MODIFICATION THIRTY TWO DATED 19 JULY 2010

Document Type: 
Collection: 
Document Number (FOIA) /ESDN (CREST): 
06215980
Release Decision: 
RIPPUB
Original Classification: 
U
Document Page Count: 
50
Document Creation Date: 
March 16, 2022
Document Release Date: 
March 28, 2016
Sequence Number: 
Case Number: 
F-2012-00645
Publication Date: 
July 19, 2010
File: 
Body: 
Approved for Release: 2016/01/27 C06215980 , 01.53AprwavAt.2R0.0012 AMENDMENT OF SOUCITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE � PAGE OF 1 PAGES I 3 2. AMENDMENT/MODIFICATION NO. MODIFICATION NO. THIRTY-TWO (32) 2. Fr,UVE DATE 19 JULY201 0 4. REOUISITIONPURCHASE REO. NO. NONE 5. PROJECT NO. (/F.DPPucmcs) G. ISSUED BY CODE1 7. ADMINISTEREDBY (treMHERTN4N(Tna8 cooEj � - WASHINGTON, DC 20505 8. NAGANO ADDRESS OF CONTRACTOR (Na STrumr. cowry; Swamp ZIP: CAW GENERAL DYNAMICS INFORMATION TECHNOLOGY 3211 JERMANTOWN ROAD . SUITE 120 . FAIRFAX VA 22030 01 9A. AMENDMENT OF SOLICITATION NO. 9B. DATED (SEE ITEM IN OA MODIFICATION OF CONTRACT/ORDER NO. 200712118181'000 108. DATED MEE nElf 14 18 SEPTEMBER 2007 CODE I FACILTIYCOOE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 0 TI-E PaoyENINZERED SOLICITATION IS AMENDED A,S SET FORTH IN1TEMI 14. tHE HOUR AND DATE SPECIFIED FOR RECEIPT OF OFFERS 0 IS NOT eicromai. OFFERS MUST ACKNCWLEDGE RECEIPT OFTHIS AMEN:A/04T MDR TO THE HOUR AND DATE SPECIFIED IN THE SOIJCITATION OR AS AMENDED, FSY ONE OF Tie FOLLOWING METHODS: (A) BY COMPLEI1NG ITEMS 8 MD 15, AND RETIJRNING ONE (1) COPY OF THE meNtwENT; (B) BY ACKNOW=GING' RECEIPT OF THIS AMENDMENT ON EACH COPY OF THE OFFER � SUBMITTED; OR a BY 0EpAN05 LETTER cR TELEGRAM WHICH mums A � REFEREtog 10 Tite. sok.triAtON AND NigrOtatir Nuvagns. FAILURE OF YOUR ACKNOWLEDGMENT TO BE Rgeavgo, AT THE PLACE DESIGNATED FOR THE 'RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATA SPECIFIED MAY RESULT IN REJECTION OFYOUR OFFOK1F. 8Y.VECTUE OF TteS Atmetmirryoo ()ERRE TO CHANGE 'AN OFFER ALREADY tusaatrED,SLCH CHANGE MAY SE MADE WIREDRAW 12. ACCOUNTING AND APPROPRIATION DATA (1#R4ortiRko) IS EXTENDED, El Total Contract Funding Increased FROM$110,518,803.70 BY: $953,548.18 TO: $111,472,351.88 61 Total Contract Value did not increase 13. MRS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (v) A. THIS CHANGE ORDER IS ISSUED PURSUANT-103 (SPraPYA0THOFirni MECHANISES SET FORTH IN ITEM 14 AREMADESN THE CONTRACT ORDER NO. IN ITEM 104 a THE ABOVE NUMBERED CONIRACT/ORpER Is MODIFIED TO REFLECT THE ADMINISTRATIVE cHANGES Mat AS CHANGES INPAYNYO OFRCE APPROPAL4now airrA Era) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITy OF FMAS.103(1). C. THIS SUPPLEMENTAL AGRERIENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER SPEOPYTYPE OF MODIRCATION PRO Aurscare) ALLOTTED CONTRACT FUNDING E. IMPORTANT: CONTRACTOR la IS NOT, 0 IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ONE (1) COPIES TO.THE ISSUING OFFICE. 14. DESCRIPTION OF MENDNENTIMODIFICATION (ORGANza n3Y UDF SECTION WARMS, tNCUVNG souctrAnoNicotancr masa mama VitiERE FEASIBLE) SEE ATTACHED PAGE 2. 15k NAME AND TITLE OF SIGNER (7'Y oR maw) 16k NAME AND TITLE OF CONTRACTING OFFICER (117,30R pm* 1513. CONTRACTOR/OFFEROR 150. DATE SIGNED . 1 I INITS13 ETATESOF AMERICA lea DATE SIGNED 7/Z5/Z0% C (SIGH4TURE OFPERSON AUTHORIZE:TO SON) MEN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 CCOAFUTER GENERATED STANDARD FORM30 . PRESCRIBED BY GSA FAR (48CFR) 53243 Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 CONFORMED CONTRACT THROUGH MODIFICATION #32 THIS PAGE IS INTENTIONALLY LEFT BLANK This Page Last Modified by Mod #20 Mod #20 to Contract 2007*1211818*000 PAGE 1 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIDED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 SECTION A - SOLICITATION/CONTRACT FORM A-1 Use of Facsimile Signatures JUN 2002 This Contract document may be executed in counterparts, each of which shall be deemed an original, all of which together shall constitute one and the same instrument Facsimile signatures will be regarded as authentic by all parties. This Page Last Modified by 14 BASIC to Contract 2007*1211818*000 PAGE 2 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS is hereby modified to read: This Contract is comprised of multiple Contract Line Item Numbers (CLINs) of varying types. Various portions of Section B of the contract are applicable to specific CLINs. The total contract Value inclusive of all CL1NS is $123,951,460 CLINs 1.2. and 3 (CPFF/LOET) Section B-I. CLINs 1.2. and 4a (CP4F/LOET) Section B-2 - B-4: B-1 TYPE OF CONTRACT AND CONSIDERATION (CPFF-LOET) (JUL 2007) (a) This is a Cost-Plus-Fixed-Fee Level-of-Effort Term (CPFF-LOET) type contract as identified under Federal. Acquisition Regulation (FAR) 16.306, in the total estimated amounts set forth below. Base- (e0M lgompl; (b) The Contractor shall expend its best effort towards accomplishing the Scope of Contract work outlined above. (c) Level-of-Effort for Base and Option Periods: (1) The level-of-effort required for the base period is defined in the table below. The estimated composition of the total labor hours for the base period is as follows: ... . .. ._. - . a3 - 'Base-Year' CL1N 1 � Program Management 10,174 CL1N 2� Support Service Labor 280,659 CLIN 3 � Other Direct Costs - Minimum LOE Target LOE Maximum LOE ' 282,108 290,833 299,558 (d) The Contractor qball continually evaluate the total level-of-effort required and recommend to the Government changes thereto which are considered beneficial in attaining the overall objectives of this contract. In controlling the utilization of labor hours, the Contractor shall promptly notify the Contracting Officer, in writing, when there is an indication that premature exhaustion of the total labor hours is predicted. (e) It is understood and agreed that the rate of labor hours per month may fluctuate in pursuit of the technical objective; however, such fluctuations will be controlled to avoid an exhaustion of the total labor hours before the expiration of the term of the contract. This Page Last Modified by Mod 20 Mod #20 to Contract 2007*1211818*000 PAGE 3 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 (t) It is further agreed that the Contractor may submit written requests for acceleration of the average hourly rate of effort that will result in the utilization of the total labor hours set forth above prior to the expiration date of this contract. If the Contracting Officer approves the request, the accelerated performance shall be without increase in fee and the transaction formalized by modification to this contract (g) The fee for performance under this contract is predicated upon the Contractor furnishing at least the minimum but up to and including the maximum level-of-effort specified. In the event the minimum level-of-effort is not provided as specified, the fee shall be equitably adjusted downward in accordance with the following formula: Fee Reduction = Fee (in $) x (Target LOE - Expended WE) Target WE. "Fee Reduction" computed by the above formula is the dollar amount by which the fee specified in the contract will � be reduced. "Fee" in the above formula means the fixed fee specified in the contract for CPFF type contracts. "LOE" in the above formula means "level-of-effort". (h) In the event the Government desires an additional level-of-effort in excess of the maximum labor hours specified prior to contract completion, the parties may negotiate to make an equitable adjustment of the amount of fee payable hereunder. B-2 bf.ype of Contract and Consideration (CPAF-LOET) (JUL 2007) (a) Theses are Cost-Plus-Award-Fee (CPAP) Level-of-Effort Term (CPAF-LOET) type CLINs as described in FAR 16.305 in the total estimated amounts set forth below. Option Year One: Option Year 1 I FROM (BY , ' . Option Year Two: 12ption Year 2 This Page Last Modified by Mod 20 Mod #20 to Contract 2007*1211818*000 PAGE 4 OF 56 UNCLASSIF1ED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIF1ED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 Option Year Three: Option Year 3 Option Year Four: Option Year 4 (b) Award fee shall be available for consideration of payment under the terms of the "Award Fee Provisions" set forth under Attachment 2 of this contract. The availability of maximum award fee dollars, with respect to the evaluation .eriods, is as follows: - (c) A provisional/interim fee payment, equivalent to 5 percent of the allowable costs incurred, is authorized for payment under this contract. Payment and/or adjustment of such provisionalfmterim 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". � This Page Last Modified by Mod 20 PAGE 5 OF 56 Mod #20 to Contract 007*1211818*000 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 (d) The Contractor shall expend its best effort towards accomplishing the Scope of Contract work outlined above. (e) Level-of-Effort for Base and Option Periods: (1) The level-of-effort required for the base period is N/A. � (2) The level-of-effort required for the first option period is a minimum of 385,025 labor hours and a maximum of 408,8411abor hours. The estimated composition of the total labor hours for the first option period is as follows: CLIN 1 � Program Management 15,849 0 15,849 CLIN 2� Support Service Labor 339,743 0 339,743 CLIN 4a� NCIX Labor 41,341 0 41,341 Minimum LOE 385,025 0 385,025 Target LOE 396,933 0 396,933 Maximum LOE 408,841 0 408,841 (3) The level-of-effort required for the second option period is a minimum of 471,5883 labor hours and a maximum of 500,758.7 labor hours. The estimated composition of the total labor hours for the second option period is as follows: Option #2 CLIN 1 � Program Management 19,243.0 GUN 2� Support Service Labor 255,905.5 GUN 4a� NCIX Labor 65,664.0 CLIN 5a� ISG Labor CUN 5c--K. Evans 144,946.0 415.0 Minimum LOE 471,588.3 Target LOE 486,173.5 Maximum LOE 500,758.7 s (4) The level-of-effort required for the third option period is a minimum of 577,670 labor hours and a maximum of 613,402 labor hours. The estimated composition of the total labor hours for the third option period is as follows: --* - CLIN 1 � Program Management 11,856 CLIN 2� Support Service Labor 583,680 CLIN 4a� NCIX Labor Minimum LOE 577,670 Target LOE 595,536 Maximum LOE 613,402 (5) The level-of-effort required for the fourth option period is a minimum of 577,670 labor hours and a maximum of 61,402 labor hours. The estimated composition of the total labor hours for the fourth option period is as follows: This Page Last Modified by Mod 20 Mod #20 to Contract 2007*1211818*000 PAGE 6 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*I211818*000 �......_ __ ,. . . . CLIN 1 � Program Management 11,856 GUN 2� Support Service Labor 583,680 CLIN 4a� NCIX Labor - Minimum LOE � 577,670 Target LOE 595,536 Maximum LOE 613,402 (f) The 'Contractor shall continually evaluate the total level-of-effort required and recommend to the Government changes thereto which are considered beneficial in attaining the overall objectives of this contract In controlling the utilization of labor hours, the Contactor shall promptly notify the Contracting Officer, in writing, when there is an indication that premature exhaustion of the total labor hours of effort is predicted. (g) It is understood and agreed that the rate of labor hours per Month may fluctuate in pursuit of the technical objective; however, such fluctuations will be controlled to avoid an exhaustion of the total labor hours of effort before the expiration of the term of the contract. (h) It is further agreed that the Contractor may submit written requests for acceleration of the average hourly rate of effort that will result in the utilization of the total labor hours set forth above prior to the expiration date of this contract If the Contracting Officer approves the request, the accelerated performance chall be without increase in fee and the transaction formalized by modification to this contract (i) The fee for performance under this contract is predicated upon the Contractor furnishing at least the minimum but up to and including the maximum level-of-effort specified. In the event the minimum level-of-effort is not provided as specified, the Government may, at its unilateral option, reduce both the base fee and the award fee pool proportionally. Such reduction, if necessary, will be applicable to all fees including those awarded/earned. The fee shall be adjusted downward in accordance with the following formula:. Fee Reduction = Fee (in $) x (Target LOE-Expended LOE) Target LOE. "Fee Reduction" computed by the above formula is the dollar amount by which the fee specified in the contract will be reduced. "Fee" in the above formula means the base fee and maximum award fee for CPAF type contracts. "LOE" in the above formula means "level-of-effort". � / (j) In the event the Government desires an additional level-of-effort in excess of the maximum labor hours specified prior to contract completion, the parties may negotiate to make an equitable adjustment of the amount of fee payable hereunder. B-3 Incorporation of Award Fee Plan OCT 2003 The parties hereto agree that the fee payable under this contract shall be established in accordance with the award fee plan attached hereto and made a part hereof. B-4 Option For Increased Quantity - Direct Hours (Cost Reimbursement) NOV 2005 (a) The parties recognize that the total amount of direct labor hours set forth in the "Type of Contract and Consideration" clause in Section B represent(s) the best estimate of the number of direct hours that will be required to accomplish this contract effort. As the work continues or evolves, the effort originally contemplated may enlarge or modify, necessitating additional hours in excess of the amount set forth in said clause. As long as the additional This Page Last Modified by Mod 20 PAGE 7 OF 56 Mod #20 to Contract 2007*1211818*000 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000. effort is deemed by the contracting officer to be within the scope of the contract, the total amount of direct hours may be increased in order that additional effort may be performed. Unless otherwise specified in the contract, any increase in total hours shall be at the hourly rate as set forth in paragraph (b) below. (b) � The Government may increase the number of direct hours by issuing an appropriately funded unilateral modification to this contract citing this clause as authority. Each unilateral modification issued pursuant to this provision shall increase the total estimated contract value set forth in the "Type of Contract and Consideration" clause in Section B, at the estimated fully loaded cost and fee amounts as shown in the following table, respectively for each direct hour added. *SEE ATTACHMENT 13 (c) The number of direct labor hours that may be increased under this clause is not to exceed 25% of the negotiated level-of-effort (LOE) as stated in the base contract or in each negotiated option period. However, the authorizations for such increases must be accomplished within the period of performance when the option is exercised. B-5 Type of Contract and Consideration (Cost OCT 2003 This is a Cost contract as identified under Federal Acquisition Regulation (FAR) 16.302, bearing no fee and in the estimated cost as follows: Base Year (COMPLETE) CLIN 3 - Other Direct Costs Toatl Cost Option Year 1 (COMPLETE) FROM _ IBY ITO CLIN 3- Other Direct Costs CLIN 4b- NCIX ODC's , Total Cost Option Year 2 CLIN 3 - Other Direct Costs CLIN 4b- NCIX ODC's CLIN 5b- ISO ODC's Total Cost Option Year 3 CLIN 3 - Other Direct Costs � ...Z.", CLIN 41)- NCTkODC's Total Cost Option Year 4 CUN 3 - Other Direct Costs CLIN 467. NCIX ODC's. Total Cost ' This Page Last Modified by Mod 20 Mod #20 to Contract 2007*1211818*000 PAGE 8 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*I211818*000 B-6 Scope of Contract (Cost-Reimbursement, Level-of-Effort Term) OCT 2003 The Contractor shall: (a) On a Level-of-Effort basis, perform assigned tasks, in accordance with the Statement of Work (SOW) and all applicable Specifications, Application Standards and/or Requirements documents. � (b) In accordance with the terms and conditions set forth hereafter, furnish the necessary qualified and properly cleared personnel, services, and travel (except those specifically designated to be provided by the Government) to enable accomplishment of the task(s) assigned under this contract (c) Conduct and/or participate in a Progress Review Meeting, as required by the COTR in order to review task performance and completion. (d) Prepare and submit monthly, two (2) copies of the contract status report. B-6 Allotted Contract Funding JAN 2004 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 Government estimates that the allotment will cover the eriod of nerformance identified below: 4?Ti�11:, �5 i-f,eriO, : -� ,,*.Wr'-'4:-,,...1-7, j p..4.CLiN,e,�4,:4s: .,�4ra-Fr..41 -'7A\-5. 'owe 'fil.PM.1 1 tI*, `4 yaludii-AgB '141.4Z,-...h7474 L.,yalue''�-�,�tf..1.,.--T irikwi-w.; ,,_ �-g521;ligateElit4; a-mAmk ,To,F,Oltifunl.,. Ft,:ilafit si,i,B)cpgalafr,:l IM94:4:: ":1 '`� ':.�41.�tr?-4::-- ill li:14V4C-2-W71 144 �. , ' , -.7:- e, :isaigrati29 r ii,117;Settill9 BASEi�i�;�--- . _........_,L,.. . ., -', z...-�,......, gyp... 4..., czygiv,, _ . ,;.- - ,,, V.A'W'"tfff$!:! P:47-;.'.s...*0 PAPgli, ' . '!:',:'i-S",-.3.:-.(ki 11-3',Wieta .17-Seei 08 SObTotal4-7 ^ -.7e�,V -4 2:: -1-Cattri4-, �,� , t , V g;41.1:EP.frs.-S8 Option #1 1 ::� --,,i����4�74,-;-��T..;.:���'� .� i�,,,,-4,�����T,-.�-. - $ 17-Sep-09 Option '#1 2'� ' _,...� � _ � 0 17-Sep-09 Option #1 3 ODC's z '". 0 17,Sep-09 Option #1 4a -...c...�; � _;.�� 0 17-Sep-09 OptiOh #1 4b ODC's , ---,--- '"-' ' 0 17-Sep-09 Sub Total :.-: , 74,..:::- � $ 17-Sep-09 Pikti#0,Tit:4. .-'' � 0 ...� � 11tAr4Sep-n 0 0.01i.ORIR -.' � , : .1'::::W %-;? P '1,7ii.Q6-4.1.19 0.0;i0rfir2::, ' -:-:. -3 T.9,Pc.,s, 1-'-' . -- '''' . ,:e3r..! tV,:::�,.., '*1474-sfki,19 Option #2 . ,4a Chit011.19'7"--: ',-.14:.P.P9'1;f' Ee;-,..........-.;,�..�. 3 Option #2 "-_5a� '... �112:.-:...i",,,: ,-,, , 11,Sip40 Option #2 SO; PRP'1".yt 1":4 ''''''''''4�,..�'," 1;&,1,,, 47-Seli40 .gfc-7;', Pi#1,90:. -7' . c.�K _ -ii.t - ,.. 1: ' ailig: $4-.FSjy:t.::-.. SuVrcitar7 1 � . p szvelvfsA'i.,-: 4 245,1 i,=...1'.., '; ; � 2. P. f):V P tit t taIPTIS: le Qa:2Fg V AR.rdt.W., WAT.&-PLA-- 9 NOTE: This chart INCLUDES FEE into each GUN. This Page Last Modified by Mod 20 PAGE 9 OF 56 Mod #20 to Contract 2007*1211818*000 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 C-1 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT Statement of Work OCT 2003 The Sponsor's Statement of Workentitled Professional Support Administrative Services (PYRAMID) dated 15 May 2007, which is incorporated by reference or attached hereto, is made a part of this contract See Section J, Attachment #1. This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 8 OF 56 UNCLASS.MIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSLN lED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 SECTION D - PACKAGING AND MARKING N/A This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 9 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 SECTION E - INSPECTION AND ACCEPTANCE E-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 address http://www.arnet.gov/. E-2 52.246-5 Inspection of Services � Cost-Reimbursement APR 1984 E-3 Inspection and Acceptance at Destination MAR 2004 (b)(3) 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. This Page Last Modified by X BASIC to Contract 2007*1211818*000 � PAGE 10 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 SECTION F - DELIVERIES OR PERFORMANCE F-1 52.252-2 Clauses Incorporated by Reference t}13 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.amet.gov/ F-2 52.242-15 F-3 Stop-Work Order Alternate I Late Delivery AUG 1989 APR 1984 AUG 1996 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. F-4 Period of Performance AUG 1996 The period of performance of this contract shall be 18 September 2007 through 17 September 2010. F-5 Place of Performance AUG-1996 The principal place of performance under this contract shall be the Government facilities located at the 0/DNI at Bolling AFB or other Washington Metropolitan Area DNI Headquarters location that may be used in the future. F-6 Contract Status Report (b)(3) NOV 2005 (b)(3) Monthly contract status reports shall be submitted in one (1) copy each to the Contracting Officer and the COTR. 30 days after contract award and monthly thereafter not later than 15 calendar days after the close of the month covered by the report. It shall be prepared using Microsoft Office Word. The COTR shall be able to easily segregate and forward appropriate sections of the Report to each Branch Chief. Failure to submit this report will result in- delay in payment of invoices. This Page Last Modified by Mod 20 Mod #20 to Contract 2007*1211818*000 PAGE 11 OF 56 UNCLASSIF IED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSMED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 SECTION G - CONTRACT ADMINISTRATION DATA G-1 Settlement - Cost Type Contracts APR 2006 (b)(3) 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). (One copy required) (b) Electronic Funds Transfer Information (EFI) - The submission of this information is required to keep our payment database current. (One copy required) (c) Fmal Property Closeout Statement (Government Furnished Property (GFP) and Contractor Acquired Property (CAP). (One 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 copy required) (e) Final Invoice or 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" invoice or voucher. The receipt of an invoice marked "FINAL" shall initiate the settlement of this contract. This "FINAL" invoice is not to be transmitted via electronic submission, but must be submitted in hard copy to the address listed below. (One copy 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: Washington, DC 20505 If you have any questions in regard to the closeout procedure, please contact the settlements office directly. G-2 Submission of Invoices JAN 2004 'Notwithstanding the provisions of the clause of this contract at FAR 52.216-7, Allowable Cost and Payment, Contractors shall not submit invoices or requests for contract interim payment more often than once a month. This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 12 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 G-3 Electronic Submission of Payment Requests (a) Definitions. As used in this clause: APR 2006 (b)(3) (1) "Contract financing payment" and "invoice payment" have the meanings given in FAR section 32.001. (2) "Electronic form" means using the Agency's Web Invoicing System (WInS ) to transmit information electronically from the Contractor to the internal contract management system. The Agency does not consider facsimile, e-mail, and scanned documents electronic forms. (3) "Payment request" means any request for contract financing payment or invoice payment submitted by the Contractor under a contract. (b) Except as provided in paragraphs (c) and (e) of this clause, the Contractor shall submit payment requests using the Agency's Web Invoicing S stem (WInS ). If the Contractor is not registered in WInS , the Contractor shall call the Vendor Service Center on within two weeks of contract award to register. Items needed to facilitate registration include: a valldcontrac number and the name, phone number, and e-mail address for the point of contact. The Contractor may make inquires regarding invoices to the payment office on (c) If the Contractor is unable to submit a payment request in electronic form, or the Agency is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, and the payment office. (d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (e) The Contractor shall submit the final invoice or voucher for cost reimbursement contracts in accordance with the "Settlement - Cost Type Contracts" clause of this contract G-4 Authority and Designation of a Contracting Officer's Technical Representative (COTR) MAR 2004 (a) Authority: Performance of this contract is subject to the technical guidance, supervision and approval of the Contracting Officer or a designated Contracting Officer's Technical Representative (COTR). 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 COTR 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: The individual identified below is authorized access to all information concerning this contract during the life of the contract unless this authorization is reassigned by an administrative change to the contract: This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 18 OF 56 (b)(3) (b)(3) (b)(3) (b)(3) (b)(3) (b)(3) UNCLASSlt IED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSTh lED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 (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 or conditions of this contract All revisions to specifications, requirements or informal commitments that may involve a change in either the total cost/price, scope, delivery schedule, or legal aspects of this contract must be done 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 that would affect the terms of this contract, the Contractor must notify the Contracting Officer and obtain approval before proceeding. Otherwise, the Contractor proceeds at its own risk. G-5 Novation/Change-of-Name Notification Requirement MAR 2007 (b)(3) (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: Washington, DC 20505 Secure Fax: Unclassified Fax: (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 before 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 contacts 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. G-6 (b)(3) (b)(3) (b)(3) Emergency Locator and Points-of-Contact Information in (b)(3) LOCATOR }'1i 2002 (a) In order to be prepared in the event of a potential emergency, the Sponsor requires current work location and emergency designee information on all individuals who work in the Sponsor's facilities. (b) All Prime Contractor employees and all Subcontractor employees, if any, who work in the Sponsor's facilities during the performance of this contract on a regular or recurring basis, shall input and maintain the required information in the Sponsor's LOCATOR database on the The Contractor shall inform each affected Prime Contractor and Subcontractor employee of this mandatory reqturement and the use of the information for emergency situations. This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 18 OF 56 UNC'LASSIETED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 (b)(3) Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*I211818*000 (c) The information in paragraph (d) chan be input and maintained by Prime Contractor and Subcontractor employees as follows: (1) Individuals, who are given access to the shall input and maintain their own information. (2) In the event that an individual(s) does not have access to th the information shall be provided by the Prime Contractor and Subcontractor employee(s), in writing, to the COTR for input into the database by the COTR. (d) Minimum information to be input and maintained in LOCATOR: (1) Full name, Social Security Number, Agency Identification Number (MN) or Security File Number (2) Non-secure and secure work phone numbers (3) Primary assigned office, building, floor, vault (4) Name and non-secure phone number of contract COTR as "Agency Contact Name/Phone" (5) Company name; Subcontractor employees shall include both the name of the prime contractor and the name of the company they are employed by (6) Full name and telephone number of an emergency point-of-contact at the Prime Contractor's company who is not employed at the same Sponsor facility where this contract will be performed (7) Full name, street address, and telephone number of a personal emergency point-of-contact as designated by each person whose name is entered into the database. (e) The Prime Contractor is also required to maintain, at their own facility, this emergency locator and points- of-contact information of all Prime Contractor and Subcontractor employees working at the Sponsor's facilities. (f) The information required by this clause will be used only for emergency contact purposes and is exempt from sections (e)(3)(A)-(D) of the Privacy Act pursuant to 32 C.F.R. 1901.62. Providing and maintaining this information is mandatory and failure to do so may result in denial of access of the aforementioned individuals to the and Sponsor's facilities. (g) The Contractor agrees to incorporate the substance of this clause, including this paragraph (g), in all subcontracts under this contract when Subcontractor employees will work on the Sponsor's facilities. G-7 Government Property NOV 2005 (a) General: The contractor shall maintain adequate property control procedures, records, and a system of identification of all Government property accountable to this contract in accordance with FAR Part 45 and the applicable Government Property clause incorporated by reference in Section L The contractor must include this clause in all subcontracts that utilize Government property. (b) Government Property Administrator The Contracting Officer has delegated property administration authority to the Agency Property Administrator. (c) Contractor Property Representative: The contractor shall provide written notification of the name, address, and telephone number of the contractor's designated property representative responsible for establishing and maintaining control of Government property under this contract to the Agency Property Administrator at the address indicated below within thirty (30) days after receipt of this contract. This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 18 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980_ Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 Ann: Property Administrator If the contractor's Property Representative changes, the contractor must notify the Government Property . Administrator of the change within 30 days. (d) Government Property List: The Government shall deliver to the contractor the property identified in the Section J attachment entitled "Government Property Report" for use in the performance of this contract on a no- charge-for-use basis. The contractor may use Government property in their possession, which is accountable to other Agency contract(s), if the Contracting Officer(s) of the other contract(s) provides written authorization of their approval for use on a rent-free, non-interference basis. (e) Financial Reporting - General: The Government must account for and report assets in accordance with 31 U.S.C. 3512 and 31 U.S.C. 3515, Federal Accounting Standards, and Office of Management and Budget (OMB) instructions. Since contractors maintain the official records for Government assets in their possession, the Government must periodically obtain data from those records to complete its financial reports. Changes in Federal Accounting Standards and OMB reporting requirements may occur from year to year, requiring contractor submission of supplemental information. The specific Statements of Federal Financial Accounting Standards (SFFAS) to be used for property records are SFFAS No. 3 "Accounting for Inventory and Related Property and Materials", SFFAS No. 6, "Accounting for Property, Plant and Equipment", and "SFFAS No. 11, "Amendments to PP&E: Definitions" issued by the Federal Accounting Standards Advisory Board. (f) Financial Reports: To assist the Government with these requirements, the contractor's property control system shall report the total acquisition cost of Government property for which the contractor is accountable under this contract, including Government property as defined in FAR 45.101. The contracting officer will provide the total acquisition cost for all property furnished to the contractor by the Government in the Section J attachment entitled "Government Property Report". The contractor shall submit Quarterly and Annual Government Property Reports to the Government Property Administrator in accordance with the detailed instructions set forth in the Section J attachment entitled "Reporting Requirements for Government Property" to provide periodic updates to the list of property accountable to this contract and to provide information on contractor acquired property. The contractor shall also submit a Property Disposition Report with its Quarterly and Annual Reports to identify deletions from contract property records associated with this contract. The Quarterly, Annual, and Disposition Reports shall be considered updates to the Section J attachment entitled "Government Property Report". In addition, the contractor shall submit a Final Disposition Report within 30 days after disposition of all property accountable to this contract Fannie to provide required reports may result in termination of this contract, suspension of payment by the Government until required reporting is received, or other action as deemed appropriat9 by the Contracting Officer. (g) Documentation Required to Support Contractor Acquired Property Items: The contractors all furnish the Government Property Administrator a copy of all documentation to support the reported acquisition cost and acquisition date for all contractor acquired property valued at $50,000 and above within thirty (30) days of delivery by the vendor to the contractor. All contactor acquired property purchases since the last submitted report must be reported on the next Quarterly Report. (h) Form 5025 - Annual Government Property Report: After completing the Annual Government Property Report, the contractor shall submit the completed inventory to the COTR for validation and verification. The contactor shall receive a signed copy of the inventory back from the COTR This will be verified during an audit conducted by the Government Property Administrator. The contractor shall also submit a signed copy of the Form 5025 - Annual Government Property Report along with the required Report attachments to the Government Property Administrator in accordance with the instructions in the Section J attachment entitled "Reporting Requirements for Government Property." This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 18 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 H-1 Approved for Release: 2016/01/27 C06215980 UNCLASSMED/F'OR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 SECTION H - SPECIAL CONTRACT REQUIREMENTS Fraud, Waste, and Abuse - Unclassified Association DEC 2002 Anyone who suspects fraud, waste, or abuse in any aspect of the acquisition process or during performance of this contract by either Government or Contractor personnel should contact the Office of Inspector General, Investigations Staff, at phone numbei H-2 attached Security Requirements - Contract Classification The Tin H-3 . JUL 1997 Attachment 3, is incorporated into this contract. is not all-inclusive, but serves as a guide in connection with Contractor handling of classified materials. Security Requirements � General DEC 2006 (a) Contracting Officer's Security Representatives (COSR) are the designated representatives of the Contracting Officer and derive their authorities directly from the Contracting Officer. 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, Contracting Officer, and COTR regarding security issues. The COSR nnot initiate any course of action that may alter the terms of the contract The COSR for this contract is and he can be reached on (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), February 2006, and all applicable Sponsor security policies and procedures, including Director of Central Intelligence Directives (DCID). The contractor shall 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: (1) All or substantially all of the Contractor's business, or (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 This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 33 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSMED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*I211818*000 (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 30 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, 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 chall 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 13292 dated 28 March 2003, "Further Amendment to Executive Order 12958, as Amended, 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 13292. (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 theF:o (b)(3) Derived From: (Use the classification guidance from th Ac.) (b)(3) (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 dociument, 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 mugt 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 Chapter 1 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. - This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 33 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY � CONTRACT NUMBER: 2007*1211818*000 (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-4 Non-Publicity DEC 2003 (a) The Contractor shall not use or allow to be used any aspect of this solicitation and/or contract for publicity. "Publicity" means, but is not limited to, advertising (e.g. trade magazines, newspapers, Internet, radio, television etc.), communications with the media, marketing, or 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 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. (b) The Contractor shall include the substance of this clause, including this paragraph (b), in each subcontract issued under this contract. H-5 Request for Clause Waiver Due to Security Requirements (b)(3) JUL 1997 (b)(3) 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 Foreign Ownership, Control, or Influence DEC 2006 (b)(3) (a) Notwithstanding the provisions of Chapter 2 Section 3 of the NatiOnal Industrial Security Program Operating Manual (NISPOM), February 2006, 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 RIP or initiating performance of a contract are required to submit a Standard Form (SF) 328, Certificate Pertaining to Foreign Interests (Attachment 9a and b), and a Key Management Personnel List (KMPL) (Attachment 6) 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 SF 328 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 Offeror's the SF 328 from all Subcontractors undertaking classified work under the direction and � control. Offerors are responsible for the thoroughness and completeness of each Subcontractor's SF 328 submission. SF 328 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 SF 328 which identifies senior management by name, position, social security number, date/place of birth, and citizenship status. This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 33 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY (2) H-8 CONTRACT NUMBER: 2007*1211818*000 (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 KMPL 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 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 Prohibiting the use of non-contract related software on computers, especially from unknown or unreliable sources. Security Requirements - Servicing Agency Information Systems MAY 2004 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 U.S. citizens will be assigned to perform the work. All Agency information systems in accordance with the requirements of Director of Central Intelligence Directive 6/3 and It is a material condition of this contract that this clause be incorporated into any and all II-9 Personal Conduct JUL 1997 (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 This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 33 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 20074{12118184'000 (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. H-10 Notification of Issuance of Classified Subcontracts JAN 2006 (b)(3) (a) The contractor shall provide to the Contracting Officer written notice of all subcontracts issued hereunder wherein any aspect of the subcontract (work, reports, hardware, and/or if the subcontractor has a need to know the association between the Agency and the prime contractor) is classified using the "Subcontractor Notification Form" (Attachment 10). This form can be obtained from the Contracting Officer. The notice shall include (1) the name and address of the subcontractor(s), (2) a description of the supplies or services that are being acquired pursuant to the subcontract, and (3) a SF328 and ICMPL on the subcontractor's parent organization as required by clause of this contract. Such notice shall be provided to the Contracting Officer within 14 days of entering into such su contracts. (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. The contractor is responsible for ensuring that all subcontractors having access to classified information must have the necessary Agency clearances. (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 as described in paragraph (a) above. H-11 Reporting and Training Requirements for ISSA/TS Approved Contractor Personnel DEC 2006 The Industrial Contractor who has staff-like (ISSA/TS) access has the following mandatory reporting and training requirements: (a) Financial Disclosure. A Financial Disclosure Form must be completed by the cleared individual within 30 days of approval date and then every two years depending upon their last name in accordance with Agency direction. (b) Foreign Contacts. All unofficial foreign contacts must be reported in accordance with (c) Foreign Travel. All personal foreign travel must be reported in accordance witb (d) must complete annual Infosec training. All contractors with access to Agency Information Systems (e) Counterintelligence Training'. The contractor shall complete the Sponsor's Counterintelligence and Security Program (CISP) training unless s/he has completed a CISP course within the past five calendar years. This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 33 OF 56 (b)(3) (b)(3) (b)(3) (b)(3) (b)(3) (b)(3) (b)(3) UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 11-12 Prohibition Against Recruiting in Agency Facilities AUG 2004 (b)(3) (a) The Contractor shall inform its employees and subcontractors that they are not permitted to engage in employment recruitment while in any facility controlled by the Agency or to use Agency communications systems (e.g. cable and computer systems) and nonpublic information in connection with recruitment without written approval of the Contracting Officer. For purposes of this clause, recruitment refers to discussions of future employment with the contractor or subcontractor initiated by an employee of the contractor or subcontractor; distribution of employment forms or other employment paperwork, or similar activities directed towards obtaining the employment of an Agency employee by the contractor or subcontractor. Any Contractor or subcontractor employee who violates this policy may be denied further access to Agency facilities and systems. The Contractor shall emphasize this fact to its employees and subcontractors and shall include the substance of this clause in each subcontract issued under this contract. (b) The prohibition set forth in paragraph (a) above does not apply to the recruitment of Agency personnel enrolled in the Agency's Career Transition Program. The prohibition also does not apply to the recruitment of Agency personnel for part-time work that doe's not conflict or interfere with Agency personnel's employment with the Agency, provided Contracting Officer approval has been obtained consistent with paragraph (a) above. . (c) Exclusion under the circumstances described in paragraph (a) of this clause chall 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. H-13 Security Requirements - Office of The Director of (b)(3) National Intelligence (0/DN1) Clearances AUG 2005 (a) The Sponsor conducts security screening on contractor personnel in support of Sponsor contracts as well as ODNI contracts. "Contractor personnel" is defined as employees of the contractor company at the time the contractor requests a security clearance or access approval. Contractors are hereby notified that 0/DM ISSA/TS clearances are not equivalent to the Sponsor's ISSA/TS clearances. 0/DM ISSA/TS clearances do not require a full scope polygraph. 0/DM ISSA/TS clearances will not "cross over" to Sponsor's ISSA/TS clearances. In order to access an 0/DM facility, the contractor employee must be a U.S. citizen. In order to receive a security clearance or access approval, contractor personnel shall be US 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; and, (3) 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 0/DM facilities (to include automated information systems) and access to sensitive compartmented information (SCI) or information classified at the Top Secret level hall be required to have an Industrial Security Staff Approval/Top Secret (IS SA/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 counterintelligence (Cl) 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 Sponsor's This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 33 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 (b)(3) Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIA.L USE ONLY CONTRACT NUMBER: 2007*1211818*000 (c) Those contactor personnel needing access to Top Secret or SCI material but only limited or no access to 0/DM 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 SC' 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 Sponsor': (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 liniited inquiry (generally National Agency Checks [NAC], Local Agency Checks [LAC}, and credit checks) against the adjudicati delines issued pursuant to Executive Order 12968 and incorporated by reference in Sponsor's (e) Four and one-half years from the cleared persorinel's last background investigation, the contractor shall resubmit to the Sponsor a complete clearance package to be used to re-investigate such individuals' continued eligibility for security clearance or access approval. (f) If portions of this work under this contract occur at 0.DNI facilities, contactor personnel shall adhere to all Sponsor regulations and procedures that relate to security management. 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. (g) Only such persons who have been authorized by the Contracting Officer or 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. In order to track individuals to specific contract activities, the contractor is required to maintain the following information: (1) by contract number - individuals who have worked, are currently working, or are in security processing for each contract; and (2) by individual - identify each classified contract the individual has supported. Upon Government request, this information is to be made available to the Contracting Officer, Contracting Officer's Technical Representative, or Contracting Officer's Security Representative. (h) All contractor personnel who receive a security clearance or access approval under the terms of this contract will be required to execute an ODNI specified secrecy agreement and/or nondisclosure agreement. (i) The Contractor agrees to abide by all applicable ODNI security regulations governing personnel, facilities, technical, information systems, communications, and protective programs. H-14 Organizational Conflicts of Interest: Special Exclusion JUL 2003 (a) The purpose of this clause is to aid in ensuring that the contractor (1) is not biased because of its past, present, or currently planned interest (financial, contractual, organi7ational, or otherwise) that relates to the work under this contract, and (2) does not obtain any unfair competitive advantage over other partiesi6r virtue of its performance of this contract. (b) The restrictions described herein shall apply to performance or participation by the contractor and any of its affiliates or their successors in interest (hereinafter collectively referred to as "contractor") in the activities covered by this clause as a prime contractor, subcontractor, co-sponsor, joint venturer, consultant, or in any similar capacity. (c) In consideration for the award of this contract, the contractor agrees that it shall be ineligible to participate in any capacity in Government contracts, subcontracts, or proposals therefore (solicited or unsolicited) that stem directly from the contractor's performance of work under this contract and fall into the following category: any RFPs or TOPRs that are generated for goods or services that PYRAMID contractor staff were involved in collecting/developing requirements; development of budgets for the same or participation as a source selection advisor. This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 33 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 (d) Nothing in this paragraph shall preclude the contractor from offering or selling its standard commercial items to the Government. (e) The contractor further agrees that the Government may periodically review the contractor's compliance with these provisions or require such self-assessments or additional certifications as the Government deems appropriate. The contractor is on notice that this clause supplements, but does not supersede the contractor's obligations under paragraph (b) of Organizational Conflict of Interest - General. H-15 Incorporation of Section K; Representations, Certifications, and Other Statements of Offerors or Respondents OCT 2003 SECTION K, which has been completed and submitted with Contractor's proposal dated T13D, is incorporated herein by reference and made a part of this contract. H-16 Order of Precedence OCT 2003 (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 (if applicable) (3) Statement of Work (4) (5ther 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 any of the contract elements listed above, 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, fee, award fee or schedule extensions. H-17 (a) Key Personnel The Contractor shall identify the key personnel to be assigned to work under this contract. AUG 1996 This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 33 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*I211818*000 , (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. H-18 Provisional Fee Payment and Adjustment (1?),(4)) OCT 2003 (b)(3) Provisional/Interim billing and payment of fee, equivalent to 5 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 theAward 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 from subsequent invoices (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 Payment of Contractor Travel JAN 2004 (a) Travel costs incurred under this contract are allowable subject to the limitations contained in Federal Acquisition Regulation (FAR) 31.205-46. (b) There are some circumstances under which the contractor must obtain approval from the Contracting Officer prior to undertaking travel. They are: (1) (2) (3) H-20 When travel is in excess of a predetermined travel allocation. When the contractor has doubt about whether a cost is allowable. When foreign travel is involved. Training and Education Costs (b)(3) JAN 2004 (b)(3) The costs of training and education determined by the Contracting Officer to be applicable exclusively to the support of Agency systems or missions are allowable as a direct charge against this contract. However, this determination of allowability shall not constitute a determination of the adequacy or approval of the contractor's Disclosure Statement(s), and such costs are only allowable as a direct charge to this contract so long as they continue to be set forth as direct charges to contracts in the contractor's approved Disclosure Statement(s). This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 33 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 H-21 Early Dismissal and Closure of Government Facilities DEC 2006 (b)(3) (a) When an Agency facility is closed, and/or a delayed arrival/early dismissal of Federal employees is directed due to severe weather, a security threat, a facility-related problem, or other emergency event that prevents personnel from working, on-site contractor personnel regularly assigned to work at that facility should follow the same reporting and/or departure directions given to Government personnel. Non-essential contractor personnel, who are not required to remain at or report to the facility, shall follow their parent company policy regarding whether they should go/stay home or report to another company facility. Subsequent to an early dismissal and during periods of inclement weather, on-site contractors should monitor radio and television announcements before departing for work to determine if the facility is closed or operating on a delayed arrival basis. (b) When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severe weather, a security threat, a facility-related problem, or other emergency event), on-site contractors will continue working established work hours or take leave in accordance with parent company policy. Those contractors who take leave shall not direct charge the non-working hours to an Agency contract (c) Contractors are responsible for predetermining and disclosing their charging practices for early dismissal, delayed openings, or closings in accordance with the FAR., applicable cost accounting standards, and company policy. Contractors shall follow their disrlosed charging practices during the contract period of performance, and shall not follow any verbal directions to the contrary. The Contracting Officer will make the determination of cost allowability for time lost due to facility closure in accordance with FAR, applicable Cost Accounting Standards, and the Contractor's established accounting policy. H-22 Contractor Performance Evaluation MAR 2004 (b)(3) (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 report. The Contractor shall have a maximum of 30 calendar days after the date of the letter forwarding the information to submit written comments, rebutting statements, or additional information. The Government will consider rebuttals and other information provided by the Contractor and will render a final determination regarding the contractor's performance during that period of the evaluation. (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-23 Past Performance Information - Referencing Agency (b)(3) Contracts MAR 2004 This contract may be listed as a reference for past performance purposes only in offers submitted to agencies and This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 33 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSUIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 organizations within the Intelligence Community, provided the Contractor requests and receives the written approval of the Contracting Officer in advance. 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. H-24 Changes Requiring No Equitable Adjustment MAR 2004 (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 that 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 agree that the proposed change will not require any equitable adjustment, the Contracting Officer shall issue a bilateral modification authorizing the change that clearly states the change has no effect on either the contract price/cost plus fee, or period of performance/delivery date. The Contractor's signature on the modification shall constitute acceptance of the Government's offer, shall be binding on both parties, and shall constitute a full, complete, and final settlement for the changes so directed. H-25 Limitation of Working Groups MAR 2004 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. Only the Contracting Officer may give such direction in writing through the "Changes" clause of the contract. H-26 Engineering Change Proposals MAR 2007 (a) The Contracting Officer may ask the Contractor to prepare engineering change proposals for engineering changes within the general 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 Contacting Officer's instructions. (b) The Contactor 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 adjustment amount of the engineering change is $650,000 or more, the ContractOr shall submit � H-27 (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. Security Requirements - Clearances CLIN 4 and CLIN 5 ONLY (AUG 2005) (a) The Agency only conducts security screening on contractor personnel who are employees of the contractor This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 33 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASS1F1W/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 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 US 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; and (3) 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 DCTD 6/4 and have been incorporated by reference in \ 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 (LSA/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 (d) Those contactor 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 it (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 (f) Four and one-half years from the cleared personnel's last background investigation, the contractor shall resubmit to the Sponsor a complete 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 eontractoi 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. This Page Last Modified by X BASIC to Contract 2007*121.1818*000 PAGE 33 OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY , Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 (h) Only such persons who have been authorized by the Contracting Officer or the Contracting Officer's Technical Representative shall be assigned to this work. In order to track individuals to specific contract activities, the contractor is required to maintain the following information: (1) by contract number - individuals who have worked, are currently working, or are in security processing for each contract; and (2) by individual - identify each classified contract the individual has supported. Upon Government request, this information is to be made available to the Contracting Officer, Contracting Officer's Technical Representative, or Contracting Officer's Security Representative. (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. This Page Last Modified by X BASIC to Contract 2007*1211818*000 PAGE 33 OF 56 UNCLASSUILD/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 SECTION - CONTRACT CLAUSES I-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 Contacting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://www.arnetgov/. 52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-6 Restrictions on Subcontractor Sales to the Government SEP 2006 52.203-7 Anti-Kickback Procedures JUL 1995 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity JAN 1997 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity JAN 1997 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions SEP 2005 52.203-12 Limitation on Payments to Influence Certain Federal Transactions SEP 2005 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-9 Personal Identity Verification of Contractor Personnel NOV 2006 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.215-2 Audit and Records - Negotiation JUN 1999 52.215-11 Price Reduction for Defective Cost or Pricing Data - Modifications OCT 1997 52.215-13 Subcontractor Cost or Pricing Data - Modifications OCT 1997 52.215-15 Pension Adjustments and Asset Reversions OCT 2004 52.215-16 Facilities Capital Cost of Money JUN 2003 52.215-18 Reversion or Adjustment of Plans for Postretirement Benefits (PRB) Other Than Pensions JUL 2005 52.215-21 Requirements for Cost or Pricing Data on Information Other Than Cost or Pricing Data - Modifications OCT 1997 52.216-11 Cost Contract - No Fee (applies to CLIN 3) APR 1984 52.219-8 Utilization of Small Business Concerns MAY 2004 52.219-9 Small Business Subcontracting Plan SEP 2006 52.219-16 Liquidated Damages - Subcontracting Plan JAN 1999, 52.222-1 Notice to the Government of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal FEB 1999 Employment Opportunity for Construction 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-50 Combating Trafficking in Persons APR 2006 , This Page Last Modified by X Mod #7 to Contract 2007*1211818*000 PAGE 55a OF 56 UNCLASSIFIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 Approved for Release: 2016/01/27 C06215980 UNCLASSIFIED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 52.223-5 Pollution Prevention and Right-to-Snow Information AUG 2003 52.223-6 Drug-Free Workplace MAY 2001 52.223-10 Waste Reduction Program AUG 2000 52.223-14 Toxic Chemical Release Reporting AUG 2003 52.224-1 Privacy Act Notification APR 1984 52.224-2 Privacy Act APR 1984 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.227-1 Authorization and Consent JUL 1995 52.227-2 Notice and Assistance Regarding Patent And Copyright Infringement AUG 1996 52.227-3 Patent Indemnity APR 1984 52.227-11 Patent Rights - Retention by the Contractor JUN 1997 52.227-14 Rights in Data - General JUN 1987 52.227-16 Additional Data Requirements JUN 1987 52.228-7 Insurance - Liability to Third Persons MAR 1996 52.230-2 Cost Accounting Standards APR 1998 52.230-6 Administration of Cost Accounting Standards APR 2005 52.232-17 Interest JUN 1996 52.232-22 Limitation of Funds APR 1984 52.232-23 Assignment of Claims JAN 1986 52.232:25 Prompt payment - Alternate I OCT 2003 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration MAY 1999 52.233-1 Disputes - Alternate I JUL 2002 52.233-3 Protest after Award. (AUG 1996) - Alternate I JUN 1985 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 1984 52.237-3 Continuity of Services JAN 1991 52.237-10 Identification of Uncompensated Overtime OCT 1997 52.239-1 Privacy or Security Safeguards AUG 1996 52.242-1 Notice of Intent to Disallow Costs APR 1984 52.242-3 Penalties for Unallowable Costs MAY 2001 52.242-4 Certification of Final Indirect Costs JAN 1997 52.242-13 Bankruptcy JUL 1995 52.243-2 Changes - Cost-Reimbursement AUG 1987 Alternate I APR 1984 52.243-6 Change Order Accounting APR 1984 52.243-7 Notification of Changes APR 1984 52.245-5 Government Property (Cost-Reimbursement, Time-and-Material, or Labor-Hour Contracts) MAY 2004 52.246-25 Limitation of Liability - Services FEB 1997 52.249-6 Termination (Cost-Reimbursement) MAY 2004 52.249-14 Excusable Delays APR 1984 52.251-1 Government Supply Sources APR 1984 1-2 52.215-19 Notification of Ownership Changes 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 capitalind assets in the accounting records, the Contractor shall notify the Administrative Contracting Officer (ACO) within 30 days. � This Page Last Modified by X Mod #7 to Contract 2007*1211818*000 PAGE 55a OF 56 UNCLASSUIED/FOR OFFICIAL USE ONLY Approved for Release: 2016/01/27 C06215980 � Approved for Release: 2016/01/27 C06215980 UNCLASSIHED/FOR OFFICIAL USE ONLY CONTRACT NUMBER: 2007*1211818*000 (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. (b) The Contractor