES) development contract for NSGI segments to the GeoScout contract without impact to NIMA mission operations and established NIMA Master Schedule capability delivery dates. The plan for transitioning from NSES to GeoScout shall include Segment/Project Integration, International Office Support, and engineering and system integration support to the Commands. Update and complete the NEA Description of the system view of the architecture developed as part of the NEA Study contract (NEA Description). As the Enterprise Engineer changes the technical architecture and operational architecture, modify the systems architecture as appropriate. Update and complete the NEA Transition Plan developed as part of the NEA Study. All aspects of NIMA's transformation from the current as-is system view of the architecture to the to-be system view of the architecture should be addressed. Include a plan for the migration of all necessary heritage and legacy systems into GeoScout NSGI system view of the architecture, to include a plan for data migration. The NSGI System Transition Plan should include the satisfaction of the Future Imagery Architecture (FIA) requirements. 2.2.4 ESTABLISH BUSINESS CASE AND IMPLEMENTATION PLANS FOR BLOCK I AND II 2.2.4.1 The GeoScout Contractor shall provide a comprehensive Business Case for Blocks I and II, detailing the cost and benefits, or value of that proposed block. The block level business case shall include: i. A performance-based, risk-adjusted analysis of benefits and costs for the proposed block capability effectivity. ii. The foundation for comparing the baseline benefits and costs with the proposed performance objectives. UNCLASSIFIED D-5 2.2.4.2 Upon adjudication and approval of that block business case, the Government will update the enterprise business case using the approved block Business Case as input. 2.2.4.3 For Block I capabilities, provide to the Government NLT 90 days after contract award, the proposed NSGI System Transition Plan and the initial Block's Business Case and Implementation Plan. The Implementation Plan shall include, at a minimum, a description of the changes/additions to capabilities, business processes and architecture introduced by the block, recommended objective and threshold performance parameters, and the schedule. The Block shall be described in terms of the spirals contained within it. 2.2.4.4 For Block H capabilities, provide for review the Government the Preliminary Business Case and Implementation Plan 90 days prior to the beginning of Block II. The final Block II Business Case and Implementation Plan shall be due to the Government 45 days prior to the start of Block II. 2.2.4.5 The Government will review and approve all contractors' Business Cases and Implementation Plans and issue Task Orders to proceed. 2.2.4.6 Deliver the system and technical data as provided in the approved implementation plan (to include schedule). 2.2.4.7 All block definitions shall be defined in accordance with the Under Secretary of Defense for Acquisition, Technology, and Logistics Memorandum dated 12 April 2002, Appendix A. 2.2.4.8 Define the thresholds and objectives for each defined capability. 2.3 ARCHITECTURE 2.3.1 NIMA PRE-PRODUCTION ENVIRONMENT (NPE) 2.3.1.1 TLOS delivered to NPE - deliver TLOS capabilities developed under the NIMA Enterprise Architecture Contract to the NPE as the first instantiation. 2.3.1.2 Identify, develop and deliver interfaces from the NPE to key NSGI systems, segments, and networks consistent with the respective security risk assessments and security certification and accreditation. 2.3.1.3 Develop and implement a plan to accept GIAT and other planned deliveries to the NPE in support of the continuous technical insertion process. 2.3.1.4 Develop Commercial Imagery storage and dissemination prototype. 2.3.1.5 Integrate Geospatial Intelligence Data Integration (GIDI) functionality into the NPE. UNCLASSIFIED D-6 2.3.2.1. Design, develop, and deliver a portal for NIMA. and NSGI that establishes capabilities to store, discover and retrieve NIMA products, data and information including non- specification data sets. The portal will be NIMA's homepage and should also provide access to corporate information and applications. Output from the portal should be primarily disseminated electronically with an option to output on demand to hardcopy or physical media (DVD, etc.). 2.3.2.2 Design, develop and implement a global metadata catalog allowing seamless data query, on-line access, and retrieval to the following: i.) NIMA and NSGI Data Stores: NIMA Libraries (NIL, CIL, MCGIL, IPL), DPDW, NGSS, GIDI/FLDB, NES/NACDF, WARP, NIMA GATEWAY, HARD COPY CATALOG, LESS, ICMAP, TMS, AMS, Country Databases, RMS Collection Requirements Database, Voyager Catalogue System, Master Target Database (new), Commercial Imagery vendors, Commercial Data vendors, and web information storage. ii.) Data Types: National Imagery, Commercial Imagery, Airborne (Motion and Still), Geospatial Intelligence; at a minimum. iii.) Innovative tailored Geospatial Intelligence Products generated to support unique customer requirements. 2.3.2.3 Portal Access should be provided for all security-levels (unclassified through SCI), and associated communication networks. 2.3.2.5 The Global Catalog should be able to use geographic features in order to define search areas (airborne mission tracks, roads, etc.) 2.3.4.6 The portal should be designed to allow for the incorporation of new data types and formats over time (Approximately seven new formats per year). 2.3.3.1 Develop a strategy, implementation plan, and process for migrating legacy/heritage metadata to the Global Catalog so that it is consistent with the Enterprise Data Model. 2.3.3.2 Incorporate the GIDI functionality, consistent with the GeoScout Geospatial Intelligence database, to include all country databases, the MC&G data base, the nautical database maintenance environment, and the aeronautical database maintenance environment. UNCLASSIFIED D-7 2.3.3.3 Design and deliver a capability to store and disseminate commercial imagery. This shall include a warehouse/library for storing the imagery and NIMA products derived from commercial imagery, a capability for discovery by NSGI users that is integrated with the portal, and a mechanism for distributing the imagery to NIMA and its customers. The plan for the migration of current holdings to this new storage capability shall be addressed in the data migration plan. 2.3.4 MISSION AND CORPORATE COLLABORATION Design and implement a collaboration capability, to include the necessary network infrastructure, tools, and processes, to support NIMA's mission and corporate environments. This collaboration must address users within NIMA as well as between NIMA, its customers, and mission partners. At a minimum, these capabilities should include those TLOS capabilities delivered under the NEA Contract at the contractor's site. Collaboration tools and packages should be accessible via the portal. Deliver an initial operational capability for an integrated Geospatial Intelligence analytical environment into production that is based on the TLOS in the NPE. This environment shall fully integrate the exploitation, and storage of, and access to, Geospatial Intelligence information. 2.3.5.1 Establish an all-digital exploitation environment in order to: 2.3.5.1.1 Provide capability to integrate, manipulate, and analyze all sources of data/information to address an intelligence problem 2.3.5.1.2 Perform historical, temporal, predictive analysis on a particular issue or specific location 2.3.5.1.3 Provide a data environment that conforms to appropriate standards and formats and is compatible with off-the-shelf technology where available 2.3.5.1.4 Provide a data environment that is dynamic, allows for easy and fast implementation of new hardware, software applications and software releases with minimal operational impacts 2.3.5.2 Deliver an architecture that is data-centric in order to: 2.3.5.2.1 Provide quick and easy access to data regardless of where it's stored, to include multi-source, multi-INT, reference information, historical information found throughout DoD and the IC. 2.3.5.2.2 Provide a common, intuitive Geospatial Intelligence database(s), such as the GIS GIDI data model, that can be created and maintained by the users UNCLASSIFIED D-8 2.3.5.2.3 Provide easy and timely capability to locate/capture/tag objects and save them to a GIS database for easy query/retrieval and multiple subsequent uses, to include graphical reporting and more 2.3.5.2.4 Incorporate datasets form multiple databases (e.g., NES, MIDB, RMS, Web- SAFE) into the Geospatial Intelligence database 2.3.5.2.5 Provide the ability for external partners to feed into NIMA GIS databases for federated GI production (burden sharing) 2.3.5.3 Provide tools that enable collaboration between analysts within and outside of NIMA in order to: 2.3.5.3.1 Provide capability within the analyst's work environment to produce and disseminate a variety of traditional and tailored products at multiple levels of security, to include the ability to store working copies prior to completion and release 2.3.5.3.2 Provide easy and timely capability to archive traditional and tailored products and to easily and quickly query/retrieve them 2.3.5.3.3 Provide collaboration tools for internal and external analytical coordination and exchanges, on each Analyst's workstation 2.3.5.3.4 Provide customer access to our data and products 2.3.5.4 Develop an "integrated" workstation environment where analysts can intuitively bring a variety of tools and sources to bear against an intelligence problem in order to: 2.3.5.4.1 Provide easy and timely access to NTM, commercial and airborne imagery 2.3.5.4.2 Provide easy and timely access to digital geospatial data, to include Gateway, Country databases, commodity data, and contractor-derived data 2.3.5.4.3 Provide easy and timely access to reference information: SIGD;T/ELINT, Open Sources, MASINT, HUMINT, Weather, Periodicals, encyclopedias, hand-held photographs, and electronic target folders 2.3.5.4.4 Provide easy and timely softcopy access to Spectral imagery 2.3.5.4.5 Provide easy and timely access to historical imagery of a point or area of interest for comprehensive research 2.3.5.5 Recommend and help document refined business processes, practices, and rules in order to: 2.3.5.5.1 Streamline reporting processes and workflow management 2.3.5.5.2 Minimize operational impacts while adding new capabilities 2.3.5.5.3 Develop systems and processes that support 24x7 production operations UNCLASSIFIED D-9 3.0 BLOCK II SPECIFIC CAPABILITIES Design, develop, and deliver a robust, integrated information management capability for NSGI that provides the ordering, entry, and tracking of Geospatial Intelligence information needs as well as the production workflow management within NSGI, including the outsourcing of production. It will be supported by and built upon the streamlined, integrated web-based access and collaboration capabilities developed in Block I. It will effectively integrate with the appropriate processes, systems and data of the heritage systems. It will provide modem, integrated, commercial, enterprise-level suites of capabilities associated with supply chain management, customer relationship management, and enterprise resource management. This will replace or consolidate the associated legacy and heritage segments (LESS, NES, RMS, PMAA, STATT and SA/S) in time to support the FIA IOC 2. Specific capabilities include: 3.1.1 Information discovery. Provide the users total asset visibility into present and planned Geospatial Intelligence data holdings 3.1.2 Information Needs. Provide user-friendly, intuitive interface for users to enter Geospatial Intelligence information needs into the NIMA NSGI program. If queries are not satisfied, then a task will be automatically generated to cause collection or exploitation. 3.1.3 Determination and review of collection feasibility for all sources (NTM, commercial, airborne, hydrographic, G&G, and MASINT) 3.1.4 Validation of information needs. Provide the capability to receive, review, record and track authorized validated user requirements. 3.1.5 Requirements approval, prioritization and assignment. Provide the capability to track approval and prioritization of requirements, as well as to support assignment of requirements to NSGI assets. Support flexible approval processes. 3.1.6 Requirements status and history. Provide the capability for users to obtain status and track registered information needs and related collection requirements and production tasks. 3.1.7 Definition and assignment of workflow tasks and activities 3.1.8 Support the collection and analysis of performance metrics of the tasking, production, exploitation and dissemination activities associated with satisfying information needs. 3.1.9 integrated (from a single desktop) tasking capabilities for NTM, airborne and commercial sources and providers. 3.1.10 A robust interface to ICMAP UNCLASSIFIED D-10 3.1.11 A Master Target Data Base, providing one geospatially-defined database source for all target description 3.1.12 GIS-supported functionality, including the capability to support target polygons for search 3.1.13 Knowledge management for multi-media reporting that includes annotated graphics and structured reports, supporting automated release, re-use and repurposing of information to customers 3.1.14 Improved analyst tools 3.1.15 Integrated, consolidated history of collection for all collectors, accessible with a single query at the desktop. UNCLASSIFIED D-11 APPENDIX E -- GEOSCOUT CONTRACT WORK BREAKDOWN STRUCTURE (CWBS) 1 1.1 1.2 1.3 1.3.1 1.3.2 1.3.3 1.4 1.5 1.6 1.7 1.8 2 2.1 2.2 2.3 2.3.1 2.3.2 2.3.3 2.4 2.4.1 2.4.2 2.4.3 2.5 2.6 2.6.1 2.6.2 2.7 2.8 2.9 2.9.1 2.9.2 2.10 2.11 2.11.1 2.11.2 2.12 3 3.1 3.1.1 3.1.2 3.1.3 3.1.4 3.2 3.2.1 Program Management Management Direction Planning, Schedule Management, and Control Cost and Performance Management Earned Value Management Financial Management Life Cycle Cost Estimate Contract, Subcontract, and Procurement Administration Configuration Management Integrated Digital Environment Quality Assurance Security Management Systems Engineering Systems Engineering Management Requirements Analysis and Allocation Architecture Analysis and Design Architecture Analysis and Design Logical & Physical Data Model Interface Definition Systems Analysis and Control Performance Analysis, Modeling and Simulation Metrics Development, Analysis and Reporting Business Case Development System Migration and Transition Planning Security Engineering Security Architecture Analysis and Design Security Architecture Certification, Accreditation and Testing Business Process Reengineering Risk Management Technology Insertion and NSGI Pre-Production Environment (NPE) NSGI Pre-Production Environment Technology Insertion Analysis Facility Planning and Engineering Integrated Logistics Support Training Other ILS Special Studies System Level Test and Evaluation Developmental Testing System Test Planning System Test Conduct System Test Analysis Developmental Testing Rework Operational Testing System Test Planning UNCLASSIFIED E-1 3.2.2 3.2.3 3.2.4 4 4.1 4.2 4.3 4.4 4.5 4.6 5 5.1 5.2 5.3 5.3.1 5.3.2 5.3.5 5.4 5.4.1 5.4.2 5.4.2.1 5.4.2.2 System Test Conduct System Test Analysis Operational Testing Rework System Integration Integration Management and Planning Integration Conduct Integration Analysis Integration Test Facility Support to IV&V Systems Integration Rework Block 1 Design and Implementation Management, Planning and Control Systems Engineering Spiral Implementation Development Unit and Component Test and Integration Spiral Rework Support Training Software Maintenance COTS Software Upgrades / New Releases Developed Software Maintenance 6,7 ... N Blocks 2, 3,..N UNCLASSIFIED Em2 National Imagery and Mapping Agency (NIMA) Award Term Plan For "GeoScout" December 9, 2002 "GeoScout" UNCLASSIFIED 2003-K-0001 Award Term Plan Table of Contents 1. Introduction 2. Organization 3. Responsibilities 4. Award Term Processes 5. Award Term Plan Change Procedures Annexes 1. Award Term Organization 2. Award Term Allocation by Evaluation Periods 3. Evaluation Criteria 4. Award Term Conversion Table 5. Sequence of Events -- Award Term Process Introduction a. This award term plan is the basis for the GeoScout program office evaluation of the contractor's performance and for presenting an assessment of that performance to the Term Determining Official (TDO). Evaluation for term points will begin during Block H. An adjustment to the award term will not result in a contract ordering period of less than four years or greater than eleven years (TBD) from the award of the contract. This plan describes the specific criteria and procedures to be used to assess the contractor's performance and to determine the amount of award term points earned are described herein. Actual award term determinations and the methodology for determining the award term are unilateral decisions made solely at the discretion of the Government. b. Any contract term extensions earned will be reflected in unilateral contract modifications based upon points earned as determined by the TDO. The award term earned will be determined by the TDO based upon review of thd'contractor's performance against the criteria set forth in this plan. The TDO may unilaterally change this plan prior to the beginning of an evaluation period. Changes to this plan that are applicable to a current evaluation period will be incorporated by mutual consent of both parties Organization The award term organization consists of the Term Determining Official (TDO); an Award Term Review Board (ATRB) which consists of a chairperson, the Contracting Officer, a recorder, other functional area participants, and advisor members; and the Performance Monitors. The TDO, ATRB members, and Performance Monitors are listed in Annex 1. Responsibilities a. Terns Determining Official. The TDO approves the award term plan and any changes. The TDO reviews the recommendation(s) of the ATRB, considers all pertinent data, and determines the earned award term points for each evaluation period. The TDO appoints the ATRB Chairperson. b. Award Term Review Board. ATRB members review performance monitors' evaluation of the contractor's performance, consider all information from pertinent sources, and arrive at an earned award term points recommendation to be presented to the TDO. The ATRB may also recommend changes to this plan. c. ATRB Recorder. The ATRB recorder is responsible for coordinating the administrative actions required by the performance monitors, the ATRB and the TDO d. Contracting Officer. The CO is the liaison between contractor and Government personnel. The CO modifies the contract ordering period if necessary to reflect the decision. e. Performance Monitors. Performance monitors maintain written records of the contractor's performance in their assigned evaluation area(s) so that a fair and accurate evaluation is obtained. Monitors prepare interim and end-of-period evaluation reports as directed by the ATRB. a. Available Award Term Points. The earned award term points will be based on the contractor's performance during each evaluation period. The available points for each 3 evaluation period are shown in Annex 2. An accumulation of positive 180 points is required for a one Block term extension. The contract will end if less than 180 points is accumulated for any particular Block. b. Evaluation Criteria. If the CO does not provide specific notice in writing to the contractor of changes to the evaluation criteria prior to the start of an evaluation period, the same criteria from the preceding period will be used in the subsequent evaluation period. Any changes to evaluation criteria will be made by revising Annex 3 and notifying the contractor. c. Interim Evaluation Process. The ATRB Recorder notifies each ATRB member and performance monitors 14 calendar days before the midpoint of the evaluation period. Performance monitors submit their evaluation reports to the ATRB 21 calendar days after this notification. The ATRB Chairperson determines the interim evaluation results and notifies the contractor of the strengths and weaknesses for the current evaluation period. At this time, the ATRB may also recommend any changes to the award term plan for TDO approval. The CO may also issue letters at any other time when it is deemed necessary to highlight areas of Government concern. d. End-of-Period Evaluations. The ATRB Recorder notifies each ATRB member and performance monitor 14 calendar days before the end of the evaluation period. Performance monitors submit their evaluation reports to the ATRB 14 calendar days after the end of the evaluation period. The contractor presents its self-assessment. The ATRB Chairperson prepares its evaluation report and recommendation of earned award term points. The ATRB Chairperson briefs the evaluation report and recommendation to the TDO. The TDO determines the overall grade and earned award term points for the evaluation period within 45 calendar days after each evaluation period. The TDO letter informs the contractor of the earned award term points and the total cumulative points. Upon the accumulation of sufficient award term points, the CO issues a modification within 15 calendar days after the TDO's determination is made authorizing award extension or reduction reflecting the earned award term amount. e. Contractor's Self-Assessment. The contractor's self-evaluation is submitted to the CO within 14 days after the end of the evaluation period. This written assessment of the contractor's performance throughout the evaluation period may also contain any information that may be reasonably expected to assist the ATRB in evaluating the contractor's performance. The contractor's self-assessment may not exceed ten pages. Award Term Plan Change Procedure The TDO may unilaterally change this plan prior to the beginning of an evaluation period. In addition, the contractor may recommend changes to the plan no later than ten days prior to the beginning of the new evaluation period. The contractor will be notified of changes to the plan by the CO, in writing, before the start of the affected evaluation period. Changes to this plan that are applicable to a current evaluation period will be incorporated by the mutual consent of both parties. Annexes 1. Award Term Organization 2. Award Term Allocation 3. Evaluation Criteria 4. Award Term Conversion Tables 5. Sequence of Events Annex 1-- Award Term Organization Members Term Determining Official: Award Term Review Board Chairperson: (Position Title) Award Term Review Board Members: Deputy Program Director Program Manager * Contracting Officer * Recorder (Following are other possible members:) Contracting Staff Member Judge Advocate Staff Member Financial Management Staff Member Plans Staff Member Director of Logistics Director of Engineering Director of Contracting Director of Configuration and Data Director of Program Control Major user representatives DCMC representative * These are mandatory members. Director A (Office Symbol) (Office Symbol) (Office Symbol) (Office Symbol) (Office Symbol) (Office Symbol) (Office Symbol) (Office Symbol) (Office Symbol) (Office Symbol) (Office symbol) (Office Symbol) (Office symbol) (Office symbol) (Office Symbol) (Office Symbol) Performance Monitors Area of Evaluation Performance Monitor(s) Program Management (Office Symbol) Cost and Schedule Management (Office Symbol) Quality Assurance (Office Symbol) Technology insertion (Office Symbol) Subcontract Management (Office Symbol) Annex 2 -- Award Term Allocation by Evaluation Periods The award term earned by the contractor will be determined at the completion of evaluation periods shown below. The award term points shown corresponding to each period is the maximum available award term amount that can be earned during that particular period. Evaluation Period From To Available Award Term Block 1 TBD TBD 0 Block 2 TBD TBD 200 Block 3 TBD TBD 200 Block 4 TBD TBD 200 +180 award term points = 1 Block term extension UNCLASSIFIED 2003-K-0001 Annex 3 -- Evaluation Criteria Goal #1(a)-Contractor optimizes NSGI while maintaining full operational capability and mission readiness. (50% of total) Innovative Solutions Unsatisfactory Contractor solutions merely re-package present NSGI environment. Current processes, procedures, standards remain unimproved. Architecture and infrastructure remain fragmented, technically obsolete. Satisfactory Contractor solutions incrementally improve NSGI environment. Processes, procedures, standards improved but not optimized. Architecture and infrastructure show marked improvement but not optimized. Very Good Contractor solutions transform the NSGI environment leading to improved collaboration and new capabilities to better serve NIMA's customers. Processes, procedures, standards are completely examined and real change implemented leading to notable improvements in efficiency and cost savings. Architecture and infrastructure improved to state of the art standards. Connectivity no longer an issue for any NIMA stakeholder. Future needs identified and accounted for in design. Excellent Contractor solutions redefine the NSGI paradigm. New approaches lead to vast improvements in NIMA customer service, new products, and additional technological advantage over potential adversaries. Processes, procedures, standards are developed to maximize advantages of the new NSGI paradigm. Quantum leaps are made in efficiency allowing significant resources to be shifted from non-value added tasks to directly serving the customer. Architecture and infrastructure optimized. Connectivity no longer an issue for any NIMA stakeholder. Significant capacity and capability remain for future changes, technological upgrades and other contingencies. Continuity of perations Unsatisfactory Contractor action results in failure to meet any customer need with products deliverable under present capabilities. Satisfactory All customer needs met, but significant additional effort required by NIMA team to maintain current level of service. Very Good All customer needs met, minor additional effort required to maintain current level of service. Excellent All customer needs met or exceeded. Contractor changes require no additional NIMA resources to maintain services during changeover period. UNCLASSIFIED 2003-K-0001 Goal #1 (b)-Contractor shows a full understanding of the current information technology environment through selection of best value COTS and SCOTS products and through implementation of solutions (including technology insertion) which meets mission demands. Contractor must demonstrate flexibility for engineering trade-offs and unexpected funding changes. (15% of total) Flexible Commercially Based Solutions Unsatisfactory Contractor often utilizes information technology applications that require extensive customization and upgrading prior to NIMA use. Contractor selects technology solutions that are either unproven and just out of development or near the end of their useful technological lives. Contractor solution is rigid and unable to adapt to changing requirements or technology without unacceptable investments of time or financial resources. Satisfactory Contractor selects COTS and SCOTS applications requiring some customization prior to NIMA use. Contractor selects applications that have proven technology with potential for an acceptable useful lifespan. Contractor solutions contain enough flexibility to cope with most changes in requirements, technology and funding. Very Good Contractor selects robust COTS and SCOTS applications requiring minor customization prior to NIMA use. Contractor selects applications that feature leading edge technology and have a proven track record. Contractor solutions are agile with numerous scenarios possible depending on funding profiles, mission requirements, and technological changes. Excellent Contractor selects best COTS and SCOTS solutions available requiring little or no customization prior to installation. Contractor selects applications that feature leading edge technology, have a proven track record of performance and have the potential for significant enhancements or improvements in the near term. Contractor solutions provide maximum flexibility in a changing NIMA environment. Contractor presents numerous alternatives featuring various deployment or implementation schedules, configuration variants, and funding requirements. UNCLASSIFIED 2003-K-0001 Goal #1 (c)-Contractor produces persuasive business cases and advocacy documents that clearly define the projected mission enhancing and resource maximizing aspects of their proposed solutions. (15% of total) Effective Business Cases and Advocacy Documents Unsatisfactory Contractor business cases and advocacy documents fail to clearly state the benefits, risks, and return on proposed solutions. Satisfactory Contractor business cases and advocacy documents state benefits, risks and potential return on proposed solutions but lack enough detail for use by NIMA management to obtain resources without extensive modification. Very Good Contractor business cases and advocacy documents clearly and persuasively state benefits, risks, and potential return on proposed solutions. Excellent Contractor business cases and advocacy documents clearly communicate and persuasively state benefits, risks, and potential return on proposed solutions. Documents also clearly articulate Contractor's overall plan and vision for the GeoScout effort, the proposed solution's place in that plan, and the impact of each proposed alternative on overall program execution. *Supplementing the assessment of Goals 1(a), 1(b) and 1(c), the contractor will also be evaluated on their demonstrated ability to migrate to the modernized NSGI in accordance with the Transition Plan. Goal #2-Contractor demonstrates effective leadership in the transformation process by successfully integrating GeoScout team efforts with Enterprise Engineering actions, NIMA Management goals and objectives, and heritage and legacy system stakeholder concerns. (20% of total) Leadership Unsatisfactory Contractor fails to reach consensus with Enterprise Engineering contractor on intersecting areas of responsibility and effort. Contractor is not flexible or responsive in meeting NIMA management requirements. Contractor shows poor planning and execution in the required conversions of heritage and legacy systems. Satisfactory Contractor displays minimum required cooperation with Enterprise Engineering effort. Contractor engages NIMA management only at critical points in the acquisition process and displays only basic understanding of goals and objectives. Contractor transitions heritage and legacy systems in a less than optimal fashion, but adequately captures system functionality. Very Good Contractor engages in successful teaming with Enterprise Engineering Contractor. Contractor remains engaged with NIMA management and workforce throughout the transformation process, responding to new needs and changing environments. Contractor engages with legacy and heritage system owners to successfully transition functionality - and data with minimal disruption to operations. Excellent GeoScout and Enterprise Engineering efforts complement each other to maximum extent practicable. Contractor becomes an innovative partner with NIMA management in the transformation process, fully understanding the agency's mission, goals, objectives and customer requirements. Contractor transitions heritage and legacy system data and functionality to GeoScout systems in the most efficient and cost effective manner possible with no disruption to NIMA operations. Annex 4 ?- Award Term Conversion Table (preliminary) Rating Award Points One-Year Six Month Cycle Cycle Unsatisfactory +0 to +49 +0 to +24.5 Satisfactory +50 to +79 +25 to +39.5 Very Good +80 to +89 +40 to +44.5 Excellent +90 to +100 +45 to +50 UNCLASSIFIED UNCLASSIFIED 2003-K-0001 14 days prior to IE 7 days after IE 14 days after IE Normally at least 90 days prior to EOP 14 days prior to EOP 14 days after EOP 14 days after EOP 21 days after EOP 30 days after EOP Annex 5 -- Sequence of Events -- Award Term Process Interim Evaluation (IE) (6 months into evaluation period) Recorder notifies each ATRB member and performance monitor. Performance Monitors submit evaluation reports to ATRB ATRB Chairperson determines interim evaluation results and notifies contractor of strengths and weaknesses ATRB may recommend any changes to Award Term Plan to TDO. (Time must be allowed for negotiation with Contractor and possible ADR procedures) End-of-Period (EOP) (End of 12 month evaluation period) Recorder notifies each ATRB member and performance monitor. Performance Monitors submit evaluation reports to ATRB. ATRB forwards a copy to Contractor. Contractor submits self-assessment to CO. Performance Monitors give oral presentations of evaluations to ATRB. Contractor has opportunity to address Performance Monitor Evaluation Reports. ATRB briefs evaluation report and recommendation to the TDO. Contractor has opportunity to brief TDO. 45 days after TDO informs contractor and CO of the earned award EOP term points. 15 days after CO issues a contract modification reflecting the TDO's decision earned award term points. UNCLASSIFIED 2003-K-0001 National Imagery and Mapping Agency (NIMA) Award Fee Plan For "GeoScout" December 9, 2002 "GeoScout" Award Fee Plan Table of Contents 1. Purpose of Award Fee 2. Award Fee 3. Responsibilities 4. Procedures 5. Evaluation Periods 6. General Evaluation Categories and Criteria 7. Specific Evaluation Criteria 8. Scoring and Rating System 9. Award Fee Structure 1. Purpose of Award Fee. The Government's purpose in granting an award fee is to provide encouragement by rewarding the contractor for demonstrating superior performance in achieving the objectives of the contracted effort and discharging all contractual obligations. 2. Award Fee. The contractor may earn a maximum possible award fee in the amount specified in Schedule B of the contract. The total possible award fee specified therein will be made available at the intervals and in the incremental amounts specified herein, at time of award (see table 2). The contractor's performance is evaluated and fee is awarded in accordance with the procedures, terms, and criteria in this plan. 3. Responsibilities. a. Fee Determining Official (FDO): The FDO is the individual responsible for determining the amount of award fee earned. The FDO, normally a Directorate or Office Director, or a senior level representative, is responsible for the following: (1) Chairs the Performance Evaluation Board (PEB) or delegates the chair to the appropriate organization. (2) Designates one or more persons to serve as secretariat for each PEB. (3) Makes award fee determinations. (4) Approves disposition of any unearned award fee with regard to (a) Future award fee use. (b) Application to special incentives. (c) Placement in the cost portion of the contract. (d) Funds de-obligation. b. Performance Evaluation Board (PEB). The PEB is the governing body that oversees and ensures consistent application of the award fee evaluation process. PEB Responsibilities include: (1) Advises the FDO. (2) Reviews the performance evaluation and award fee recommendations made by the appropriate government officials, such as the Program Manager (PM), Contracting Officer's representative (COR), Contracting Officer (CO), or other responsible officials. (3) Recommends the fee to be awarded commensurate with the contractor's overall performance. (4) Approves the evaluation criteria for the subsequent performance period. Any deviation from the evaluation criteria approved by the PEB that arises during negotiations is coordinated with the PEB chair. (5) Recommends the disposition of any unearned award fee dollars in accordance with the award fee plan. c. Performance Monitors. Performance monitors are those individuals (PMs, CORs, COs, security officers, etc.) who are the most knowledgeable about each aspect of the contractor's performance. Performance monitor responsibilities include: (1) Monitors and documents perceived strengths and weaknesses in the contractor's overall performance in accordance with the terms and conditions of the contract and award fee criteria. (2) Prepares and presents necessary documentation to the PEB to support award fee recommendations for the period of performance being evaluated (a sample briefing format is provided in appendix 3). Participate in PEB meetings. (3) Recommends specific evaluation criteria for the next performance period with rationale for the proposed changes. (4) Recommends the disposition of any unearned award fee complying with the award fee plan. d. Contracting Officer (CO). The CO is responsible for the following: (1) Provides input on contractor performance. (2) Monitors compliance with the award fee procedures established in the contract and award fee plan. (3) Ensures that the award fee determination made by the FDO is processed in accordance with the terms and conditions established in the award fee plan. (4) Prepares and executes a modification (or other streamlined method, if applicable) to award the amount of fee determined by the FDO, updates the award fee plan, and executes the disposition of any unearned award fee. e. Contracting Officer Representative (COR). The COR. is responsible for the following: (1) Prepares contractor performance evaluation with input provided by performance monitors and other sources as applicable. (2) Provides input on contractor performance. (3) Receives and reviews the contractor's self-assessment, if applicable. (4) Provides the contractor an out-brief on award fee results following FDO determination. f. PEB Secretariat. The PEB secretariat is responsible for the following: (1) Schedules, coordinates, and prepares the agenda for all PEB sessions. (2) Documents PEB results. (3) Provides one copy of all documentation related to the PEB and FDO process to the NIMA Acquisition Center (NAC). The documentation includes the award fee recommendations to the PEB, recommendation to the FDO, FDO determination, award fee briefing to the contractor, and contract modifications. 4. Procedures. a. PEB Composition. The PEB is composed as follows: (1) Chair, as exercised or delegated by the FDO. (2) Others who have knowledge of the requirement (for example, other program managers or individuals within the chain of command who are familiar with the requirement) are appointed to the PEB. (3) Acquisition Directorate, Procurement and Contracts Office (AC). An executive or senior representative attends each meeting as a PEB advisor. (4) Secretariat. One or more persons designated by the FDO to support the PEB process. b. Evaluation Timeline. A typical performance evaluation timeline following the end of an award fee period includes, in calendar days, (1) Prior to Day 0 - The PM or COR collects input from all performance monitors in anticipation of the award fee period end and subsequent performance evaluation. (2) Day 0 -- The award fee period ends. (3) Day 1 to 25 - The PM or COR prepares the contractor's performance evaluation, consolidating input from performance monitors and other sources. Also in work are the preparation and coordination required for the presentation at the PEB. (4) Day 26 - The PEB convenes to review award fee recommendations. (5) Day 27 to 29 - The PEB reviews and makes a final recommendation to the FDO. (6) Day 30 - The FDO decides on an award fee. (7) Day 31 to 40 - The CO prepares contract modification (or uses other streamlined process) to issue the award fee to the contractor. The contractor is briefed on the performance evaluation and FDO determination. The secretariat documents the PEB results. (8) Day 41 to 45 - The CO issues the contact modification. 5. Evaluation Periods. To determine the amount of award fee earned, performance evaluations are conducted in six-month intervals (from 1 October to 31 March and from 1 April to 30 September) or consistent with major contract milestones. The incremental fee amounts associated with each period of evaluation are quantified on the basis of the extent and/or type of work expected to be accomplished during the individual periods. If the contract is modified to affect the scheduled delivery, scheduled performance, or scope of work, the periods of evaluation and the corresponding increments of fee may be adjusted to account for the changes. 6. General Evaluation Categories and Criteria. Recognizing that all of the criteria within each of the evaluation categories identified below may not be applicable to the work expected to be accomplished during any given period of evaluation, the Government will develop individual and more specific sets of criteria for each evaluation period. In accordance with the procedures in paragraph 5 of this appendix, the specific evaluation criteria will be developed and the contractor's performance may be evaluated with respect to the following areas of possible emphasis (not necessarily listed in order of importance): a. Technical performance. Performance in this area is evaluated relative to accomplishments associated with but not necessarily limited to (1) The analysis, interpretation, definition, verification and/or execution of technical requirements. (2) Comprehension of and compliance with the detailed and/or functional requirements documents (including the Statement of Work). (3) The reasonableness of proposed technical tradeoffs from the standpoint of their effect on quality, maintainability, reliability, and overall performance of the components and/or system. (4) The development of technical objectives and/or quality assurance procedures to assure the reliability, integrity, and maintainability of the overall system. (5) The ability to recommend and/or carry out practical solutions in areas of technical deficiency. (6) The acceptability of the system in an operational environment. b. Project management. Performance in this area is evaluated relative to accomplishments associated with but not necessarily limited to (1) The ability to work in a cooperative and effective manner with the Enterprise Engineering contractors and subcontractors. (2) The use and effectiveness of program planning and organization management techniques. (3) The ability to effectively manage and/or provide timely, accurate and substantive technical direction to subcontractors. (4) The ability to provide, properly place, and/or effectively use qualified personnel. (5) The effective use of Government and contractor resources. (6) The timely recognition and/or anticipation of problem areas to avoid or recover from delays. (7) The ability to focus attention on critical issues and problem areas. (8) The ability to provide innovative and practical solutions to problem areas declared by the Government. (9) The formulation of technical guidance or management decisions which are consistent with contract objectives. (10) The degree of Government visibility into the management of the project from both a technical and cost standpoint. (11) Compliance with contractual requirements. c. Schedule/delivery performance. Performance in this area is evaluated relative to accomplishments associated with but not necessarily limited to (1) The extent to which contract performance is ahead of or behind schedule. (2) The effective use of schedule alternatives to meet program and/or contract objectives. (3) The ability to identify schedule conflicts resulting from problem areas and overcome them in order to maintain or improve schedules. (4) The degree of Government visibility into the progress of the contract as expressed in the level of detail included in progress and schedule reporting. (5) The thoroughness and accuracy of progress reporting. d. Security performance. Performance in this area is evaluated relative to accomplishments associated with but not necessarily limited to (1) The extent to which the security policies and standards set forth under this contract are followed. (2) The use of classified storage and proper access controls to protect classified data. (3) Proper marking, wrapping, and transport of classified data and information. (4) The ability to exercise a coordinated effort to expedite clearance actions. (5) The development and effective use of security controls within the work environment. e. Cost performance and control. Performance in this area is evaluated relative to accomplishments associated with but not necessarily limited to (1) The ability to remain within the estimated total cost of the contract and, UNCLASSIFIED 2003-K-0001 if necessary, the incremental funding profiles. (2) The degree of Government's visibility into the actual and budgeted cost of the contract, as expressed in the level of detail included in cost (funds expenditure) reporting. (3) The timeliness and accuracy of cost reporting. (4) The adequacy, maintenance, and reliability of the overall financial management plan. (5) The ability to identify areas of possible cost growth early and/or implement effective management controls to enable cost increases to be foreseen. (6) The ability to recommend and/or implement practical solutions in areas of cost growth. (7) The extent to which cost reduction efforts are employed as a management tool or objective through economies in the use of direct labor and/or alternate technical and management approaches. (8) The extent to which cost reductions are realized through the use of alternate arrangements, designs, processes, or methods. (9) The ability to provide timely, complete and accurate cost estimates (proposals) applicable to contract changes and/or revised "Estimates to Complete." 7. Specific evaluation criteria. The evaluation categories and criteria to be applied to each individual evaluation period is established by the Government and provided to the contractor in accordance with the following guidelines and procedures: a. At the discretion of the designated Government project manager, a meeting between cognizant Government and contractor representatives may be convened, no later than 15 calendar days prior to the scheduled start of each evaluation period, to review the technical progress and financial status of the contract in order to identify any area of concern and/or possible improvement expected relative to the upcoming period. b. After considering the information that may be derived from such a meeting or otherwise made available, and while recognizing that not all of the "General Evaluation Criteria" will necessarily apply, the Government will formulate the specific criteria and relative priorities to be applied to the next evaluation period, with consideration given to (1) The Contractor's accomplishments, problems, strengths, and/or weaknesses during the current period of evaluation, from a technical, cost, or management standpoint. (2) The milestones and/or objectives to be accomplished during the forthcoming evaluation period. (3) The general evaluation categories and the extent to which definitive criteria may be developed and applied to various aspects of the next period of evaluation. (4) The emphasis needed to direct the contractor's attention to an area of interest to the Government or motivate the contractor toward better performance in an area of immediate concern. (5) Any other factors considered by the Government to be pertinent to contractor performance during the scheduled evaluation period. c. Prior to the scheduled start of each evaluation period, the Government provides within 10 calendar days a written prenotification to the contractor concerning the "Specific Evaluation Criteria" and related priorities to be applied during such period. The Government's prenotification provides the contractor with specific guidance relative to the areas of special emphasis during the forthcoming period of evaluation. 8. Scoring and rating system. a. An Award Fee Grading Scale (table 1) using a scoring system of 0-100, with a corresponding rating system of poor to excellent, is in effect for this award fee contract. Security performance is rated on a pass/fail basis only (see paragraph 6.a.(2) below). The award fee amount is determined by first converting the numerical score to an award fee percentage on a one-to-one basis (that is, a score of 91 equals an award fee percentage of 91 percent) for all ratings except "poor." A "poor" numerical score of 0-49 receives an award fee percentage of 0 (see paragraph 6.a.(3) below). The award fee percentage is multiplied by the amount of award fee available for the applicable period. Table 1. Award Fee Grading Scale Rating Numerical Scores Excellent Good Average Marginal 50-69 10 Award Fee Percentage 90-100 percent 80-89 percent 70-79 percent 50-69 percent 0 percent (1) Example. (a) Step 1. Numerical score of 91 equals award fee percentage of 91 percent, (b) Step 2. Award fee percentage times award fee available equals award fee. (2) In the case of a severe security infraction, a contractor may lose all award fee regardless of performance in other criteria areas. (3) The Government considers that a contractor whose performance is rated "Poor" (0-49) has failed to meet an acceptable level of performance and is, therefore, not deserving of an award fee for that rating period. b. Narrative explanations for the ratings. (1) Excellent (90-100). Contractor performance exceeds what is considered good work to the extent that it distinctly approaches the best work possible. The contractor has acceptable performance in all elements of the evaluation and, if there are issues, their resolution is planned. All major objectives have been attained. (2) Good (80-89). Contractor performance exceeds what is considered average. In the aggregate, the range of contractual requirements has been met in a fully satisfactory manner. It may include excellent, good, and average performance in a specific element of the area of evaluation. Incidents of deficiency are relatively minor and are more than offset by incidents of good or excellent performance. (3) Average (70-79). Contractor performance is average. Average performance could be reasonably expected from an effective, currently qualified contractor. (4) Marginal (50-69). Makes the point that performance is not good by most standards. The contractor has met only minimum acceptable requirements and overall rating is not high enough for the average category. Areas of deficiency are not fully compensated for by other areas for which an average performance or higher was achieved. (5) Poor (0-49). Contractor performance fails to meet an acceptable level and there are very significant issues. While certain individual elements of performance may exceed this level, the extent and significance of successes fail to compensate for the unacceptable work by a substantial 11 degree. This level of performance clearly indicates a contract that is on the path to non-delivery. c. Contractor self-evaluation. The contractor may offer a self-evaluation of its performance against the evaluation criteria applicable to a specific contract milestone or period undergoing evaluation. This information is provided to the Government's project manager and/or COR, and may be considered for performance evaluation purposes. d. Disposition of Unearned Award Fee. Pursuant to the recommendation of the PEB and at the discretion of the Contracting Officer, all or any portion of the unearned Award Fee applicable to any evaluation period may be either: 1. immediately applied to any subsequent period(s) or special incentive(s); 2. reserved for possible future application to any subsequent period(s) and/or special incentive(s); and/or 3. removed from further consideration of payment under the terms of the contract and this schedule. e. Disputes. The Government's determination of award fee is not subject to the procedures and/or remedies provided under the contract clause entitled "Disputes." Consequently, the decision to pay any amount of the variable award fee (all, part or none of the award fee) is a unilateral determination made by the Government. f. Termination. In the event that the contract under which this award fee schedule applies is terminated, the contractor will retain all award fees earned up to the effective date of such termination and the government will determine the maximum amount of additional fee which may be paid, based on the results of a performance evaluation. Table 2 Award Fee Structure Period 1 01 Apr 03 - 30 Sept 03$ Period 2 01 Oct 03 - 31 Mar 04 $ Period 3 01 Apr 04 - 30 Sept 04$ Period 4 01 Oct 04 - 31 Mar 05 $ Period 5 01 Apr 05 - 30 Sept 05 $ Period 6 01 Oct 05 - 31 Mar 06 $ Period 7 01 Apr 06 - 30 Sept 06$ Period 8, 01 Oct 06 - 31 Mar 07 $ Classification Unclassified Contractor Name Contract No. Classifier's Employee Number Date 7 October 2002 Contract Data Classification Guide Item (As applicable) Maximum Classification Source, Term and Reason I Association' Unclassified II Government Furnished Data and Hardware A. Statement of Work Unclassified B. Technical Information (includes oral discussions) Top Secret/SI/TK/B NSCG COL All, Xl, 1.5 c C. Specifications Top Seeret/SI/TKIB NSCG EQU All, Xl, 1.5 c,g D. Drawings & Graphics Top Secret/SI/TKB NSCG EQU ALL, Xl, 1,5 c,g E. Computer Software Top Secret/SI/TK/B NSCG AIS All, Xl, 1.5 c,e F. Communications Security (COMSEC) Material Top SecretiSUTKB NSCG COM All, Xl, 1.5c,g G. Government Furnished Equipment Top Secret/SI/TKB NSCG EQU All, Xl, 1.5c,g H. Other - identify on attached sheet Ill Contractor Produced Data and Hardware A. Reports (as identified in the contract) 1. Monthly or Preliminary Technical Top Secret/SI/TKIB NSCG EQU All, Xl, 1.5 e,g 2. Quarterly or Interim Top SecreUSI/TK/B NSCG EQU All, X1, 1.5 c,g 3. Final Top Secret/Sl/TK/B NSCG EQU All, Xl, 1.5 c,g 4. Contract Status Unclassified B. Manuals Top Secret/SUTK/B NSCG EQU All, X1, 1.5 c,g C. Drawings & Graphics Top Secret/SJ/TK/B NSCG EQU All, X1, 1.5 c,g D. Computer Software Top SecretlSI/TK/B NSCG AIS All, X1, 1.5 c,e E. Test Data, Computer Printouts, etc. Top Secret/SI/TK/B NSCG EQU All, X1, 1.5 c,g F. Hardware 1. Component Top Secret/SI/TK/B NSCG EQU All, Xl, 1.5 c,g 2. Subsystem Top Secret/Sl/TKB NSCG EQU All, X1, 1.5 e,g 3. Breadboard Top Seeret/Sl/TKB NSCG EQU All, Xl, 1.5 c,g 4. Prototype or Engineering Model Top Secret/SI/TK/B NSCG EQU All, Xl, 1.5 c,g 5. System or Finished Product Top SecIet1SI/TK/B NSCG EQU All, Xl, 1.5 c,g G. Other - identity on attached sheet If this item is completed, this form must itself be classified when the contractor's name is added. Classification Unclassified Attachment 6 - Government provided Work Breakdown Structure (GWBS) (Also See APPENDIX E -- GEOSCOUT CONTRACT WORK BREAKDOWN STRUCTURE (CWBS)) Program Management 1.1 Management Direction 1.2 Planning, Schedule Management, and Control 1.3 Cost and Performance Management 1.3.1 Earned Value Management 1.3.2 Financial Management 1.3.3 Life Cycle Cost Estimate 1.4 Contract, Subcontract, and Procurement Administration 1.5 Configuration Management 1.6 Integrated Digital Environment 1.7 Quality Assurance 1.8 Security Management 2 Systems Engineering 2.1 Systems Engineering Management 2.2 Requirements Analysis and Allocation 2.3 Architecture Analysis and Design 2.3.1 Architecture Analysis and Design 2.3.2 Logical & Physical Data Model 2.3.3 Interface Definition 2.4 Systems Analysis and Control 2.4.1 Performance Analysis, Modeling and Simulation 2.4.2 Metrics Development, Analysis and Reporting 2.4.3 Business Case Development 2.5 System Migration and Transition Planning 2.6 Security Engineering 2.6.1 Security Architecture Analysis and Design 2.6.2 Security Architecture Certification, Accreditation and Testing 2.7 Business Process Reengineering 2.8 Risk Management 2.9 Technology Insertion and NSGI Pre-Production Environment (NPE) 2.9.1 NSGI Pre-Production Environment 2.9.2 Technology Insertion Analysis 2.10 Facility Planning and Engineering 2.11 Integrated Logistics Support 2.11.1 Training 2.11.2 Other ILS 2.12 Special Studies 3 System Level Test and Evaluation 3.1 Developmental Testing 3.1.1 System Test Planning 3.1.2 System Test Conduct 3.1.3 System Test Analysis 3.1.4 Developmental Testing Rework 3.2 Operational Testing 3.2.1 System Test Planning UNCLASSIFIED Page E-1 of 2 3.2.2 System Test Conduct 3.2.3 System Test Analysis 3.2.4 Operational Testing Rework 4 System Integration 4.1 Integration Management and Planning 4.2 Integration Conduct 4.3 Integration Analysis 4.4 Integration Test Facility 4.5 Support to IV&V 4.6 Systems Integration Rework 5 Block 1 Design and Implementation 5.1 Management, Planning and Control 5.2 Systems Engineering 5.3 Spiral Implementation 5.3.1 Development 5.3.2 Unit and Component Test and Integration 5.3.5 Spiral Rework 5.4 Support 5.4.1 Training 5.4.2 Software Maintenance 5.4.2.1 COTS Software Upgrades / New Releases 5.4.2.2 Developed Software Maintenance 6,7 ... N Blocks 2,3,..N UNCLASSIFIED Page E-2 of 2 GeoScout - DD254, Attachment 5 to the RFP To be furnished.