SOLICITATION, OFFER AND AWARD
1. THIS CONTRACT IS A RATED ORDER
UNDER DPAS (15 CFR 700)
RATING PAGE OF PAGES
2. CONTRACT NUMBER 3. SOLICITATION NUMBER 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE NUMBER
CODE7. ISSUED BY
8. ADDRESS OFFER TO (If other than item 7)
NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".
SOLICITATION
9. Sealed offers in original and copies for furnishings the supplies or services in the Schedule will be received at the place specified in item 8, or if
hand carried, in the depository located in until local time
CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions
contained in this solicitation.
10. FOR
INFORMATION
CALL:
A. NAME
B. TELEPHONE (NO COLLECT CALLS)
AREA CODE NUMBER EXTENSION
C. E-MAIL ADDRESS
11. TABLE OF CONTENTS
(X)
SEC.
DESCRIPTION PAGE(S) (X)
SEC.
PAGE(S)
DESCRIPTION
A
B
C
D
E
F
G
H
I
J
K
L
M
EVALUATION FACTORS FOR AWARD
INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS
REPRESENTATIONS, CERTIFICATIONS AND OTHER
STATEMENTS OF OFFERORS
PART IV - REPRESENTATIONS AND INSTRUCTIONS
LIST OF ATTACHMENTS
PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH.
CONTRACT CLAUSES
SOLICITATION/CONTRACT FORM
SUPPLIES OR SERVICES AND PRICES/COSTS
DESCRIPTION/SPECS./WORK STATEMENT
PACKAGING AND MARKING
INSPECTION AND ACCEPTANCE
DELIVERIES OR PERFORMANCE
CONTRACT ADMINISTRATION DATA
SPECIAL CONTRACT REQUIREMENTS
NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.
OFFER (Must be fully completed by offeror)
12. In compliance with the above, the undersigned agrees, if this offer is accepted within
calendar days (60 calendar days unless a different
period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the set opposite
each item, delivered at the designated point(s), within the time specified in the schedule.
13. DISCOUNT FOR PROMPT PAYMENT
(See Section I, Clause No. 52.232-8)
14. ACKNOWLEDGMENT OF AMENDMENTS
(The offeror acknowledges receipt of amendments to
the SOLICITATION for offerors and related documents
numbered and dated):
10 CALENDAR DAYS (%) 20 CALENDAR DAYS (%)
30 CALENDAR DAYS (%) CALENDAR DAYS(%)
DATE
AMENDMENT NO.
AMENDMENT NO.
DATE
15A. NAME AND
ADDRESS
OF OFFER-
OR
CODE
FACILITY
16. NAME AND THE TITLE OF PERSON AUTHORIZED TO SIGN OFFER
(Type or print)
15B. TELEPHONE NUMBER
AREA CODE NUMBER EXTENSION
15C. CHECK IF REMITTANCE ADDRESS IS
DIFFERENT FROM ABOVE - ENTER SUCH
ADDRESS IN SCHEDULE.
17. SIGNATURE 18. OFFER DATE
AWARD (To be completed by Government)
19. ACCEPTED AS TO ITEMS NUMBERED
20. AMOUNT
21. ACCOUNTING AND APPROPRIATION
22. AUTHORITY FOR USING OTHER THAN FULL OPEN COMPETITION:
10 U.S.C. 2304 (c)
( )
41 U.S.C. 3304(a)
24. ADMINISTERED BY (If other than Item 7)
26. NAME OF CONTRACTING OFFICER (Type or print)
IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.
AUTHORIZED FOR LOCAL REPRODUCTION
Previous edition is unusable
23. SUBMIT INVOICES TO ADDRESS SHOWN IN
(4 copies unless otherwise specified)
25. PAYMENT WILL BE MADE BY
27. UNITED STATES OF AMERICA
(Signature of Contracting Officer)
28. AWARD DATE
CODE
ITEM
STANDARD FORM 33 (REV. 6/2014)
Prescribed by GSA - FAR (48 CFR) 53.214 (c)
SEALED BID (IFB)
NEGOTIATED (RFP)
(Hour)
(Date)
PART I - THE SCHEDULE
PART II - CONTRACT CLAUSES
N/A 1 328
N/A
See Solicitation Section L.3.4
U.S. General Services Administration, Federal Acquisition Service
333 W Broadway, Suite 950, San Diego, CA 92101
47QTCK18D0001 QTA0016JCA0003
1
See Address Location, Solicitation Section L.3.4 4:00 pm
See Section L.3.5 Solicitation Questions
1
2 - 17
18 - 47
48 - 49
50 - 52
53 - 61
62 - 96
97- 112
240 -
168 -
158 -
113 -
10/13/2016
06/24/2016
6XWA8
Science Applications International Corporation (SAIC)
1710 SAIC Drive
McLean, VA 22102
Lesa Lee
Contracts Principal
11/17/2017
JOHN CAVADIAS
10/13/2016
A
md 1
A
md 3
A
md 2
A
md 4 Reissued
08/02/2016
08/17/2016
08/14/2016
08/30/2016
365
757
4596349
160 -
ALLIANT 2 GWAC
UNRESTRICTED
MASTER
CONTRACT
CONFORMED CONTRACT
November 2017
GSA ALLIANT 2 UNRESTRICTED GWAC
MASTER CONTRACT
i
TABLE OF CONTENTS
TABLE OF CONTENTS .................................................................................................... i
SECTION A - CONTRACT Standard Form 33 Solicitation, Offer and Award ..................... 1
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS .............................................. 2
B.1 GENERAL ......................................................................................................................2
B.2 AUTHORITY ..................................................................................................................2
B.3 ECONOMY ACT .............................................................................................................3
B.4 MAXIMUM CONTRACT CEILING AND MINIMUM CONTRACT GUARANTEE ......................3
B.5 PERFORMANCE BASED PREFERENCE .............................................................................4
B.6 LABOR CATEGORIES (LCAT or LCATs) .............................................................................4
B.6.1 Three Labor Category Types .......................................................................................... 4
B.6.1.1 Standard IT Service Labor Categories ......................................................................... 5
B.6.1.2 Non-Standard IT Service LCATs ................................................................................... 6
B.6.1.3 Ancillary Service Labor Categories.............................................................................. 6
B.6.2 Applicability of Labor Category Types and Maximum Rates ......................................... 7
B.6.3 Process to add Standard IT Service LCATs to the Master Contract ............................... 7
B.7 LABOR SUBJECT TO THE WAGE RATE REQUIREMENTS (CONSTRUCTION) ........................8
B.8 LABOR SUBJECT TO THE SERVICE CONTRACT LABOR STANDARDS (SCLS) ........................8
B.9 TASK ORDER CONTRACT TYPES .....................................................................................8
B.9.1 Requirements Contract Type ......................................................................................... 9
B.9.1.1 Distinction of a Requirements Contract to Other Contract Types and Agreements 10
B.9.1.2 Additional Terms and Conditions for Requirements Contract Type for Commercial
Items ..................................................................................................................................... 11
B.10 ORDER TYPE PREFERENCE ......................................................................................... 11
B.11 TASK ORDER PRICING (ALL ORDER TYPES) ................................................................. 12
B.11.1 Fixed Price .................................................................................................................. 12
B.11.2 Cost Reimbursement ................................................................................................. 12
B.11.3 Incentive .................................................................................................................... 13
B.11.4 Award Fee .................................................................................................................. 13
B.11.5 Time-and Material and Labor Hour Contract Types .................................................. 13
B.11.5.1 Maximum Rates for Time-and-material and Labor Hour Contract Types .............. 14
B.11.5.2 Payments Under Time-And-Material And Labor-Hour Orders ............................... 15
B.12 TRAVEL PRICING (ALL ORDER TYPES) ......................................................................... 16
B.13 WORK OUTSIDE THE CONTIGUOUS UNITED STATES (OCONUS) .................................. 16
B.14 GWAC CONTRACT ACCESS FEE (CAF) ......................................................................... 17
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK STATEMENT ... 18
C.1 SCOPE OF WORK OBJECTIVE ....................................................................................... 18
C.2 SCOPE OF WORK OVERVIEW ....................................................................................... 18
C.3 FOUNDATION OF THE SCOPE OF WORK ....................................................................... 20
C.3.1 FEA Reference Model Detailed Descriptions ............................................................... 22
C.4 COMPONENTS OF AN IT SOLUTION ............................................................................. 32
C.4.1 Infrastructure ............................................................................................................... 33
C.4.1.1 Service Access and Delivery ...................................................................................... 34
C.4.1.2 Service Platform and Infrastructure ......................................................................... 34
GSA ALLIANT 2 UNRESTRICTED GWAC
MASTER CONTRACT
ii
C.4.1.3 Component Framework ............................................................................................ 34
C.4.1.4 Service Interface and Integration ............................................................................. 35
C.4.2 Application Services ..................................................................................................... 35
C.4.2.1 Customer Services .................................................................................................... 36
C.4.2.2 Process Automation.................................................................................................. 36
C.4.2.3 Business Management.............................................................................................. 36
C.4.2.4 Digital Asset Services ................................................................................................ 37
C.4.2.5 Business Analytical Services ..................................................................................... 37
C.4.2.6 Back Office Services .................................................................................................. 38
C.4.2.7 Support Services ...................................................................................................... 38
C.4.2.8 DoD IEA Mission Area Support ................................................................................. 39
C.4.3 IT Management Services ............................................................................................. 39
C.4.3.1 Controls and Oversight ............................................................................................. 40
C.4.3.2 Risk Management and Mitigation ............................................................................ 40
C.4.3.3 Regulatory Development .......................................................................................... 40
C.4.3.4 Planning and Resource Allocation ............................................................................ 40
C.4.3.5 IT Security ................................................................................................................. 41
C.4.3.6 System and Network Controls .................................................................................. 41
C.4.4 Cloud Computing ......................................................................................................... 42
C.4.5 Big Data & Big Data Analytics ...................................................................................... 43
C.5 ANCILLARY SUPPORT: SERVICES, SUPPLIES AND CONSTRUCTION ................................. 45
C.6 CONTRACT SECURITY REQUIREMENTS ........................................................................ 45
C.7 PERFORMANCE WORK STATEMENT (PWS) .................................................................. 45
C.7.1 Master Contract PWS .................................................................................................. 45
C.7.1.1 Master Contract PWS and Goals for Contractor Engagement ................................. 46
C.7.1.2 Master Contract PWS for Small Business Subcontracting ........................................ 47
C.7.2 Task Order PWS ........................................................................................................... 47
C.8 INNOVATIVE SOLUTIONS ............................................................................................ 47
C.9 SERVICES NOT IN SCOPE ............................................................................................. 47
C.10 SCOPE REFERENCES AND RESOURCES ........................................................................ 48
SECTION D - PACKAGING AND MARKING ................................................................... 49
D.1 PRESERVATION, PACKAGING, PACKING, AND MARKING ............................................. 49
D.2 PACKING LIST ............................................................................................................. 49
D.3 UNCLASSIFIED AND CLASSIFIED MARKING .................................................................. 49
D.4 SOFTWARE AND MAGNETIC MEDIA MARKINGS .......................................................... 50
SECTION E - INSPECTION AND ACCEPTANCE .............................................................. 51
E.1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ............................... 51
E.2 CONTRACTING OFFICER REPRESENTATIVE ................................................................... 52
E.3 INSPECTION AND ACCEPTANCE ................................................................................... 52
E.3.1 General Acceptance Criteria ........................................................................................ 53
E.4 MASTER CONTRACT QUALITY ASSURANCE .................................................................. 53
SECTION F - DELIVERIES OR PERFORMANCE ............................................................... 54
F.1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ............................... 54
F.2 MASTER CONTRACT ORDERING PERIOD ...................................................................... 55
F.3 TASK ORDER PERIOD OF PERFORMANCE ..................................................................... 56
F.3.1 Master Contract and Task Order Period of Performance And Period of Ordering ...... 56
GSA ALLIANT 2 UNRESTRICTED GWAC
MASTER CONTRACT
iii
F.4 TASK ORDER TRANSITION PLANS ................................................................................ 57
F.5 PLACE OF PERFORMANCE ........................................................................................... 57
F.6 PERFORMANCE STANDARDS UNDER THE ALLIANT 2 MASTER CONTRACT ..................... 58
F.7 PERFORMANCE AND DELIVERABLES ............................................................................ 58
F.7.1 Performance-based Acquisition Deliverables .............................................................. 58
F.7.2 Non-Performance-based Acquisition Deliverables ...................................................... 58
SECTION F.7-TABLE OF DELIVERIES OR PERFORMANCE ...................................................... 59
F.8 TASK ORDER NOTICE TO THE GOVERNMENT OF DELAYS .............................................. 62
SECTION G - CONTRACT ADMINISTRATION DATA ...................................................... 63
G.1 GENERAL ................................................................................................................... 63
G.2 AUTHORIZED AGENCIES AND DELEGATION OF PROCUREMENT AUTHORITY ................ 63
G.2.1 Authorized Agencies .................................................................................................... 63
G.2.2 Delegation of Procurement Authority ........................................................................ 63
G.3 AGENCY OMBUDSMAN .............................................................................................. 64
G.4 ROLES AND RESPONSIBILITIES .................................................................................... 65
G.4.1 GWAC Procuring Contracting Officer (PCO) ................................................................ 65
G.4.2 GSA GWAC Contracting Administrative Contracting Officer (ACO) ............................ 65
G.4.3 GSA GWAC Program Manager .................................................................................... 65
G.4.4 GSA GWAC Contracting Officer’s Representative (COR) ............................................. 67
G.4.5 GSA GWAC Quality Assurance Evaluators ................................................................... 68
G.5 DIRECT ACQUISITION AND ASSISTED ACQUISITION ..................................................... 68
G.6 TASK ORDER ORDERING CONTRACTING OFFICER (OCO) .............................................. 68
G.7 TASK ORDER CONTRACTING OFFICER’S REPRESENTATIVE (COR) .................................. 69
G.8 CONTRACTOR PROGRAM MANAGER AND CONTRACTS MANAGER FOR THE GWAC
MASTER CONTRACT ......................................................................................................... 69
G.9 ELECTRONIC ACCESS TO CONTRACT ............................................................................ 71
G.10 CONTRACTOR WEB PAGE ......................................................................................... 71
G.11 INSURANCE .............................................................................................................. 73
G.11.1 Defense Base Act Insurance (DBAI) ........................................................................... 73
G.12 STANDARD IT SERVICE LABOR CATEGORY CROSS-WALK MATRIX ............................... 74
G.13 MEETINGS AND CONFERENCES ................................................................................. 75
G.13.1 Post-Award Conference ............................................................................................ 75
G.13.2 Meetings and Conferences ....................................................................................... 75
G.13.2.1 Mandatory Contractor Meetings and Conferences ............................................... 75
G.13.2.2 Optional Contractor Meetings and Conferences ................................................... 76
G.14 ELECTRONIC GOVERNMENT ORDERING SYSTEM ....................................................... 77
G.14.1 Electronic Communications ...................................................................................... 78
G.15 GSA CLIENT AGENCY TASK ORDER ORDERING PROCEDURES ...................................... 78
G.15.1 Ordering Regulations ................................................................................................ 78
G.16 FAIR OPPORTUNITY .................................................................................................. 79
G.17 ORDER INFORMATION ............................................................................................. 79
G.18 INVOICE SUBMISSION AND REPORTING APPLICABLE TO TASK ORDERS ...................... 80
G.19 CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) ................ 80
G.19.1 Master Contract Performance Assessments ............................................................. 81
G.19.2 Task Order Performance Assessments ...................................................................... 82
G.20 REPORTING .............................................................................................................. 82
G.20.1 GWAC Data Calls ....................................................................................................... 82
GSA ALLIANT 2 UNRESTRICTED GWAC
MASTER CONTRACT
iv
G.20.2 GWAC Transactional Data ......................................................................................... 83
G.20.2.1 Change of GSA Business System(s) during Term of the Master Contract .............. 83
G.21 GWAC CONTRACT ACCESS FEE (CAF) AND FEE REMITTANCE ...................................... 84
G.22 INDIVIDUAL SMALL BUSINESS SUBCONTRACTING PLAN ............................................ 85
G.22.1 Minimum Subcontracting Goals ................................................................................ 85
G.22.2 Subcontracting Reports ............................................................................................. 86
G.22.3 Task Order Small Business (SB) Subcontracting Credit for Ordering Agencies ......... 88
G.23 SUBCONTRACTORS................................................................................................... 88
G.24 MERGERS, ACQUISITIONS, NOVATIONS, AND CHANGE-OF-NAME AGREEMENTS ........ 89
G.24.1 Contractual Responsibilities: New GSA GWAC Contractor assigned through an Anti-
Assignment Exception........................................................................................................... 91
G.24.2 Contractual Responsibilities: New GSA GWAC Contractor assigned through an
Operation of Law Exception ................................................................................................. 92
G.24.3 Contractual Restrictions to any Assignment ............................................................. 92
G.24.4 Notice Required for Ownership Changes and Change of Name Agreements........... 93
G.25 ENVIRONMENTAL OBJECTIVES AND REQUIREMENTS ................................................ 94
G.26 TASK ORDER CLOSEOUT ........................................................................................... 96
G.26.1 Expired Task Order Verification/Validation .............................................................. 96
G.27 MASTER CONTRACT CLOSEOUT ................................................................................ 96
SECTION H - SPECIAL CONTRACT REQUIREMENTS ...................................................... 98
H.1 PROVISIONS INCORPORATED BY REFERENCE AT TASK ORDER LEVEL ............................ 98
H.2 CONGRESSIONAL NOTIFICATION OF GWAC TASK ORDER AWARDS ............................ 100
H.3 MARKETING ............................................................................................................. 100
H.4 ORGANIZATIONAL CONFLICT OF INTEREST ................................................................ 101
H.5 PERMITS .................................................................................................................. 101
H.6 SECURITY: REQUIRED IT SECURITY POLICIES AND REGULATIONS ............................... 101
H.7 SECURITY: SAFEGUARDING SENSITIVE DATA AND INFORMATION TECHNOLOGY
RESOURCES.................................................................................................................... 102
H.7.1 GSA Agency-specific IT Security Guidelines .............................................................. 102
H.7.2 Task Order Subcontractors IT Security Guidelines, if applicable .............................. 103
H.8 SECURITY: SECURITY CLEARANCES ............................................................................ 103
H.9 SECURITY: HOMELAND SECURITY PRESIDENTIAL DIRECTIVES-12 (HSPD-12) ............... 103
H.10 CONTRACTOR TRAINING ....................................................................................... 104
H.11 GOVERNMENT PROPERTY ...................................................................................... 104
H.12 LEASING OF REAL AND PERSONAL PROPERTY .......................................................... 104
H.13 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY ............................... 105
H.14 INTERNET PROTOCOL VERSION 6 (IPV6) .................................................................. 106
H.15 COST ACCOUNTING STANDARDS (CAS) ................................................................... 106
H.16 COST ACCOUNTING SYSTEM ................................................................................... 107
H.17 COMMERCIAL SOFTWARE AGREEMENTS ................................................................ 108
H.18 LOGISTICAL SUPPORT PRIVILEGES ........................................................................... 108
H.19 CONTRACTOR ENGAGEMENT REQUIREMENTS BASED UPON TASK ORDER
PARTICIPATION AND PRODUCTION ................................................................................ 109
H.20 VOLUNTARY CANCELLATION OF THE MASTER CONTRACT PROVISION ..................... 110
H.21 OPEN SEASON FOR MASTER CONTRACT .................................................................. 110
H.21.1 Open Season Determinations and Procedures ....................................................... 111
H.22 OPTION TERM OF MASTER CONTRACT .................................................................... 113
GSA ALLIANT 2 UNRESTRICTED GWAC
MASTER CONTRACT
v
SECTION I - CONTRACT CLAUSES .............................................................................. 114
I.1 GENERAL ................................................................................................................... 114
I.1.1 DOD Agency-specific Required Provisions and Clauses .............................................. 115
I.2 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ............................. 115
I.2.1 Acquisition of Commercial Items ................................................................................ 130
I.2.1.1 GSAR 552.212-4 Contract Terms and Conditions-Commercial Items. (ALTERNATE II)
(FAR DEVIATION) (July 2015) .............................................................................................. 130
I.2.2 General Services Administration (GSA) Regulations (GSAR), Incorporated by Reference
............................................................................................................................................ 141
I.3 GSAR 552.232-39 Unenforceability of Unauthorized Obligations (FAR DEVIATION)...... 142
I.4 552.232-78 Commercial Supplier AgreementsUnenforceable Clauses ...................... 142
I.5 GSAR 552.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (DEVIATION FAR 52.252-6) (SEP
1999) ............................................................................................................................. 145
I.6 FAR 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997) ........................ 145
I.7 FAR 52.216-18 ORDERING (OCT 1995) ...................................................................... 146
I.8 FAR 52.216-19 ORDER LIMITATIONS (OCT 1995) ....................................................... 147
I.9 52.216-21 REQUIREMENTS (OCT 1995) ....................................................................... 147
I.10 FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) ................................................... 148
I.11 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) .......... 149
I.12 FAR 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) ............................. 149
I.13 FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) .. 150
I.14 FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) .................... 151
I.15 FAR 52.232-32 PERFORMANCE-BASED PAYMENTS (APR 2012) .................................. 151
I.16 FAR 52.237-3 CONTINUITY OF SERVICES (JAN 1991) ................................................ 156
I.17 FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) .............................. 156
I.18 GSAM 552.203-71 RESTRICTION ON ADVERTISING (SEP 1999) ................................. 157
I.19 GSAM 552.232-72 FINAL PAYMENT (SEP 1999) ....................................................... 157
I.20 GSAR 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS
SUBCONTRACTORS (DEVIATION) (AUG 2012) .................................................................. 157
SECTION J - LIST OF ATTACHMENTS ......................................................................... 159
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES ............................... 161
ATTACHMENT J-2 - GOVERNMENT SECURITY PUBLICATIONS AND CONTRACTOR
MINIMUM SECURITY REQUIREMENTS FOR SELECT SYSTEMS ................................... 173
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS SERVICE OCCUPATIONAL
CLASSIFICATIONS .................................................................................................... 176
ATTACHMENT J-4 CONTRACTOR LABOR HOUR PRICING FOR STANDARD IT SERVICE
LABOR CATEGORIES ................................................................................................ 187
ATTACHMENT J-5 - PERFORMANCE REQUIREMENTS SUMMARY (PRS) ..................... 188
ATTACHMENT J-5.A - CONTRACTOR ENGAGEMENT PERFORMANCE-BASED EVALUATION
PROGRAM RATINGS ....................................................................................................... 190
J-5.A.1 DEFINITION OF CONTRACTOR ENGAGEMENT ....................................................... 190
J-5.A.2 CONTRACTOR PARTICIPATION THROUGH PROPOSAL SUBMISSION ...................... 191
J-5.A.2.1 Definition of Participation ................................................................................... 191
J-5.A.2.2 Definition of What is Not Participation ............................................................... 193
GSA ALLIANT 2 UNRESTRICTED GWAC
MASTER CONTRACT
vi
J-5.A.2.3 Master Contract Participation Requirement for Number of Annual Proposal
Submissions ........................................................................................................................ 195
J-5.A.3 CONTRACTOR PRODUCTION THROUGH TASK ORDER AWARDS ........................... 197
J-5.A.3.1 Definition of Production...................................................................................... 197
J-5.A.3.2 Minimum Number of Task Orders to Achieve the Production Cumulative
Standard .............................................................................................................................. 198
J-5.A.3.3 Production Standards by Contract Year .............................................................. 199
J-5.A.4 ANNUAL RATING ASSESSMENTS AND PERFORMANCE STATUS DETERMINATIONS
............................................................................................................................................ 201
J-5.A.4.1 Annual Rating Assessments ................................................................................ 201
J-5.A.4.2 Definition of a Contractor in a Performing Status .............................................. 203
J-5.A.4.3 Definition of a Contractor in a Nonperforming status ......................................... 203
J-5.A.4.4 Contract Remedies For Contractor Engagement ................................................. 203
J-5.A.5 ADDITIONAL TERMS AND CONDITIONS FOR CHANGES TO CONTRACTOR
ENGAGEMENT STANDARDS AND AQLs .............................................................................. 203
J-5.A.6 CONTRACTOR ENGAGEMENT SUMMARY ............................................................. 204
J-5.A.7 PERFORMANCE RATINGS AND GOVERNMENT REMEDIES .................................... 204
J-5.A.7.1 NARRATIVE DESCRIPTION OF CONTRACTOR OUTCOMES .................................. 205
J-5.A.7.2 DETERMINATION OF RATINGS BASED UPON CONTRACTOR OUTCOMES: ......... 208
J-5.A.8 TABLE FORMAT OF ATTACHMENT J-5.A - SPREADSHEET DOCUMENT ................. 215
ATTACHMENT J-5.B - PBA Small Business Subcontracting Evaluation Program Ratings
...................................................................................................................................... 223
ATTACHMENT J-6 - TRANSACTIONAL DATA REPORTING........................................... 226
J-6.1 GSAR 552.216-75 Transactional Data Reporting (June 2016) .................................... 226
J-6.2 CLIN STRUCTURE ........................................................................................................ 229
ATTACHMENT J-7 - INDIVIDUAL SMALL BUSINESS SUBCONTRACTING PLAN ........... 230
ATTACHMENT J-8 - WEBSITE REFERENCES............................................................... 231
GSA ALLIANT 2 UNRESTRICTED GWAC
MASTER CONTRACT
1
SECTION A - CONTRACT Standard Form 33
Solicitation, Offer and Award
THE SIGNED SF-33 FORM IS SEPARATELY ATTACHED
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
2
SECTION B - SUPPLIES OR SERVICES AND
PRICES/COSTS
B.1 GENERAL
The Alliant 2 Governmentwide Acquisition Contract (GWAC) is a Multiple
Award, Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide
information technology solutions through performance of a broad range of
services, which may include the integration of various technologies critical to
the services being acquired.
A Task Order is defined as “an order for services placed against an
established contract or with Government sources,” FAR 2.101. Task Orders
are issued by federal agencies off the GSA Alliant 2 GWAC.
The Contractor shall provide all management, supervision, labor, facilities
and materials necessary to perform on a Task Order basis.
Hereafter, the Alliant 2 GWAC is also referred to as the “Master Contract”
while Task Orders issued under the Master Contract will be referred to as
either “Task Order(s),” “TO(s),” or “Order(s).”
B.2 AUTHORITY
The Administrator of the U.S. General Services Administration (GSA) is
specifically authorized to purchase supplies and Nonpersonal services on
behalf of other agencies under the Federal Property and Administrative
Services Act (40 U.S.C. 501).
The Office of Management and Budget (OMB) has designated the GSA as an
Executive Agent for Governmentwide information technology (IT)
acquisitions pursuant to Section 5112(e) of the Clinger-Cohen Act, 40 U.S.C.
11302(e).
The scope of this designation includes the award and administration of the
Master Contract and delegation of authority for the award and
administration of the Task Orders as set forth in Section G.2. Through this
GWAC, Federal government agencies can award Task Orders to acquire IT
services based solutions.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
3
B.3 ECONOMY ACT
The Economy Act does not apply to Governmentwide acquisition contracts
(GWACs). GWACs are multiple award Task Order or delivery order
contracts used by other agencies to procure information technology products
and services outside of the Economy Act. (Refer to Federal Acquisition
Regulations FAR 2.101 and FAR Subpart 17.502-2(b)). The specific statutory
authority 40 U.S.C. 11302(e) designates the head of one or more executive
agencies, such as the US General Services Administration, as executive agent
for Government-wide acquisitions of information technology.
B.4 MAXIMUM CONTRACT CEILING AND MINIMUM
CONTRACT GUARANTEE
(a) Maximum. The maximum contract ceiling value of all contracts in this
multiple award procurement is established at $50 Billion dollars.
(b) Minimum. The minimum guaranteed award amount for this IDIQ
contract is $2,500 dollars per Contractor for the full term of the Master
Contract. The exercise of the option period does not re-establish the
contract minimum.
Should the contract expire or be unilaterally terminated for convenience
by the Government without the contractor receiving the minimum
guaranteed award amount, the contractor may present a claim to the
contracting officer for an amount not to exceed the minimum
guaranteed award amount. The minimum guaranteed award amount is
not applicable if the contract is terminated for default or is bilaterally
cancelled by the parties. The contractor has one year after contract
termination or expiration to submit their claim to the contracting officer
or waives entitlement.
(c) The Government has no obligation to issue Task Orders (TO) to the
Contractor beyond the amount specified in paragraph (b) of this clause.
Once the conditions of paragraph (b) have been met the Contractor
continues to be afforded fair opportunity, as per FAR 16.505(b)(1), to
compete for Task Orders issued through the expiration of the Master
Contract or termination of the Contractor’s Master Contract, whichever
occurs first.
(d) As a result of an awarded Task Order that satisfies the minimum
contract guarantee the government will deobligate the funded minimum
contract guarantee from the Contractor’s Master Contract.
There is no maximum dollar ceiling for an individual Task Order.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
4
B.5 PERFORMANCE BASED PREFERENCE
Through the direction of the Office of Management and Budget (OMB), Office
of Federal Procurement Policy (OFPP), performance-based contracting
techniques will be applied to Task Orders issued under this contract to the
“maximum extent practicable.” For information about performance based
service contracts, refer to OFPP’s Best Practices Handbook located at
www.whitehouse.gov/omb.
Pursuant to FAR 37.102(a)(2), the Ordering Contracting Officer will use
performance-based acquisition methods to the maximum extent practicable
using the following order of precedence:
(1) A Firm-Fixed Price Performance-Based Task Order;
(2) A Performance-Based Task Order that is not Firm-Fixed Price;
(3) A Task Order that is not Performance-Based.
B.6 LABOR CATEGORIES (LCAT or LCATs)
B.6.1 Three Labor Category Types
To enhance the consistency of labor and service cost/price offers and
reporting, the Master Contract provides the Standard IT Service Labor
Categories (see Attachment J-3). These labor categories (LCATs), which are a
subset of the Standard Occupational Classifications (SOCs) issued by the
Department of Labor (DOL) Bureau, Labor Statistics Division, facilitate the
standardization of labor types, descriptions, and rates across the entire
contract vehicle. This approach provides the government more accurate cost
forecasting, reporting, and tracking. Additionally, the Master Contract also
provides for Non-Standard IT Service LCATs and Ancillary Service LCATs,
as described below.
The Contractor is always bound by Maximum Rates on labor hours used in
all Time-and material (T&M) and Labor Hour (L-H) Task Order contract
types, including any T&M and L-H Contract Line Items (CLINS) that may be
integrated into a single Task Order among Cost-type and/or Fixed-price
CLINS. (See Subsection B.11.5.1 Maximum Rates for Time-and material and
Labor Hour Contract Types).
Alliant 2 provides the following three (3) types of LCATs:
(1) Standard IT Service LCATsThis labor category type includes the
defined IT Service LCATs (see Attachment J-3). Each of the defined
Standard IT Service LCATs is further stratified to include four (4) skill
levels. These may be modified through the term of this Master
Contract to accommodate emerging IT Service LCATs as defined by
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
5
the market. The Contractor shall utilize the Standard IT Service
LCATs to the maximum extent possible. Additional Standard IT
Service LCATs may be added over the term of this contract if the GSA
GWAC Program approved and appended to the contract via
modification by the GSA GWAC PCO. (See Section B.6.3).
(2) Non-Standard IT Service LCATs - This labor category type includes
any IT Service labor category that is not listed within the Standard IT
Service LCATs (see Attachment J-3). A Non-standard IT Service LCAT
must be approved by the Ordering Contracting Officer (OCO) at the
Task Order level.
(3) Ancillary Service LCATsThis labor category type includes
ancillary labor support, and does not include any of the defined
Standard IT Service LCATs or Non-Standard IT Service
LCATs. Ancillary Service LCATs may be used only when the principal
purpose of the Task Order is to furnish IT services-based solutions.
The OCO will ensure that additional labor categories are in compliance
with Service Contract Labor Standards and Wage Rate Requirements
(Construction), and, where applicable, include appropriate clauses and
wage determinations consistent with B.7 and/or B.8.
B.6.1.1 Standard IT Service Labor Categories
Standard IT Service LCATs are the labor categories referenced in
Attachment J-3. They are presented as historically-based relevant positions
that support Information Technology (IT) procurement requirements. IT is a
dynamic discipline that will likely require additional uniquely defined IT
Service labor categories that emerge at some point through the term of this
Master Contract. Additional Standard IT Service labor categories may be
added by the government via contract modification. The process to
recommend the addition of new IT LCATs to the Master Contract is discussed
in detail under section B.6.3, Process to add Standard IT Service LCATs to
the Master Contract.
(a) The primary source of the Standard IT Service LCATs is the
Department of Labor (DoL) Bureau of Labor Statistics (BLS) Service
Occupational System. The Standard Occupational Classification (SOC)
system is used by Federal statistical agencies to classify workers into
occupational categories for the purpose of collecting, calculating, or
disseminating data.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
6
(b) The Standard IT Service LCATs (see Attachment J-3) contains the
comprehensive IT Service LCATs required to meet all information
technology service based requirements. Therefore, every effort shall be
made by the OCOs and Contractors to use the Standard IT Service
LCATs. (See Attachment J-3)
B.6.1.2 Non-Standard IT Service LCATs
Any IT Services LCAT that does not fit within the Standard IT Service
LCATs is not approved for use on Task Orders without approval of the OCO
awarding the Task Order. IT Service LCATs that addresses new and
emerging occupations for which the LCAT functional titles/descriptions may
not correlate to any of the DOL SOC matches, or may not be widely available
throughout Industry, are characteristics of Non-standard IT LCATs.
The Master Contract Standard IT Service LCATs are robust and were
written to encompass the broad scope of information technology. Additional
labor categories would need to bring to bear skill sets that are so specialized
or rare that they are not already encompassed in any existing Master
Contract labor category. OCOs may consider additional labor categories on
Task Orders when deemed necessary to provide IT services or an IT services-
based solution. OCOs will perform due diligence in determining that Non-
standard IT service labor categories are required. The OCO may review the
Standard IT Service Cross-walk Matrix, located at www.gsa.gov/alliant2, that
maps to equivalent commercial IT LCATs functional titles with the
Standardized IT Service LCAT, or seek guidance from a GSA GWAC
Technologist, when considering the addition of non-standard IT LCATs to
their Task Order.
B.6.1.3 Ancillary Service Labor Categories
The GSA GWAC is to be used by agencies in meeting professional
Information Technology (IT) service objectives. Use of the non-IT ancillary
service LCATs must be (1) integral and necessary; (2) part of a total
integrated solution within the scope of the Master Contract; and (3) not a
labor category specified in the Master Contract. The Contractor should
propose and identify each ancillary support service separately and the OCO
should identify each ancillary support service by a separate CLIN on the
Task Order award.
Included in ancillary services may be those LCATs covered under
construction and service type employees identified by the Department of
Labor wage determinations.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
7
B.6.2 Applicability of Labor Category Types and Maximum Rates
(a) T&M and L-H Task Orders or CLINS: All Labor Category Types
indicated in Section B.6.1 (Standard IT Service, Non-Standard IT
Service, and Ancillary Service LCATs) shall always apply to T&M and
L-H contract type Task Orders and to any T&M and L-H contract type
CLINS in Task Orders with multiple contract types. Maximum Rates
for Standard IT Services LCATs shall only apply to T&M and L-H
contract type Task Orders and to any T&M and L-H contract type
CLINS in Task Orders with multiple contract types. Maximum Rates
will not apply to any other contract types, including Cost-
Reimbursement and Fixed-price Task Orders or Cost-Reimbursement
and Fixed-price CLINS. Maximum Rates for Time-and Material and
Labor Hour Contract Types is further addressed in Section B.11.5.1.
(b) Other than T&M and L-H Task Orders or CLINS: At the full discretion
of the Task Order issuing agency OCO, any Labor Category Type
indicated in Section B.6.1 may be used and applied to all other contract
types for any Task Order issued under this Master Contract, including
Cost-Reimbursement and Fixed-price Task Orders or Cost-
Reimbursement and Fixed-price CLINS in Task Orders with multiple
contract types; however, the Contractor’s labor category’s Maximum
Rates established from this Master Contract will not apply. Ceiling
rates or fixed rates on individual labor categories within a Task Order
will be established between the Contractor and the issuing agency
OCO. Task Order Ceiling or fixed rates will not change the
Contractor’s Maximum Rates in the Master Contract.
B.6.3 Process to add Standard IT Service LCATs to the Master
Contract
GSA reserves the right to add new IT Service LCAT to the list of Standard IT
Service LCATs when determined to be in the best interest of the
Government. As the information technology market evolves, GSA encourages
the Contractor and ordering agencies to recommend new IT Service LCAT
that they believe should be added to the list of Standard IT Service LCATs.
With any new IT Service LCAT, GSA requests a functional description and
justification narrative be included to provide the rationale for adding the new
IT Service LCAT. If approved by the GSA GWAC PCO, the newly adopted IT
Service LCAT will be added to the Standard IT Service LCATs and each
contract holder will be afforded the opportunity to submit and negotiate labor
hour pricing for the new IT Service LCAT. Ultimately, for those Contractors
who establish pricing with the GSA GWAC PCO, a contract modification will
be executed to add the new Standard IT Service LCAT.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
8
B.7 LABOR SUBJECT TO THE WAGE RATE
REQUIREMENTS (CONSTRUCTION)
The Master Contract does not include wage determinations or all applicable
clauses for labor categories subject to the Wage Rate Requirements
(Construction). Each Task Order will be tailored to include the appropriate
clauses and wage determinations. To the extent that construction, alteration,
and repair are subject to the wage rate requirements and within scope of a
Task Order and the Master Contract, the OCO will identify such work under
a separate CLIN on the Task Order and incorporate the appropriate wage
determinations in accordance with FAR 22.4, Labor Standards for Contracts
Involving Construction.
Any construction, alteration, and repair are only in scope as
necessary to offer an integrated information technology solution
provided that it is integral to and necessary for the effort stated in
the Task Order. Task Orders shall not be the primary purpose of the scope
or issued exclusively for work performed under the Wage Rate Requirements
(Construction).
B.8 LABOR SUBJECT TO THE SERVICE CONTRACT LABOR
STANDARDS (SCLS)
The Master Contract labor categories are considered bona fide executive,
administrative, professional labor and generally exempt from the SCLS if
used to perform professional IT services, except as noted in Attachment J-
3. The Master Contract does not include wage determinations or all
applicable clauses for labor categories subject to the SCLS. Each Task Order
will be tailored to include the appropriate clauses and wage determinations.
To the extent that any labor is subject to the SCLS and within scope of a
Task Order and the Master Contract, the OCO will identify such work under
a separate CLIN on the Task Order and incorporate wage determination in
accordance with FAR 22.10, Service Contract Labor Standards.
B.9 TASK ORDER CONTRACT TYPES
The GSA Alliant 2 GWAC is a Multiple Award, Indefinite-Delivery,
Indefinite-Quantity (MA-IDIQ) Master Contract for Government-wide
information technology service-based requirements. Task Order contract
types permitted to be issued under this Master Contract include all FAR
subparts and sections listed under FAR 16.2 Fixed-price Contracts, FAR 16.3
Cost-Reimbursement Contracts, and FAR 16.4 Incentive Contracts.
Additionally, FAR section 16.503 Requirements Contracts; FAR section
16.601 Time-and-materials and FAR 16.602 Labor-hour Contracts are
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
9
permitted Task Order contract types. However, FAR 16.503 Requirements
Contracts should be limited to not exceed the ordering period of the Master
Contract. Task Orders may also incorporate FAR 17.1 Multiyear Contracting
and FAR 17.2 Option periods procuring Commercial-items or Non-commercial
items. These contract types can be used singly or in combination within a
single Task Order comprising multiple Contract Line Items (CLINS).
B.9.1 Requirements Contract Type
A Requirements contract type (FAR Subpart 16.503) provides for filling all
actual purchase requirements of designated Government activities for
services or supplies during a specified contract period, with performance or
deliveries to be scheduled by placing orders with the Contractor. The
contracting officer states a realistic estimated total quantity in the Task
Order solicitation and the resulting order. All Requirements contract type
CLINS within a Task Order must include a defined scope with all items
priced at time of award, i.e., Fixed-priced by unit/rate, size or type as defined
by the issuing agency. Established pricing is not subject to any adjustment on
the basis of the contractor’s cost experience in performing the Task Order,
and established Contractor prices will not be subsequently discounted at the
Government’s request once negotiated at Task Order award. The agency will
direct the Contractor to deliver a specified quantity of the in-scope
Government requirement by use of a Call, which activates a pre-priced CLIN
or SubCLIN during the term of the Task Order.
Requirements Task Order type under an IDIQ Master Contract: A
Requirements contract type Task Order is a single contract award issued
under this indefinite-delivery, indefinite-quantity (IDIQ) Master Contract
vehicle. Executing and funding individual CLINS and SubCLINS under this
Task Order type are not considered to be second-tier instruments issued
under the awarded Task Order. Also, the agency's clearly defined
Requirements Task Order procurement, as with any contract type listed in
Section B.9, must be within the scope of the Master Contract’s Section C.
Pursuant to the terms and conditions of this Master Contract, the use of
Requirements contract types of Task Orders is further restricted to the
following: The term of the Task Order (including Options) should not exceed
the remaining ordering period of the Master Contract (including the Option)
at the time of Requirements Task Order award.
Application of Requirements Contract Type: A Requirements contract type
approach satisfies the requirement for the issuance of a binding Task Order
under Master Contract. This contract type can provide Task Order issuing
agencies with maximum flexibility when ordering IT services while obligating
funds as needed only on individual calls as the bona fide need arises for
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
10
predefined and established priced procurement requirements on awarded
Requirements contract type Task Orders by individual CLINS and
SubCLINS.
A Requirements contract type Task Order may be appropriate for acquiring
flexible IT solution services, including ancillary services or goods when the
Government anticipates recurring requirements but cannot predetermine the
precise quantities that Government activities will need during a definite
period. The below list are a few examples of IT services that may be
considered to procure using a Requirements contract type:
Data Center & Virtualization Services - Consolidation and migration.
Cloud Migration and Storage.
IT Disaster Recovery - Recovery, backup and replication services.
IT Managed Services - Continuous monitoring, managing and/or
problem resolution for the IT systems within a business.
IT Helpdesk Services.
Intrusion Monitoring and Prevention - threat monitoring and response.
Telepresence.
B.9.1.1 Distinction of a Requirements Contract to Other Contract
Types and Agreements
(a) IDIQ Contracts - A Requirements contract type Task Order issued
under this Master Contract is not an IDIQ contract. There are distinct
structural differences between a Requirements contract and an IDIQ
and distinct differences in the nature and legal effect of the different
types of orders that are placed against these different contract
vehicles. A Requirements contract type in this Master Contract is one
in which the Government (buyer) agrees to purchase all of its needs for
a particular item or service during the Task Order period from the
Contractor (seller), and the seller agrees to fill all of the buyer’s needs
for the goods or services described in the Task Order. Thus, unlike an
IDIQ, an essential element of a Requirements contract type is the
promise by the buyer to purchase all the subject matter within this
contract type of Task Order exclusively from one seller, whereas with
an IDIQ, once the minimum is met, the buyer is not obligated to place
any additional orders. Additionally, the multiple award preference
requirement does not apply as it does with an IDIQ, under FAR
16.504(c)(1). An IDIQ is also different from a Requirements contract
type in the following: (1) A Requirements contract’s guaranteed
minimums are not required; (2) The Task Order solicitation of a
Requirements must state realistic estimated quantities, and; (3) The
buyer and seller are obligated to buy and sell on a Requirements at the
prices negotiated at time of award.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
11
(b) A Basic Ordering Agreement (BOA), under the rules of FAR
Subpart 16.703, is not a contract. It is a written instrument of
understanding used when contracting for uncertain requirements for
supplies or services when specific items, quantities, and prices are not
known at the time the agreement is executed. Thus, a BOA, unlike a
Requirements contract, does not require a clearly defined scope or
required pricing established at time of award. And because a defined
scope and established pricing is required for any Task Order issued
under this Master Contract, BOAs are unsuitable methods of
procurement for purposes of this GSA GWAC program.
(c) A traditional Blanket Purchasing Agreement (BPA) falls under the
rules of FAR Subpart 13.303, Simplified Acquisition Procedures, and a
Multiple Award Schedule BPA (also known as a GSA Schedule BPA)
falls under the rules of FAR Subpart 8.4 Federal Supply Schedules
(FSS). Task Orders should be issued in accordance with the rules
under FAR Subpart 16.505, not FAR Subpart 13.303 or 8.4. Neither of
the two BPA types fall under FAR Part 16 Types of Contracts because
they are agreements similar to BOAs. BPAs neither obligates funds
nor requires placement of any orders against it. The award of a BPA
lacks mutuality of consideration at the time of BPA award. Like BOAs,
BPAs are not suitable as a Task Order contract type. Therefore,
including IDIQ, BPA and BOA Task Order Contract Types into Section
B.8 are not in the best interest of the Government for this Master
Contract.
B.9.1.2 Additional Terms and Conditions for Requirements Contract
Type for Commercial Items
At any time during the term of the Master Contract, the Requirements
Contract type as an available Task Order type (listed in Section B.9) may be
removed from the Master Contract via a unilateral contract modification if
the GSA GWAC PCO determines that its use as an available contract type is
no longer in the best interest of the Government.
B.10 ORDER TYPE PREFERENCE
The Ordering Contracting Officer (OCO) will determine the Task Order type
using the following order of precedence:
(1) Fixed-Price (all types)
(2) Cost-Reimbursement (all types)
(3) T&M or L-H
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
12
B.11 TASK ORDER PRICING (ALL ORDER TYPES)
The issuing agency will negotiate cost or pricing with the Contractor and
make the determination for cost or price reasonableness for each Task Order
type. Adequate price competition at the Task Order level, in response to an
individual requirement, establishes the most accurate, fair, and reasonable
pricing for that requirement.
The OCO will identify the applicable contract type for all CLINs in each
GWAC Task Order.
When adequate price competition exists (see FAR 15.403-1(b)(1)), generally
no additional information is necessary to determine the reasonableness of
cost or price. If adequate price competition does not exist and no other
exceptions apply (see FAR 15.403-1(b)), the OCO will request a Certificate of
Current Cost and Pricing Data in accordance with FAR 15.403-4.
If a Contractor does not have an approved purchasing system, the Contractor
shall request and receive OCO consent to subcontract in accordance with
FAR 44.201-1(b) Consent to Subcontracts, and FAR 52.244-2, Subcontracts.
B.11.1 Fixed Price
The OCO will determine fair and reasonable pricing for all Fixed-Price Task
Orders in accordance with FAR 15.4, Pricing, and FAR 16.2, Fixed-Price
Contracts.
B.11.2 Cost Reimbursement
The Ordering Contracting Officer (OCO) will determine fair and reasonable
pricing, cost realism, analyze and negotiate profit for all Cost-
Reimbursement Task Orders, in accordance with FAR 15.4, Pricing, and FAR
16.3, Cost-Reimbursement Contracts.
Contractors are required to have an adequate cost accounting system for Cost
Reimbursable type Task Orders in accordance with FAR 16.301-3(a)(3).
Contractors will be required to submit a cost proposal with supporting
information for each cost element, including, but not limited to, Direct Labor,
Fringe Benefits, Overhead, General and Administrative (G&A) expenses,
Facilities Capital Cost of Money, Other Direct Costs, and Profit consistent
with their cost accounting system, provisional billing rates, and forward
pricing rate agreements.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
13
B.11.3 Incentive
Incentives are defined under FAR Subpart 16.4, Incentive Contracts, and
other applicable agency-unique regulatory supplements. The OCO will
determine fair and reasonable pricing for all Incentive Task Orders and
develop a plan to implement and monitor an Award-Fee, Incentive-Fee, or
Award-Term result in accordance with FAR 15.4, Pricing.
B.11.4 Award Fee
Award fees may be applicable to the Contractor’s performance on individual
Task Orders. Should an award fee-type Task Order be issued, the total
amount of award fee the Contractor may earn over the period of performance
will be negotiated before award. The amount of award fee that the Contractor
actually earns will be based on an evaluation, as specified in the Task Order,
by the Government of the evaluation factors specified in each individual
award fee type Task Order. The evaluation of the Contractor’s performance
on the Task Order and the determination of Task Order award fees will be
accomplished with an Award Fee Plan. The Fee Determination Official (FDO)
will unilaterally determine the amount of award fee for performance on
individual Task Orders.
B.11.5 Time-and Material and Labor Hour Contract Types
Time and Materials (T&M) and Labor Hour (L-H) is defined under FAR
Subpart 16.6, T&M and L-H Contracts, and other applicable agency-specific
regulatory supplements. The Contractor may provide separate and/or
blended loaded hourly labor rates for prime Contractor labor, each
Subcontractor, and/or each Division, Subsidiary, or Affiliate in accordance
with the provisions set forth in FAR 52.216-29,
DFARS 252.216-7002 (for DoD Task Orders), FAR 52.216-30, or FAR 52.216-
31. The OCO will identify which provision is applicable in the Task Order
solicitation and the Contractor will comply with the provision. T&M and L-H
Task Orders require the Master Contract IT Standard LCATs and their
associated rates to be identified in the Task Order award
document. Ancillary subcontract labor shall be proposed and awarded as
Materials in accordance with FAR 52.232-7, Payments under Time-and-
Materials and Labor-Hour Contracts.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
14
B.11.5.1 Maximum Rates for Time-and-material and Labor Hour
Contract Types
a) APPLICABLE TO THE MASTER CONTRACT
Maximum Rate Definition: “Maximum Rate” is a term that applies
at the Master Contract level, and is not necessarily a term used at the
Task Order level. It represents and establishes maximum allowable
labor rates in the form of burdened rates for all Standard IT Service
LCATs indicated in this Master Contract. The burdened rates include
the direct labor cost, G&A, O/H, fringe benefits, and profit. The
Maximum Rates accommodate the U.S. Government security
classification up through the Secret level. These Maximum Rates
apply exclusively applicable to all T&M and L-H contract type Task
Orders and proposals. The Master Contract’s Maximum Rates are
not typically the same rates as the fixed-price labor rates or ceiling
labor rates that are established between the Contractor and issuing
agency at the Task Order Level.
Escalation Factor: The burdened maximum rates awarded for each
LCAT at initial contract award shall serve as the basis for all future
year pricing for those maximum rates. In order to determine future
year maximum rate pricing, the originally awarded rates will have an
escalation factor applied. This escalation factor will be the average
annual Bureau of Labor Statistics (BLS) Employment Cost Index
(ECI), “Table 5: COMPENSATION (NOT SEASONALLY
ADJUSTED) for total compensation for private industry
workers, by occupational group and Industry, Professional,
scientific, and technical services- for the previous three years.
In Year 5 of the Master Contract, if the average annual ECI for the
previous three years is higher than at time of the Master Contract
award date, the maximum rates for Master Contract Option Years 6
through 10, plus the remaining Period of Task Order Performance
Years 11through 15 will be adjusted by the difference of percentage
increase. For example, if the BLS ECI index was 2.23% at time of
proposal submission and the BLS ECI index is 3.16% in Year 5 of the
Master Contract, the maximum rates for years 6 through 15 will be
adjusted by 0.93% per year on a cumulative basis. If BLS ECI index
in Year 5 of the Master Contract is equal to or below the BLS ECI
index at time of award, the maximum rates will remain unchanged.
In Year 10 of the Master Contract, if the previous three-year average
annual BLS ECI index for the previous three years is higher than
Year 5 of the Master Contract, the maximum rates for the remaining
Period of Task Order Performance Years 11 through 15 will be
adjusted by the difference of percentage increase in accordance with
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
15
the example above. If the average index in Year 10 is equal to or
below the average index in Year 5, the maximum rates will remain
unchanged.
Direct labor and all other cost elements (including G&A, O/H, fringe
benefits, profit, and all other direct and/or indirect rates) that were
initially established at Master Contract award date can only increase
from the above Escalation Factor. No other factors shall increase
Maximum Rates.
b) APPLICABLE TO THE TASK ORDERS
1) Maximum Ceiling rates for current and future IT services
requirements are determined by GSA to be fair and reasonable on
the Master Contract, inclusive of the escalation factor. However,
the Task Order issuing agencies will perform their own
determination for fair and reasonable pricing for each Task Order
they award.
2) The Master Contract Maximum Rates that are in effect at the time
a Task Order is awarded shall remain with the Task Order award
during the entire term of the Task Order, including any Task
Orders option periods. Therefore, any price increases in LCATS
triggered by the Master Contract’s escalation factor during the term
of any active Task Order will not apply. Only newly awarded Task
Orders subsequent to an escalation factor’s execution may be
considered at the discretion of the Task Ordering issuing agency.
3) Based on the specific Task Order requirements, only the agency
OCO is authorized to exceed the Master Contract maximum rates
for those labor categories if necessary, for example, Top Secret/SCI
labor and/or OCONUS locations, etc. NOTE: The Maximum
Rates include the U.S. Government security classification
up through the Secret level. The Contractor shall always
provide to the agency OCO the detailed rationale in all
instances if and when the Maximum Rates of labor are
exceeded.
See Section F.3 Task Order Period of Performance.
B.11.5.2 Payments Under Time-And-Material And Labor-Hour Orders
Payments under T&M and LH terms (including matters related to
subcontractors, materials, indirect costs, etc.) are governed by the applicable
Payments Clause in this contract.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
16
B.12 TRAVEL PRICING (ALL ORDER TYPES)
Contractor personnel may be required to travel to support the requirements
of this contract and as stated in individual TOs. Long distance and local
travel may be required both in the Contiguous United States (CONUS) and
Outside the Contiguous United States (OCONUS). For those TOs requiring
travel, the Contractor shall include estimated travel requirements in the
proposal as required by the OCO.
If authorized in the Task Order, travel will be reimbursed at actual cost in
accordance with the limitations set forth in FAR Subpart 31.205-46, Travel
Costs. Profit shall not be applied to travel costs. To the extent authorized by
the Task Order, Contractors may apply indirect costs to travel in accordance
with the Contractor’s usual accounting practices consistent with FAR 31.2.
The OCO will identify a not-to-exceed travel ceiling under a separate CLIN
on the Task Order.
B.13 WORK OUTSIDE THE CONTIGUOUS UNITED STATES
(OCONUS)
Contiguous United States (CONUS) means the 48 contiguous States and the
District of Columbia.
OCONUS includes:
1) OCONUS. Outside of the contiguous United States.
2) NON-FOREIGN OCONUS AREA. The states of Alaska and Hawaii,
the Commonwealths of Puerto Rico and the Northern Mariana Islands,
Guam, and U.S. territories and possessions.
It is anticipated that there may be Task Orders under this contract for work
outside the United States. The Contractor will be compensated for work
performed OCONUS pursuant to the Task Order. Standard references for
OCONUS pricing include:
The U.S. Department of State’s Bureau of Administration, Office of
Allowances (see Attachment J-8 Website References) publishes quarterly
report indexes of living costs abroad, per-diem rate maximums, quarter’s
allowances, hardship differentials, and danger pay allowances for
Contractors to follow when proposing on OCONUS efforts. No allowances,
other than those listed by the U. S. Department of State, shall be allowed on
Task Orders.
The Department of State Standardized Regulations (DSSR) are the
controlling regulations for allowances and benefits available to all U.S.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
17
Government civilians assigned to foreign areas; however, for Task Orders
issued under the Master Contract, Contractor civilians assigned to foreign
areas shall not exceed the allowances and benefits in the DSSR as well.
For OCONUS Task Orders where costs are not specifically addressed in the
DSSR, the Government will reimburse the Contractor for all reasonable,
allowable, and allocable costs in accordance with FAR 31, Contract Cost
Principles and Procedures.
B.14 GWAC CONTRACT ACCESS FEE (CAF)
GSA’s operating costs are reimbursed through a Contract Access Fee (CAF)
charged on orders placed against the Master Contract. The CAF is paid by
the ordering agency, but remitted to GSA by the Contractor. GSA maintains
the unilateral right to establish and change the CAF rate. GSA will provide
at least a 60-day notice prior to the Effective Date of any change to the CAF
payment process. Changes to the CAF only apply to orders awarded after the
change is announced.
The CAF rate, which is 0.75% at time of Master Contract Award, is applied to
the total amount reported on each invoice.
Based on the established CAF rate, the Contractor shall include the CAF in
each proposal. The Contractor shall include the CAF as a separate cost
element on all proposals to the government, regardless of contract type. The
CAF shall never be treated as a negotiable element between the Contractor
and the ordering agency.
If a customer organization has negotiated a CAF rate based on a special
written agreement and/or Memorandum of Agreement by the GWAC
Program that is other than the established CAF rate, GSA will provide
advance notification. The CAF Rate, effective at time of the Task Order
award, shall remain the same for that Task Order for the full term of
the Order.
The Contractor remits the CAF to GSA in accordance with Section G.14.
(END OF SECTION B)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
18
SECTION C - CONTRACT SCOPE OF WORK AND
PERFORMANCE WORK STATEMENT
C.1 SCOPE OF WORK OBJECTIVE
The Alliant 2 GWAC will provide Federal Government agencies with
integrated Information Technology (IT) solutions for evolving needs on a
global basis. This Master Contract allows for the application of technology to
meet business needs including the ability to perform all current, leading edge
and/or emerging IT services required to satisfy all IT services requirements
anywhere and anytime worldwide.
Integrated IT solutions are comprised of IT components described below in
Section C.4, and may be tailored in Task Order Requests to meet agencies’
mission needs. Work may be performed at Government and Contractor
facilities located throughout the world, as specified in each Task Order, to
provide a variety of IT solutions and support services. IT services and
solutions within scope of this Master Contract include new, leading edge and
emerging technologies that will evolve over the life of the Master Contract as
supported by the Federal Enterprise Architecture (FEA), Department of
Defense Information Enterprise Architecture (DoD IEA) Reference Models,
and the associated reference models.
C.2 SCOPE OF WORK OVERVIEW
The Master Contract provides maximum flexibility in acquiring an IT
services-based solution for any conceivable IT services-based requirement
driving government savings through efficiencies and improved reporting data
with greater integrity while maintaining an “Anything IT Anywhere”
philosophy.
The Master Contract scope includes any and all components of an integrated
IT services-based solution, including all current leading edge technologies
and any new technologies, which may emerge during the Master Contract
period of performance. All IT development methodologies, including
Agile which is an encouraged methodology, are supported. The
Master Contract scope also includes IT services-based support of National
Security Systems, as defined in FAR 39.002. The Master Contract provides IT
solutions through performance of a broad range of services, which may
include the integration of various technologies critical to the services being
acquired. The foundation of the Scope of Master Contract is built on the most
current FEA and DoD IEA Reference Models. (See links under Resources
Section C.10). As the definition of IT changes over the lifecycle of the Master
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
19
Contract with the evolving FEA and DoD IEA models, the scope of the
Master Contract will be considered to coincide with the current IT definition
at any given time.
By nature of the alignment to FEA and DoD IEA, the Master Contract
includes any and all emerging IT components, IT services, and ancillary
elements as they arise as required to successfully achieve the agency’s
mission. Therefore, because technological advances over the term of this
Master Contract are inevitable, the scope of this Master Contract takes into
consideration that Task Order Requirements are permitted to include any
future IT services with their integral and necessary ancillary IT components
and services as they arise during the entire term of this contract.
The scope of the Master Contract includes every conceivable aspect of IT
Services, including but not limited to:
3-D Printing Integration
Agile Development
Big Data
Biometrics /Identity Management
Cloud Computing
Context-aware Computing
Critical Infrastructure Protection and Information Assurance
Cyber Security
Data-Centers and Data-Center Consolidation
Digital Government
Digital Trust and Identity Integration and Management
Digitization and Imaging
Energy and Sustainability Measurement and Management
Enterprise App Stores and Mobile Security
Enterprise Resource Planning
Integration Services
Internet of Things
IPV6 migration & upgrades
IT Helpdesk
IT Operations and Maintenance
IT Services for Healthcare
IT Services for Integrated Total Workplace Environment
Mobile-Centric Application Development, Operations and Management
Modeling and Simulation
Network Operations, Infrastructure, and Service Oriented
Architecture
Open Source Integration and Customization
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
20
Outsourcing IT Services
Sensors, Devices and Radio Frequency Identification (RFID)
Shared IT Services
Software Development
Virtualization
Voice and Voice Over Internet Protocol (VOIP)
Web Analytics
Web Application & Maintenance
Web Services
Web Hosting
C.3 FOUNDATION OF THE SCOPE OF WORK
Overview of Federal Enterprise Architecture Framework (FEAF)
and Department of Defense Information Enterprise Architecture
(DOD IEA)
(1) Solutions to Integrated IT requirements are comprised of some or
all components and functional areas associated with FEA and DoD
IEA and may be tailored to meet agency needs. By aligning the scope
of the Master Contract to FEA/DoD IEA users have access to the entire
spectrum of current and emerging IT service, all ancillary services,
products and personnel required to successfully meet the agency
mission.
(2) The Contractor shall promote IT solutions that support Federal
government operational requirements for standardized technology and
application service components. This shall facilitate integration
requirements for broad Federal IT and e-Gov Initiatives, as well as
promote the sharing, consolidation, and “re-use” of business processes
and systems across the Federal government. The Contractor shall
promote the use of open source solutions and open technology
development where practicable to enable this “re-use” in accordance
with the underlying tenets of FEA/DoD IEA and to address any
number of areas of interest within the limits of IT and supporting
services and disciplines.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
21
Figure 1 - Federal Enterprise Architecture
The Master Contract leverages the existing FEA and the DoD IEA version
2.0 as the basis of its IT scope.
FEA & DOD IEA represent a well-defined practice for conducting enterprise
analysis, design, planning, and implementation, using a holistic approach at
all times, for the successful development and execution of strategy.
Enterprise architecture applies architecture principles and practices to guide
organizations through the business, information, process, and technology
changes necessary to execute their strategies. This includes everything from
a small mobile application development project to the design, installation and
migration to a complex network serving hundreds of thousands of
users. These practices utilize the various aspects of an enterprise to identify,
motivate, and achieve these changes.
Each reference model represents and includes a number of functional areas
required to meet an objective.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
22
C.3.1 FEA Reference Model Detailed Descriptions
Enterprise Architecture (EA) supports planning and decision-making through
documentation and information that provides an abstracted view of an
enterprise at various levels of scope and detail. The Common Approach to
Federal Enterprise Architecture, released in May 2012 as part of the federal
CIO’s policy guidance and management tools for increasing shared
approaches to IT service delivery, presents an overall approach to developing
and using Enterprise Architecture in the Federal Government. The Common
Approach promotes increased levels of mission effectiveness by standardizing
the development and use of architectures within and between Federal
Agencies. This includes principles for using EA to help agencies eliminate
waste and duplication, increase-shared services, close performance gaps, and
promote engagement among government, industry, and citizens.
The Federal Enterprise Architecture Framework v2 describes a suite of tools
to help government planners implement the Common Approach. At its core
is the Consolidated Reference Model (CRM), which equips OMB and Federal
agencies with a common language and framework to describe and analyze
investments. It consists of a set of interrelated “reference models” that
describe the six sub architecture domains in the framework:
Strategy
Business
Data
Applications
Infrastructure
Security
These are designed to facilitate cross-agency analysis and the identification of
duplicative investments, gaps and opportunities for collaboration within and
across agencies. Also, by applying all six reference models, agencies can
establish a line of sight from the strategic goals at the highest organizational
level to the software and hardware infrastructure that enable achievement of
those goals. Collectively, the reference models comprise a framework for
describing important elements of federal agency operations in a common and
consistent way.
To apply the framework to an agency’s specific environment, the agency
should develop a set of “core” artifacts to document its environment within
the framework presented by the CRM. Each subarchitecture domain
represents a specific area of the overall framework and has particular
artifacts, based on EA best practices, which are described and recommended
in the Framework and Artifacts document. The type and depth of
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
23
documentation actually used by the agency should be guided by the need or
detail and answers to questions about requirements, applicable standards,
timeframes, and available resources.
The real value to the agency of developing an Enterprise Architecture is to
facilitate planning for the future in a way that transforms the government
while making it more efficient. The agency can use the EA process to
describe the enterprise as it currently is and determine what the enterprise
should look like in the future, so that it can make plans to transition from the
current state to the future state. The Collaborative Planning Methodology
provides steps for planners to use throughout the planning process to flesh
out a transition strategy that will enable the future state to become reality. It
is a simple, repeatable process that consists of integrated, multi-disciplinary
analysis that involves sponsors, stakeholders, planners, and implementers.
The agency will create an Enterprise Roadmap to document the current and
future architecture states at a high level and presents the transition plan for
how the agency will move from the present to the future in an efficient,
effective manner. The agency’s Enterprise Roadmap combines the artifacts
developed for the EA, both current and future state versions, with a plan
developed through the Collaborative Planning Methodology. This creates
awareness, visibility and transparency within an organization to facilitate
cross-organization planning and collaboration. It maps strategy to projects
and budget and helps identify gaps between investment and execution, as
well as dependencies and risks between projects.
All in all, the Federal Enterprise Architecture Framework v2 helps to
accelerate agency business transformation and new technology enablement
by providing standardization, analysis and reporting tools, an enterprise
roadmap, and a repeatable architecture project method that is more agile and
useful and will produce more authoritative information for intra- and inter-
agency planning, decision making, and management.
Overview of the Collaborative Planning Methodology (CPM)
Planning is done to affect change in support of an organization’s Strategic
Plan, and the many types of planners (e.g., architects, organization and
program managers, strategic planners, capital planners, and other planners)
must work together to develop an integrated, actionable plan to implement
that change. Planning should be used to determine the exact changes that
are needed to implement an organization’s Strategic Plan, enable consistent
decision-making, and provide measurable benefits to the organization. In
short, an organization’s Strategic Plan should be executed by well-rounded
planning that results in purposeful projects with measurable benefits.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
24
In today’s environment, which demands more efficient government through
the reuse of solutions and services, organizations need actionable, consistent,
and rigorous plans to implement Strategic Plans and solve priority
needs. These integrated plans should support efforts to leverage other
Federal, state, local, tribal, and international experiences and results as a
means of reusing rather than inventing from scratch. Plans should be
consistent and rigorous descriptions of the structure of the organization or
enterprise, how IT resources will be efficiently used, and how the use of
assets such as IT will ultimately achieve stated strategies and needs.
Consolidated Reference Models
The Consolidated Reference Model of the FEA equips OMB and Federal
agencies with a common language and framework to describe and analyze
investments. It consists of a set of interrelated “reference models” designed
to facilitate cross-agency analysis and the identification of duplicative
investments, gaps and opportunities for collaboration within and across
agencies. Collectively, the reference models comprise a framework for
describing important elements of federal agency operations in a common and
consistent way. Through the use of the FEAF and its vocabulary, IT portfolios
can be better managed and leveraged across the federal government,
enhancing collaboration and ultimately transforming the Federal
government.
The five reference models in version 1 the FEA have been regrouped and
expanded into six in the current version of the FEA.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
25
With edits for brevity, the following reference model summarized
descriptions were taken from OMB’s FEA Consolidated Reference Model
Document Version 2. dated January 29, 2013.
Significantly more detail about the structure, taxonomy, and
associated methods of the reference models is available online:
See Attachment J-8 Website References.
The motivating purpose of adopting The FEA as scope guidance is to help
establish business driver alignment with any number of the reference models
which support all possible underlying technologies required to meet an
agency objective as well as offering the baseline for the technical vocabulary
required in any given task.
Performance Reference Model (PRM)
The PRM is designed to provide linkage between investments or activities
and the strategic vision established by agencies and the Federal
government. Historically, linking information management investments and
activities has been anecdotal due to a lack of standard approach to describing
Agency and cross agency performance attributes. The GPRA Modernization
Act of 2010 requires the government to publish performance information
through a central web site and make strategic plans and performance reports
available in machine readable formats. This advance enables more
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
26
comprehensive and consistent linking of investments and activities to Agency
strategic goals and objectives, Agency priority Goals, Cross Agency Priority
goals and management areas of focus. The PRM leverages the requirements
of the GPRA Modernization Act to establish mechanisms to link directly to
the authoritative performance elements published in compliance with the law
and provides the means for use of future developments in the mandated
central performance website Performance.gov.
There are three areas to the Performance Reference Model. The first is the
Goal. This enables grouping of investments and activities through a common
and authoritative framework established by agencies in compliance with
OMB direction and the GPRA Modernization Act. It allows the identification
of common performance elements across investments or activities, and in the
future, will enable cross platform information linkages between systems such
as Performance.gov and the IT Dashboard.
This linkage provides the logical relationships necessary to consistently
provide much richer insights into details of the supported performance areas
than previously feasible.
The second area of the Performance Reference Model is Measurement
Area. This describes the manner in which the investment or activity
supports the achievement of the supported performance element identified by
the Agency Goal. Measurement Areas apply to the more detailed
performance indicators associated with the investment of activity rather than
the functions of the investment or activity. Investment or activity
performance indicators should have a clear linkage to the activities, of course,
but it is important to recognize that investments or activities may align to
multiple measurement areas.
The third area, Measurement Category, refines Measurement Area. Any
Measurement Category may be applied to any Goal.
The PRM, like all other reference models, is intended to work in concert with
other reference models. The combined descriptive qualities of the multiple
perspectives afforded by assigning different reference model perspectives to
investments or activities can provide rich insights into what, why and how
the investments or activities are undertaken. Previous versions of the PRM
included mission function characteristics that were redundant to the
BRM. In this version of the PRM the Measurement Category codes have
been streamlined to better identify the means by which performance is
achieved. Including BRM and PRM mappings with an investment or activity
provides information about the strategic basis (why) through the Agency
Goal, the means (how) through the measurement category, and the mission
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
27
functions involved (what) through the BRM taxonomy. Additional mappings
to other reference models provide further context for the investment or
activity with the SRM providing information about risk, the DRM about the
information involved and the ARM and IRM providing the technical details
about the implementation.
Business Reference Model (BRM)
The BRM is a classification taxonomy used to describe the type of business
functions and services that are performed in the Federal Government. By
describing the Federal Government using standard business functions rather
than an organizational view, the BRM promotes cross-government
collaboration. It enables business and IT leaders to discover opportunities for
cost savings and new business capabilities that help to achieve strategic
objectives. The BRM describes the “What we do” of the Federal enterprise
through the definition of outcome-oriented and measurable functions and
services.
While the BRM provides a standardized way of classifying government
functions, it is only a model; its true utility and value is realized when it is
applied and effectively used in business analysis, design and decision support
that help to improve the performance of an agency, bureau or program.
BRM is informed by the PRM and informs the other reference models. At the
high level, the BRM relationship and tie-in to the other reference models is
illustrated in the following table:
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
28
The BRM forms a key part in delivering expected outcomes and business
value to an organization. By using a standard taxonomy to classify functions,
investments, programs, services and other elements across the Federal
Government, the BRM is useful in identifying opportunities for cost
reduction, collaboration, shared services, and solution reuse in agency IT
portfolios and intra- and inter-agency collaboration.
Data Reference Model (DRM)
The DRM’s primary purpose is to promote the common identification, use,
and appropriate sharing of data/information across the federal
government. The DRM is a flexible and standards-based framework to
enable information sharing and reuse via the standard description and
discovery of common data and the promotion of uniform data management
practices. The DRM provides a standard means by which data may be
described, categorized, and shared, and it facilitates discovery and exchange
of core information across organizational boundaries.
As a reference model, the DRM is presented as an abstract framework from
which concrete implementations may be derived. The DRM’s abstract nature
will enable agencies to use multiple implementation approaches,
methodologies and technologies while remaining consistent with the
foundational principles of the DRM.
The DRM is closely linked with the other five reference models of the
Consolidated Reference Model Framework. At the high level, the DRM
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
29
relationship and tie-in to the other reference models is illustrated in the
following table:
The DRM provides guidance for agencies to leverage existing Data Assets
across the government. The DRM increases the Federal government’s agility
in drawing out the value of information as a strategic asset. This reference-
able, conceptual approach facilitates information sharing and reuse across
the Federal government.
Application Reference Model (ARM)
The purpose of the ARM is to provide the basis for categorizing applications
and their components. As agencies map their current and planned
Information Systems to the ARM categories, gaps and redundancies will
become evident, which will aid in identifying opportunities for sharing, reuse,
and consolidation or renegotiation of licenses. This information may be used
in conjunction with the other Reference Models to identify these
opportunities.
For the purposes of the CRM, Application is defined as: Software components
(including websites, databases, email, and other supporting software) resting
on Infrastructure that, when aggregated and managed, may be used to
create, use, share, and store data and information to enable support of a
business function.
The ARM is a categorization of different types of software, components and
interfaces. It categorizes software that supports or may be customized to
support business. It does not include operating systems or software that is
used to operate hardware (e.g. firmware) because these are contained in the
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
30
IRM. It also does not contain mission-specific categorizations for systems
because that information can be obtained from mappings to the BRM.
The ARM is closely linked with the other five reference models of the
Consolidated Reference Model Framework. At the high level, the ARM
relationship and tie-in to the other reference models is illustrated in the
following table:
Infrastructure Reference Model (IRM)
The IRM is the taxonomy based reference model for categorizing IT
infrastructure and the facilities and network that host the IT
infrastructure. The IRM supports definition of infrastructure technology
items and best practice guidance to promote positive outcomes across
technology implementations.
For the purposes of the CRM, Infrastructure is defined as: The generic
(underlying) platform consisting of hardware, software and delivery platform
upon which specific/customized capabilities (solutions, applications) may be
deployed.
The IRM implementation enables sharing and reuse of infrastructure to
reduce costs, increase interoperability across the government and its
partners, support efficient acquisition and deployment, and enable greater
access to information across enterprises.
In addition to providing a categorization schema for IT infrastructure assets,
the IRM enables analysis of IT infrastructure assets at a Department or
Agency level as well as at a Federal Government level. In the Federal
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
31
context, the IRM is adopted and used to conduct Government-wide analysis of
IT infrastructure assets and to identify consolidation initiatives. In the
Department or Agency context, the IRM is used to drive good IT
infrastructure asset management practices such as identifying end-of-life
assets before they affect the mission of an organization and to identify
opportunities for sharing and consolidating infrastructure.
The IRM is closely linked with the other five reference models of the
Consolidated Reference Model Framework (CRM). At the high level, the
IRM relationship and tie-in to the other reference models is illustrated in the
following table:
Security Reference Model (SRM)
Security is integral to all architectural domains and at all levels of an
organization. As a result, the SRM must be woven into all of the sub-
architectures of the overarching EA across all the other reference models and
it must be considered up and down the different levels of the
Enterprise. Enterprise Architecture Governance is the perfect place for
security standards, policies, and norms to be developed and followed, since it
is an enforcement point for Information Technology investments.
The SRM allows architects to classify or categorize security architecture at
all scope levels of the Federal Architecture: International, National, Federal,
Sector, Agency, Segment, System and Application. At the highest levels, the
SRM is used to transform federal laws, regulations, and publications into
specific policies. At the segment level, the SRM is used to transform
department specific policies into security controls and measurements. At the
system level, it is used to transform segment controls into system specific
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
32
designs or requirements. Each level of the SRM is critical to the overall
security posture and health of an organization and/or system.
The SRM helps business owners with risk-based decision-making to achieve
security objectives by understanding the purpose and impact of security
controls on business processes or IT systems.
Security integration across layers of the architecture is essential to ensure
the protection of information and IT assets. Security must start at the
business layer and work its way down to the application and infrastructure
layers.
At the high level, the SRM relationship and tie-in to the other reference
models is illustrated below:
Linking security and privacy to agency enterprise architecture, including
agency performance objectives, business processes, data flows, applications
and infrastructure technologies, ensures that each aspect of the business
receives appropriate security and privacy considerations. Additionally,
addressing security and privacy through enterprise architecture promotes
interoperability and aids in the standardization and consolidation of security
and privacy capabilities.
C.4 COMPONENTS OF AN IT SOLUTION
The Contractor shall provide Infrastructure and related services,
Applications and related services, and IT Management Services to support
agencies’ integrated IT solution requirements.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
33
In order to provide a common framework for defining and understanding the
components of an IT solution, this section will refer to terminology included
in the FEA and DoD IEA. Usage of this terminology or structure is not
required within individual Orders placed on this contract.
The Contractor shall promote IT solutions that support Federal government
operational requirements for standardized technology and application service
components. This shall facilitate integration requirements for broad Federal
IT and e-Gov initiatives, as well as promote the sharing, consolidation, and
“re-use” of business processes and systems across the Federal government.
The Contractor shall promote the use of open source solutions and open
technology development where practicable to enable this re-use.
Within each section below, an overview of the contract solution and service
offerings is provided, followed by work to be performed relative to Order
requirements. Components of an IT solution indicated in this Scope are not
meant to be all-inclusive, but rather general indications of the types of
services and goods within a given category. Other services and goods not
listed, which adhere to the definition for each section are also within scope.
C.4.1 Infrastructure
Infrastructure includes hardware, software, licensing, technical support, and
warranty services from third party sources, as well as technological
refreshment and enhancements for that hardware and software.
This section is aligned with the FEA/DoD IEA, which describes these
components using a vocabulary that is common throughout the entire Federal
government. Infrastructure includes complete life cycle support for all
hardware, software, and services represented above, including planning,
analysis, research and development, design, development, integration and
testing, implementation, operations and maintenance, information
assurance, and final disposition of these components. The services also
include administration and help desk functions necessary to support the IT
infrastructure. Infrastructure serves as the foundation and building blocks of
an integrated IT solution. It is the hardware, which supports Application
Services and IT Management Services; the software and services which
enable that hardware to function; and the hardware, software, and services
which allow for secure communication and interoperability between all
business and application service components.
Infrastructure services facilitate the development and maintenance of critical
IT infrastructures required to support Federal government business
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
34
operations. This section includes the technical framework components that
make up integrated IT solutions. One or any combination of these
components may be used to deliver IT solutions intended to perform a wide
array of functions which allow agencies to deliver services to their customers
(or users), whether internal or external, in an efficient and effective manner.
C.4.1.1 Service Access and Delivery
These components are responsible for facilitating the end-to-end collection
and distribution of data that is either entered or requested by a user. These
components include all functions necessary to communicate in a client-server
environment. Examples of these components include, but are not limited to:
Web browsers
Virtual Private Network (VPN)
Remote Authentication Dial-In User Service (RADIUS)
Peer-to-peer
Section 508 compliance
Hypertext Transfer Protocol (HTTP)
File Transfer Protocol (FTP)
Simple Mail Transfer Protocol (SMTP)
C.4.1.2 Service Platform and Infrastructure
These components include all functions necessary for processing and storing
data. These components provide and manage the resources available for
Application Services. Examples of these components include, but are not
limited to:
Desktops, laptops, servers, mainframes, routers, switches, and
printers.
Asynchronous Transfer Mode (ATM) and T1
Digital Subscriber Line (DSL), Ethernet, Windows/UNIX, Java/.NET
Web server/portal
Database, data storage, data warehouse
Software development tools
Testing, modeling, versioning, and configuration management.
C.4.1.3 Component Framework
These components consist of the design of application or system software that
incorporates interfaces for interacting with other programs and for future
flexibility and expandability. These components define higher level logical
functions to provide services in a way that is useful and meaningful to users
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
35
and other Application Services. Examples of these components include, but
are not limited to:
Digital certificates, biometrics;
Business logic: JavaScript, Visual Basic
Data interchange
Simple Object Access Protocol (SOAP)
Resource Description Framework (RDF)
Data management
Structured Query Language (SQL), Open DataBase Connectivity
(ODBC), and Online Analytical Processing (OLAP).
C.4.1.4 Service Interface and Integration
These components define the discovery, interaction and communication
technologies joining disparate systems and information providers.
Application Services leverage and incorporate these components to provide
interoperability and scalability. Examples of these components include, but
are not limited to:
Messaging-Oriented Middleware (MOM)
Object Request Broker (ORB)
Enterprise Application Integration (EAI)
Extensible Markup Language (XML)
Electronic Data Interchange (EDI)
Web Services Description Language (WSDL)
Universal Description, Discovery and Integration (UDDI)
C.4.2 Application Services
Application Services provide support for all applications and collaborative
service capabilities. These services include support for developing and
implementing enterprise and departmental-level applications. These
applications may be “cross-cutting” in nature, with inter-related service
processing components extending across/beyond the enterprise, or unique to a
particular agency/department’s mission requirements.
The Contractor shall promote, to the maximum extent practicable use of
commercially available technologies (e.g. Commercial Off-the-Shelf (COTS)
and non-developmental items) to support Federal government agencies’ IT
solution requirements. The Contractor shall provide competencies to employ
agencies’ enterprise architectures (EAs) as required by individual Orders, to
support IT solutions development and implementation and alignment with
the FEA.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
36
Application Services include complete life cycle support, including planning,
analysis, research and development, design, development, integration and
testing, implementation, operations and maintenance, information
assurance, and final disposition.
The Contractor shall provide Applications Services for systems required to
support unique agency and departmental-level mission requirements, as
specified in individual Orders. These services include support for existing
and/or new/emerging mission requirements.
The following represents either components of applications or capabilities,
which Application Services will support. Each particular area includes, but is
not limited to, support for the described functions.
C.4.2.1 Customer Services
Customer Relationship Management (CRM): All aspects of the CRM process,
including planning, scheduling, and control activities involved with service
delivery. The service components facilitate agencies’ requirements for
managing and coordinating customer interactions across multiple
communication channels and business lines.
Customer Preferences: Customizing customer preferences relative to interface
requirements and information delivery mechanisms (e.g., personalization,
subscriptions, alerts and notifications).
Customer Initiated Services: Initiating service requests and seeking
assistance from government agencies via online communication channels
(e.g., online help, tutorials, self-service, reservation/registration, multilingual
support, scheduling).
C.4.2.2 Process Automation
Tracking and Workflow: Automated routing, tracking, and management of
documents (e.g., process tracking, case management, and conflict resolution).
Routing and Scheduling: Automated distribution and scheduling activities
(e.g., inbound/outbound correspondence management).
C.4.2.3 Business Management
Process Management: Development and implementation of standard
methodologies and automated process management systems, to facilitate
agencies’ requirements for managing and monitoring activities surrounding
their core business operations (e.g., change management, configuration
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
37
management, requirements management, program/project management,
governance/policy management, quality management, risk management).
Organizational Management: Collaboration and communication activities
(e.g., workgroup/groupware, network management).
Investment Management: Selecting, managing, and evaluating agencies’
investments and capital asset portfolios (e.g., strategic
planning/management, portfolio management, performance management).
Supply Chain Management: All aspects of supply chain management, from
the initial sourcing phase through customer delivery (e.g., procurement,
sourcing management, inventory management, catalog management,
ordering/purchasing, invoice tracking, storefront/shopping cart, warehouse
management, returns management, logistics/transportation).
C.4.2.4 Digital Asset Services
Content Management: Content development, maintenance, updates, and
distribution (e.g., content authoring, content review/approval,
tagging/aggregation, content publishing/delivery, syndication management).
Document Management: Capturing, indexing, and maintaining documents
(e.g., document imaging, optical character recognition (OCR), document
revisions, library/storage, review/approval, document conversion,
indexing/classification).
Knowledge Management: Collecting and processing data from multiple
sources and generating information to support business requirements (e.g.,
information retrieval, information mapping/taxonomy, information sharing,
categorization, knowledge engineering, knowledge
capture/distribution/delivery, smart documents).
Records Management: Administration of official government records (record
linking/association, record storage/archival, document classification,
document retirement, digital rights management).
C.4.2.5 Business Analytical Services
Analysis and Statistics: Applying analysis and statistics to examine/resolve
business issues (e.g., mathematical, structural/thermal, radiological,
forensics).
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
38
Visualization: Transforming data into graphical or image form (e.g.,
graphing/charting, imagery, multimedia, mapping/geospatial/elevation/global
positioning systems (GPS), computer-aided design (CAD)).
Knowledge Discovery: Identifying and extracting information from multiple
data source containing files stored in various formats (e.g., data mining,
modeling, simulation).
Business Intelligence: Collecting information relevant to historical, existing,
or future business needs (e.g., demand forecasting/management, balanced
scorecard, decision support planning).
Reporting: Generating reports derived from single or multiple data sources
(e.g., ad hoc reporting, standardized/canned reporting, OLAP).
C.4.2.6 Back Office Services
Data Management: Creating, using, processing, and managing data resources
(e.g., data exchange, data mart, data warehouse, metadata management,
data cleansing, extraction and transformation, data recovery).
Human Resources: Recruitment, training, and management of government
personnel (e.g., recruiting, career development/retention, time reporting,
awards/benefit management, retirement management, education/training,
travel management).
Financial Management: Government financing and accounting activities (e.g.,
billing and accounting, credit/charge, expense management, payroll,
payment/settlement, debt collection, revenue management, internal controls,
auditing, activity based management, currency translation).
Asset/Material Management: Acquisition and management of Federal
government assets (property/asset management, asset
cataloging/identification, asset transfer/allocation/maintenance, facilities
management, computers/automation management).
Development and Integration: Development and integration of systems across
diverse operating platforms (e.g., legacy integration, enterprise application
integration, data integration, instrumentation/testing, software
development).
Human Capital/Workforce Management Development and Integration:
Planning and supervisory operations surrounding government personnel
(e.g., resource planning/allocation, skills management, workforce
directory/locator, team/organization management, contingent workforce
management).
C.4.2.7 Support Services
Security Management: Ensuring desired levels of protection for Federal
systems, data, and related assets are achieved (e.g.,
identification/authentication, access control, encryption, intrusion detection,
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
39
verification, digital signature, user management, role/privilege management,
audit trail capture/analysis).
Collaboration: Communications, messaging, information sharing, scheduling
and task management activities (e.g., email, threaded discussions, document
library, shared calendaring, task management).
Search: Searching, querying, and retrieving data from multiple sources (e.g.,
precision/recall ranking, classification, pattern matching)
Communications: Voice, data, and video communications in multiple formats
and protocols (e.g., real time chat, instant messaging, audio/video
conferencing, event/news management, community management support,
computer/telephony integration, voice communications).
Systems Management: All aspects of systems management (e.g., software
distribution/license management, configuration/installation, remote systems
control, enhancements/service updates, system resource monitoring, helpdesk
support/issue tracking).
Forms Management: Creating, managing, and processing online forms to
support business operations (e.g., forms creation, modification).
C.4.2.8 DoD IEA Mission Area Support
The Master Contract provides support for the DoD IEA reference models
relating DoD’s specialized mission, business, and program areas. Though the
DoD IEA is an emerging standard, policy and procedures have been
formalized for maintaining, evolving, and using the DoD IEA reference
models.
The DoIDEA reference models leverage existing DoD standards and reflect
the alignment with the FEA. The Master Contract includes IT support
services for DoD’s Global Information Grid (GIG) architecture, Business,
Warfighter, Intelligence, and Enterprise Information Environment (EIE)
mission areas.
C.4.3 IT Management Services
IT Management Services provide support for operations and IT resource
management requirements across the Federal government. These services
encompass support for all strategic planning, management, and control
functions integral to IT initiatives. The IT Management Services provide the
foundational support to effectively align IT requirements with Federal
government business operations.
IT Management Services provide support for all government lines of
business, functions, and service components that comprise the FEA PRM and
BRM.
IT Management Services shall enable the development and implementation
of enhanced governance capabilities, to efficiently and effectively support
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
40
government agencies’ mission requirements and service delivery operations.
The services include, but shall not be limited to, support for the following
functions:
C.4.3.1 Controls and Oversight
Development and implementation of management controls and systems
required by agencies to evaluate, manage, and monitor program performance
relative to IT initiatives (e.g., agency, program, and project-level performance
plans for IT initiatives; performance measures to support evaluation and
reporting requirements for IT initiatives in compliance with FEA/DoD IEA
PRM standards, etc.).
C.4.3.2 Risk Management and Mitigation
Identification of risk and preparation of risk management plans for IT
projects, initiatives, and ongoing operations. Contingency planning to ensure
continuity of IT operations and service recovery during emergency events
(e.g., risk assessments to determine contingency planning requirements for
IT operating environments; develop/maintain contingency, Continuity of
Operations (COOP), and disaster recovery plans for IT components,
develop/implement emergency preparedness systems).
C.4.3.3 Regulatory Development
Facilitate the development of IT policies, guidelines and standards to
facilitate implementation of Federal laws and regulations. The services
include support for development, implementation and maintenance of
systems to support agencies’ IT regulatory development, compliance, and
enforcement activities (e.g., monitoring/ inspection/auditing of IT regulated
activities to ensure compliance).
C.4.3.4 Planning and Resource Allocation
Facilitate the planning of IT investments, as well as determine and manage
managing overall IT resources to efficiently and effectively support agencies’
mission operations. This service area includes, but shall not be limited to
support for the following functions:
Budget Formulation/Execution: Facilitate the integration of budgets and
plans, at agency and departmental levels, to effectively link IT functions,
activities, and resources with mission objectives.
Capital Planning: Facilitate the selection, management, and evaluation of IT
investments relative to Federal government agencies’ overall capital asset
portfolios.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
41
Enterprise Architecture (EA): Development and use of EA work products to
manage current and future needs of Federal government business operations
(i.e., “baseline” and “target” architectures). The services include transition
planning and migration support for all EA components (e.g., business,
information, application, and technology architectures), to advance the
development and implementation of “core EA capabilities.” The services
shall provide support relative to Federal government mandates for
measuring and reporting on the completion and usage of EA programs, as
well as evaluating results for E-Gov alignment and implementation of
Federal lines of business and other cross-governmental initiatives (e.g.,
SmartBUY, IPv6, HSPD-12).
Strategic Planning: Facilitate the effective alignment of IT requirements/
Information Resource Management (IRM) plans with strategic business plans
and program initiatives.
Management Improvements: Development and implementation of improved
systems and business practices to optimize productivity and service delivery
operations (e.g., analysis, and implementation of improvements in the flow of
IT work and program processes and tool utilization, including business
system analysis, identification of requirements for streamlining, re-
engineering, or re-structuring internal systems/business processes for
improvement, determination of IT solution alternatives, benchmarking).
C.4.3.5 IT Security
Development and implementation of management, operational, and technical
security controls required by agencies to assure desired levels of protection
for IT systems and data are achieved (e.g., establishment of policy/procedures
in support of Federal IT security requirements, conduct risk assessments to
identify threats/vulnerabilities for existing/planned systems; support Federal
mandates for measuring and reporting compliance, perform certification and
accreditation (C&A) activities; provide training services to promote
awareness and knowledge of compliance responsibilities for Federal IT
security requirements).
C.4.3.6 System and Network Controls
Facilitate the planning, development, implementation, and management of
system and network control mechanisms to support communication and
automated needs. Facilitate the planning, organizing, coordinating, and
controlling of the arrangement of the elements of protection and monitoring
capabilities, and incident recovery actions of the information environment.
The process takes configuration orders; status reports; and operational and
functional performance requirements as inputs and provides performance
capabilities and service and infrastructure controls as outputs.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
42
System and network controls are controlled by environment standards such
as policy and operational guidance. The service control requirements enable
network controls and operational performance capabilities.
C.4.4 Cloud Computing
The following is an excerpt from the most recent NIST guidance:
Special Publication 800-146, Cloud Computing Synopsis and
Recommendations. The full document can be obtained: See Attachment J-8
Website References.
Cloud computing is a model for enabling convenient, on-demand network
access to a shared pool of configurable computing resources (e.g., networks,
servers, storage, applications, and services) that can be rapidly provisioned
and released with minimal management effort or service provider
interaction. This cloud model is composed of five essential characteristics,
three service models, and four deployment models.
Cloud Essential Characteristics
On-demand self-service: A consumer can unilaterally provision computing
capabilities, such as server time and network storage, as needed
automatically without requiring human interaction with each service’s
provider.
Broad network access: Capabilities are available over the network and
accessed through standard mechanisms that promote use by heterogeneous
thin or thick client platforms (e.g., mobile phones, tablets, laptops, and
workstations).
Resource pooling: The provider’s computing resources are pooled to serve
multiple consumers using a multi-tenant model, with different physical and
virtual resources dynamically assigned and reassigned according to consumer
demand. There is a sense of location independence in that the customer
generally has no control or knowledge over the exact location of the provided
resources but may be able to specify location at a higher level of abstraction
(e.g., country, state, or datacenter). Examples of resources include storage,
processing, memory, and network bandwidth.
Rapid elasticity: Capabilities can be rapidly and elastically provisioned, in
some cases automatically, to scale rapidly outward and inward
commensurate with demand. To the consumer, the capabilities available for
provisioning often appear to be unlimited and can be appropriated in any
quantity at any time.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
43
Measured Service: Cloud systems automatically control and optimize
resource use by leveraging a metering capability at some level of abstraction
appropriate to the type of service (e.g., storage, processing, bandwidth, and
active user accounts). Resource usage can be monitored, controlled, and
reported, providing transparency for both the provider and consumer of the
utilized service.
Cloud Service Models
Cloud Software as a Service (SaaS): The capability provided to the consumer
is to use the provider’s applications running on a cloud infrastructure. The
applications are accessible from various client devices through a thin client
interface such as a Web browser (e.g., Web-based email), or a program
interface. The consumer does not manage or control the underlying cloud
infrastructure including network, servers, operating systems, storage, or even
individual application capabilities, with the possible exception of limited
user-specific application configuration settings.
Cloud Platform as a Service (PaaS). The capability provided to the consumer
is to deploy onto the cloud infrastructure consumer-created or -acquired
applications created using programming languages and tools supported by
the provide. The consumer does not manage or control the underlying cloud
infrastructure including network, servers, operating systems, or storage, but
has control over the deployed applications and possibly application hosting
environment configurations.
Cloud Infrastructure as a Service (IaaS). The capability provided to the
consumer is to provision processing, storage, networks, and other
fundamental computing resources where the consumer is able to deploy and
run arbitrary software, which can include operating systems and
applications. The consumer does not manage or control the underlying cloud
infrastructure but has control over operating systems, storage, deployed
applications; and possibly limited control of select networking components
(e.g., host firewalls).
All currently emerging and future Cloud Computing as Service offerings,
such as “X” as a Service, are within the Scope.
C.4.5 Big Data & Big Data Analytics
NIST is currently in working groups concerning this subject and released a
preliminary definition during the October 2014 working Group
conference. The following is excerpt from that preliminary release.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
44
Big data consists of advanced techniques that harness independent resources
for building scalable data systems when the characteristics of the datasets
require new architectures for efficient storage, manipulation, and analysis.
Big data is where the data volume, acquisition velocity, or data
representation limits the ability to perform effective analysis using
traditional approaches or requires the use of significant horizontal scaling
(more nodes) for efficient processing.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
45
C.5 ANCILLARY SUPPORT: SERVICES, SUPPLIES AND
CONSTRUCTION
The Contractor may provide ancillary support as necessary to offer an
integrated IT services-based solution. The ancillary support described here
may only be included in a Task Order when it is integral to and necessary for
the IT services-based effort. Ancillary support may include, but is not limited
to, such things as: clerical support; data entry; subject matter expertise;
server racks, mounts, or similar items; and construction, alteration, and
repair to real property; and Telecommunications, Wireless, and Satellite
services and goods.
(i) The Ordering Contracting Officer (OCO) may allow, and the Contractor
may propose, a labor category or labor categories in support of ancillary
products and/or support services at the Task Order level not identified in the
Standard IT Service Labor Category (LCAT) list, provided that the
Contractor complies with all applicable contract clauses and labor laws,
including the Service Contract Labor Standards or the Wage Rate
Requirements (Construction) and Related Acts, if applicable. See Section B.7
and B.8 for additional contract requirements.
(ii) An OCO’s inclusion of new labor categories in support of ancillary
support services labor categories in a Task Order does not require PCO
approval.
C.6 CONTRACT SECURITY REQUIREMENTS
The Contractor shall abide by all contract cybersecurity requirements located
in Sections H.6, H.7, Attachment J-2, and related federal policy, and other
contract security requirements in Sections H.8 and H.9. These requirements
cover minimum-security standards for select Contractor systems, the
handling of Government sensitive data and information technology,
Contractor security clearances, and Homeland Security.
C.7 PERFORMANCE WORK STATEMENT (PWS)
C.7.1 Master Contract PWS
The GSA Alliant 2 GWAC is a results-oriented program seeking Outcome-
based performance from every Contractor under the Master Contract. It is a
standalone Performance-based Acquisition (PBA) requirement independent
from Task Order level PBAs that the issuing federal agency might require.
The PBA requirements of the Master Contract are designed to ensure that
the Contractor is given freedom to determine how to meet the Government's
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
46
performance Objectives at the appropriate performance quality levels. This
Master Contract PWS includes (1) Contractor Engagement, the most critical
PWS, described in Section H.19, J-5.A and (2) Small Business
Subcontracting, described in Section G.22.
All measurable performance standards in terms of quality, timeliness,
quantity, and the method of assessing Contractor performance against
performance standards for the Master Contract are established in Section J’s
Attachment J-5 Performance Requirements Summary (PRS). The PRS listings
of Performance Standards indicate the acceptable performance level required
by the Government to meet the key Master Contract deliverables. The
standards will be measured and structured to permit an assessment of the
Contractor’s performance whereby the results will also be written into the
Contractor Past Performance Assessment Reporting System (CPARS). The
Government will request the Contractor to develop a Quality Control Plan,
within the time specified in Section F.7, in response to a Government Quality
Assurance Surveillance Plan (QASP) that will be developed and implemented
by the GSA for the PRS Performance Standards after the Effective Date
during the first contract year of the Master Contract.
C.7.1.1 Master Contract PWS and Goals for Contractor Engagement
Critical Performance Requirements for Contractor Engagement are further
detailed in Section H.19 Contractor Engagement Requirements based upon
Task Order Participation and Production, and in Attachment J-5.A
Contractor Engagement Performance-based Evaluation Program.
The primary goals of Contractor Engagement program are (1) to provide
federal agencies with responsibly prepared Contractor Proposals/Quotes in
response to each Task Order Request for Proposal/Request for Quote
(RFP/RFQ) competitively issued under the Master Contract so to help provide
best-value solutions to federal agencies’ IT services requirements, and (2) to
promote, provide, and ensure that those federal agencies employing the
Alliant 2 GWAC are consistently receiving adequate and effective competition
in response to their RFPs/RFQs, which ultimately results in achieving these
end-goals: (a) economic efficiency/costs savings; (b) innovation of
transformational technologies; (c) improvements in the quality of services
rendered, and; (d) the opportunity for the Government to acquire
performance improvements. Achievement of these primary goals are reached
through a combination of two measurable Outcomes: (1) Submitting viable
Task Order Proposals (Participation) and (2) Winning Task Orders
(Production), which together help provides best-value IT services solutions to
the federal agencies.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
47
C.7.1.2 Master Contract PWS for Small Business Subcontracting
There will be substantial subcontracting opportunities for small business,
including veteran-owned small business, service-disabled veteran-owned
small business, HUBZone small business, small disadvantaged business, and
women-owned small business concerns. Therefore, meeting Small Business
Subcontracting Goals described in Section G.22 is applicable only to Other
than Small Business Concerns under the Master Contract. PWS
requirements are further detailed in Attachment J-5.B Small Business
Subcontracting Performance-based Evaluation Program.
C.7.2 Task Order PWS
For Task Orders issued under the Master Contract, it is the requiring federal
agency OCO that develops and executes their own PWS and PBA methods
independent of the Master Contract PWS and PBA requirements. The OCO
may use PBA methods to the maximum extent practicable using the following
order of precedence: (1) Firm-Fixed-Price Performance-Based Task Orders (2)
Performance-Based Task Orders that are not Firm-Fixed-Priced.
C.8 INNOVATIVE SOLUTIONS
The Contractor should approach agency Task Order requirements with
technical proposals offering the most innovative solutions possible leveraging
the flexibility provided by FEA encompassed in the scope of this Master
Contract. The choice to align scope with FEA allows for a “Greenfield
Approach” to the adoption of new technologies and innovative solution
approaches in both technology and acquisition as they emerge to meet the
rapidly changing and demanding dynamic IT services requirements of the
federal Government today and in the future.
The Government strongly encourages the Contractor to also continuously
prospect for and establish specialized subcontracting relationships and
partnerships, especially with innovative small businesses, to further leverage
commercially driven emerging and leading edge technologies in support of
providing the needed innovation in solving the federal Government's IT
services procurement requirements.
C.9 SERVICES NOT IN SCOPE
The Contractor shall not accept or perform work for a Task Order having the
PRIMARY purpose of:
1. An ancillary support service, see Section C.5.
2. A requirement that primarily uses employees not employed in a bona
fide executive, administrative, or professional capacity as defined in 29
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
48
CFR Part 541 and/or employees primarily employed as labor or
mechanics as defined in FAR Subpart 22.401.
3. Inherently Governmental Functions as defined in FAR Subpart
2.101(b).
4. Personal Services as defined in FAR Subpart 2.101(b).
5. Architect & Engineering (A&E) Services as defined in FAR Subpart
2.101(b) and subject to the Brooks Architect-Engineers Act (40 U.S.C.
1102).
6. Armed Guards or,
7. Hazmat Abatement.
C.10 SCOPE REFERENCES AND RESOURCES
The following resources are offered in support of the overall concept and
scope of the Master Contract:
FEA Reference Model: See Attachment J-8 Website References.
DoD IEA Reference Model: See Attachment J-8 Website References.
FPDS PSC Manual: See Attachment J-8 Website References.
DoL BLS SOCs: See Attachment J-8 Website References.
The Occupational Information Network (O*NET) System (see
Attachment J-8 Website References) - is a comprehensive database of
occupational competency profiles. The O*NET system is based on the
Standard Occupational Classification (SOC) system and also provides
information on additional detailed occupations within a SOC category
in selected instances.
Definition of Information Technology (IT)
- Federal Acquisition Regulations (FAR) Information Technology
is defined in FAR Subpart 2.101(b). See Attachment J-8 Website
References.
- Clinger-Cohen Act: See Attachment J-8 Website References.
(END OF SECTION C)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION D - PACKAGING AND MARKING
Alliant 2 GWAC Unrestricted Master Contract
49
SECTION D - PACKAGING AND MARKING
D.1 PRESERVATION, PACKAGING, PACKING, AND
MARKING
Unless otherwise specified, all items shall be preserved, packaged, and
packed in accordance with normal commercial practices, as defined in the
applicable commodity specification. Packaging and packing shall comply with
the requirements of the Uniform Freight Classification and the National
Motor Freight Classification (issue in effect at time of shipment) and each
shipping container or each item in a shipment shall be of uniform size and
content, except for residual quantities. Where special or unusual packing is
specified in an order, but not specifically provided for by the contract, such
packing details must be the subject of an agreement independently arrived at
between the ordering agency and the contractor.
D.2 PACKING LIST
A packing list or other suitable shipping document shall accompany each
shipment and shall indicate:
(a) Name and address of the consignor
(b) Name and complete address of the consignee
(c) Government order or requisition number
(d) Government bill of lading number covering the shipment (if any)
(e) Description of the material shipped, including item number, quantity,
number of containers, package number (if any), and weight of each
package
D.3 UNCLASSIFIED AND CLASSIFIED MARKING
Unclassified data shall be prepared for shipment in accordance with
requirements set forth in the Order, or if none is specified, pursuant to
industry standards.
Classified reports, data, and documentation shall be prepared for shipment in
accordance with requirements set forth in the Order, or if none is specified,
pursuant to the National Industrial Security Program Operating Manual
(NISPOM), DOD 5220.22-M.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION D - PACKAGING AND MARKING
Alliant 2 GWAC Unrestricted Master Contract
50
D.4 SOFTWARE AND MAGNETIC MEDIA MARKINGS
Packages containing software or other magnetic media shall be marked in
accordance with requirements set forth in the Order, or if none is specified,
shall be marked on external containers with a notice reading substantially as
follows: “CAUTION: SOFTWARE/MAGNETIC MEDIA ENCLOSED. DO
NOT EXPOSE TO HEAT OR MAGNETIC FIELDS”.
(END OF SECTION D)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION E INSPECTION AND ACCEPTANCE
Alliant 2 GWAC Unrestricted Master Contract
51
SECTION E - INSPECTION AND ACCEPTANCE
E.1 FAR 52.252-2 CLAUSES INCORPORATED BY
REFERENCE (FEB 1998)
The 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 online. See Attachment J-8 Website
References.
The following clauses apply to the Master Contract (MC) and all others in the
below matrix may apply at the Task Order level, as applicable, depending
upon the contract type of the Task Order, or as specifically referenced in the
applicable Task Order:
CLAUSE #
CLAUSE TITLE
DATE
FP
COST
TM
MC
52.246-2
INSPECTION OF SUPPLIESFIXED
PRICE
AUG 1996
X
X
52.246-2
ALTERNATE I
JUL 1985
X
52.246-2
ALTERNATE II
JUL 1985
X
52.246-3
INSPECTION OF SUPPLIESCOST
REIMBURSEMENT
MAY
2001
X
52.246-4
INSPECTION OF SERVICESFIXED
PRICE
AUG 1996
X
X
52.246-5
INSPECTION OF SERVICES COST
REIMBURSEMENT
APR 1984
X
52.246-6
INSPECTIONTIME-AND-MATERIAL
AND LABOR-HOUR
MAY
2001
X
52.246-7
INSPECTION OF RESEARCH AND
DEVELOPMENTFIXED PRICE
AUG 1996
X
52.246-8
INSPECTION OF RESEARCH AND
DEVELOPMENTCOST
REIMBURSEMENT
MAY
2001
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION E INSPECTION AND ACCEPTANCE
Alliant 2 GWAC Unrestricted Master Contract
52
CLAUSE #
CLAUSE TITLE
DATE
FP
COST
TM
MC
52.246-8
ALTERNATE I
APR 1984
X
52.246-9
INSPECTION OF RESEARCH AND
DEVELOPMENT (SHORT FORM)
APR 1984
X
X
52.246-11*
HIGHER-LEVEL CONTRACT QUALITY
REQUIREMENT
FEB 1999
X
X
X
X
52.246-15
CERTIFICATE OF CONFORMANCE
APR 1984
X
X
X
52.246-16
RESPONSIBILITY FOR SUPPLIES
APR 1984
X
(Note: Provision numbers followed by an asterisk (*) require fill-ins by the OCO if
determined applicable and incorporated into the Order.)
<End of Clause>
E.2 CONTRACTING OFFICER REPRESENTATIVE
Designated CORs shall participate in the administration of the Task Orders
issued under this contract by evaluating contractor performance, inspecting
and accepting services for the Government, and providing a report of
inspection as well as contractor performance assessments to the Contracting
Officer. This designation does not include authority to direct and/or authorize
the contractor to make changes in the scope or terms and conditions of the
Task Order without written approval of the Contracting Officer. The
contractor shall be notified in writing by the Contracting Officer of the name,
duties, and limitations of the CORs by means of the COR Designation Letter.
Task Order Contracting Officers should provide their agency specify
Inspection and Acceptance and Quality Assurance requirements within their
Task Orders.
E.3 INSPECTION AND ACCEPTANCE
The following section applies to Contractor obligations at the Master
Contract level.
Inspection of the deliverables provided hereunder shall be made by the GSA
GWAC Contracting Officer's Representative (COR) or any Inspectors
designated by the Contracting Officer. The place of inspection for reports
required under this contract shall be at the addresses for deliverables set
forth in Section F. Final acceptance of deliverables shall be made by the GSA
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION E INSPECTION AND ACCEPTANCE
Alliant 2 GWAC Unrestricted Master Contract
53
GWAC COR designated in the contract.
E.3.1 General Acceptance Criteria
General quality measures, as set forth below, will be applied to each work
product received from the contractor under this statement of work.
Accuracy - Work Products shall be accurate in presentation, technical
content, and adherence to accepted elements of style.
Clarity - Work Products shall be clear and concise. Any/All diagrams
shall be easy to understand and be relevant to the supporting
narrative.
Consistency to Requirements - All work products must satisfy the
requirements of this contract.
File Editing - All text and diagrammatic files shall be editable by the
Government.
Format - Work Products shall be submitted in hard copy (where
applicable) and in media mutually agreed upon prior to submission,
unless otherwise specified herein. Hard copy formats shall follow any
specified Directives or Manuals.
Timeliness - Work Products shall be submitted on or before the due
date specified herein or submitted in accordance with a later scheduled
date determined by the Government.
E.4 MASTER CONTRACT QUALITY ASSURANCE
The GSA GWAC COR over the Master Contract or designated
inspector/Quality Assurance Evaluator (QAE) will review, for completeness,
preliminary or draft deliverables that the Contractor submits, and may
return it to the Contractor for correction. Absence of any comments by the
GSA GWAC COR will not relieve the Contractor of the responsibility for
complying with the requirements of the Master Contract.
(END OF SECTION E)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
54
SECTION F - DELIVERIES OR PERFORMANCE
F.1 FAR 52.252-2 CLAUSES INCORPORATED BY
REFERENCE (FEB 1998)
The following clauses shall apply unless otherwise designated at the Task
Order level. 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 online. See Attachment J-8
Website References.
The following clauses apply to the Master Contract (“IND DEL”) and all
others in the below matrix may apply at the Task Order level, as applicable,
depending upon the contract type of the Task Order, or as specifically
referenced in the applicable Task Order:
CLAUSE #
CLAUSE TITLE
DATE
FP
COST
TM
MC
52.211-8*
TIME OF DELIVERY
JUN 1997
X
X
X
X
52.211-8*
ALTERNATE I
APR 1984
X
X
X
X
52.211-8*
ALTERNATE II
APR 1984
X
X
X
X
52.211-8*
ALTERNATE III
APR 1984
X
X
X
X
52.211-9*
DESIRED AND REQUIRED
TIME OF DELIVERY
JUN 1997
X
X
X
X
52.211-9*
ALTERNATE I
APR 1984
X
X
X
X
52.211-9*
ALTERNATE II
APR 1984
X
X
X
X
52.211-9*
ALTERNATE III
APR 1984
X
X
X
X
52.211-11*
LIQUIDATED DAMAGES
SUPPLIES, SERVICES OR
RESEARCH AND
DEVELOPMENT
SEP 2000
X
52.242-15
STOP-WORK ORDER
AUG 1989
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
55
CLAUSE #
CLAUSE TITLE
DATE
FP
COST
TM
MC
52.242-15
ALTERNATE I
APR 1984
X
52.242-17
GOVERNMENT DELAY OF
WORK
APR 1984
X
52.247-34
F.O.B. DESTINATION
NOV 1991
X
X
52.247-35
F.O.B. DESTINATION WITHIN
CONSIGNEE’S PREMISES
APR 1984
X
X
(Note: Provision numbers followed by an asterisk (*) require fill-ins by the OCO if
determined applicable and incorporated into the Order.)
F.2 MASTER CONTRACT ORDERING PERIOD
The ordering period of this contract is from ________________________ (To Be
Determined) through ________________________ (To Be Determined),
inclusive of all options, if exercised.
The contract ordering period begins on the Master Contract’s Effective
Date, also referred to by the GSA GWAC Program as the Notice-to-proceed
date, and continues through the five-year base period plus the single five-
year Option period, which may extend the cumulative term of the contract to
a maximum of 10 years in accordance with FAR 52.217-9, Option to Extend
the Term of the Contact, if exercised. The Contractor’s pricing submitted for
Contract Year One will coincide with the Notice-to-Proceed, Effective Date.
After the Master Contract ordering period expires, the Master Contract will
remain an active contract until the final Task Order performance is
completed and shall govern the terms and conditions with respect to active
Task Orders to the same extent as if it were completed during the Master
Contract ordering period. Therefore, the Task Order can extend beyond the
expiration of the Master Contract and the terms and conditions of the Master
Contract will still remain in effect pursuant to Section I.8 FAR 52.216-22
Indefinite Quantity, which states, “The contract shall govern the Contractor’s
and Government’s rights and obligations with respect to that order to the
same extent as if the order were completed during the contract’s effective
period; provided, that the Contractor shall not be required to make any
deliveries under this contract after 60 months following the expiration of the
base contract ordering period.” Additionally, all awarded Task Order’s terms
and conditions, including exercising Options, remain in effect up to 60
months beyond the expiration of the Master Contract.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
56
Under the condition that the Option period is not exercised or is terminated
or cancelled prior to the end of the Option five-year period, any open Task
Orders’ terms will be unaffected; however, the Ordering Period for new Task
Order awards will be reduced ending on the date of the Master
Contract's base term completion resulting from an unexercised Option, or
ending on the date of the Option termination/cancellation.
F.3 TASK ORDER PERIOD OF PERFORMANCE
The period of performance for each Order placed under the Master Contract
shall be specified in the individual Order.
All the following conditions apply:
1)
Under no circumstances may a Task Order be placed under the Master
Contract if the Master Contract has expired, or has been terminated or
cancelled by the Government;
2) No Task Orders may exceed ten (10) years, inclusive of Options, from
the date that the Order is placed;
3) No Task Orders may extend more than five (5) years after the
expiration date of the Master Contract.
4) Task Order Options, if included at initial issuance of the Order, may be
exercised after the expiration date of the Master Contract; and
5) Notwithstanding anything to the contrary above, a multi-year Task
Order placed under the Master Contract must be consistent with FAR
Subpart 17.1 and any applicable funding restrictions.
F.3.1 Master Contract and Task Order Period of Performance And
Period of Ordering
As an example, illustrated are two sample Task Orders under a Master
Contract with varying Task Order award dates and expirations dates, which
depicts the Master Contract ordering periods with the non-ordering expired /
active period. Additionally, sample Task Order # 2 indicates than an option
may also be exercised at any time during the Master Contract’s expired
period with the condition that the Task Order option expires at or before the
end of the Master Contract expired/active period:
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
57
BASE
ORDERING
PERIOD
OPTION
ORDERING
PERIOD
ORDERING PERIOD
PERFORMANCE PERIOD
MASTER
CONTRACT
Base Term
Years 1 to 5
Option Term
Years 6 to 10
Expired
and Active
Years 11 to 15
TASK ORDER #1
(5-year base,
5-year option)
TO Base Term
Year 3 Award
TO Option Term
Year 13 Expiration
TASK ORDER #2
(5-year base,
2-year option)
TO Base Term
Year 8 Award
TO Option Term
Year 15
Expiration
F.4 TASK ORDER TRANSITION PLANS
At the end of the period of performance, the incumbent Contractor shall
transition activities to the incoming Contractor with minimal disruption of
services to the government. The Contractor shall maintain sufficient
qualified staff to meet all requirements of this effort. The OCO may request
from the Contractor a written phase-out transition plan.
F.5 PLACE OF PERFORMANCE
The services to be provided under the Master Contract shall be accomplished
at the locations identified in the Task Order and may include locations in the
Contiguous United States (CONUS) and Outside the CONUS (OCONUS).
The place of performance and/or delivery requirements will be specified in
each individual Order.
ALLIANT 2 GWAC ACTIVE YEARS
5 Years
10 Years
15 years
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
58
F.6 PERFORMANCE STANDARDS UNDER THE ALLIANT 2
MASTER CONTRACT
The Alliant 2 GWAC is a performance based contract with measurable
standards in terms of quality and timeliness of deliverables and compliances
in accordance with Section F.7 Deliverables, and Attachment J-5 Performance
Requirements Summary.
Cost type Task Orders: Adequate Cost Accounting Systems are mandatory for
performing Cost Type Task Orders under the Alliant 2 GWAC. The
Contractor shall comply with all required Cost Accounting Standards unless
covered by exemption under 48 CR 9903.201-1 and 48 CFR 9903.201-2.
F.7 PERFORMANCE AND DELIVERABLES
F.7.1 Performance-based Acquisition Deliverables
This Master Contract is a Performance-based Acquisition (PBA), independent
from any Task Order PBA requirements. PBA is a results-oriented
contracting method that focuses on the outputs, quality, and outcomes for
certain deliverables detailed in Sections G.23, H.19 and Attachments
in J-5.
These measurable performance standards and requirements, Contractor
Engagement and Small Business Subcontracting, determine the Contractor’s
overall level of success with the GSA GWAC Program.
F.7.2 Non-Performance-based Acquisition Deliverables
The following table contains deliverables required under the Master
Contract. Individual Task Orders may have additional deliverables specified
by the issuing agency. The Government does not waive its right to request
deliverables under the Master Contract, even if such requirements are not
specifically listed in this table. Compliance to the following deliverables may
be rated annually in the Master Contract’s CPARS.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
59
SECTION F.7-TABLE OF DELIVERIES OR PERFORMANCE
ID
RFP SECTION/
TITLE
DELIVERABLE
FREQUENCY
DELIVER TO
1
C.7.1
Master Contract PWS
Quality Control
Plan
Due within sixty (60)
calendar days after date of
the government issued
QASP.
Alliant2@gsa.gov
2
G.8
CONTRACTOR
PROGRAM
MANAGER AND
CONTRACTS
MANAGER FOR THE
GWAC MASTER
CONTRACT
Identify the
Program/
Contract
Managers
including
replacements
Within thirty (30) calendar
days after the Notice to
Proceed and/or within thirty
(30) calendar days of any
vacancy.
Alliant2@gsa.gov
and Government
Designated System
3
G.10
CONTRACTOR WEB
PAGE
Contractor
webpage
including updates
Within thirty (30) calendar
days after the Notice to
Proceed and/or within thirty
(30) calendar days of a GSA
signed/approved document.
Contractor
Webpage
4
G.12
STANDARD IT
SERVICE LABOR
CATEGORY CROSS-
WALK MATRIX
Initial submission
of IT LCAT Matrix
including updates
Within thirty (30) calendar
days after the Notice to
Proceed and/or within thirty
(30) calendar days of update
request by GSA.
Alliant2@gsa.gov
5
G.13.1
Mandatory Contractor
Meetings and
Conferences
Exceptions to
meeting attendance.
Within five (5) calendar days
prior to the PMR provide
written request.
Alliant2@gsa.gov
6
G.14.1
Electronic
Communications
Shared contractor
GWAC electronic
mailbox
Within five (5) calendar days
after the Notice to Proceed.
Alliant2@gsa.gov
7
G.19.1
Master Contract
Performance
Assessments
Provide comments
to the Master
Contract
performance
assessments.
Within 14 calendar days
from the date of notification
of availability of the past
performance evaluation.
CPARS
8
G.20.1
GWAC Data Calls
1. Proposal
Engagement
2. Task Order
Protest.
Responses due within
ten (10) calendar days after
a GSA request for the
proposal engagement.
Notifications due within
ten (10) calendar days
Protest lodged.
Alliant2@gsa.gov
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
60
ID
RFP SECTION/
TITLE
DELIVERABLE
FREQUENCY
DELIVER TO
9
G.20.2
GWAC Transactional
Data
1. Invoice
2. Zero Invoice
3. No Transactional
Data
4. Correction to data
(applicable to all
Invoices)
Due by the 30th calendar
day after the month in
which the invoice(s) were
either remitted or paid by
the agency client.
● (applicable to Zero
Invoices)
Due by 30th calendar day
after the month in which
there is no invoice issued
for Order(s).
● (applicable to No
Transactional Data)
Due by 30th calendar day
after the month in
which Contractor has no
Order activity.
Correction to data due
within five (5) calendar
days of the GSA request
for correction
Government
Designated System
10
G.21
GWAC CONTRACT
ACCESS FEE (CAF)
AND FEE
REMITTANCE
CAF payments due
to GSA/GWAC
CAF paid within the month
that invoices are reported in
the TDR.
Pay.gov via the
Government
Designated System
11
G.22.2
Subcontracting
Reports
1. ISR
2. SSR
ISR
Period 10/0103/31 Due
04/30
Period 04/0109/30 Due
10/30
SSR
Period 10/0109/30 Due
10/30
e-SRS system
12
G.24.4
Notice Required for
Ownership Changes
and Change of Name
Agreements
Notification to GSA
GWAC and provide
a copy of the
Novation or any
other agreement
that changes the
status of the
Contractor
Within 30 calendar days of
the DCAA/DCMA or
Cognizant Contracting
Officer (CCO) signed
Ownership/Name Change
Modification.
Alliant2@gsa.gov
and Government
Designated System
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
61
ID
RFP SECTION/
TITLE
DELIVERABLE
FREQUENCY
DELIVER TO
13
G.25
ENVIRONMENTAL
OBJECTIVES AND
REQUIREMENTS
1. 1
nd
Deliverable
2. 2
nd
Deliverable
3. 3
rd
Deliverable
4. 4
th
Deliverable
5. Reporting
progress
towards
meeting the
GHG
reduction
target(s)
1st Deliverable Within
12 Months from the Notice
to Proceed.
2nd Deliverable -
Within 12 months after
initially filed Disclosures.
3rd Deliverable - Within
24 months after initially
filed Disclosures.
4th Deliverable - Within
36 months after initially
filed Disclosures.
Within the 4
th
Deliverable, report annually
on the Master Contract
anniversary date, the
progress towards meeting
the GHG reduction target(s).
Online and
notification to
Alliant2@gsa.gov
14
G.26.1
Expired Task Order
Verification/Validation
Verify/validate all
data elements are
correct
Within 6 months after Task
Order period of performance
end date.
Government
Designated System
15
G.27
MASTER CONTRACT
CLOSEOUT
Corrections
requested to the
government
designated system
data.
Responses are due within
ten (10) calendar days of the
requested information.
Government
Designated System
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
62
F.8 TASK ORDER NOTICE TO THE GOVERNMENT OF
DELAYS
(a) In the event the Contractor encounters difficulty in meeting
performance requirements, or when it anticipates difficulty in
complying with the contract delivery schedule or any date, or whenever
the Contractor has knowledge that any actual or potential situation is
delaying or threatens to delay the timely performance of this contract,
the Contractor shall immediately notify the Contracting Officer and
the Contracting Officer’s Representative, in writing, giving pertinent
details, provided 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 date or of any rights or
remedies provided by law or under this contract.
(b) If the Contractor fails to respond in a timely manner to any portion of
this contract, delay will be attributed to the Contractor. Although the
period of performance may change due to the delay, the price may be
subject to a downward adjustment.
(c) If the Government delays performance of this contract, the period of
performance and/or price may be revised upon mutual agreement
between the Government and the Contractor.
(END OF SECTION F)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
63
SECTION G - CONTRACT ADMINISTRATION
DATA
G.1 GENERAL
This section provides contract administration requirements for the GSA
GWAC, and where applicable, for each Task Order placed under this Master
Contract. Additional contract administration requirements, not related to the
Master Contract, may be specified in each Task Order.
G.2 AUTHORIZED AGENCIES AND DELEGATION OF
PROCUREMENT AUTHORITY
G.2.1 Authorized Agencies
The Master Contract is available for use by all Federal agencies and other
entities as listed in U.S. General Services Administration (GSA) Order ADM
4800.2H, Eligibility to use GSA Sources and Supply; as amended (see
Attachment J-8 Website References).
JUNE 30, 2016 STATUTORY UPDATE: The GSA Order, OGP 4800.2I
Eligibility to Use GSA Sources of Supply and Services, has been
updated, signed, and posted to the GSA Directives Library. The impetus
for issuance of this revised Order is the recent amendment to 48 U.S.C. §
1469e to, in relevant part, include the Commonwealth of Puerto Rico as
an eligible user of GSA’s supply sources. The amendment was part of the
Puerto Rico Oversight, Management, and Economic Stability Act
(PROMESA), which was signed into law on June 30, 2016. The
Commonwealth of Puerto Rico has access to the Agency’s sources of
supply and services.
G.2.2 Delegation of Procurement Authority
Federal buyers who wish to use the GSA GWAC must receive and will benefit
from GSA GWAC contract overview training leading to a written Delegation
of Procurement Authority (“DPA” or “delegation”). A written DPA authorizes
warranted contracting officers to become Ordering Contracting Officers
(OCOs), and is required prior to awarding and administering Orders.
The OCO training and written delegation requirements are beneficial
because DPAs provide a clearly structured understanding of roles and
responsibilities between the Master Contract Contracting Officer(s) and
OCOs, resulting in a positive take away for all stakeholders. The training
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
64
and DPA arise out of GSA’s obligations to the Office of Management and
Budget, are consistent with Section 865 of the Duncan Hunter National
Defense Authorization Act of 2009, P.L. 110-417 (“DHNDAA” or “NDAA
2009”) and are in-line with the related recommendation of the Acquisition
Advisory Panel/SARA Panel (authorized by Section 1423 of the Services
Acquisition Reform Act of 2003).
While delegation can only be granted to warranted Contracting Officers, all
individuals (i.e., project managers, program officials, etc.) involved with a
Task Order are encouraged to participate in the training.
No work may be performed, no debt or obligation accrued and no payment
may be made except as authorized by a bona-fide written order signed by an
OCO having a written GSA GWAC DPA.
G.3 AGENCY OMBUDSMAN
In accordance with FAR 16.505 (a)(10) no protest under $10,000,000 is
authorized in connection with the issuance or proposed issuance of an order
under a Task-Order Contract or Delivery-Order Contract, except for a protest
on the grounds that the Task Order increases the scope, period of
performance, or maximum value of the Master Contract.
GSA Personnel Only: Subject to GSAR 552.216-74, GSA designates an
Ombudsman to this Master Contract. For the purposes of the Master
Contract, the primary duties of the GSA Ombudsman, as it concerns GSA
GWACS, is to review complaints from Contractors and ensure that they are
afforded a fair opportunity for consideration in the award of Task Orders
consistent with the procedures of the Master Contract. The Ombudsman is a
senior GSA official who is independent of the GSA GWAC PCO, GSA GWAC
ACO, or OCO.
The GSA Ombudsman is:
Task and Delivery Order Ombudsman
Office of the Chief Acquisition Officer
U.S. General Services Administration
1800 F Street, N.W.
Washington, DC 20405
Email: GSAIndustrySupport@gsa.gov
Direct Acquisition Servicing/Requesting Agency Clients
The Agency Ordering Contracting Officer (OCO) utilizing the GSA GWACs
must identify their own Order-specific Agency Ombudsman that will respond
to the Contractors’ complaints related to Fair Opportunity issues. The
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
65
Agency Ombudsman will coordinate with their respective OCO to provide
timely response to fair opportunity complaints.
G.4 ROLES AND RESPONSIBILITIES
This section describes the roles and responsibilities of Government personnel
after the Master Contract is awarded. The Government may modify the roles
and responsibilities at any time during the period of performance of the
Master Contract.
G.4.1 GWAC Procuring Contracting Officer (PCO)
The GSA GWAC PCO is the sole and exclusive government official with
actual authority to award the Master Contract. After award of the Master
Contract, the GSA GWAC PCO may delegate any or all of the contract
administration functions, described in FAR 42.302, to a GSA GWAC ACO
and a GSA GWAC COR to assist in the technical monitoring or
administration of a contract.
In the event that the designated GSA GWAC PCO is unavailable to sign a
contract action, GSA reserves the right to authorize another warranted GSA
Contracting Officer to execute official contracting documents on their behalf.
The GSA GWAC PCO/ACO will also act in the capacity of the Assessing
Official in the Contractor Performance Assessment Reporting System
(CPARS) who is responsible for evaluating Contractor performance and for
validating the proposed ratings and remarks entered by the Assessing
Official Representative(s). Assessing Officials have “signature” authority and
are allowed to forward assessments to the Contractor Representative for
review and comment.
G.4.2 GSA GWAC Contracting Administrative Contracting Officer
(ACO)
Duties of the GSA GWAC Administrative Contracting Officer are pursuant to
42.302 (exclusive of FAR 42.302(b)) and as outlined in the designation letter
issued by the GSA GWAC PCO.
Responsibilities not specifically delegated to the GSA GWAC ACOs by the
GSA GWAC PCO shall be reserved for the GSA GWAC PCO.
G.4.3 GSA GWAC Program Manager
The Government has appointed a GSA GWAC Program Manager (PM) who
will perform various programmatic functions for the overall success of the
GSA GWAC Program. The GSA GWAC PM has no actual, apparent or
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
66
implied authority to bind the Government for any government funding, acts
or omissions.
The role of the GSA GWAC PM is to represent programmatic interests during
the period of performance of the Master Contract. The GSA GWAC PM is
responsible for strategic planning that leads to the continuous effort of
exploring new “value add” offerings through the Master Contract and to
facilitate the process of acquiring competitive complex integrated IT solutions
for agency customers as easy as possible. This is done by assessing the
Information Technology (IT) market, working closely with federal agencies
and gaining insight on customer needs and buying trends, and by also
working closely with industry to stay abreast of innovation in the IT service
space.
The GSA GWAC Program Manager will be involved in many of the below
activities, but not limited to:
Speak at various federal IT acquisition events providing the public
insight and awareness of the GSA GWAC Program & Master Contract.
Coordinate and moderate the Program Management Review (PMR),
and Co-chair Shared Interest Group (SIG) meetings with industry.
Provide group presentations to Contractor outreach team members,
Marketing, Capture Managers. and Contractors’ teaming partners, as
requested.
Provide mentoring/guidance to Contractors on how to successfully
market the GSA GWACs.
Review and assess Contractor marketing and outreach efforts.
Coordinate and conduct customer visits including viable leads provided
by the Contractors.
Collect and disseminate Contractor feedback on GSA GWAC Program
process improvements, government system enhancements/upgrades,
and technical refreshments.
Address and work with poor performing Contractors, including those
Contractors not meeting the Contractor performance metrics identified
in Section H.
The GSA GWAC Program Manager does not address or resolve any issues
concerning contractual legal matters. The Contractor shall address Task
Order matters directly with the Task Order OCO and address Master
Contract matters directly with the GSA GWAC PCO/ACO.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
67
G.4.4 GSA GWAC Contracting Officer’s Representative (COR)
The GSA GWAC COR supports the GSA GWAC PCO/ACO in the general
management of the program. The GSA GWAC Program Manager serves as
the GSA GWAC COR, unless redesignated by the GSA GWAC PCO.
The GSA GWAC COR is responsible, in a limited capacity, for the oversight
of the Contractor’s activity on the Master Contract monitoring their technical
progress, including assessing performance and recommending to the GSA
GWAC PCO changes in requirements; interpreting the scope of work and any
other technical performance requirements; performing technical evaluation
as required; performing technical inspections and acceptances required by
this Master Contract; and, assisting in the resolution of technical problems
encountered during performance.
A letter of designation issued to the GSA GWAC COR, a copy of which is sent
to the Contractor, states his/her responsibilities and limitations. The GSA
GWAC COR’s authority does not include the ability to authorize work not
already in the contract or to modify the terms and conditions of the contract.
The GSA GWAC COR is responsible for the receipt and acceptance of the
GSA GWAC payment and reporting system (Government Designated System)
deliverables and reports and assists in the performance of the Master
Contract past performance assessments. The GSA GWAC COR’s
responsibilities will include, but are not limited to the following:
Compile, review, and assess data produced by the designated GSA
GWAC Quality Assurance Evaluators.
Act as the primary point of contact and logging of technical issues
within GSA system issues, i.e., e-Library, e-Buy, Government
Designated Systems.
Ensure overall accuracy of the transactional data and issue Correction
Notices to the Contractor, whenever applicable.
Maintain inventory of all new IT Service LCAT requests and updates
to the IT Service Labor Category (LCAT) Matrix.
Approve Contractor press releases and marketing brochures
concerning the Master Contract.
Act as the primary point of contact and logging of technical issues
within GSA system issues, i.e., e-Library, e-Buy, Government
Designated Systems.
Assist in the identification and collection of any Overdue Contract
Access Fee.
Confirm that all Task Orders/Modifications are captured and invoices
reconciled per Contract Year.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
68
Act in the capacity of the Assessing Official Representative for the
CPARS with the authority to initiate and update assessments, but
does not have the authority to send the assessment to the Contractor
Representative or to finalize an assessment.
Other duties as indicated in the GSA GWAC PCO’s COR Designation
Letter (letter copied to Contractor).
All other contract administration functions not listed and specifically
delegated above remain the responsibility of the GSA GWAC PCO/ACO. The
Government may unilaterally change its GSA GWAC COR designation.
G.4.5 GSA GWAC Quality Assurance Evaluators
GSA GWAC Quality Assurance Evaluators (QAE) are subject matter experts
(SMEs), identified by the GWAC COR, responsible for Contractor
communication and training, and provide quality assurance reviews of, but
not limited to, the following:
1) Government designated system Training and Problem Resolution
2) Data Calls and Overall Transactional Data Quality Reviews
3) CAF Reconciliation
4) Sustainability Disclosure Reviews
The GSA GWAC COR may identify one or more government and/or
Contractor support personnel to serve as GSA GWAC QAEs to ensure the
effective management of the GSA GWAC Program.
G.5 DIRECT ACQUISITION AND ASSISTED ACQUISITION
For purposes of this contract, Direct Acquisition is defined as whenever an
outside agency, other than GSA, places a Task Order against the GSA
GWAC. Whenever GSA conducts an acquisition on behalf of another agency,
or within GSA, using the GSA GWAC, this is termed Assisted Acquisition.
G.6 TASK ORDER ORDERING CONTRACTING OFFICER
(OCO)
As described in Section G.2, only an authorized user, who is a delegated
OCO, may place and administer a Task Order under the Master Contract. A
list of all delegated Ordering Contracting Officers will be provided to the GSA
GWAC Contractors.
The OCO for each Task Order is the sole and exclusive government official
with actual authority to take actions, which may bind the Government for
that Task Order.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
69
As a GSA GWAC delegated OCO, they are responsible for complying with all
FAR-based rules when competing, awarding and administering Task
Orders. The following list of duties (not all inclusive) represent key areas of
OCO responsibility.
Ensuring subcontracting efforts on Task Orders pursuant to the
incorporated Master Contract Individual Subcontracting Plan;
Addressing environmental objectives within Task Orders, if applicable;
Monitoring, evaluating and reporting Task Order Contractor
Performance;
Responding to Freedom of Information Act (FOIA) requests for Task
Orders;
Approving Press Releases on Task Order Awards whenever requested
by their Contractors;
Task Order Closeout in accordance with FAR 4.804-5.
G.7 TASK ORDER CONTRACTING OFFICER’S
REPRESENTATIVE (COR)
The OCO may designate a Contracting Officer’s Representative (COR) or
Contracting Officer’s Technical Representative (COTR) to perform specific
administrative or technical functions for their specific Task Orders.
The specific rights and responsibilities of the COR or COTR for each Task
Order shall be described in writing, which upon request, shall be provided to
the Contractor. A COR/COTR has no actual, apparent, or implied authority to
bind the Government.
G.8 CONTRACTOR PROGRAM MANAGER AND CONTRACTS
MANAGER FOR THE GWAC MASTER CONTRACT
The Master Contract-level program management support costs, to include the
Contractor’s Program Manager and the Contracts Manager, encompass
support for Master Contract-level management, reporting requirements (See
Section F, Performance and Deliverables) and related travel and meeting
attendance costs associated with the Contractor’s program management staff.
As a result, these program management support indirect costs shall be
charged in accordance with disclosed practices, and shall not be proposed as
separate labor categories on any Task Order. The Master Contract-level
“program management” support costs are differentiated from individual Task
Order “Task Order Manager” or “Project Manager” support costs, which are
to specifically support project management for individual Task Orders.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
70
The Contractor’s corporate management structure shall guarantee senior,
high-level, program management of the Alliant 2 GWAC Program. The
Contractor shall assign committed Program Manager and Contracts Manager
to represent the Contractor as the primary points-of-contact to resolve
program, contractual, and technical issues, perform administrative duties,
and other functions that may arise relating to the Master Contract and Task
Orders solicited and issued under the Master Contract. The Program
Manager and Contracts Manager shall be direct employees of the company.
Program Manager: The Contractor’s Program Manager duties include, but
are not limited to:
Representing the Contractor as point-of-contact for the PCO to help
resolve issues and perform other functions that may arise relating to
the contract and Task Orders under the contract.
Advising and assisting agency customers regarding the technical scope
of the Master Contract and the overall attributes of the GSA GWAC.
Promoting the GSA GWAC to the Federal Government through
participation in trade shows, conferences, and other meetings where
Federal Government has a significant presence.
Promoting Contractor identity as GSA GWAC contract holder by using
the GSA logo in advertising, placing these identifiers in printed and in
on-line communications; displaying GSA GWAC promotional placards;
and, disseminating GSA GWAC marketing materials.
Educating and training Contractor staff to ensure that they are able to
effectively communicate with existing and potential customers
regarding the technical scope, the value, and the benefits of the GSA
GWAC.
Providing all reporting information required under the contract
accurately and in a timely manner;
Attending meetings and conferences, as required.
Serving as the primary focal point within the Contractor’s organization
on all matters pertaining to this contract.
The current Contractor Program Manager on this contract is listed on
the Contractor’s GSA GWAC web page.
Contracts Manager: The Contractor’s Contracts Manager shall represent
the Contractor as a point-of-contact for the GSA GWAC ACO to help resolve
contractual issues and perform other functions that may arise relating to the
Master Contract and Task Orders under the Master Contract. The
Contractor’s Contracts Manager serves as the person binding the Contractor
to the Master Contract and is authorized to sign modifications issued under
the Master Contract. The Contracts Manager serves as the contract expert in
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
71
federal acquisition regulations, and is proficient in the closeout process for all
contract types.
The Contracts Manager duties include, but are not limited to:
Providing all reporting information required under the Master
Contract accurately, thoroughly and timely;
Resolving contractual issues related to Task Order performance under
the Master Contract;
Ensuring Timely Task Order closeouts; and,
Attending meetings and conferences as required or necessary.
The Contractor shall ensure that the GSA GWAC ACO has current points-of-
contact information for the Contractor’s Program Manager and the Contracts
Manager. All costs associated with the key personnel shall be at no direct cost
to the Government. For purposes of the GSA GWAC Program support, either
the Program Manager or Contracts Manager shall be available for
communication and meetings based on Pacific Time.
Names, email addresses, and telephone numbers of the Contractor’s Program
Manager and Contracts Manager and any replacement to the Contractor’s
Program Manager and Contracts Manager shall be emailed to the GSA
GWAC’s ACO at
Alliant2@gsa.gov within the date specified in Section F.7.
Replacements to the Contractor’s Program Manager and Contracts Manager
shall be emailed to the Alliant2@gsa.gov within the date specified in Section
F.7.
G.9 ELECTRONIC ACCESS TO CONTRACT
The Government intends to post a conformed version of the Master Contract
on its GSA GWAC web page along with fully burdened Contractor and
Government site labor rates proposed by all awardees for time-and-materials
and labor-hour Task Orders. The GSA GWAC web page will be available to
the general public.
G.10 CONTRACTOR WEB PAGE
The Contractor shall develop and maintain a current publicly available web
page accessible via the Internet throughout the period of performance of the
Master Contract. The web page link shall be prominently displayed on the
Contractor’s main government business home page and shall be updated
periodically. A link to the Master Contract shall be placed under their site
map that will direct users to the page containing their Government contracts.
The purpose of the web page is for the Contractor to communicate with
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
72
potential customers regarding the Contractor’s ability to provide world-class
professional IT Services under the Master Contract.
This web page must conform to the relevant accessibility standards
referenced in Section 508 of the Rehabilitation Act (29 U.S.C. 794d), as
amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7,
1998, Section 1194.22, Web-based Intranet and Internet Information and
Applications.
The Contractor shall provide the GWAC ACO with the web address within
the date specified in Section F.7. The Contractor shall ensure all information
provided on their web page is updated continually until Master Contract
expiration. At a minimum, the web page must include the following items:
Conformed contract (SF-33) and all modifications (SF-30) issued within
the date specified in Section F.7 in PDF (redacted if and when
appropriate);
Contractor GWAC Contract Number, DUNS number, CAGE Code;
Parent Company DUNS number, CAGE Code, if applicable;
A statement similar to "CONTRACT INSURANCE meets threshold
stated in FAR Subpart 28.307-2 LIABILITY, and expires on (insert
date of expiration noted on certificate)."
CMMI Maturity Level (Development and/or Services), ISO and
ISO/IEC Levels, if any;
Sustainability Disclosures, if any;
Contractor developed marketing materials and approved Press
Releases, required only for matters of the Master Contract. (Not
required for Task Order awards.);
Contact information of the Contractor’s Program Manager;
Link to the GSA GWAC Alliant 2.
(Recommended if CAS approved) Include the DCAA/DCMA or CFA
point of contact.
Contractors shall review annually their points of contact are current and
accurate in the Contractor’s web page. If the Contractor has updated the link
of their GWAC Vehicle web page, the new link shall be forwarded to the
The Prime Contractor shall not permit or approve the marketing and
advertisement of its Alliant 2 Task Orders on their subcontractor webpages
that purports to, has the appearance of, or misrepresents itself to be a GWAC
approved teaming partner/subcontractor, since subcontractor approval is not
performed by the GWAC Contracting Officer (refer to Section G.23).
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
73
Subcontractor information may reside on the Prime Contractor’s Alliant
webpage.
G.11 INSURANCE
The Contractor shall maintain the minimum insurance coverage delineated
within Federal Acquisition Regulation (FAR) Subpart 28.3 for the full
duration of the Master Contract and each applicable Task Order that extends
beyond the expiration date of the Master Contract. The Contractor shall
notify the GSA GWAC Contracting Officer and designated OCO for affected
Task Orders, in writing, if there are any changes in the status of their
insurance coverage and provide the reasons for the change. Allowable costs as
per FAR Subsection 31.205-19 shall be recovered through work at the Task
Order level, with no obligation of payment at the Master Contract
level. Contractors that do not to win a single Task Order award shall not be
compensated at the Master Contract level beyond the value specified for the
minimum guarantee.
The OCO may request a copy of the insurance directly with the
Contractor and/or require additional insurance coverage or higher limits
specific to a Task Order awarded under the Master Contract. If the Task
Order does not specify any insurance coverage amounts, the minimum
insurance requirements in FAR Subpart 28.307-2 LIABILITY shall apply to
the Task Order. Additionally, pursuant to FAR 52.228-7(a)(1), the
Contracting Officer may require other insurance, which includes the Task
Order Contracting Officer.
G.11.1 Defense Base Act Insurance (DBAI)
Pursuant to FAR 28.305, DBAI coverage provides workers’ compensation
benefits (medical, disability, death) in the event of a work-related injury or
illness that occurs outside the United States.
The Government requires that employees hired by Contractors and
subcontractors who work inter https://max.gov/ https://max.gov/
https://max.gov/ https://max.gov/ https://max.gov/ https://max.gov/ nationally
be protected by the DBAI coverage, regardless of their assignment and/or
location unless a waiver has been obtained by the U.S. Department of Labor.
DBAI shall be at no direct cost to the GWAC Program; however, if required
and approved by an OCO under an individual Task Order, DBAI may be
charged as a direct cost to the government.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
74
G.12 STANDARD IT SERVICE LABOR CATEGORY CROSS-
WALK MATRIX
The Standard IT Service LCAT Cross-walk Matrix is a cross reference library
of Standard IT Service LCATs that will help the GWAC Program and
Contractors correlate to their commercial or corporate IT labor titles and
descriptions to those used by the Department of Labor Standard
Occupational Classification (DOL SOC) and those currently adopted as
Standard IT Service LCATs on the Master Contract (see Attachment J-3
Labor Category Descriptions and BLS Service Occupational Classifications).
The information contained within the Standard IT Service LCATs Cross-walk
Matrix may be shared on the GSA GWAC Webpage.
Due to varied commercial labor titles across all Contractors, the Standard IT
Service LCAT Cross-walk Matrix will help to prevent inadvertent inclusion of
new IT Service LCATs, containing similar functional scope descriptions or
alias’ references in the DOL/SOC that may generally conform to the Master
Contract Standard IT Service LCATs. If one or more of the Contractors
cannot agree to the proposed IT Service LCAT matching to the DOL/SOC or
the Master Contract, the proposed IT Service LCAT determination will be
unilaterally made by the GSA GWAC Program to classify the proposed IT
Service LCAT to the DOL SOC and the Master Contract.
The Contractor shall provide a completed Standard IT Service LCAT Cross-
walk Matrix, via a GSA GWAC Program approved file format, that maps to
the Contractor’s internal corporate specific IT Service LCATs to the list of
Standard IT Service LCATs defined in Attachment J-3 Labor Category
Descriptions and BLS Service Occupational Classifications. The Contractor
shall match their Corporate Labor Titles to all the Standard IT Service
LCATs defined to the GSA GWAC. This completed mapping file shall be
emailed to the GSA GWAC Program at Alliant2@gsa.gov and is required by
the date specified in Section F.7. The content requested includes but not
limited to:
Department of Labor Standard Occupational Classification
GSA GWAC Standard IT Service LCAT Title
Equivalent Corporate IT Service LCAT Title
Equivalent Corporate IT Service LCAT Functional Description
From time to time and as innovative emerging technologies are developed,
the GSA GWAC Program will request updates to the Standard IT Service
LCAT Cross-walk Matrix to conform with the introduction of any new
Standard IT Service LCATs. These periodic updates will be requested by the
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
75
GSA GWAC Contracting Officer and updates will be required by the date
specified in Section F.7
G.13 MEETINGS AND CONFERENCES
From time to time the Government may require attendance at Government
conferences and meetings at no additional cost to the Government.
G.13.1 Post-Award Conference
The Contractor shall participate in a mandatory post-award conference after
the Notice to Proceed that will be held at a time and place to be determined
by the GSA GWAC PCO (FAR 42.503-1).
The purpose of the post award conference is to aid both the Contractor and
the Government in achieving a clear and mutual understanding of all
contract requirements in the Master Contract and identify and resolve
potential issues (See FAR Subpart 42.5 Post award Orientation).
The GSA GWAC Government Program Manager will act as Chairperson with
the GSA GWAC PCO as Co-chairperson at the conference.
G.13.2 Meetings and Conferences
The GSA GWAC Program conducts and sponsors several meetings and
conferences each year in support of the Aliant 2 GWAC Program. Some are
contractually required and others are optional to the contractor.
G.13.2.1 Mandatory Contractor Meetings and Conferences
The GSA GWAC Program may conduct a maximum of four (4) mandatory
Program Management Review (PMR) meetings per year held at a
Government or commercial facility at a location that might require overnight
travel to attend. A PMR may alternatively be conducted via a virtual webinar
when resources for facilitates or travel are not available to the Government.
Historically, the GSA GWAC Program has held an average of two onsite
PMRs per year.
The PMR meetings when combined with Outreach Events will be about a 2-
day event. The GSA GWAC PMR meetings provide a platform for
Contractors, GWAC Division personnel, GSA Assisted Acquisition Services
(AAS) personnel, and other GSA & non-GSA agency representatives to
communicate current issues, resolve potential problems, discuss business and
marketing opportunities, review future and ongoing GSA and government-
wide initiatives, speak to Contract Administration matters, and address
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
76
Master Contract fundamentals. To ensure accurate attendance at the
mandatory PMRs, registration of Contractor personnel is required.
Contractor Participants: The Contractor participants at the PMR meetings
shall include a minimum of one key Contractor management personnel
representative. The maximum available number of Contractor participants
who may attend above one key representative will not be known until a
facility for the PMR is chosen by the Government. The Contractor will be
notified by an email announcement on the number of allowable participants,
the meeting/conference location and other logistical details for each upcoming
PMR at least two to three weeks prior to the scheduled event.
Third party commercial business consultants/subcontractors may not
represent the Alliant 2 GWAC Contractor's Management Personnel at any
PMR meetings. Additionally, the Contractor is not permitted to add or
substitute their Management Personnel with another company’s
representatives who are not a GSA GWAC contract holder. Any exceptions to
this attendance restriction must be submitted in writing to the date specified
in Section F.7 prior to the event itself and will be considered by either the
GSA GWAC PCO/ACO/COR.
Government Participants and Government Sponsored Participants: The
Government participants may include the GSA GWAC Program Manager,
GSA GWAC PCO/ACO/COR among other Government representatives.
Additionally, by invitation of the GSA GWAC Program Manager, the
meetings may include guest speakers, panelists, and other invited
participants from both Government and Industry to supplement the
discussion topics at the PMR events.
G.13.2.2 Optional Contractor Meetings and Conferences
The GSA GWAC Program does sponsor other meetings that are optional for
the Contractor to attend. Additionally, other federal agencies and industry
organizations provide opportunities for relevant training, outreach and
networking to the Contractor. These optional types of meetings are not a
requirement of the Master Contract; however, may provide a benefit to the
Contractor should they choose to participate. An example of some of the
events that may be available to the Contractor are the following:
1. GSA GWAC SIG Events & Alliant Lunch and Learn Events
Shared Interest Group (SIG) Conference Calls and Lunch & Learn
Sessions designed for the exchange of information among contract
holders and the GSA GWAC Program. Participation in these
conference calls will ensure that Contractors are kept abreast of
ongoing GWAC Program and Contractor community activities, and
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
77
participants are encouraged to assist in the development of strategies
around market outreach, education, communication, and other topics
relevant to the GSA GWAC Program.
2. Customer Agency Outreach Events
Customer Agency Outreach is a platform for Contractors and
Government to collaborate on IT and acquisition issues and may
involve GSA GWAC customers.
3. Office of Small Business Utilization (OSBU) Matchmaking Events
GSA OSBU Small Business Matchmaking Events offer potential
small businesses to network with GSA GWAC Contractors for the
purposes of facilitating teaming and mentoring.
G.14 ELECTRONIC GOVERNMENT ORDERING SYSTEM
Pursuant to Federal Acquisition Regulation (FAR) 16.505(b) the Government
will afford fair opportunity for Task Order award to all Contractors in the
Alliant 2 award pool. The preferred system for posting GSA GWAC
opportunities is the GSA eBuy system (See Attachment J-8 Website
References). To establish full inclusion in the fair opportunity process, each
Contractor is responsible for registering and maintaining an account in:
1) eBuy - Available to all federal agencies.
eBuy is an electronic Request for Proposal/Request for Quote (RFP/RFQ)
system designed to allow all government buyers to request information,
find sources, and prepare and post RFPs/RFQs online for IT services
offered through the GSA Technology Contracts.
GSA Assisted Acquisition Service OCOs using the GSA IT Solutions Shop
can utilize the eBuy Connect feature, which will enable the posting of
GWAC requirements into the GSA eBuy system. The actual receipt of
proposals may occur outside of the eBuy system, as directed in the Task
Order Request.
2) Other Channels Providing Fair OpportunityTask Ordering
agencies may use other methods to provide for fair opportunity including,
agency ordering systems, direct contact through published email
addresses, etc. The ordering agency must ensure all GSA GWAC
Contractors are registered and listed whenever using other channels of
communication.
Contractors shall ensure their points of contact are current and accurate in
the above Government systems. The OCO may directly contact the GWAC
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
78
Program, at All[email protected], whenever the Contractor’s email address is
returned as UNDELIVERABLE.
G.14.1 Electronic Communications
The Contractor shall establish a shared GSA GWAC electronic mailbox for
receipt of communications from the GSA GWAC Program that is distinct and
separate from an individual’s email address. The electronic mailbox name
must include “Alliant2@”, e.g. Alliant2@xyzcorp.com. The only characters
prior to the “@” shall be “Alliant2”. The shared Contractor email address is
due to the GWAC Program by the date specified in Section F.7.
The shared Contractor’s GSA GWAC email address will reduce the need to
update government systems due to Contractor’s personnel replacement
changes throughout the term of the Master Contract.
G.15 GSA CLIENT AGENCY TASK ORDER ORDERING
PROCEDURES
Only the delegated OCO may issue Task Orders to the Contractor, providing
specific authorization or direction to perform work within the scope of the
contract as specified in Section C, Statement of Work. The focus of this
contract is to provide to government agencies a mechanism for streamlined
ordering of IT solutions and services at fair and reasonable prices.
Unless specifically authorized by the OCO, the Contractor shall not
commence work until a fully executed Task Order has been awarded.
Contractors should avoid unauthorized commitments as ratification is highly
discouraged and never assured.
The following information is provided to the Contractor for their awareness
and is specified in the agency ordering guide outside of this Master Contract:
G.15.1 Ordering Regulations
Ordering regulations are those delineated in Federal Acquisition Regulation
(FAR) 16.505. Additional contractual requirements are as follows:
(a) The principle purpose of any GSA GWAC Task Order must be for IT
Services and may not exclusively be for product/commodity
purchases. The Contractor shall not accept Delivery Orders that are
exclusively for Products/Commodities.
(b) Task Orders (including a Task Order’s sub-tasks) under the Simplified
Acquisition Threshold (SAT) should not to be placed on this Master
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
79
Contract unless there are legitimate reasons to do so, such as for a short
Extension of Services.
(c) Task Orders issued under the Master Contracts are annotated as
Delivery Orders in the FPDS. Exercise of Task Order option(s) or sub
task(s) shall be performed by modification to the subject Order. If OCO’s
require the issuance of subordinate Orders due to system limitations (i.e.,
annual options, funding, etc.), each subordinate Orders shall identify/link
to the initial Task Order award and FPDS annotated.
(d) The Contractor responding to Cost Reimbursement types of Task Orders
shall provide status of whether they have or do not have an
Adequate/Approved Cost Accounting System (CAS), and if the Contractor
has a CAS, include the DCAA and DCMA point of contact. Evidence of an
Adequate/Approved CAS should be provided to the OCO as part of their
Task Order proposal submission. Otherwise, the Contractor must have
their CAS deemed as Adequate/Approved by DCAA/DCMA or a CFA at
time of Task Order award.
(e) The Contractor shall ensure the DUNS/CAGE number assigned to the
covered Master Contract shall be consistent for Orders issued under the
Master Contract.
G.16 FAIR OPPORTUNITY
OCOs are required to follow the Fair Opportunity procedures specified in
FAR 16.505(b)(1) and the exceptions to Fair Opportunity in FAR 16.505(b)(2).
Use of Exception (d) “...to satisfy a minimum guarantee” requires approval by
the Master Contract PCO.
Task Orders resulting from an exception to fair opportunity will be reviewed
by the PCO/ACO for possible gaps in the information technology or lack of
capacity within the pool of awarded contractors that might inhibit adequate
competition for similar requirements in the future. Based on any identifiable
IT gaps found by the Government, an Open Season might be necessary to
introduce new IT contractors to the GWAC pool if in the best interest of the
Government.
G.17 ORDER INFORMATION
Orders shall include, but not be limited, to the following:
(a) Date of Order;
(b) Contract Number and Order Number;
(c) Order Type;
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
80
(d) Contract Line Item Numbers; Travel (if any), Materials (if any);
Contract Access Fee (CAF); Fixed Price, Ceiling Price, or Estimated
Costs and Fee;
(e) Statement of Work, Statement of Objectives, or Performance Work
Statement;
(f) Delivery and/or performance schedule, including Options (if any);
(g) Place of delivery and/or performance (including consignee);
(h) Any packaging, packing, and shipping instructions;
(i) Accounting and appropriation data; and
(j) Method of payment and payment office.
G.18 INVOICE SUBMISSION AND REPORTING
APPLICABLE TO TASK ORDERS
The Contractor shall accept payment of agency invoices via EFT. The Task
Ordering Agency is responsible for payment of all invoices to the Contractor.
Invoice submission information will be contained in each individual awarded
Task Order. The payment office designated in the individually awarded Task
Order document will make payment of those invoices to the Contractor. The
GWAC Program is never responsible for payment of Task Order Invoices.
Bills for final payment for last performance month must be identified and
submitted when tasks have been completed and no further charges are to be
incurred, excluding rate adjustments. The final payment for last performance
month must be submitted to the ordering agency within 6 months of Task
Order completion.
If indirect rate adjustments, e.g., resulting from incurred costs audits, are
completed and/or received after the Master Contract closeout date, no
additional CAF adjustments shall be reported or applied to the Task
Order(s).
If during any respective month(s), the Contractor doesn't report a Paid
Invoice on an active Task Order, the Contractor must report a Zero invoice
for that Task Order so GSA will know there will be no CAF expected for the
month.
G.19 CONTRACTOR PERFORMANCE ASSESSMENT
REPORTING SYSTEM (CPARS)
Past performance information is relevant for future Task Order and Contract
source selection purposes. It includes, but is not limited to, the Contractor’s
record of conforming to contract requirements and to standards of good
workmanship; the Contractor’s adherence to contract schedules, including the
administrative aspects of performance; the Contractor’s history of reasonable
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
81
and cooperative behavior and commitment to customer satisfaction; and
generally, the Contractor’s business-like concern for the interests of the
customer.
Contractors may review and respond to Master Contract and Task Order
performance assessments via the CPARS (see J-8 Attachment Website
References) or other systems designated by the Ordering Contracting
Officer. Past performance evaluations pertaining to the Master Contract and
Orders under the Master Contract will reside in the Past Performance
Information Retrieval System (see Attachment J-8 Website References). The
PPIRS functions as the central warehouse for performance assessment
reports received from various Federal performance information collection
systems.
G.19.1 Master Contract Performance Assessments
The GSA GWAC ACO will conduct annual interim performance assessment
within the Master Contract Base and Option Periods, and a final
performance assessment as part of the Master Contract closeout process.
Performance assessments for the GSA Master Contract are limited to the
evaluation of GWAC Performance Based Acquisition (PBA) requirements,
including Contractor Engagement and Small Business Subcontracting. Other
elements of CPARS evaluation the Government may include in a Master
Contract CPARS are the Contractor's compliance to administrative
requirements noted throughout Sections G, H, and J Attachments, e.g., timely
CAF submissions, timely reporting of awarded Task Orders and
Modifications, correctly reporting transactional data, updating company
websites, PMR attendance. CPARS elements such as Cost Control, Quality of
services delivered,
and Small Business Subcontracting efforts are typically
evaluated by the Task Order issuing agency in a separate CPARS (See
G.19.2).
In accordance with FAR 42.15 Past Performance Information, Contractor
shall submit comments, rebutting statements, or additional information
within the date specified in Section F.7, from the date of notification of
availability of the past performance evaluation. Copies of the evaluations,
Contractor responses, and review comments, if any, will be retained as part
of the contract file, and may be used to support future award decisions.
Contractors shall review annually their points of contact are current and
accurate in the CPARS.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
82
G.19.2 Task Order Performance Assessments
The Government will conduct past performance assessments on Contractors
for Task Orders meeting the agencies’ IT project threshold for required
assessment. Interim performance evaluations should be conducted as
prescribed by the Task Order issuing Agency’s procedures on any Task Order
with a period of performance exceeding one year. In the event that an OCO
does not perform an assessment for a qualified Task Order that requires an
assessment every 12 months, the Contractor should request the OCO for an
assessment, or notify the GSA GWAC Program for further assistance. As a
Best Practice, the performing Prime Contractor may voluntarily provide to
the OCO an objective quality write-up to include, at a minimum, scope of
work performed, and timeliness and quality of deliverable and services.
The OCO is aware that the Contractors’ awarded DUNS/CAGE is available
on the GSA GWAC webpage (www.gsa.gov/alliant2) and should be used when
performing their assessment of the Alliant 2 GWAC contractors.
G.20 REPORTING
At pre-determined milestones and at special events in the course of fulfilling
an awarded Task Order, the Contractor must submit to the GSA detailed
reports covering many aspects of their activities
G.20.1 GWAC Data Calls
Contractors shall respond to the following data calls and provide to the
GWAC Program, by the date specified in Section F.7.
1) Task Order Request Participation - Monthly the GSA GWAC Program will
pull data for Awarded Orders, including Protested Orders that may not be
reported in the government designated system, and Contractors shall
confirm which Task Order solicitation resulted in them submitting a
proposal. Additionally, Contractors shall provide Participation
information for awarded Task Orders not listed in the review month,
when applicable.
2) Protests issued under an Awarded Order - The Contractor who filed the
Task Order protest shall email Alliant2@gsa.gov of its filing of the Order
protest. The Contractor who was protested by another contractor under
the Master Contract does not need to notify the GSA for this data call.
This data will be used to determine recurring issues leading to Protest
that can be addressed during OCO training programs. This will result in
providing guidance to federal agency customers on procurement best
practices. The protest information to be provided includes:
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
83
Protest Lodged Date
Solicitation/RFP Number
GAO Protest Docket Number (if available)
Agency Contracting Officer
Agency Contracting Officer Email
3) Other Data as Requested by the GSA GWAC Program
G.20.2 GWAC Transactional Data
The Contractor shall register in the government designated system in order
to report transactional data. A prerequisite to registering in the government
designated system is the Contractor must already be registered in the System
for Award Management (SAM). See Attachment J-8 Website References.
The Contractor shall provide the transactional data, outlined in Attachment
J-6, electronically via the government designated system. The Contractor
must adhere to the instruction and definitions for each reported data element
as stated within the government designated system web page. The
Government intends to collect the transactional data hourly labor rates and
post to the Prices Paid portal to be made available to Ordering Contracting
Officers and agency program staff via a separate secured Government portal.
The reporting of data is required for the following items, within the date
specified in Section F.7:
Invoices
Zero Invoice (if a Task Order is cited)
No Transactional Data (if there are no Task Orders)
The Contractor shall convert all currency to U.S. dollars using the “Treasury
Reporting Rates of Exchange,” issued by the U.S. Department of Treasury,
Financial Management Service.
Data Quality is of great importance to the GWAC Program, therefore the
Quality Assurance Evaluators may request from the Contractors corrections
to the government designated system data, if applicable. Contractors shall
correct the government designated system data within the date specified in
Section F.7.
G.20.2.1 Change of GSA Business System(s) during Term of the
Master Contract
The Government may decide to change their business system(s), whether it is
a significant upgrade or a complete replacement of GSA’s current business
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
84
system after the date of Master Contract award. Should the Government
effect a change, develop or purchase a new system(s) it will be incorporated
into GSA as the required system(s) for reporting transactional data and shall
be adopted by the Contractor. The Contractor will be notified with a no-cost
unilateral Modification to the Master Contract in the event of any
upgrade/replacement of the business system.
G.21 GWAC CONTRACT ACCESS FEE (CAF) AND FEE
REMITTANCE
(a) The CAF is charged against all Task Orders and applied to the total
invoice amount for Contractor performance. Total award value is
inclusive of labor, fees (including award fees and incentive pools), and
ODCs (including travel).
(b) The standard formula is:
Total CAF = Total Invoice Amount * CAF Percentage.
(c) Contractors shall invoice the Government for the full CAF on reported
invoices.
(d) CAF payments are due to GSA/GWAC on or before date specified in
Section F.7 for all reported invoices from the Government in the
previous month.
(e) CAF payments are to be remitted via the government designated
system using Pay.gov secure electronic system. Payments can be made
directly from Contractor’s business bank account. Contractors shall
contact their financial institution/bank to establish an account
authorizing Automated Clearing House (ACH) Direct Debit payments
to Pay.gov via government designated system. If for reasons outside of
human control, e.g., Act of God, where you are not able to remit the
CAF via the government designated system using Pay.Gov, you must
request written permission from GSA to pay CAF outside the
government designated system. This written permission must be
remitted to and approved by the GWAC Program Office.
(f) CAF payment shall not be combined with another GWAC, Schedule, or
any other GSA Contract.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
85
G.22 INDIVIDUAL SMALL BUSINESS SUBCONTRACTING
PLAN
The US General Services Administration, and Other Federal Agencies given
the GWAC Delegation of Procurement Authority, are committed to ensuring
maximum practicable opportunity is provided to small business concerns to
participate in the performance of this contract consistent with its efficient
performance. GSA expects any individual small business subcontracting plan
submitted pursuant to FAR Clause 52.219-9, Small Business Subcontracting
Plan, to reflect this commitment. Consequently, an offeror, other than a
small business concern, before being awarded a contract exceeding $700,000,
shall demonstrate that its subcontracting plan represents a creative and
innovative program for involving small, HUBZone, disadvantaged, women-
owned, veteran-owned, and service-disabled veteran owned concerns as
subcontractors in the performance of this contract.
(a) The Individual Small Business Subcontracting Plan is attached hereto
and made a part of this contract (see Attachment J-7 Individual Small
Business Contract Subcontracting Plan) The Contractor shall provide a
signed copy of the Master Contract Individual Small Business
Subcontracting Plan to the cognizant OCO responsible for the
administration of their GWAC Order, whenever requested by the OCO.
(b) The Individual Small Business Subcontracting Plan covers the Base
Period of five (5) years and the option term for an additional five (5)
years.
(c) Compliance with the Individual Small Business Subcontracting Plan
will be addressed via the Contractor Performance Assessment
Reporting System (CPARS).
G.22.1 Minimum Subcontracting Goals
Because of the size, scope, and magnitude of this acquisition, the government
anticipates substantial subcontracting opportunities for small business,
veteran-owned small business, service-disabled veteran-owned small
business, HUBZone small business, small disadvantaged business, and
women-owned small business concerns. The Contractor shall maintain a
Subcontracting Plan pursuant to FAR Clause 52.219-9, Individual
Subcontracting Plan, in accordance with the Master Contract Section I.2.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
86
Table H-1. Small Business Subcontracting Goals
Category
(% of Planned Subcontracted
Dollars)
Total Small Business
50
Small Disadvantaged Business
6
Woman-owned Small Business
6
HUBZone Small Business
3
Veteran-owned Small Business
3
Service-disabled Veteran-owned Small
Business
3
NOTE:
The goals are expressed as a percentage of planned subcontracted
dollars, and not contracting ceiling.
The small business subcontracting goals are an aggregate of potential
subcontracted dollars for Task Order(s) that a Contractor plans to
receive under the GSA GWAC Program, and not to the aggregate
Master Contract ceiling value.
Small Business subcontracting goal achievement for the Master
Contract is assessed annually and performance ratings will be based
exclusively on the goal percentages indicated above; however, the
Contractor may state higher corporate ““stretch” goals applied to their
Individual Subcontracting Plan should they choose.
G.22.2 Subcontracting Reports
Per FAR 52.219-9(d) (10), Contractors submitting Individual Subcontracting
Plans are required to:
(a) Cooperate in any studies or surveys as may be required;
(b) Submit periodic reports, which show compliance with their
subcontracting plan;
(c) Submit Individual Subcontracting Reports (ISRs) and Summary
Subcontracting Reports (SSRs);
(d) Ensure that subcontractors with subcontracting plans agree to submit
their ISR and SSR if required. The ISR covers subcontract award data
related to this Master Contract and shall be submitted semi-annually
till last Task Order completion. The SSR encompasses all Contracts with
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
87
GSA and is submitted annually. The ISR and SSR shall be submitted
electronically via the Electronic Subcontract Reporting System (eSRS) at
www.esrs.gov and must be received within the date specified in Section
F.7, and repeated below:
Calendar Period Report Title Date Due
10/0103/31 ISR 04/30
04/0109/30 ISR 10/30
10/0109/30 SSR 10/30
(e) Reports are due, regardless of whether there has been any
subcontracting activity since contract inception or since time of previous
report submission.
Notes: Individual Subcontracting Reports
The ISR shall reflect the subcontracting dollars on a PAYMENT
basis only. The Payment Basis is the process of capturing subcontract
dollars no sooner than the time a contractor pays the subcontractor’s
invoices. This Payment Basis reporting method must be used for the
entire contract term. Entering subcontracting dollars into the
Government’s Electronic Subcontracting Reporting System (eSRS) on a
Commitment Basis is not permitted. (A Commitment Basis, which is not
allowed for this Master Contract, is the process of capturing subcontract
dollars when the Contractor executes the subcontract award documents).
The Contractor shall ensure that their entries in the column “Current
Goal: Percentage of Total Subcontract Awards”, is the negotiated
percentages as cited in the Individual Subcontracting Plan goals.
If the Contractor does not meet the Master Contract Small Business
Subcontracting Goals, they shall provide a succinct description of how
goals will be achieved in the “Remarks” section of the form.
Summary Subcontracting Reports
If the Contractor is using the Parent DUNS when reporting, the
awardee’s DUNS number shall be cited in the “Remarks” section of the
form, if different than the Parent DUNS.
The Contractor shall list their entire GSA contract numbers associated
with the reported dollars in the “Remarks” section of the form. Non-
GSA contract numbers shall not be reported with the GSA contract
numbers.
Both Individual Subcontracting Reports and Summary Subcontracting
Reports
Contractors shall reference the GSA Agency Code 4732.
Contractors shall include the alliant[email protected]ov email address in
Government Email section of the form.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
88
G.22.3 Task Order Small Business (SB) Subcontracting Credit for
Ordering Agencies
Until such time the Federal Acquisition Regulation (FAR) permits the socio-
economic subcontracting dollars on Task Orders to be credited to the
Ordering Agency, small business socio-economic dollars will be accumulated
and reported at the Master Contract level. Depending on the outcome of the
anticipated FAR change pursuant to Small Business (SB) regulations at 13
CFR 125.3(h)(3), SBA has decided as a matter of policy that the funding of a
Task Order should receive credit toward its small business subcontracting
goals for a Task Order awarded under another agency's contract. In this
expected eventuality, the Government may require Contractors to provide SB
subcontracting plans and/or SB subcontracting reports (e.g. eSRSElectronic
Subcontracting Reporting System) at the Task Order level.
G.23 SUBCONTRACTORS
The Government has not pre-approved any subcontractors for issuing
agencies’ resultant Task Order awards for the Master Contract. If a
Contractor proposes a subcontractor for work performed under a Task Order,
the Contractor must comply with FAR 52.244-2 and FAR 44.2. Contractors
will assess their task order work plans to determine whether the projected
subcontracting for the task order will be:
Supportive of overall accomplishment of goals and commitments in the
subcontracting plan;
Supportive of general accomplishment of goals and commitments in the
subcontracting plans with certain enumerated exceptions;
Negatively distracting from the overall goals and commitments in the
subcontracting plans, providing explanation of the reasons for the
shortcomings and explanation for how the contractor believes it can
recover and regain its position of achieving the plans commitments.
Contractors will report their position to the OCO as part of their proposal in
being considered for a task order. The Ordering Contracting Officer (OCO)
will review the Contractor’s notification and supporting data to ensure that
the proposed subcontract is appropriate for the risk involved, and consistent
with current policy and sound business judgment prior to consent to
subcontract.
If the Contractor enters into any subcontract that requires consent under the
clause at FAR 52.244-2, Subcontracts, without obtaining such consent, the
Government is not required to reimburse the Contractor for any costs
incurred under the subcontract prior to the date the Contractor obtains the
required consent. Any reimbursement of subcontract costs incurred prior to
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
89
the date the consent was obtained shall be at the sole discretion of the
Government.
Annually the GWAC PCO will aggregate each GWAC Contractor's small
business subcontracting dollars as reported in the Electronic Subcontracting
Reporting System, and provide an objective performance rating in the Past
Performance Information System. The OCO is reminded that:
The GWAC Small Business Subcontracting goals are in Section G.22.1, as
incorporated to the Master Contract;
May review the Master Contract annual performance assessment in the
Past Performance Information Retrieval System to ascertain whether the
Contractor is meeting one or more of its socio-economic goals outlined in
the Master Contract; and,
May further review the subcontractor dollars awarded within Task Orders
on-line utilizing the USA Spending advance search application. (See J-8
Website References.)
G.24 MERGERS, ACQUISITIONS, NOVATIONS, AND
CHANGE-OF-NAME AGREEMENTS
The Anti-Assignment of Contracts Act, 41 USC § 15, (Anti-Assignment Act)
prohibits the transfer of any interest in a federal contract to another party
unless an exception applies. Therefore, the Master Contract, standing alone,
is not a commodity that can be bought, sold or assigned to a brokerage firm or
any third-party agent so to arrange transactions between a buyer and a seller
of standalone Government contracts. There are conditions, however, where
the Government may still recognize a successor-in-interest who, due to
certain transfers, is in a position to continue performance in place of the
original party to the Government contract. For example, through a (1)
Novation Agreement where the sale of all Contractor’s assets, or the entire
portion of the assets involved in performing the Master Contract, including
any open Task Orders, has occurred. An Assignment that would otherwise be
considered ineffective, may be given effect via a novation agreement that
substitutes successor-in-interest as the contractor, while requiring that the
original party remain obligated for performance. Another example of an
exception to the Anti-Assignment Act is through (2) Operation of Law, such
as when the Contractor’s interest in the contract is transferred as a result of
a stock purchase or bankruptcy order. These exceptions are further discussed
below:
Novation: The Contractor (Transferor) must always obtain the
Government's consent and approval for a Novation, including the
Government’s approval of the Acquiring Contractor
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
90
(Transferee). Although the Transferor and the Transferee may have
negotiated their corporate terms and conditions for the terms of
assignment or assumption of responsibilities relating to the
Government Contract, and agreed to execute a Novation Agreement
substantially in conformance with the regulatory requirement, the
Novation is not automatically approved by the Government. There are
no entitlements or guarantees that the Government must or will
consent to any request for Novation.
FAR 42.12 describes the procedures necessary to request that the
Government recognize a successor in interest to a contract. There are
also additional due diligence procedures that GSA may impose,
including an evaluation of the Transferee’s technical capabilities,
accounting systems, relevant past contract performance, financial
capacity, and other Responsibility factors. From the time, the
Government receives a completed Novation package request from the
Transferor, the process might take three to six months or more for the
Government to process the package and provide a decision. The
Contractor must continue to fully perform under the terms and
conditions of the Master Contract throughout the entire period of time
the Novation package awaits a final decision from the Alliant ACO or
PCO. If the GSA determines that the Novation requests is not in the
Government’s best interest, the Contractor shall remain obligated to
perform under the Master Contract. All open Task Orders from the
transferor shall also be Novated to the Master Contract’s transferee
and to no other party.
Operation of Law: With this exception, the Master Contract
continues with the same entity after closing. As an example, the
exception applies for changes in ownership as a result of a stock
purchase, with no legal change in the party to the Government
contract, and when that contracting party remains in control of the
assets and is the party performing the contract. Although Government
consent is not required, other FAR regulations and GSA supplemental
policies require notice of ownership changes to the Government (See
the below paragraph within this section). Furthermore, if the party to
the Government contract desires to have a new stock owner
substituted as a party to the contract, the requirements of a novation
would then apply. There are also other circumstances, such as when
assignment occurs as part of a bankruptcy restructuring, where
outright Assignment of the government contract is effected by order of
a court of competent jurisdiction, and authorized by federal law. In
such cases, the Assignment does not violate the Anti-Assignment Act
and the Novation submission requirements are adjusted to reflect the
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
91
nature of the transfer. Novation in such cases still acts to formally
recognize the successor-in-interest via modification to the contract, and
depending on the operation of law, may be effected without the consent
or agreement of the original contractor. All open Task Orders from the
transferor shall also be assigned to the Master Contract’s transferee
and to no other party.
G.24.1 Contractual Responsibilities: New GSA GWAC Contractor
assigned through an Anti-Assignment Exception
A newly Novated Contractor shall have the same contractual responsibilities
as the transferor had, including but not limited to:
1) Complete documentation of previously awarded open, expired and closed
out Task Orders for purposes of Government’s audit;
2) Assumption of all unresolved expired Task Orders that were not closed
out;
3) Paying any Overdue CAF owed by the acquired Contractor;
4) Acceptance of the previously negotiated acquired contract pricing;
5) Approval of the minimum Master Contract Subcontract socio-economic
goals;
6) Contractor Engagement - Should the new Contractor be assigned via a
Novation, they must comply to the Contractor Engagement PBA
requirements meeting the Participation and Production Standards for the
year the Contractor was assigned onto the Master Contract, as described
in Sections C.7.1 and H.19. However, there is an Acceptable Quality Level
(AQL) that will be provided for a newly Novated Contractor, which will
allow for more than a single contract year to meet Production Standards
for the following contract year and allow for less than the standard three
Participation credits in the contract year the Contractor is Novated. For
example, if the Master Contract assignment is executed in the sixth
month of contract year three, the Contractor shall meet the minimum
cumulative dollar Production Standard required and noted in Attachment
J-5.A for contract year four no later than the end of that contract year
four. Additionally, the Contractor must have a minimum of one
Participation credit for each full third of a contract year (four months) in
the contract year they are officially Novated onto the Master Contract. For
example, if the Novation is executed in the sixth month of contract year
three, then the Contractor is required to have Participated a minimum of
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
92
one time for that contract year since only one full third of one year
remains in contract year three.
G.24.2 Contractual Responsibilities: New GSA GWAC Contractor
assigned through an Operation of Law Exception
A newly assigned Contractor through an Operation of Law shall have the
same contractual responsibilities as the transferor had, including but not
limited to:
Should the new Contractor be assigned as a result of a bankruptcy, stock
purchase, or a reorganization of the company, they must comply to the
Contractor Engagement PBA requirements meeting the Participation and
Production Standards for the year the Contractor was assigned onto the
Master Contract, as described in Sections C.7.1 and H.19. For example, if
the Master Contract assignment is executed anytime during contract year
three, the Contractor must meet the minimum Participation standard and
the cumulative dollar Production Standard required for contract year
three as noted in Attachment J-5.A.
G.24.3 Contractual Restrictions to any Assignment
Only One Master Contract Permitted during a Single Time Period: The
Contractor, either directly or through its Parent Company/Holding Company,
or any one or more of its affiliates, subsidiaries, business units, joint venture,
or any other types of independent business structures is permitted to hold
only one Master Contract during a single time period. If one or more
additional Master Contracts are acquired by a single Alliant 2 prime
Contractor via merger, acquisition, or otherwise, the Contractor may seek to
be recognized in only one of the existing Alliant 2 GWACs; and the additional
Master Contract shall be terminated for convenience at no cost to the
government. Task Orders from the terminated excess GWAC may be novated
or consolidated to the surviving Alliant 2 GWAC, if so required and
authorized by the GSA GWAC PCO/ACO. The Acquiring Contractor is not
permitted to assign any acquired Master Contract as it is a violation of this
Master Contract. (See subsection Other Contractual Restrictions under
this G.24.3 Section.) There are no restrictions as to how many times during
the term of the Master Contract an assignment can be executed. This
restriction applies to a contractor holding more than one Master Contract at
the same time.
Other Contractual Restrictions: Request for a Novation or Assignment of
Claims will not be considered, processed or approved by the GSA GWAC PCO
or ACO under the following conditions:
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
93
1) Brokering among Alliant 2 Master Contract’s Contractors: Any request for
Novation from an GSA GWAC Alliant 2 Prime Contractor to Novate or
assign a previously Novated or assigned to the Master Contract. For
example, if GSA GWAC Contractor “A” (transferee #1) is assigned another
Master Contract from Contractor “B” (transferor #1), Contractor “A” is
prohibited from subsequently Novating Contractor’s “B” (transferor #1)
Master Contract to Contractor “C” (transferee #2).
2) Any Novation or Assignment of Claims from Contractors in a
Nonperforming status, as defined in Attachment J-5.A.
3) Any outstanding Contract Access Fee (CAF) owed to the GWAC Program.
(NOTE: CAF owed must be paid by the transferor).
4) Any completed Novation packages submitted to and received by the GSA
GWAC PCO/ACO within 120 days prior to the end of the Master
Contract’s base term during contract year five.
5) Any completed Novation packages submitted to and received by the GSA
GWAC PCO/ACO after the end of contract year six, (72 months after the
Master Contract award date, which is one full contract year after an
Option exercise).
G.24.4 Notice Required for Ownership Changes and Change of Name
Agreements
If a Contractor merges, is acquired, or recognizes a successor in interest to
Government contracts when Contractor assets are transferred; or, recognizes
a change in a Contractor’s name; or, executes Novation agreements and
change-of-name agreements by any Government Contracting Officer other
than the GSA GWAC PCO/ACO, the Contractor must notify the GSA GWAC
PCO/ACO and provide a copy of the Novation or any other agreement that
changes the status of the Contractor, including the new DUNS/CAGE code
numbers, within the date specified in Section F.7. The Contractor may not
submit Task Order Proposals under the company's new name until or unless
a Contract Modification has made the change effective on the Master
Contract.
If a Contractor has legally changed its business name, “doing business as”
name, or division name (whichever is shown on the contract), or has
transferred the assets used in performing the contract, but has not completed
the necessary requirements regarding novation and change-of-name
agreements in FAR Subpart 42.12, the Contractor shall provide the
responsible Contracting Officer written notification of its intention to (A)
change the name in the SAM database; (B) comply with the requirements of
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
94
Subpart 42.12; and (C) agree in writing to the timeline and procedures
specified by the responsible Contracting Officer. The Contractor must provide
with the notification sufficient documentation to support the legally changed
name. Notifications for any of the above ownership changes, name changes,
and other company changes in status should be immediately submitted to the
GSA GWAC PCO/ACO as specified in Section F.7.
G.25 ENVIRONMENTAL OBJECTIVES AND
REQUIREMENTS
In support of Executive Order 13693, Planning for Federal Sustainability in
the Next Decade; Executive Order 13653, Preparing the United States for the
Impacts of Climate Change; and other applicable statutes, regulations and
Executive Orders, and in recognition that harm to the environment, including
from greenhouse gas pollution and electronic equipment manufacturing and
disposal, has quantifiable costs and negative impacts on the economy and
federal agency operations, it is the Government’s intent to understand and
reduce as far as practicable the environmental impacts of IT services
provided under this contract. Contractor shall provide evidence of ongoing
measurement and reduction of the environmental impacts of services
provided, including but not limited to, use of energy and nonrenewable
resources and emissions of carbon pollution, via annual Sustainable Practices
and Impact Disclosures.
The Sustainable Practices and Impact Disclosures shall be submitted online
using any of the systems listed below. These online reporting portals provide
efficient means for contractors to share standardized Disclosures with
the delegated GWAC Ordering Contracting Officers.
(a) Carbon Disclosure Project (CDP) www.cdp.net
(b) Global Reporting Initiative (GRI) sustainability report posted to GRI
Sustainability Disclosure Database). www.globalreporting.org
(c) Posting the disclosure, or a link to the disclosure, on the Contractor’s
GWAC web site.
Not all individual content specified in the CDP and/or GRI reporting systems
is required by GSA. Detailed content required by GSA is specified under
Milestone Deliverables below. Greenhouse gas inventories required under the
Milestone Deliverables shall be prepared in accordance with the World
Resources Institute/World Business Council for Sustainable Development
Greenhouse Gas Protocol Corporate Accounting and Reporting Standard, ISO
14064 standard, or similar GHG reporting standard.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
95
Within 12 months of the Master Contract Notice to Proceed, the contractor
shall submit online its corporate-wide Sustainable Practices and Impact
Disclosures, and provide notification to the GWAC Program at
Alliant2@gsa.gov as to when the disclosure was submitted and the online
reporting option used. Thereafter the Contractor shall update the Disclosure
annually until the expiration of the Master Contract.
The value of the above disclosures is the methodical identification,
quantification and management of use of energy and nonrenewable
resources, emissions of pollutants, and opportunities to save money by
improving contractor’s energy efficiency and other aspects of corporate
operations. GSA will review the Disclosures, and work with the Contractors
to assist them in their identification of environmental and sustainability
measures that best address GSA’s environmental and climate change
initiative goals.
The Contractor shall meet the following milestones with regard to contents of
the annual Sustainable Practices and Impact Disclosures:
1) Within 12 months after the Notice to Proceed - initially filed
Disclosures and all future Disclosures must be publicly available
online via Contractor or third-party Web site
2) Within 12 months after initially filed Disclosures - Disclosures must
include a complete Greenhouse Gas (GHG) inventory
3) Within 24 months after initially filed Disclosures - Disclosures must
include a GHG reduction target(s) (either for reduction of absolute
annual quantity of greenhouse gas emissions, and/or for reduction of
“carbon intensity” i.e., reduction of carbon footprint per activity
measure such as sales, number of employees, square feet of facilities,
etc.)
4) Within 36 months after initially filed Disclosures - Disclosures must
report on progress towards meeting the GHG reduction target(s), and
as specified in Section F.7.
GHG inventories and targets referenced above must include Scope 1 and 2
GHG emissions. Inclusion of Scope 3 emissions categories is encouraged but
not required. The Government will accept a disclosure from the Contractor's
parent company in satisfaction of Milestone 1. For Milestones 2 and beyond,
GSA will continue to accept a disclosure from the Contractor's parent
company as long as the parent company's GHG emissions inventory
boundaries (financial and geographic) include activities the Contractor
performs under the GSA GWAC Task Orders. The Contractor shall be
evaluated in the Contractor Performance Assessment Reporting System
(CPARS) on its compliance to timely submission of the Sustainable Practices
and Impact Disclosures and milestone deliverables.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
96
G.26 TASK ORDER CLOSEOUT
The OCO is responsible for closing out individual Task Orders under the
Master Contract. The Contractor agrees to cooperate with the OCO to close
out Orders as soon as practical after expiration, cancellation or termination
of each Task Order. In the event the Contractor cannot locate the current
OCO to close out the Task Order, the Contractor may request assistance from
the GSA GWAC Administrative Contracting Officer (ACO) to locate an
ordering agency representative to close out the Orders.
Task Order closeout will be accomplished within the guidelines set forth
in: FAR Part 4 Administrative Matters and FAR Part 42 Contract
Administration and Audit Services. The Contractor will be evaluated in the
CPARS for their efforts to support timely closeout.
OCOs are encouraged to utilize FAR 42.708, Quick-Closeout Procedures to
the maximum extent practicable.
The OCO has the authority to negotiate settlement of indirect costs in
advance of the determination of final indirect cost rates if the Order is
physically complete and the amount of unsettled indirect cost to be allocated
to the Order is relatively insignificant (See FAR 42.708(a)(2)).
The Contractor shall make a good faith effort to expedite DCMA audits. Any
individual Task Order with obligated funding may be unilaterally deobligated
and closed after six years and three months by the OCO. Any valid final
invoice with indirect rate adjustments after six years and three months from
the end of the period of performance shall be submitted to the OCO as a
claim.
G.26.1 Expired Task Order Verification/Validation
The Contractor shall verify that all data elements have been reported and
validated within the GWAC Program designated reporting system The
Contractor shall verify that all data elements for each expired Task Order
has been reported and validated in the Government Designated System
within the time specified in Section F.7 within the time specified in Section
F.7.
G.27 MASTER CONTRACT CLOSEOUT
The GSA GWAC Program intends to close out the Master Contract within 18
months of final Task Order expiration, and without waiting for the OCO to
issue closeout modifications to their respective Task Orders, subject to the
following conditions: (1) all of the Contractor’s Task Orders are physically
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
97
complete; (2) no further claims against the GSA GWAC Program; and (3) the
GWAC Program has determined that the Contractor has adequately met its
CAF payment commitment. Task Order awards and obligations reported in
the GSA government designated system will be compared to records found in
the Federal Procurement Database System, and other available government
systems. The GSA GWAC Program will review periodically the overpayment/
underpayment of the Contract Access Fee from expired Task Orders and
reconcile any discrepancies with the Contractors in advance of the Master
Contract closeout. As requested by the Program Office, Contractors shall
insure corrections to Order, Invoice and CAF Data is accomplished with the
date specified in Section F.7.
Upon mutual agreement by both the Government and the Contractor,
entitlement to any residual dollar amount of $1,000 or less at the time of
final contract closeout may be waived. "Residual dollar amount" means
money owed to either party at the end of the contract and as a result of the
contract, excluding liabilities relating to taxation or a violation of law or
regulation. In determining a residual dollar amount, the Government and
the Contractor may agree to consider offsets to the extent consistent with law
and regulation.
Any and all Contractor claims at the Master Contract level against the GSA
GWAC Program shall be submitted, in writing, to the Procuring Contracting
Officer (PCO) for a decision within 1 year after accrual of the claim(s) or 6
months after the Contractor's final Task Order is physically completed,
whichever occurs first. Furthermore, the Contractor shall pursue any claims
it may have at the Order level through the ordering activity and not with the
GSA GWAC Program. If no claim is submitted in this specified time frame,
the Contractor shall issue a formal (signed by an agent that is authorized to
represent the Contractor) Master Contract Release of Claim and confirmation
that the Contract Access Fee has been paid for all identified Task Orders, no
later than 30 days after the deadline to submit a claim has elapsed.
(END OF SECTION G
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
98
SECTION H - SPECIAL CONTRACT
REQUIREMENTS
H.1 PROVISIONS INCORPORATED BY REFERENCE AT
TASK ORDER LEVEL
Task Orders may incorporate one or more provisions by reference, with the
same force and effect as if they were given in full text. Upon request, the
Contracting Officer will make their full text available. Also, the full text of a
provision may be accessed electronically online. See Attachment J-8 Website
References.
The following FAR provisions apply at the Task Order level, as applicable,
depending upon the contract type of the Order, or as specifically referenced in
the applicable Order:
PROVISION #
PROVISION TITLE
DATE
FP
COST
TM
52.211-6
BRAND NAME OR EQUAL
AUG 1999
X
X
X
52.211-14*
NOTICE OF PRIORITY RATING FOR
NATIONAL DEFENSE,
EMERGENCY PREPAREDNESS,
AND ENERGY PROGRAM USE
APR 2008
X
X
X
52.215-20
REQUIREMENTS FOR COST OR
PRICING DATA OR INFORMATION
OTHER THAN COST OR PRICING
DATA
OCT 2010
X
X
X
52.215-20*
ALTERNATE I
OCT 2010
X
X
X
52.215-20
ALTERNATE II
OCT 1997
X
X
X
52.215-20*
ALTERNATE III
OCT 1997
X
X
X
52.215-20*
ALTERNATE IV
OCT 2010
X
X
X
52.215-22
LIMITATIONS ON PASS-THROUGH
CHARGESIDENTIFICATION OF
SUBCONTRACT EFFORT
OCT 2009
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
99
PROVISION #
PROVISION TITLE
DATE
FP
COST
TM
52.216-29
TIME-AND-MATERIALS/LABOR-
HOUR PROPOSAL REQUIREMENTS
NON-COMMERCIAL ITEM
ACQUISITION WITH ADEQUATE
PRICE COMPETITION
(Note: If DoD, use DFARS 252.216-
7002 Alternate A (FEB 2007) in
combination with FAR 52.216-29 (FEB
2007))
FEB 2007
X
52.216-30
TIME-AND-MATERIALS/LABOR-
HOUR PROPOSAL REQUIREMENTS
NON-COMMERCIAL ITEM
ACQUISITION WITHOUT
ADEQUATE PRICE COMPETITION
FEB 2007
X
52.216-31
TIME-AND-MATERIALS/LABOR-
HOUR PROPOSAL REQUIREMENTS
COMMERCIAL ITEM
ACQUISITION
FEB 2007
X
52.217-5
EVALUATION OF OPTIONS
JUL 1990
X
X
X
52.225-2*
BUY AMERICAN CERTIFICATE
MAY
2014
X
X
X
52.225-4*
BUY AMERICAN FREE TRADE
AGREEMENTS ISRAELI TRADE
ACT CERTIFICATE
MAY
2014
X
X
X
52.225-6*
TRADE AGREEMENTS
CERTIFICATE
MAY
2014
X
X
52.227-15*
REPRESENTATION OF LIMITED
RIGHTS DATA AND RESTRICTED
COMPUTER SOFTWARE
DEC 2007
X
X
X
52.234-2
NOTICE OF EARNED VALUE
MANAGEMENT SYSTEM – (PRE-
AWARD)
JUL 2006
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
100
PROVISION #
PROVISION TITLE
DATE
FP
COST
TM
52.234-3
NOTICE OF EARNED VALUE
MANAGEMENT SYSTEM
JUL 2006
X
X
X
52.234-4*
EARNED VALUE MANAGEMENT
SYSTEM
MAY
2014
X
X
X
52.237-10
IDENTIFICATION OF
UNCOMPENSATED OVERTIME
MAR
2015
X
X
X
(Note: Provision numbers followed by an asterisk (*) require fill-ins by
the OCO if determined applicable and incorporated into the Order.)
H.2 CONGRESSIONAL NOTIFICATION OF GWAC TASK
ORDER AWARDS
Congressional notifications are not issued by GSA at the Master Contract
level for issued Task Orders. There is nothing specific in FAR 16.505
regarding congressional notifications at the Task Order level; however, the
Contractor and Ordering Contracting Officers should be aware that the Task
Order issuing agency may have specific guidance as to reporting on their
Task Order awards. The Task Order is where the actual work is defined,
competed, awarded and funded; hence, the Task Order award may have
congressional interest. For example, if the DoD awards an GWAC Task
Order that meets 1279 reporting criteria, it should be reported per DFARS
205.303 Announcement of contract awards.
H.3 MARKETING
GSA requires the review and approval of any Press/News Releases for Orders
and Master Contracts, Marketing/Promotional Materials and Brochures by a
Contractor that is GSA GWAC related, including information on the
Contractor’s GWAC webpage. The Contractor shall develop and display
company specific GSA GWAC brochures for distribution at trade shows,
conferences, seminars, etc., and distribute printed materials to enhance
awareness of the GSA GWAC. The GWAC Program will periodically
provide the GWAC Sales Training. It is highly recommended that the
Contractor’s Business Development, Marketing & Sales, and Capture
Management personnel attend these training programs.
All marketing, promotional materials, and news releases in connection with
the GSA GWAC or Task Order awards under the GSA GWAC, including
information on the Contractor’s GSA GWAC web page, may be co-branded
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
101
with marks owned or licensed by the Contractor and GSA, as long as the
Contractor complies with GSAM 552.203-71, Restriction on Advertising, and
in the case of GSA’s logo must comply with GSA Star Mark logo policy (See
Attachment J-8 Website References). Contractors shall ensure these
guidelines are adhered to by its subcontractors.
The Prime Contractor shall not permit the marketing of their Master
Contract on its subcontractor webpages that purports to, has the appearance
of, or misrepresents itself to be a GSA GWAC approved teaming
partner/subcontractor, when this arrangement has not been approved by the
GWAC Contracting Officer. Per Section G.23, the Government had not pre-
approved any subcontractors for the Master Contract. Subcontractor
information may reside on the Prime Contractor’s Alliant webpage for
purposes of marketing and customer awareness.
H.4 ORGANIZATIONAL CONFLICT OF INTEREST
The guidelines and procedures of FAR 9.5 will be used in identifying and
resolving any issues of organizational conflict of interest at the Order level.
In the event that an Order requires activity that would create an actual or
potential conflict of interest, the Contractor shall identify the potential or
actual conflict to the OCO for review per FAR 9.5.
H.5 PERMITS
Except as otherwise provided in an individual Order, the Contractor shall,
without direct cost to the Government, be responsible for obtaining any and
all licenses, certifications, authorizations, approvals, and permits; for
complying with any applicable Federal, national, state, and municipal laws,
codes, and regulations; and any applicable foreign work permits,
authorizations, etc., and/or visas in connection with the performance of any
applicable Order issued under the Master Contract.
H.6 SECURITY: REQUIRED IT SECURITY POLICIES AND
REGULATIONS
Contractors entering into an agreement for service to government activities
shall be subject to all ordering activity IT security standards, policies,
reporting requirements, and government wide laws or regulations applicable
to the protection of government wide information security.
The Contractor acknowledges and affirms by their signed acceptance of this
Master Contract they will abide by all required IT security indicated
throughout this Master Contract and federal statutes, regulations, executive
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
102
orders, and agency policies relating to Government IT security. Refer to
Attachment J-2 Government Security Publications and Contractor Minimum
Security Requirements for Select Systems.
H.7 SECURITY: SAFEGUARDING SENSITIVE DATA AND
INFORMATION TECHNOLOGY RESOURCES
In accordance with FAR 39.105, this section is included in the Master
Contract. This section applies to all users of sensitive data and information
technology (IT) resources, including contractors, subcontractors, lessors,
suppliers and manufacturers. Agency-specific IT Security guidelines
will be identified in individual Task Orders by the issuing agency
OCO.
H.7.1 GSA Agency-specific IT Security Guidelines
For all Task Orders issued by the GSA, the following GSA policies are
required to be followed by GSA Personnel whether acting as the requiring
agency or the contract servicing agency. The IT Security policies can be found
on the GSA Directives website. See Attachment J-8 Website References.
1. CIO P 2100.1 GSA Information Technology (IT) Security Policy
2. CIO P 2100.2B GSA Wireless Local Area Network (LAN) Security
3. CIO 2100.3B Mandatory Information Technology (IT) Security Training
Requirement for Agency and Contractor Employees with Significant
Security Responsibilities
4. CIO 2104.1A GSA Information Technology IT General Rules of Behavior
5. CIO 2105.1 B GSA Section 508: Managing Electronic and Information
Technology for Individuals with Disabilities
6. CIO 2106.1 GSA Social Media Policy
7. CIO 2107.1 Implementation of the Online Resource Reservation Software
8. CIO 2160.4 Provisioning of Information Technology (IT) Devices
9. CIO 2162.1 Digital Signatures
10. CIO P 2165.2 GSA Telecommunications Policy
11. CIO P 2180.1 GSA Rules of Behavior for Handling Personally Identifiable
Information (Pll)
12. CIO 2182.2 Mandatory Use of Personal Identity Verification (PIV)
Credentials
13. CIO P 1878.2A Conducting Privacy Impact Assessments (PIAs) in GSA
14. CIO IL-13-01 Mobile Devices and Applications
15. CIO IL-14-03 Information Technology (IT) Integration Policy
16. HCO 9297.1 GSA Data Release Policy
17. HCO 9297.2B GSA Information Breach Notification Policy
18. ADM P 9732.1 D Suitability and Personnel Security
19. GSAR Clause 552.204-9, Personal Identity Verification Requirements
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
103
20. GSAR Clause 552.239-70, Information Technology Security Plan and
Security Authorization
21. GSAR Clause 552.239-71, Security Requirements for Unclassified
Information Technology Resources.
H.7.2 Task Order Subcontractors IT Security Guidelines, if
applicable
The Contractor and its Subcontractors, if any, shall expressly insert the
substance of this Master Contract for their agency-specific IT security
guidelines into all GWAC Task Order Subcontractor agreements/contracts
who are providing any IT goods or services, including all levels of
Subcontractor tiers.
H.8 SECURITY: SECURITY CLEARANCES
The Master contract’s pre-established labor categories and associated
Maximum Rates cover work at the classified Secret level.
Individual Task Orders may require higher level security clearances. Only
those Offerors that meet the required security clearance levels on individual
Orders shall be able to compete for Task Orders requiring security
clearance(s). When classified work is required on an individual Task Order,
the Contract Security Classification Specification, (DD Form 254 or agency
equivalent) will be issued to the Contractor by the requiring agency.
The Contractor is responsible for providing personnel with appropriate
security clearances to ensure compliance with Government security
regulations, as specified on individual Orders. The Contractor shall fully
cooperate on all security checks and investigations by furnishing requested
information to verify the Contractor employee's trustworthiness and
suitability for the position. Clearances may require Special Background
Investigations (SBI), Sensitive Compartmented Information (SCI) access or
Special Access Programs (SAP), or agency-specific access, such as a Q
clearance or clearance for restricted data.
H.9 SECURITY: HOMELAND SECURITY PRESIDENTIAL
DIRECTIVES-12 (HSPD-12)
The Contractor shall comply with agency personal identity verification
procedures identified in individual Orders that implement Homeland
Security Presidential Directives-12 (HSPD-12); OMB guidance M-05-24;
Federal Information Processing Standards Publication (FIPS PUB) number
201; and GSA HSPD-12, Personal Identity Verification- I, Standard
Operating Procedure (SOP). The Master Contract’s pre-established labor
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
104
categories and associated T&M ceiling prices cover work at the Secret level,
which may obviate the need for additional HSPD-12 coverage and/or expense
a matter OCOs can determine for each Task Order opportunity.
Contractors should look to Task Order solicitations for guidance on whether
or not the customer agency will pay for the HSPD-12 investigation or if the
contractor is expected to pay the cost of the investigation. OCOs may require
contractor personnel to be HSPD-12 compliant as a condition of order award.
The Contractor shall insert the above paragraph in all subcontracts when the
subcontractor is required to have physical access to a federally controlled
facility or access to a Federal information system.
H.10 CONTRACTOR TRAINING
The Contractor is generally expected to maintain the professional
qualifications and certifications of its personnel through ongoing training.
Unless specifically authorized in an individual Order, the Contractor shall
not directly bill the Government for any training.
Mandatory Training
Contractor employees that are engaged in any programmatic reporting
capacity with the GWAC Program shall within 90 days of involvement
meet the following:
All contractor employees having access to the GSA government
designated system shall review and understand the various online
government designated system video tutorials contained in the
government designated system’s Training Module at a website
noted in Attachment J-8.
H.11 GOVERNMENT PROPERTY
Any equipment, property, or facilities furnished by the Government or any
Contractor-acquired property must be specified on individual Orders and
follow the policies and procedures of FAR Part 45, Government Property, for
providing Government property to Contractors, Contractors’ use and
management of Government property, and reporting, redistributing, and
disposing of Contractor inventory.
H.12 LEASING OF REAL AND PERSONAL PROPERTY
The Government contemplates that leases may be part of a solution offered
by a Contractor, but the Government, where the Offeror’s solution includes
leasing, will not be the Lessee. Under no circumstances on any Task Order
issued under this Master Contract shall:
(a) The Government be deemed to have privity-of-contract with the
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
105
owner/lessor of the leased items; or
(b) The Government be held liable for early termination/cancellation damages
if the Government decides not to exercise an Option period under an Order
unless the Contractor has specifically disclosed the amount of such damages
(or the formula by which such damages would be calculated) as part of its
proposal and the OCO for the Order has specifically approved/allowed such
damages as part of the Award. The Master Contract strictly prohibits the
use of lease-like payment arrangements, which purport to permit the
Government to receive delivery of items and then pay for the full cost of the
items over time, even if such arrangements are not technically a lease
transaction because the Government is not the lessee.
H.13 ELECTRONIC AND INFORMATION TECHNOLOGY
ACCESSIBILITY
Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as
amended by the Workforce Investment Act of 1998, all electronic and
information technology (EIT) products and services developed, acquired,
maintained, or used under Task Orders issued against the contract must
comply with the "Electronic and Information Technology Accessibility
Provisions" set forth by the Architectural and Transportation Barriers
Compliance Board (also referred to as the "Access Board") in 36 CFR part
1194.
The offeror must reference the Section 508 technical standards below as a
resource for meeting compliance of deliverables:
1194.21 Software applications and operating systems
1194.22 Web-based Intranet and Internet Information and Applications
1194.23 Telecommunications Products
1194.24 Video and multimedia products
1194.25 Self-contained, closed products
1194.26 Desktop and portable computers
1194.31 Functional Performance Criteria
1194.41 Information, Documentation and Support
The Offeror must comply with all required Federal or agency standards,
including providing a Voluntary Product Accessibility Template (VAT) or
Government Product and Services Accessibility Template (GPAT), as
specified in the scope of work for each Task Order. OCOs have the option to
perform testing and validation of EIT deliverables against any conformance
claim and may include Section 508 compliance as an evaluation factor within
a Task Order.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
106
Information about Section 508 provisions and complete text is available on
the GSA Government-wide Section508 Accessibility Program website. (See
Attachment J.8 Website References).
H.14 INTERNET PROTOCOL VERSION 6 (IPV6)
The Master Contract involves the acquisition of Information Technology (IT)
that uses Internet Protocol (IP) technology. The Contractor agrees that: (1)
all deliverables that involve IT that uses IP (products, services, software, etc.)
comply with IPv6 Standards and interoperate with both IPv6 and IPv4
systems and products; and (2) it has IPv6 technical support for fielded
product management, development, and implementation available. If the
Contractor plans to offer a deliverable that involves IT that is not initially
compliant, the Contractor shall (1) obtain the Task Order Ordering
Contracting Officer's (OCO’s) approval before starting work on the
deliverable; and (2) have IPv6 technical support for fielded product
management, development and implementation available. Should the
Contractor find that the Statement of Work (SOW) or specifications of this
contract do not conform to IPv6 standards, it must notify the Task Order
OCO of such nonconformance and act in accordance with the instructions of
the OCO.
H.15 COST ACCOUNTING STANDARDS (CAS)
The Cost Accounting Standards Board (CASB) is established and operates in
compliance with Public Law 100-679 (41 U.S.C. 422). CASB has the
exclusive authority to make, promulgate, amend, and rescind cost accounting
standards and regulations, including interpretations thereof, designed to
achieve uniformity and consistency in the cost accounting practices governing
measurement, assignment, and allocation of costs to contracts with the
United States Government. Cost Accounting Standards (CAS) promulgated
by CASB are mandatory for use by all executive agencies and by contractors
and subcontractors in estimating, accumulating, and reporting costs in
connection with pricing and administration of, and settlement of disputes
concerning, all negotiated prime contract and subcontract procurements with
the United States Government in excess of the Truth in Negotiations Act
(TINA) threshold, as adjusted for inflation (41 U.S.C. 1908 and 41 U.S.C.
1502(b)(1)(B)), other than contracts or subcontracts that have been exempted
by CASB regulations (48 CFR 9903.201-1(b)). There are currently nineteen
(19) CAS topics which and are listed in 48 Code of Federal Regulation (CFR)
9904 as follows:
1. 9904.401 Cost accounting standard---consistency in estimating,
accumulating and reporting costs
2. 9904.402 Cost accounting standard---consistency in allocating costs
incurred for the same purpose
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
107
3. 9904.403 Allocation of home office expenses to segments
4. 9904.404 Capitalization of tangible assets
5. 9904.405 Accounting for unallowable costs
6. 9904.406 Cost accounting standard---cost accounting period
7. 9904.407 Use of standard costs for direct material and direct labor
8. 9904.408 Accounting for costs of compensated personal absence
9. 9904.409 Cost accounting standard---depreciation of tangible capital
assets
10. 9904.410 Allocation of business unit general and administrative expenses
to final cost objectives
11. 9904.411 Cost accounting standard---accounting for acquisition costs of
material
12. 9904.412 Cost accounting standard for composition and measurement of
pension cost
13. 9904.413 Adjustment and allocation of pension cost
14. 9904.414 Cost accounting standard---cost of money as an element of the
cost of facilities capital
15. 9904.415 Accounting for the cost of deferred compensation
16. 9904.416 Accounting for insurance costs
17. 9904.417 Cost of money as an element of the cost of capital assets under
construction
18. 9904.418 Allocation of direct and indirect costs
19. 9904.420 Accounting for independent research and development costs and
bid and proposal costs
Unless a business entity is exempted under 48 CFR 9903.201-1(b) they are
subject to one of the CAS coverage types delineated in 48 CFR 9903.201-2
depending upon their entity type and or the value of awards held in the
current and preceding accounting periods. Also, a Disclosure Statement (a
written description of a contractor's cost accounting practices and procedures)
is required under given circumstances, which are listed in 48 CFR 9903.202.
H.16 COST ACCOUNTING SYSTEM
A contractor interested in participating in Cost-Reimbursement (CR) type
Task Orders as defined in FAR 16.301-1 will be required to demonstrate that
they have an accounting system that is adequate for determining costs
applicable to the contract by the time the Task Order is awarded. This is an
accounting system that the Defense Contract Audit Agency (DCAA), the
Defense Contract Management Agency (DCMA), or any federal civilian audit
agency has audited and determined adequate for determining costs
applicable to this contract in accordance with FAR 16.301-3(a)(1).
The applicable Task Order can include use of the contractor’s most recent
DCAA-approved provisional indirect billing and actual rates for both direct
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
108
and indirect costs, or if a contractor does not have DCAA-approved rates,
their indirect rates in accordance with FAR Part 31. The fee will be
negotiated for each Task Order consistent with statutory limitations. If the
Task Order type is to be CPAF or CPIF, the fixed portion of fee and the
award portion will be clearly differentiated. Such Task Orders will be subject
to the additional clauses under FAR 16.307. The OCO must determine fair
and reasonable pricing, analyze and negotiate fee for all cost-reimbursement
Task Orders as required under FAR 15.4, Pricing, and FAR 16.3, Cost-
Reimbursement Contracts. The government will reimburse the contractor for
all reasonable, allowable, and allocable costs detailed in FAR 31, Contract
Cost Principles and Procedures.
H.17 COMMERCIAL SOFTWARE AGREEMENTS
The Government understands that commercial software tools will be
purchased in furtherance of this GWAC and subsequent orders, and may be
subject to commercial agreements which may take a variety of forms,
including without limitation, licensing agreements, terms of service,
maintenance agreements, and the like, whether existing, in hard copy or in
an electronic or online format such as "clickwrap" or "browsewrap"
(collectively, "Software Agreements"). The parties acknowledge that 12.212(a)
requires the Government to procure such tools and their associated
documentation under such Software Agreements to the extent such Software
Agreements are consistent with Federal law.
The GSA Senior Procurement Executive issued a class deviation on 31 July
2015 to the GSAR to reconcile federal requirements with the terms of
standard Commercial Supplier Agreements. An objective of the class
deviation is to alleviate costs and delays of negotiating contract terms that
federal purchasers can accept from commercial sources of information
technology. This deviation (Acquisition Letter MV-15-03) is incorporated by
reference into the Master Contract applicable to all Task Orders issued by
GSA Contracting Officers.
H.18 LOGISTICAL SUPPORT PRIVILEGES
As specified on individual Orders, Contractors may be required to provide
logistical support in OCONUS areas. Individual Orders will specify whether
Status of Forces Agreements (SOFAs) for foreign jurisdictions will apply and
will be processed for foreign tax exemption purposes. At the discretion of the
Military Theatre Commander, the Government may provide, but is not
limited to, use of the following:
(a) Military or other U.S. Government Clubs, exchanges, or other non-
appropriated fund organizations;
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
109
(b) Military or other U.S. Government commissary stores;
(c) Military or other U.S. Government postal facilities;
(d) Utilities and services in accordance with priorities, rates or tariffs
established by military or other U.S. Government agencies;
(e) Military Payment Certificate (MPC), where applicable;
(f) Military or other U.S. Government banking facilities; and
(g) Military or other U.S. Government provided telephones, lines, and
services with direct dialing capability and access to the Defense Switched
Network (DSN), (formerly AUTOVON). The precedence of usage shall be
coincident with the urgency of the requirement and in accordance with
Government and Military regulations.
H.19 CONTRACTOR ENGAGEMENT REQUIREMENTS
BASED UPON TASK ORDER PARTICIPATION AND
PRODUCTION
Performance-based Acquisition Requirements for Contractor
Engagement
As indicated in Section C.7.1 Master Contract Performance Work Statement
(PWS), the Master Contract is a Performance-based Acquisition (PBA) that
includes Contractor Engagement, which is a performance-based requirement
of the Master Contract Scope. Because PBA describes requirements in terms
of Results required, inclusive of Outcomes and Goals, rather than specifying
how the work is to be accomplished, the Government measures and evaluates
Contractor Results, not the Contractor implementation factors that
ultimately might lead to the Government’s desired Outcome.
The Government recognizes that the Contractor’s implementation factors
such as inputs, company resources, activities, tasks undertaken and
processes, and outputs, the level of effort expended and produced, are all
necessary and needed to ultimately achieve the required Results, Outcomes,
and Goals of this Master Contract. Nevertheless, it is exclusively the
Outcomes from Contractor Engagement, which are the PBA PWS
requirements measured by Participation and Production, which critically
determine the Contractor’s success to remaining in an acceptable Performing
status on the Master Contract.
No other Contractor efforts are measured and rated in this critical contract
Contractor Engagement performance requirement. Narrative details and
table-format depictions of the entire Contractor Engagement PBA Program
are incorporated into Attachment J-5 PERFORMANCE REQUIREMENTS
SUMMARY (PRS).
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
110
H.20 VOLUNTARY CANCELLATION OF THE MASTER
CONTRACT PROVISION
If at any point during the Base or Option periods of performance, the
Contractor decides they no longer want to engage in Participation in the
Master Contract for any reason, the Contractor may submit a written
document to the GSA GWAC PCO/ACO requesting a mutual cancellation of
their Master Contract. If the GSA GWAC PCO/ACO accepts the Contractor’s
request, the GSA GWAC PCO/ACO will mutually terminate and cancel the
Master Contract pursuant to FAR 49.109-4, No-cost settlement. Should the
Government accept a Contractor’s request for Voluntary Cancellation who
had been rated at any level within a Performing status as of their last single
year period, there will not be any negative ratings assessed by the
Government on the final CPARS document for the Contractor Engagement
evaluation element. This provision is independent of any other action
permitted under the contract terms and conditions. In all cases, if the Master
Contract is canceled or terminated, the Contractor must continue to fully
perform under any of their active or open Task Order(s) that had been issued
under the Master Contract.
H.21 OPEN SEASON FOR MASTER CONTRACT
An Open Season, as defined for purposes of this Master Contract, is an
unrestricted full and open competitive acquisition conducted under the rules
of FAR Part 15 Contracting by Negotiation. The Open Season provides the
Government the ability to add additional contractors onto the Master
Contract should they consider and determine it to be in their best interest.
Over time, the total number of contractors may fluctuate due to various
reasons including industry consolidation, significant changes in the federal
marketplace, advances in technology, general economic conditions, or other
unforeseen reasons. Recognizing these market variables, GSA intends to
periodically review the total number of contractors and the quality of those
contractors participating in the Task Ordering process, to include the GWAC
Program review of the sole source requirements, and Fair Opportunity
requirements resulting in competitive one-bid responses among other factors
to determine whether it would be in the Government’s best interest to initiate
an Open Season so to add new qualified contractors to the Master Contract.
No set schedule will be established as to when an Open Season will be
considered or implemented, and there is no guarantee that an Open Season
will be executed during the term of the Master Contract.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
111
H.21.1 Open Season Determinations and Procedures
GSA GWAC PCO Determination for an Open Season: The Government
reserves the unilateral right to determine if and when it would be
appropriate to publicly announce a new open market competition for the
purpose of adding additional contractors to the initially awarded Master
Contract. There are two primary reasons and two primary triggers mentioned
below for when the Government might consider an Open Season. Simply and
solely a reduction of contractors from the number of originally awarded
contractors under the Master Contract will not be the primary reason or the
triggered condition in which the Government will consider an Open Season.
Background of GSA Planning the Master Contract Acquisition: The GSA
GWAC PCO determined that it is in the Government’s best interest
considering the scope and complexity of the contract requirement for there to
be a multiple award preference with an adequate number of qualified and
Participating contractors in a Performing status eligible to continually meet
the Government’s IT services procurement requirements and ensuring
effective competition from agencies’ Task Order RFPs/RFQs. The GSA GWAC
PCO additionally determined that it is also in the Government’s best interest
to procure and maintain an adequate mix of capabilities and resources
available within the pool of contractors so to ensure that the Government’s
integrated IT services requirements would be continually satisfied
throughout the Master Contract’s term.
Conditions and Reasons for Considering and Determining an Open Season
The two primary conditions that may trigger the GSA GWAC PCO to
consider an Open Season are:
1) Inadequate levels of competition, and/or;
2) Deficient levels of required technical capabilities within the mix of
Master Contract contractors, as might be revealed from a high-level of
competitive single-bid Task Order awards for specific information
technology services requirements.
The two primary reasons for determining if an Open Season is in the
Government’s best interest will be:
1) To ensure the ability to maintain competition among the awardees
throughout the period of performance to the federal agencies from the
current pool of contractors, and secondly;
2) To ensure that there is a high-quality mix of resources that contractors
have to perform expected Task Order requirements, FAR
16.504(c)(1)(ii)(A).
Conditions if an Open Season is Determined to be in the Best Interest of the
Government: Should the GSA GWAC PCO determine to re-open the
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
112
solicitation in accordance with Section H.21, the following conditions will
apply:
1) An Open Season notice is published in Federal Business Opportunities
in accordance with FAR Part 5, Publicizing Contract Action.
2) An Open Season solicitation is issued under current Federal
procurement law.
3) The solicitation identifies the total anticipated number of new
contracts that GSA intends to award onto the Master Contract.
4) Any Offeror that meets the eligibility requirements set forth in the
Open Season solicitation may submit a proposal in response to the
solicitation.
5) The award decision under the Open Season solicitation is substantially
based upon the evaluation factors/subfactors as the original
solicitation. GSA reserves the right to update the subfactors within
each evaluation factor to match the current information technologies
(IT) and the IT federal marketplace. Updated subfactors may be used
for Prior Relevant Experience and Leading Edge Technologies (LETs),
Certifications, and other subfactors. For example, LETs relevant
experience criteria and their evaluations might significantly change
based on IT market conditions at the time an Open Season is
considered. Additionally, new LETs, and/or very specific LETs, and/or
a limited number of LETs might be chosen as the new subfactors to
address those specific technologies within the Master Contract’s Scope
of Work that had not been adequately met or effectively competed to
the expectations of requiring federal agencies. Also, relative evaluation
weightings may be readjusted based upon the needs of the current IT
federal marketplace at the time of the Government considering an
Open Season.
6) The terms and conditions of any resulting awards are materially
identical to the existing version of the Master Contract vehicle.
7) The period of performance term for any new awards is coterminous
with the existing term for all other contractors.
8) The Open Season competition is considered a separate and distinct
open procurement; so, any Protests raised during Open Season source
selection will not interfere with any new and/or existing Task Order
requirements from being reviewed, competed, and/or issued with the
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H - SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
113
original or current Contractor awardee pool.
9) New Master Contract awardees resulting from the Open Season
competition will be eligible to compete and submit proposals in
response to any Task Order RFPs/RFQs and accept awards with the
same rights and obligations as any other Contractor once the Open
Season Notice to Proceed is issued by the GSA GWAC PCO at a later
date after contract award.
10) Performance Based Acquisition Standards and metrics for Contractor
Engagement and Small Business Subcontracting will be re-established
exclusively for new Open Season awardees and will be presented in
amended/modified RFP/Master Contact Attachments J-5, J-5.A and J-
5.B within the Open Season solicitation.
H.22 OPTION TERM OF MASTER CONTRACT
The GSA GWAC PCO will determine whether to exercise the Contractor’s
Master Contract’s multi-year Option a minimum of 60 days prior to the end
of the base period. Written notification will be delivered to the Contractor at
that time only if the Government’s intent is to exercise the Option.
Otherwise, the Contractor may not receive any notification at 60 days prior to
the end of the base period if there is no intent to exercise the Option. The
GSA does not guarantee to the Contractor or to any of the awarded
contractors under this Master Contract an exercise of their individual Master
Contract Option.
(END OF SECTION H)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
114
SECTION I - CONTRACT CLAUSES
I.1 GENERAL
In accordance with FAR 52.301, Solicitation Provisions and Contract Clauses
(Matrix), due to the various combinations for contract provisions/clauses that
may be Optional under an individual Task Order based on the contract type,
statement of work, dollar value, and other specific customer agency
requirements, the Master Contract cannot predetermine all the contract
provisions/clauses for future individual Task Orders. However, all Applicable
and Required provisions/clauses set forth in FAR 52.301 automatically flow
down to all Task Orders, based on their specific contract type, statement of
work, and dollar value.
All Applicable and Required provisions/clauses that automatically flow down
to Task Orders shall remain unchanged. If a future Applicable or Required
provision(s)/clause(s) are to the benefit of future Task Orders solicited under
the Master Contract, the future Applicable or Required provision/clause may
be updated and Effective Date under a bi-lateral modification to the Master
Contract.
The OCO will identify any Optional, and/or Agency-specific provisions/clauses
for each individual Task Order solicitation and subsequent award. The OCO
will provide the provision/clause Number, Title, Date, and fill-in information
(if any), as of the date the Task Order solicitation is issued.
The clauses in Section I.2 apply to Task Orders, as applicable, depending
upon any of the following:
1) the clause prescription for use per FAR 52.101(c),
2) FAR matrix per FAR 52.201(e),
3) the contract type of the Task Order, and
4) as specifically cited in the Task Order
Ordering Contracting Officers may include additional clauses in Task Orders,
such as:
1) optional FAR clauses,
2) agency alternate and supplemental clauses,
3) alternate FAR clauses, and
4) Task Order-specific clauses
Additional clauses are not limited to those associated only with Section I of
the Uniform Contract Format in FAR 52.3.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
115
Clauses and provisions relating to the Wage Rate Requirements
(Construction) (Section B.7) and the Service Contract Labor Standards
(Section B.8) will be included in an individual Task Order as deemed
applicable by the OCO.
I.1.1 DOD Agency-specific Required Provisions and Clauses
For Department of Defense (DoD) Task Orders issued under this Master
Contract, provisions and clauses from the DoD FAR Supplement (DFARS)
have been incorporated into the Master Contract Section J, Attachment J-1
DoD Required Provisions and Clauses. If applicable, these will flow down to
the Task Order level. The required provisions and clauses are updated
through the version date indicated on the J-1 attachment. Alternate and
supplemental provisions and clauses from Command-specific and/or DoD
Component levels are not included and may be incorporated by the OCO into
the specific solicitation and subsequent Task Order. The required DoD
provisions and clauses are updated through the Master Contract version date
indicated on the J-1 attachment. Should Attachment J-1 not reflect any
updated DoD provision or clause at the time of Task Order solicitation or
award, the OCOs may insert those required updated provisions or clauses
into their Task Order. Periodically, during the term of the Master Contract,
an update to Attachment J-1 DoD Required Provisions and Clauses may be
executed on the Master Contract via a unilateral contract modification.
I.2 FAR 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 online. See Attachment J-8 Website
References. Master Contract clauses apply as applicable.
CLAUSE NO.
TITLE
DATE
FP
COST
T
M
Master
Contract
52.202-1
DEFINITIONS
NOV
2013
X
X
X
X
52.203-3
GRATUITIES
APR
1984
X
X
X
X
52.203-5
COVENANT AGAINST CONTINGENT FEES
MAY
2014
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
116
52.203-6
RESTRICTIONS ON SUBCONTRACTOR
SALES TO THE GOVERNMENT
SEP
2006
X
X
X
52.203-7
ANTI-KICKBACK PROCEDURES
MAY
2014
X
X
X
X
52.203-8
CANCELLATION, RESCISSION, AND
RECOVERY OF FUNDS FOR ILLEGAL OR
IMPROPER ACTIVITY
MAY
2014
X
X
X
X
52.203-10
PRICE OR FEE ADJUSTMENT FOR
ILLEGAL OR IMPROPER ACTIVITY
MAY
2014
X
X
X
X
52.203-11
CERTIFICATION AND DISCLOSURE
REGARDING PAYMENTS TO INFLUENCE
CERTAIN FEDERAL TRANSACTION
SEP
2007
X
X
X
X
52.203-12
LIMITATION ON PAYMENTS TO
INFLUENCE CERTAIN FEDERAL
TRANSACTIONS
OCT
2010
X
X
X
X
52.203-13
CONTRACTOR CODE OF BUSINESS
ETHICS AND CONDUCT
OCT
2015
X
X
X
X
52.203-14
DISPLAY OF HOTLINE POSTER(S)
OCT
2015
X
X
X
X
52.203-15
WHISTLEBLOWER PROTECTIONS UNDER
THE AMERICAN RECOVERY AND
REINVESTMENT ACT OF 2009
JUN
2010
X
X
X
X
52.203-16
PREVENTING PERSONAL CONFLICTS OF
INTEREST
DEC
2011
X
X
X
X
52.203-17
CONTRACTOR EMPLOYEE
WHISTLEBLOWER RIGHTS AND
REQUIREMENT TO INFORM EMPLOYEE
OF WHISTLEBLOWER RIGHTS
APR
2014
X
X
X
X
52.204-2
SECURITY REQUIREMENTS
AUG
1996
X
X
X
X
52.204-4
PRINTED OR COPIED DOUBLE-SIDED ON
POST CONSUMER FIBER CONTENT PAPER
MAY
2011
X
X
X
X
52.204-5
WOMEN-OWNED BUSINESS (OTHER THAN
SMALL BUSINESS)
OCT
2014
X
X
X
X
52.204-9
PERSONAL IDENTITY VERIFICATION OF
CONTRACTOR PERSONNEL
JAN
2011
X
X
X
X
52.204-10
REPORTING EXECUTIVE COMPENSATION
AND FIRST-TIER SUBCONTRACT AWARDS
OCT
2015
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
117
52.204-13
SYSTEM FOR AWARD MANAGEMENT
MAINTENANCE
JUL
2013
X
X
X
X
52.204-15
SERVICE CONTRACT REPORTING
REQUIREMENTS
JAN
2014
X
X
X
X
52.20421
BASIC SAFEGUARDING OF COVERED
CONTRACTOR INFORMATION SYSTEMS
JUN
2016
X
X
X
X
52.207-3
RIGHT OF FIRST REFUSAL OF
EMPLOYMENT
MAY
2006
X
X
X
X
52.207-5
OPTION TO PURCHASE EQUIPMENT
FEB
1995
X
X
X
X
52.209-6
PROTECTING THE GOVERNMENT'S
INTEREST WHEN SUBCONTRACTING
WITH CONTRACTORS DEBARRED,
SUSPENDED, OR PROPOSED FOR
DEBARMENT
OCT
2015
X
X
X
X
52.209-9
UPDATES OF PUBLICLY AVAILABLE
INFORMATION REGARDING
RESPONSIBILITY MATTERS
JUL
2013
X
X
X
X
52.209-10
PROHIBITION ON CONTRACTING WITH
INVERTED DOMESTIC CORPORATIONS
NOV
2015
X
X
X
X
52.211-5
MATERIAL REQUIREMENTS
AUG
2000
X
X
52.211-11*
LIQUIDATED DAMAGES SUPPLIES,
SERVICES, OR RESEARCH AND
DEVELOPMENT
SEP
2000
X
52.211-15
DEFENSE PRIORITY AND ALLOCATION
REQUIREMENTS
APR
2008
X
X
X
X
52.214-35
SUBMISSION OF OFFERS IN U.S.
CURRENCY
APR
1991
X
X
X
52.215-2
AUDIT AND RECORDS NEGOTIATION
OCT
2010
X
X
X
X
52.215-2
ALTERNATE I
MAR
2009
X
X
X
X
52.215-2
ALTERNATE II
APR
1998
X
X
52.215-2
ALTERNATE III
JUN
1999
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
118
52.215-8
ORDER OF PRECEDENCE UNIFORM
CONTRACT FORMAT
OCT
1997
X
X
X
X
52.215-9
CHANGES OR ADDITIONS TO MAKE-OR-
BUY PROGRAM
OCT
1997
X
X
X
X
52.215-9
ALTERNATE I
OCT
2010
X
X
52.215-9
ALTERNATE II
OCT
2010
X
X
52.215-10
PRICE REDUCTION FOR CERTIFIED
DEFECTIVE COST OR PRICING DATA
AUG
2011
X
X
X
X
52.215-11
PRICE REDUCTION FOR CERTIFIED
DEFECTIVE COST OR PRICING DATA
MODIFICATIONS
AUG
2011
X
X
X
X
52.215-12
SUBCONTRACTOR CERTIFIED COST OR
PRICING DATA
OCT
2010
X
X
X
X
52.215-13
SUBCONTRACTOR CERTIFIED COST OR
PRICING DATA MODIFICATIONS
OCT
2010
X
X
X
X
52.215-14
INTEGRITY OF UNIT PRICES
OCT
2010
X
X
X
X
52.215-14
ALTERNATE I
OCT
1997
X
X
X
X
52.215-15
PENSION ADJUSTMENTS AND ASSET
REVERSIONS
OCT
2010
X
X
X
X
52.215-17
WAIVER OF FACILITIES CAPITAL COST OF
MONEY
OCT
1997
X
X
X
X
52.215-18
REVERSION OR ADJUSTMENT OF PLANS
FOR POSTRETIREMENT BENEFITS (PRB)
OTHER THAN PENSIONS
JUL
2005
X
X
X
X
52.215-19
NOTIFICATION OF OWNERSHIP CHANGES
OCT
1997
X
X
X
X
52.215-21
REQUIREMENTS FOR CERTIFIED COST OR
PRICING AND DATA OTHER THAN
CERTIFIED COST OR PRICING DATA -
MODIFICATIONS
OCT
2010
X
X
X
X
52.215.21
ALTERNATE I
OCT
2010
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
119
52.215-21
ALTERNATE II
OCT
1997
X
X
X
X
52.215-21
ALTERNATE III
OCT
1997
X
X
X
X
52.215-21
ALTERNATE IV
OCT
2010
X
X
X
X
52.215-23
LIMITATIONS ON PASS-THROUGH
CHARGES
OCT
2009
X
X
52.216-4
ECONOMIC PRICE ADJUSTMENT LABOR
AND MATERIAL
JAN
1997
X
X
X
52.216-5*
PRICE REDETERMINATION
PROSPECTIVE
OCT
1997
X
X
X
52.216-6*
PRICE REDETERMINATION
RETROACTIVE
OCT
1997
X
X
X
52.216-7*
ALLOWABLE COST AND PAYMENT
JUN
2013
X
X
X
52.216-8
FIXED FEE
JUN
2011
X
X
X
52.216-10
INCENTIVE FEE
JUN
2011
X
X
X
52.216-11*
COST
CONTRACT-NO
FEE
APR
1984
X
X
X
52.216-12
COST-SHARING CONTRACTNO FEE
APR
1984
X
X
52.216-16*
INCENTIVE PRICE REVISION FIRM
TARGET
OCT
1997
X
X
X
52.216-16
ALTERNATE I
APR
1984
X
X
X
52.216-17*
INCENTIVE PRICE REVISION -
SUCCESSIVE TARGETS
OCT
1997
X
X
X
52.216-17
ALTERNATE I
APR
1984
X
X
X
52.217-2
CANCELLATION UNDER MULTI-YEAR
CONTRACTS
OCT
1997
X
X
52.217-8*
OPTION TO EXTEND SERVICES
NOV
1999
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
120
52.219-4
NOTICE OF PRICE EVALUATION
PREFERENCE FOR HUBZONE SMALL
BUSINESS CONCERNS.
OCT
2014
X
X
X
X
52.219-8
UTILIZATION OF SMALL BUSINESS
CONCERNS
OCT
2014
X
X
X
X
52.219-9
SMALL BUSINESS SUBCONTRACTING
PLAN
OCT
2015
X
X
X
X
52.219-9
ALTERNATE II
OCT
2001
X
X
X
X
52.219-14
LIMITATIONS ON SUBCONTRACTING
Nov
2011
X
X
X
X
52.219-16
LIQUIDATED DAMAGES
SUBCONTRACTING PLAN
JAN
1999
X
X
X
X
52.219-28
POST-AWARD SMALL BUSINESS
PROGRAM RE-REPRESENTATION
JUL
2013
X
X
X
X
52.222-1
NOTICE TO THE GOVERNMENT OF LABOR
DISPUTES
FEB
1997
X
X
X
X
52.222-2
PAYMENT FOR OVERTIME PREMIUMS
JUL
1990
X
X
52.222-3
CONVICT LABOR
JUN
2003
X
X
X
X
52.222-4
CONTRACT WORK HOURS AND SAFETY
STANDARDS - OVERTIME COMPENSATION
MAY
2014
X
X
X
X
52.222-19
CHILD LABOR - COOPERATION WITH
AUTHORITIES AND REMEDIES
FEB
2016
X
X
X
X
52.222-21
PROHIBITION OF SEGREGATED
FACILITIES
APR
2015
X
X
X
X
52.222-26
EQUAL OPPORTUNITY
APR
2015
X
X
X
X
52.222-29
NOTIFICATION OF VISA DENIAL
APR
2015
X
X
X
X
52.222-35
EQUAL OPPORTUNITY FOR VETERANS
(In full text below)
OCT
2015
X
X
X
X
52.222-36
EQUAL OPPORTUNITY FOR WORKERS
WITH DISABILITIES
(In full text below)
JUL
2014
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
121
52.222-36
ALTERNATE I
JUL
2014
X
X
X
X
52.222-37
EMPLOYMENT REPORTS ON VETERANS
FEB
2016
X
X
X
X
52.222-38
COMPLIANCE WITH VETERANS
EMPLOYMENT REPORTING
REQUIREMENTS
FEB
2016
X
X
X
X
52.222-40
NOTIFICATION OF EMPLOYEE RIGHTS
UNDER THE NATIONAL LABOR
RELATIONS ACT
DEC
2010
X
X
X
X
52.222-50
COMBATING TRAFFICKING IN PERSONS
MAR
2015
X
X
X
X
52.222-54
EMPLOYMENT ELIGIBILITY
VERIFICATION
OCT
2015
X
X
X
X
52.223-2
AFFIRMATIVE PROCUREMENT OF
BIOBASED PRODUCTS UNDER SERVICE
AND CONSTRUCTION CONTRACTS
SEP
2013
X
X
X
X
52.223-3*
HAZARDOUS MATERIAL IDENTIFICATION
AND MATERIAL SAFETY DATA
JAN
1997
X
X
X
X
52.223-3
ALTERNATE I
JUL
1995
X
X
X
X
52.223-5
POLLUTION PREVENTION AND RIGHT-TO-
KNOW INFORMATION. ALTERNATE I
MAY
2011
X
X
X
X
52.223-5
ALTERNATE I
MAY
2011
X
X
X
X
52.223-5
ALTERNATE II
MAY
2011
X
X
X
X
52.223-6
DRUG-FREE WORKPLACE
MAY
2001
X
X
X
X
52.223-10
WASTE REDUCTION PROGRAM
MAY
2011
X
X
52.223-12
REFRIGERATION EQUIPMENT AND AIR
CONDITIONERS
MAY
1995
X
X
X
X
52.223-13
ACQUISITION OF EPEAT
REGISTERED
IMAGING EQUIPMENT
JUN
2014
X
X
X
X
52.223-13
ALTERNATE I
OCT
2015
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
122
52.223-14
ACQUISITION OF EPEAT
REGISTERED
TELEVISIONS
JUN
2014
X
X
X
X
52.223-14
ALTERNATE I
JUN
2014
X
X
X
X
52.223-15
ENERGY EFFICIENCY IN ENERGY-
CONSUMING PRODUCTS
DEC
2007
X
X
X
X
52.223-16
ACQUISITION OF EPEAT-REGISTERED
PERSONAL COMPUTER PRODUCTS
OCT
2015
X
X
X
X
52.223-16
ALTERNATE I
JUN
2014
X
X
X
X
52.223-17
AFFIRMATIVE PROCUREMENT OF EPA-
DESIGNATED ITEMS IN SERVICE AND
CONSTRUCTION CONTRACTS
MAY
2008
X
X
X
X
52.223-18
ENCOURAGING CONTRACTOR POLICIES
TO BAN TEXT MESSAGING WHILE
DRIVING
AUG
2011
X
X
X
X
52.223-19
COMPLIANCE WITH ENVIRONMENTAL
MANAGEMENT SYSTEMS
MAY
2011
X
X
X
X
52.224-1
PRIVACY ACT NOTIFICATION
APR
1984
X
X
X
X
52.224-2
PRIVACY ACT
APR
1984
X
X
X
X
52.225-1
BUY AMERICAN SUPPLIES
MAY
2014
X
X
X
X
52.225-3
BUY AMERICAN FREE TRADE
AGREEMENTS ISRAELI TRADE ACT
MAY
2014
X
X
X
X
52.225-3
ALTERNATE I
MAY
2014
X
X
X
X
52.225-3
ALTERNATE
II
MAY
2014
X
X
X
X
52.225-3
ALTERNATE III
MAY
2014
X
X
X
X
52.225-5
TRADE AGREEMENTS
FEB
2016
X
X
X
52.225-8
DUTY-FREE ENTRY
OCT
2010
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
123
52.225-13
RESTRICTIONS ON CERTAIN FOREIGN
PURCHASES
JUN
2008
X
X
X
52.225-14
INCONSISTENCY BETWEEN ENGLISH
VERSION AND TRANSLATION OF
CONTRACT
FEB
2000
X
X
X
X
52.225-19
CONTRACTOR PERSONNEL IN A
DESIGNATED OPERATIONAL AREA OR
SUPPORTING A DIPLOMATIC OR
CONSULAR MISSION OUTSIDE THE
UNITED STATES
MAR
2008
X
X
X
X
52.227-1
AUTHORIZATION AND CONSENT
DEC
2007
X
X
X
52.227-2
NOTICE AND ASSISTANCE REGARDING
PATENT AND COPYRIGHT
INFRINGEMENT
DEC
2007
X
X
52.227-3
PATENT INDEMNITY
APR
1984
X
X
X
52.227-3*
ALTERNATE I
APR
1984
X
X
X
52.227-3*
ALTERNATE II
JUL
1995
X
X
X
52.227-5*
WAIVER OF INDEMNITY
APR
1984
X
X
X
52.227-9
REFUND OF ROYALTIES
APR
1984
X
X
52.227-10
FILING OF PATENT APPLICATIONS -
CLASSIFIED SUBJECT MATTER
DEC
2007
X
X
X
52.227-11
PATENT RIGHTS OWNERSHIP BY THE
CONTRACTOR
MAY
2014
X
X
52.227-13
PATENT RIGHTS OWNERSHIP BY THE
CONTRACTOR
DEC
2007
X
X
52.227-14
RIGHTS IN DATAGENERAL
MAY
2014
X
X
X
X
52.227-14
ALTERNATE I
DEC
2007
X
X
X
X
52.227-14 *
ALTERNATE II
DEC
2007
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
124
52.227-14 *
ALTERNATE III
DEC
2007
X
X
X
X
52.227-14
ALTERNATE IV
DEC
2007
X
X
X
X
52.227-14
ALTERNATE V
DEC
2007
X
X
X
X
52.227-16
ADDITIONAL
DATA
REQUIREMENTS
JUN
1987
X
X
52.227-17
RIGHTS IN DATA-SPECIAL WORKS
DEC
2007
X
X
X
52.227-19
COMMERCIAL COMPUTER SOFTWARE -
LICENSE
DEC
2007
X
X
52.227-21
TECHNICAL DATA DECLARATION,
REVISION, AND WITHHOLDING OF
PAYMENTMAJOR SYSTEMS
MAY
2014
X
X
X
X
52.227-22
MAJOR SYSTEM - MINIMUM RIGHTS
JUN
1987
X
X
X
X
52.227-23
RIGHTS TO PROPOSAL DATA (TECHNICAL)
JUN
1987
X
X
X
X
52.228-3
WORKERS' COMPENSATION INSURANCE
(DEFENSE BASE ACT)
JUL
2014
X
X
X
52.228-4
WORKERS’ COMPENSATION AND WAR-
HAZARD INSURANCE OVERSEAS
APR
1984
X
X
X
52.228-5
INSURANCE - WORK ON A GOVERNMENT
INSTALLATION
JAN
1997
X
X
52.228-7
INSURANCE - LIABILITY TO THIRD
PERSONS
MAR
1996
X
X
52.229-3
FEDERAL, STATE, AND LOCAL TAXES
FEB
2013
X
X
X
52.229-4
FEDERAL, STATE, AND LOCAL TAXES
(STATE AND LOCAL ADJUSTMENTS)
FEB
2013
X
X
X
52.229-6
TAXES FOREIGN FIXED-PRICE
CONTRACTS
FEB
2013
X
X
X
52.229-8*
TAXES - FOREIGN COST-REIMBURSEMENT
CONTRACTS
MAR
1990
X
X
52.229-10*
STATE OF NEW MEXICO GROSS RECEIPTS
APR
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
125
AND COMPENSATING TAX
2003
52.230-2
COST ACCOUNTING STANDARDS
OCT
2015
X
X
X
X
52.230-3
DISCLOSURE AND CONSISTENCY OF COST
ACCOUNTING PRACTICES
OCT
2015
X
X
X
X
52.230-4
DISCLOSURE AND CONSISTENCY OF
COST ACCOUNTING PRACTICES -
FOREIGN CONCERNS
OCT
2015
X
X
X
X
52.230-5
COST ACCOUNTING STANDARDS
EDUCATIONAL INSTITUTION
OCT
2015
X
X
X
X
52.230-6
ADMINISTRATION OF COST ACCOUNTING
STANDARDS
JUN
2010
X
X
X
X
52.232-1
PAYMENTS
APR
1984
X
52.232-7*
PAYMENTS UNDER TIME-AND-
MATERIALS AND LABOR-HOUR
CONTRACTS
AUG
2012
X
52.232-8
DISCOUNTS FOR PROMPT PAYMENT
FEB
2002
X
X
52.232-9
LIMITATION ON WITHHOLDING OF
PAYMENTS
APR
1984
X
X
X
52.232-11
EXTRAS
APR
1984
X
52.232-12*
ADVANCE PAYMENTS
MAY
2001
X
X
X
X
52.232-12
ALTERNATE I
APR
1984
X
X
X
X
52.232-12*
ALTERNATE II
MAY
2001
X
X
52.232-16*
PROGRESS PAYMENTS
APR
2012
X
X
52.232-16
ALTERNATE I
MAR
2000
X
X
52.232-17
INTEREST
MAY
2014
X
X
X
X
52.232-18
AVAILABILITY OF FUNDS
APR
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
126
1984
52.232-19*
AVAILABILITY OF FUNDS FOR THE NEXT
FISCAL YEAR (In full text below)
(OCO should provide in full text)
APR
1984
X
X
52.232-20
LIMITATION OF COST
APR
1984
X
X
52.232-22
LIMITATION OF FUNDS
APR
1984
X
X
52.232-23
ASSIGNMENT OF CLAIMS
MAY
2014
X
X
X
X
52.232-23
ALTERNATE I
APR
1984
X
X
X
X
52.232-25
PROMPT PAYMENT
JUL
2013
X
X
X
X
52.232-25
ALTERNATE I
FEB
2002
X
X
X
52.232-33
PAYMENT BY ELECTRONIC FUNDS
TRANSFER-SYSTEM FOR AWARD
MANAGEMENT
JUL
2013
X
X
X
X
52.232-36
PAYMENT BY THIRD PARTY
MAY
2014
X
X
X
X
52.232-37
MULTIPLE PAYMENT ARRANGEMENTS.
MAY
1999
X
X
X
X
52.232-40
PROVIDING ACCELERATED PAYMENT TO
SMALL BUSINESS SUBCONTRACTORS
DEC
2013
X
X
X
X
52.233-1
DISPUTES
MAY
2014
X
X
X
X
52.233-1
ALTERNATE I
DEC
1991
X
X
X
X
52.233-3
PROTEST AFTER AWARD
AUG
1996
X
X
X
52.233-3
ALTERNATE I
JUN
1985
X
X
52.233-4
APPLICABLE LAW FOR BREACH OF
CONTRACT CLAIM
OCT
2004
X
X
X
X
52.237-2
PROTECTION OF GOVERNMENT
BUILDINGS, EQUIPMENT, AND
APR
1984
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
127
VEGETATION
52.237-3
CONTINUITY OF SERVICES
JAN
1991
X
X
X
52.237-9
WAIVER OF LIMITATION ON SEVERANCE
PAYMENTS TO FOREIGN NATIONALS
MAY
2014
X
X
X
52.239-1
PRIVACY
OR
SECURITY
SAFEGUARDS
AUG
1996
X
X
X
X
52.242-1
NOTICE OF INTENT TO DISALLOW COSTS
APR
1984
X
X
X
X
52.242-3
PENALTIES FOR UNALLOWABLE COSTS
MAY
2014
X
X
X
52.242-4
CERTIFICATION OF FINAL INDIRECT
COSTS
JAN
1997
X
X
X
52.242-13
BANKRUPTCY
JUL
1995
X
X
X
X
52.243-1
CHANGES FIXED-PRICE
AUG
1987
X
X
52.243-1
ALTERNATE I
APR
1984
X
X
52.243-1
ALTERNATE II
APR
1984
X
X
52.243-1
ALTERNATE III
APR
1984
X
X
52.243-2
CHANGES COST REIMBURSEMENT
AUG
1987
X
X
52.243-2
ALTERNATE I
APR
1984
X
X
52.243-2
ALTERNATE II
APR
1984
X
X
52.243-2
ALTERNATE V
APR
1984
X
X
52.243-3
CHANGES TIME-AND-MATERIALS OR
LABOR-HOURS
SEP
2000
X
X
52.243-6
CHANGE ORDER ACCOUNTING
APR
1984
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
128
52.243-7*
NOTIFICATION OF CHANGES
APR
1984
X
X
X
X
52.244-2*
SUBCONTRACTS
OCT
2010
X
X
X
X
52.244-2
ALTERNATE I
JUN
2007
X
X
52.244-5
COMPETITION IN SUBCONTRACTING
DEC
1996
X
X
X
52.244-6
SUBCONTRACTS FOR COMMERCIAL
ITEMS
JUN
2016
X
X
X
X
52.245-1
GOVERNMENT PROPERTY
APR
2012
X
X
X
X
52.245-1
ALTERNATE I
APR
2012
X
X
X
X
52.245-1
ALTERNATE II
APR
2012
X
X
X
X
52.245-2*
GOVERNMENT PROPERTY INSTALLATION
OPERATION SERVICES
(OCO should provide in full text)
APR
2012
X
X
X
52.245-9
USE AND CHARGES
APR
2012
X
X
X
X
52.246-19*
WARRANTY OF SYSTEMS AND
EQUIPMENT UNDER PERFORMANCE
SPECIFICATIONS OR DESIGN CRITERIA.
MAY
2001
X
52.246-19
ALTERNATE I
APR
1984
X
52.246-19
ALTERNATE II
APR
1984
X
52.246-19
ALTERNATE III
APR
1984
X
52.246-20*
WARRANTY OF SERVICES
MAY
2001
X
X
52.246-23
LIMITATION OF LIABILITY
FEB
1997
X
X
X
52.246-24
LIMITATION OF LIABILITY HIGH VALUE
ITEMS
FEB
1997
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
129
52.246-25
LIMITATION OF LIABILITY - SERVICES
FEB
1997
X
X
X
X
52.247-1*
COMMERCIAL BILL OF LADING
NOTATIONS
FEB
2006
X
X
X
X
52.247-63*
PREFERENCE FOR U.S.-FLAG AIR
CARRIERS
JUN
2003
X
X
X
X
52.247-67*
SUBMISSION OF TRANSPORTATION
DOCUMENTS FOR AUDIT
(OCO should provide in full text)
FEB
2006
X
X
X
52.248-1*
VALUE ENGINEERING
OCT
2010
X
X
X
52.248-1
ALTERNATE I
APR
1984
X
X
X
X
52.248-1
ALTERNATE II
FEB
2000
X
X
X
X
52.248-1
ALTERNATE III
APR
1984
X
X
X
X
52.249-2
TERMINATION FOR CONVENIENCE OF
THE GOVERNMENT (FIXED-PRICE)
APR
2012
X
X
X
52.249-4
TERMINATION FOR CONVENIENCE OF
THE GOVERNMENT (SERVICES) (SHORT
FORM).
APR
1984
X
X
52.249-6
TERMINATION (COST-REIMBURSEMENT)
MAY
2004
X
X
52.249-6
ALTERNATE IV
SEP
1996
X
52.249-8
DEFAULT (FIXED-PRICE SUPPLY AND
SERVICE)
APR
1984
X
X
52.249-14
EXCUSABLE DELAYS
APR
1984
X
X
52.251-1
GOVERNMENT SUPPLY SOURCES
APR
2012
X
X
X
X
52.251-2
INTER-AGENCY FLEET MANAGEMENT
SYSTEM VEHICLES AND RELATED
SERVICES
JAN
1991
X
52.253-1
COMPUTER GENERATED FORMS
JAN
1991
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
130
(Note: Clause numbers followed by an asterisk (*) require fill-ins by the OCO if determined
applicable and incorporated into the Order.)
I.2.1 Acquisition of Commercial Items
The following clauses apply only to Orders that are for the acquisition of
supplies or services that meet the definition of commercial items at FAR
2.101. They will be incorporated in full text into individual orders, as
applicable.
CLAUSE
NO.
TITLE
DATE
FP
COST
TM
Master
Contract
52.212-4
CONTRACT TERMS AND CONDITIONS
COMMERCIAL ITEMS
MAY
2015
X
X
52.212-4
ALTERNATE I
MAY
2014
X
X
52.212-5
CONTRACT TERMS AND CONDITIONS
REQUIRED TO IMPLEMENT STATUTES
OR EXECUTIVE ORDERS
COMMERCIAL ITEMS
MAR
2016
X
X
52.212-5
ALTERNATE I
FEB
2000
X
X
52.212-5
ALTERNATE II
MAR
2016
X
X
(Note: Provision numbers followed by an asterisk (*) require fill-ins by the OCO if
determined applicable and incorporated into the Order.)
I.2.1.1 GSAR 552.212-4 Contract Terms and Conditions-Commercial
Items. (ALTERNATE II) (FAR DEVIATION) (July 2015)
(a) Inspection/Acceptance. The Contractor shall only tender for acceptance
those items that conform to the requirements of this contract. The
Government reserves the right to inspect or test any supplies or services that
have been tendered for acceptance. The Government may require repair or
replacement of nonconforming supplies or reperformance of nonconforming
services at no increase in contract price. If repair/replacement or
reperformance will not correct the defects or is not possible, the government
may seek an equitable price reduction or adequate consideration for
acceptance of nonconforming supplies or services. The Government must
exercise its post-acceptance rights --
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
131
(1) Within a reasonable time after the defect was discovered or should
have been discovered; and
(2) Before any substantial change occurs in the condition of the item,
unless the change is due to the defect in the item.
(b) Assignment. The Contractor or its assignee may assign its rights to
receive payment due as a result of performance of this contract to a bank,
trust company, or other financing institution, including any Federal lending
agency in accordance with the Assignment of Claims Act (31 U.S.C.3727).
However, when a third party makes payment (e.g., use of the
Governmentwide commercial purchase card), the Contractor may not assign
its rights to receive payment under this contract.
(c) Changes. Changes in the terms and conditions of this contract may be
made only by written agreement of the parties.
(d) Disputes. This contract is subject to 41 U.S.C. chapter 71,Contract
Disputes. Failure of the parties to this contract to reach agreement on any
request for equitable adjustment, claim, appeal or action arising under or
relating to this contract shall be a dispute to be resolved in accordance with
the clause at FAR 52.233-1, Disputes, which is incorporated herein by
reference. The Contractor shall proceed diligently with performance of this
contract, pending final resolution of any dispute arising under the contract.
(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated
herein by reference.
(f) Excusable delays. The Contractor shall be liable for default unless
nonperformance is caused by an occurrence beyond the reasonable control of
the Contractor and without its fault or negligence such as, acts of God or the
public enemy, acts of the Government in either its sovereign or contractual
capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually
severe weather, and delays of common carriers. The Contractor shall notify
the Contracting Officer in writing as soon as it is reasonably possible after
the commencement of any excusable delay, setting forth the full particulars
in connection therewith, shall remedy such occurrence with all reasonable
dispatch, and shall promptly give written notice to the Contracting Officer of
the cessation of such occurrence.
(g) Invoice.
(1) The Contractor shall submit an original invoice and three copies (or
electronic invoice, if authorized) to the address designated in the contract
to receive invoices. An invoice must include
(i) Name and address of the Contractor;
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
132
(ii) Invoice date and number;
(iii) Contract number, contract line item number and, if applicable, the
order number;
(iv) Description, quantity, unit of measure, unit price and extended
price of the items delivered;
(v) Shipping number and date of shipment, including the bill of lading
number and weight of shipment if shipped on Government bill of
lading;
(vi) Terms of any discount for prompt payment offered;
(vii) Name and address of official to whom payment is to be sent;
(viii) Name, title, and phone number of person to notify in event of
defective invoice; and
(ix) Taxpayer Identification Number (TIN). The Contractor shall
include its TIN on the invoice only if required elsewhere in this
contract.
(x) Electronic funds transfer (EFT) banking information.
(A) The Contractor shall include EFT banking information on the
invoice only if required elsewhere in this contract.
(B) If EFT banking information is not required to be on the invoice,
in order for the invoice to be a proper invoice, the Contractor shall
have submitted correct EFT banking information in accordance
with the applicable solicitation provision, contract clause (e.g.,
52.232-33, Payment by Electronic Funds TransferSystem for
Award Management, or 52.232-34, Payment by Electronic Funds
TransferOther Than System for Award Management), or
applicable agency procedures.
(C) EFT banking information is not required if the Government
waived the requirement to pay by EFT.
(2) The due date for making invoice payments by the designated payment
office is the later of the following two events:
(i) The 10th day after the designated billing office receives a proper
invoice from the Contractor. If the designated billing office fails to
annotate the invoice with the date of receipt at the time of receipt, the
invoice payment due date shall be the 10th day after the date of the
Contractor's invoice; provided the Contractor submitted a proper
invoice and no disagreement exists over quantity, quality, or
Contractor compliance with contract requirements.
(ii) The 10th day after Government acceptance of supplies delivered or
services performed by the Contractor.
(h) Patent indemnity. The Contractor shall indemnify the Government and
its officers, employees and agents against liability, including costs, for actual
or alleged direct or contributory infringement of, or inducement to infringe,
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
133
any United States or foreign patent, trademark or copyright, arising out of
the performance of this contract, provided the Contractor is reasonably
notified of such claims and proceedings.
(i) Payment.
(1) Items accepted. Payment shall be made for items accepted by the
Government that have been delivered to the delivery destinations set
forth in this contract.
(2) Prompt Payment. The Government will make payment in accordance
with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment
regulations at 5 CFR Part 1315.
(3) Electronic Funds Transfer (EFT). If the Government makes payment
by EFT, see 52.212-5(b) for the appropriate EFT clause.
(4) Discount. In connection with any discount offered for early payment,
time shall be computed from the date of the invoice. For the purpose of
computing the discount earned, payment shall be considered to have been
made on the date which appears on the payment check or the specified
payment date if an electronic funds transfer payment is made.
(5) Overpayments. If the Contractor becomes aware of a duplicate contract
financing or invoice payment or that the Government has otherwise
overpaid on a contract financing or invoice payment, the Contractor
shall
(i) Remit the overpayment amount to the payment office cited in the
contract along with a description of the overpayment including the
(A) Circumstances of the overpayment (e.g., duplicate payment,
erroneous payment, liquidation errors, date(s) of overpayment);
(B) Affected contract number and delivery order number, if
applicable;
(C) Affected contract line item or subline item, if applicable; and
(D) Contractor point of contact.
(ii) Provide a copy of the remittance and supporting
documentation to the Contracting Officer.
(6) Interest.
(i) All amounts that become payable by the Contractor to the
Government under this contract shall bear simple interest from the
date due until paid unless paid within 30 days of becoming due. The
interest rate shall be the interest rate established by the Secretary of
the Treasury as provided in 41 U.S.C. 7109, which is applicable to the
period in which the amount becomes due, as provided in (i)(6)(v) of this
clause, and then at the rate applicable for each six-month period at
fixed by the Secretary until the amount is paid.
(ii) The Government may issue a demand for payment to the
Contractor upon finding a debt is due under the contract.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
134
(iii) Final decisions. The Contracting Officer will issue a final decision
as required by 33.211 if
(A) The Contracting Officer and the Contractor are unable to reach
agreement on the existence or amount of a debt within 30 days;
(B) The Contractor fails to liquidate a debt previously demanded by
the Contracting Officer within the timeline specified in the demand
for payment unless the amounts were not repaid because the
Contractor has requested an installment payment agreement; or
(C) The Contractor requests a deferment of collection on a debt
previously demanded by the Contracting Officer (see 32.607-2).
(iv) If a demand for payment was previously issued for the debt, the
demand for payment included in the final decision shall identify the
same due date as the original demand for payment.
(v) Amounts shall be due at the earliest of the following dates:
(A) The date fixed under this contract.
(B) The date of the first written demand for payment, including any
demand for payment resulting from a default termination.
(vi) The interest charge shall be computed for the actual number of
calendar days involved beginning on the due date and ending on
(A) The date on which the designated office receives payment from
the Contractor;
(B) The date of issuance of a Government check to the Contractor
from which an amount otherwise payable has been withheld as a
credit against the contract debt; or
(C) The date on which an amount withheld and applied to the
contract debt would otherwise have become payable to the
Contractor.
(vii) The interest charge made under this clause may be reduced under
the procedures prescribed in 32.608-2 of the Federal Acquisition
Regulation in effect on the date of this contract.
(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss
or damage to the supplies provided under this contract shall remain with the
Contractor until, and shall pass to the Government upon:
(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or
(2) Delivery of the supplies to the Government at the destination specified
in the contract, if transportation is f.o.b. destination.
(k) Taxes. The contract price includes all applicable Federal, State, and local
taxes and duties.
(l) Termination for the Government’s convenience. The Government reserves
the right to terminate this contract, or any part hereof, for its sole
convenience. In the event of such termination, the Contractor shall
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
135
immediately stop all work hereunder and shall immediately cause any and
all of its suppliers and subcontractors to cease work. Subject to the terms of
this contract, the Contractor shall be paid a percentage of the contract price
reflecting the percentage of the work performed prior to the notice of
termination, plus reasonable charges the Contractor can demonstrate to the
satisfaction of the Government using its standard record keeping system,
have resulted from the termination. The Contractor shall not be required to
comply with the cost accounting standards or contract cost principles for this
purpose. This paragraph does not give the Government any right to audit the
Contractor’s records. The Contractor shall not be paid for any work
performed or costs incurred which reasonably could have been avoided.
(m) Termination for cause. The Government may terminate this contract, or
any part hereof, for cause in the event of any default by the Contractor, or if
the Contractor fails to comply with any contract terms and conditions, or fails
to provide the Government, upon request, with adequate assurances of future
performance. In the event of termination for cause, the Government shall not
be liable to the Contractor for any amount for supplies or services not
accepted, and the Contractor shall be liable to the Government for any and
all rights and remedies provided by law. If it is determined that the
Government improperly terminated this contract for default, such
termination shall be deemed a termination for convenience.
(n) Title. Unless specified elsewhere in this contract, title to items furnished
under this contract shall pass to the Government upon acceptance, regardless
of when or where the Government takes physical possession.
(o) Warranty. The Contractor warrants and implies that the items delivered
hereunder are merchantable and fit for use for the particular purpose
described in this contract.
(p) Limitation of liability. Except as otherwise provided by an express
warranty, the Contractor will not be liable to the Government for
consequential damages resulting from any defect or deficiencies in accepted
items.
(q) Other compliances. The Contractor shall comply with all applicable
Federal, State and local laws, executive orders, rules and regulations
applicable to its performance under this contract.
(r) Compliance with laws unique to Government contracts. The Contractor
agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of
appropriated funds to influence certain Federal contracts; 18 U.S.C. 431
relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
136
and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and
10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly
American; and 41 U.S.C. chapter 21 relating to procurement integrity.
(s) Order of precedence. Any inconsistencies in this solicitation or contract
shall be resolved by giving precedence in the following order:
(1) The schedule of supplies/services.
(2) The Assignments, Disputes, Payments, Invoice, Other Compliances,
Compliance with Laws Unique to Government Contracts, Unauthorized
Obligations, and Commercial Supplier Agreements - Unenforceable
Clauses paragraphs of this clause,
(3) The clause at 52.212-5,
(4) Solicitation provisions if this is a solicitation.
(5) Other paragraphs of this clause.
(6) Addenda to this solicitation or contract, including any license
agreements for computer software.
(7) The Standard Form 1449.
(8) Other documents, exhibits, and attachments.
(9) The specification.
(t) System for Award Management (SAM).
(1) Unless exempted by an addendum to this contract, the Contractor is
responsible during performance and through final payment of any
contract for the accuracy and completeness of the data within the SAM
database, and for any liability resulting from the Government’s reliance
on inaccurate or incomplete data. To remain registered in the SAM
database after the initial registration, the Contractor is required to review
and update on an annual basis from the date of initial registration or
subsequent updates its information in the SAM database to ensure it is
current, accurate and complete. Updating information in the SAM does
not alter the terms and conditions of this contract and is not a substitute
for a properly executed contractual document.
(2)
(i) If a Contractor has legally changed its business name, “doing
business as” name, or division name (whichever is shown on the
contract), or has transferred the assets used in performing the
contract, but has not completed the necessary requirements regarding
novation and change-of-name agreements in Subpart 42.12, the
Contractor shall provide the responsible Contracting Officer a
minimum of one business day’s written notification of its intention to:
(A) Change the name in the SAM database;
(B) Comply with the requirements of Subpart 42.12 of the FAR;
(C) Agree in writing to the timeline and procedures specified by the
responsible Contracting Officer. The Contractor must provide with
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
137
the notification sufficient documentation to support the legally
changed name.
(ii) If the Contractor fails to comply with the requirements of
paragraph (t)(2)(i) of this clause, or fails to perform the agreement at
paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly
executed novation or change-of-name agreement, the SAM information
that shows the Contractor to be other than the Contractor indicated in
the contract will be considered to be incorrect information within the
meaning of the “Suspension of Payment” paragraph of the electronic
funds transfer (EFT) clause of this contract.
(3) The Contractor shall not change the name or address for EFT
payments or manual payments, as appropriate, in the SAM record to
reflect an assignee for the purpose of assignment of claims (see FAR
Subpart 32.8, Assignment of Claims). Assignees shall be separately
registered in the SAM database. Information provided to the Contractor’s
SAM record that indicates payments, including those made by EFT, to an
ultimate recipient other than that Contractor will be considered to be
incorrect information within the meaning of the “Suspension of payment”
paragraph of the EFT clause of this contract.
(4) Offerors and Contractors may obtain information on registration and
annual confirmation requirements via SAM accessed
through https://www.acquisition.gov.
(u) Unauthorized Obligations
(1) Except as stated in paragraph (u)(2) of this clause, when any supply or
service acquired under this contract is subject to any commercial supplier
agreement (as defined in 502.101), that includes any language, provision,
or clause requiring the Government to indemnify the Contractor or any
person or entity for damages, costs, fees, or any other loss or liability that
would create an Anti-Deficiency Act violation (31 U.S.C. 1341 ), the
following shall govern:
(i) Any such language, provision, or clause is unenforceable against the
Government.
(ii) Neither the Government nor any Government authorized end user
shall be deemed to have agreed to such clause by virtue of it appearing
in the commercial supplier agreement. If the commercial supplier
agreement is invoked through an "I agree" click box or other
comparable mechanism (e.g., "click-wrap" or "browse-wrap"
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
138
agreements), execution does not bind the Government or any
Government authorized end user to such clause.
(iii) Any such language, provision, or clause is deemed to be stricken
from the commercial supplier agreement.
(2) Paragraph (u)(1) of this clause does not apply to indemnification by the
Government that is expressly authorized by statute and specifically
authorized under applicable agency regulations and procedures.
(v) Incorporation by reference. The Contractor’s representations and
certifications, including those completed electronically via the System for
Award Management (SAM), are incorporated by reference into the contract.
(w) Commercial supplier agreements - unenforceable clauses
When any supply or service acquired under this contract is subject to a
commercial supplier agreement (as defined in 502.101), the following
language shall be deemed incorporated into the commercial supplier
agreement. As used herein, "this agreement" means the commercial supplier
agreement:
(1) Notwithstanding any other provision of this agreement, when the end
user is an agency or instrumentality of the U.S. Government, the
following shall apply:
(i) Applicability. This agreement is a part of a contract between the
commercial supplier and the U.S. Government for the acquisition of
the supply or service that necessitates a license (including all
contracts, task orders, and delivery orders under FAR Part 12).
(ii) End user. This agreement shall bind the ordering activity as user
but shall not operate to bind a Government employee or person acting
on behalf of the Government in his or her personal capacity.
(iii) Law and disputes. This agreement is governed by Federal law.
(A) Any language purporting to subject the U.S. Government to the
laws of a U.S. state, U.S. territory, district, or municipality, or a
foreign nation, except where Federal law expressly provides for the
application of such laws, is hereby deleted.
(B) Any language requiring dispute resolution in a specific forum or
venue that is different from that prescribed by applicable Federal
law is hereby deleted.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
139
(C) Any language prescribing a different time period for bringing an
action than that prescribed by applicable Federal law in relation to
a dispute is hereby deleted.
(iv) Continued performance. If the supplier or licensor believes the
ordering activity to be in breach of the agreement, it shall pursue its
rights under the Contract Disputes Act or other applicable Federal
statute while continuing performance as set forth in subparagraph (d)
(Disputes).
(v) Arbitration; equitable or injunctive relief. In the event of a claim or
dispute arising under or relating to this agreement, (A) binding
arbitration shall not be used unless specifically authorized by agency
guidance, and (B) equitable or injunctive relief, including the award of
attorney fees, costs or interest, may be awarded against the U.S.
Government only when explicitly provided by statute (e.g., Prompt
Payment Act or Equal Access to Justice Act).
(vi) Additional terms.
(A) This commercial supplier agreement may unilaterally
incorporate additional terms by reference. Terms may be included
by reference using electronic means (e.g., via web links, click and
accept, etc). Such terms shall be enforceable only to the extent that:
(1) When included by reference using electronic means, the
terms are readily available at referenced locations; and
(2) Terms do not materially change government obligations; and
(3) Terms do not increase government prices; and
(4) Terms do not decrease overall level of service; and
(5) Terms do not limit any other Government rights addressed
elsewhere in this contract.
(B) The order of precedence clause of this contract notwithstanding,
any software license terms unilaterally revised subsequent to
award that is inconsistent with any material term or provision of
this contract is not enforceable against the government.
(vii) No automatic renewals. If any license or service tied to periodic
payment is provided under this agreement (e.g., annual software
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
140
maintenance or annual lease term), such license or service shall not
renew automatically upon expiration of its current term without prior
express Government approval.
(viii) Indemnification. Any clause of this agreement requiring the
commercial supplier or licensor to defend or indemnify the end user is
hereby amended to provide that the U.S. Department of Justice has
the sole right to represent the United States in any such action, in
accordance with 28 U.S.C. 516.
(ix) Audits. Any clause of this agreement permitting the commercial
supplier or licensor to audit the end user's compliance with this
agreement is hereby amended as follows: (A) Discrepancies found in an
audit may result in a charge by the commercial supplier or licensor to
the ordering activity. Any resulting invoice must comply with the
proper invoicing requirements specified in the underlying Government
contract or order. (B) This charge, if disputed by the ordering activity,
will be resolved through the Disputes clause at 522.212-4(d); no
payment obligation shall arise on the part of the ordering activity until
the conclusion of the dispute process. (C) Any audit requested by the
contractor will be performed at the contractor's expense, without
reimbursement by the Government.
(x) Taxes or surcharges. Any taxes or surcharges which the commercial
supplier or licensor seeks to pass along to the Government as end user
will be governed by the terms of the underlying Government contract
or order and, in any event, must be submitted to the Contracting
Officer for a determination of applicability prior to invoicing unless
specifically agreed to otherwise In the Government contract.
(xi) Non-assignment. This agreement may not be assigned, nor may
any rights or obligations thereunder be delegated, without the
Government's prior approval, except as expressly permitted under
subparagraph (b) of this clause at 552.212-4.
(xii) Confidential information. If this agreement includes a
confidentiality clause, such clause is hereby amended to state that
neither the agreement nor the Federal Supply Schedule price list (if
applicable) shall be deemed "confidential information." Issues
regarding release of "unit pricing" will be resolved consistent with the
Freedom of Information Act. Notwithstanding anything in this
agreement to the contrary, the Government may retain any
confidential information as required by law, regulation or its internal
document retention procedures for legal, regulatory or compliance
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
141
purposes; provided, however, that all such retained confidential
information will continue to be subject to the confidentiality
obligations of this agreement.
(2) If any language, provision, or clause of this agreement conflicts or is
inconsistent with the preceding paragraph (w)(1), the language,
provisions, or clause of paragraph (w)(1) shall prevail to the extent of such
inconsistency.
(End of clause)
I.2.2 General Services Administration (GSA) Regulations (GSAR),
Incorporated by Reference
CLAUSE
#
CLAUSE TITLE
DATE
552.204-9
PERSONAL IDENTITY VERIFICATION REQUIREMENTS
OCT 2012
552.204-70
CYBER INCIDENT REPORTING REQUIREMENTS
PENDING
552.212-4
CONTRACT TERMS AND CONDITIONS- COMMERCIAL ITEMS
(ALTERNATE II) (FAR DEVIATION - Full text above in Section
I.2.2.1)
JUL 2015
552.215-
70
EXAMINATION OF RECORDS BY GSA
FEB 1996
552.216-74
TASK-ORDER DELIVERY-ORDER OMBUDSMAN
JAN 2016
552.216-75
TRANSACTIONAL DATA REPORTING
(See Attachment J-6 for full-text clause)
JUN 2016
552.228-5
GOVERNMENT AS ADDITIONAL INSURED
JAN 2016
552.232-1
PAYMENTS (DEVIATION FAR 52.232-1)
NOV 2009
552.232-23
ASSIGNMENT OF CLAIMS
SEP 1999
552.232-25
PROMPT PAYMENT (DEVIATION FAR 52-232-25)
NOV 2009
552.237-73
RESTRICTION ON DISCLOSURE INFORMATION
JUN 2009
552.239-70
INFORMATION TECHNOLOGY SECURITY PLAN AND
SECURITY AUTHORIZATION
JUN 2011
552.239-71
SECURITY REQUIREMENTS FOR UNCLASSIFIED
INFORMATION TECHNOLOGY RESOURCES
JUN 2011
(Note: Provision numbers followed by an asterisk (*) require fill-ins by the OCO if determined
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
142
applicable and incorporated into the Order.)
I.3 GSAR 552.232-39 Unenforceability of Unauthorized
Obligations (FAR DEVIATION)
(a) Except as stated in paragraph (b) of this clause, when any supply or service acquired
under this contract is subject to any commercial supplier agreement (as defined in 502.101)
that includes any language, provision, or clause requiring the Government to pay any future
fees, penalties, interest, legal costs or to indemnify the Contractor or any person or entity for
damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act
violation (31 U.S.C. 1341), the following shall govern:
(1) Any such language, provision, or clause is unenforceable against the Government.
(2) Neither the Government nor any Government authorized end user shall be deemed to
have agreed to such language, provision, or clause by virtue of it appearing in the commercial
supplier agreement. If the commercial supplier agreement is invoked through an “I agree”
click box or other comparable mechanism (e.g., “click-wrap” or “browse-wrap” agreements),
execution does not bind the Government or any Government authorized end user to such
clause.
(3) Any such language, provision, or clause is deemed to be stricken from the commercial
supplier agreement.
(b) Paragraph (a) of this clause does not apply to indemnification or any other payment by
the Government that is expressly authorized by statute and specifically authorized under
applicable agency regulations and procedures.
(End of clause)
I.4 552.232-78 Commercial Supplier Agreements
Unenforceable Clauses
(a) When any supply or service acquired under this contract is subject to a
commercial supplier agreement, the following language shall be deemed
incorporated into the commercial supplier agreement. As used herein, “this
agreement” means the commercial supplier agreement:
(1) Notwithstanding any other provision of this agreement, when the end
user is an agency or instrumentality of the U.S. Government, the following
shall apply:
(i) Applicability. This agreement is part of a contract between the commercial
supplier and the U.S. Government for the acquisition of the supply or service
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
143
that necessitates a license (including all contracts, task orders, and delivery
orders under FAR Parts 13, 14 or 15).
(ii) End user. This agreement shall bind the ordering activity as end user but
shall not operate to bind a Government employee or person acting on behalf
of the Government in his or her personal capacity.
(iii) Law and disputes. This agreement is governed by Federal law.
(A) Any language purporting to subject the U.S. Government to the laws of a
U.S. state, U.S. territory, district, or municipality, or foreign nation, except
where Federal law expressly provides for the application of such laws, is
hereby deleted.
(B) Any language requiring dispute resolution in a specific forum or venue
that is different from that prescribed by applicable Federal law is hereby
deleted.
(C) Any language prescribing a different time period for bringing an action
than that prescribed by applicable Federal law in relation to a dispute is
hereby deleted.
(iv) Continued performance. The supplier or licensor shall not unilaterally
revoke, terminate or suspend any rights granted to the Government except as
allowed by this contract. If the supplier or licensor believes the ordering
activity to be in breach of the agreement, it shall pursue its rights under the
Contract Disputes Act or other applicable Federal statute while continuing
performance as set forth in subparagraph (d) (Disputes).
(v) Arbitration; equitable or injunctive relief. In the event of a claim or
dispute arising under or relating to this agreement, a binding arbitration
shall not be used unless specifically authorized by agency guidance, and
equitable or injunctive relief, including the award of attorney fees, costs or
interest, may be awarded against the U.S. Government only when explicitly
provided by statute (e.g., Prompt Payment Act or Equal Access to Justice
Act).
(vi) Additional terms. (A) This commercial supplier agreement may
incorporate additional terms by reference, provided that the full text of the
terms are provided with the offer.
(B) After award, the contractor may unilaterally revise terms provided:
(1) Terms do not materially change government rights or obligations; and
(2) Terms do not increase government prices; and
(3) Terms do not decrease overall level of service; and
(4) Terms do not limit any other Government right addressed elsewhere in
this contract.
(C) The order of precedence clause of this contract notwithstanding, any
software license terms unilaterally revised subsequent to award that is
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
144
inconsistent with any material term or provision of this contract is not
enforceable against the government.
(vii) No automatic renewals. If any license or service tied to periodic payment
is provided under this agreement (e.g., annual software maintenance or
annual lease term), such license or service shall not renew automatically
upon expiration of its current term without prior express Government
approval.
(viii) Indemnification. Any clause of this agreement requiring the commercial
supplier or licensor to defend or indemnify the end user is hereby amended to
provide that the U.S. Department of Justice has the sole right to represent
the United States in any such action, in accordance with 28 U.S.C. 516.
(ix) Audits. Any clause of this agreement permitting the commercial supplier
or licensor to audit the end user's compliance with this agreement is hereby
amended as follows:
(A) Discrepancies found in an audit may result in a charge by the commercial
supplier or licensor to the ordering activity. Any resulting invoice must
comply with the proper invoicing requirements specified in the underlying
Government contract or order.
(B) This charge, if disputed by the ordering activity, will be resolved through
the Disputes clause at 52.233-1; no payment obligation shall arise on the part
of the ordering activity until the conclusion of the dispute process.
(C) Any audit requested by the contractor will be performed at the
contractor's expense, without reimbursement by the Government.
(x) Taxes or surcharges. Any taxes or surcharges which the commercial
supplier or licensor seeks to pass along to the Government as end user will be
governed by the terms of the underlying Government contract or order and,
in any event, must be submitted to the Contracting Officer for a
determination of applicability prior to invoicing unless specifically agreed to
otherwise in the Government contract.
(xi) Non-assignment. This agreement may not be assigned, nor may any
rights or obligations thereunder be delegated, without the Government's
prior approval, except as expressly permitted under the clause at 52.232-23,
Assignment of Claims.
(xii) Confidential information. If this agreement includes a confidentiality
clause, such clause is hereby amended to state that neither the agreement
nor the Federal Supply Schedule price list shall be deemed “confidential
information.” Issues regarding release of “unit pricing” will be resolved
consistent with the Freedom of Information Act. Notwithstanding anything
in this agreement to the contrary, the Government may retain any
confidential information as required by law, regulation or its internal
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
145
document retention procedures for legal, regulatory or compliance purposes;
provided, however, that all such retained confidential information will
continue to be subject to the confidentiality obligations of this agreement.
(2) If any language, provision or clause of this agreement conflicts or is
inconsistent with the preceding subparagraph (a)(1), the language,
provisions, or clause of subparagraph (a)(1) shall prevail to the extent of such
inconsistency.
(End of clause)
I.5 GSAR 552.252-6 AUTHORIZED DEVIATIONS IN CLAUSES
(DEVIATION FAR 52.252-6) (SEP 1999)
(a) Deviations to FAR clauses.
(1) This solicitation or contract indicates any authorized deviation to a
Federal Acquisition Regulation (48 CFR Chapter 1) clause by the
addition of “(DEVIATION)” after the date of the clause, if the clause is
not published in the General Services Administration Acquisition
Regulation (48 CFR Chapter 5).
(2) This solicitation indicates any authorized deviation to a Federal
Acquisition Regulation (FAR) clause that is published in the General
Services Administration Acquisition Regulation by the addition of
“(DEVIATION (FAR clause no.))” after the date of the clause.
(b) Deviations to GSAR clauses. This solicitation indicates any authorized
deviation to a General Services Administration Acquisition Regulation clause
by the addition of “(DEVIATION)” after the date of the clause.
(c) “Substantially the same as” clauses. Changes in wording of clauses
prescribed for use on a “substantially the same as” basis are not considered
deviations.
(End of clause)
I.6 FAR 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 capitalized assets in the accounting records, the
Contractor shall notify the ACO within 30 days.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
146
(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 shall--
(1) Maintain current, accurate, and complete inventory records of
assets and their costs;
(2) Provide the ACO or designated representative ready access to the
records upon request;
(3) Ensure that all individual and grouped assets, their capitalized
values, accumulated depreciation or amortization, and remaining
useful lives are identified accurately before and after each of the
Contractor's ownership changes; and
(4) Retain and continue to maintain depreciation and amortization
schedules based on the asset records maintained before each
Contractor ownership change.
(c) The Contractor shall include the substance of this clause in all
subcontracts under this contract that meet the applicability requirement of
FAR 15.408(k).
(End of clause)
I.7 FAR 52.216-18 ORDERING (OCT 1995)
(a) Any supplies and services to be furnished under this contract shall be
ordered by issuance of delivery orders or Task Orders by the individuals or
activities designated in the Schedule. Such orders may be issued in
accordance with Section F.3.
(b) All delivery orders or Task Orders are subject to the terms and conditions
of this contract. In the event of conflict between a delivery order or Task
Order and this contract, this contract shall control.
(c) If mailed, a delivery order or Task Order is considered “issued” when the
Government deposits the order in the mail. Orders may be issued orally, by
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
147
facsimile, or by electronic commerce methods only if authorized by the
Schedule.
(End of clause)
I.8 FAR 52.216-19 ORDER LIMITATIONS (OCT 1995)
(a) Minimum order. When the Government requires supplies or services
covered by this contract in an amount of less than the $1 Million, as
amended, the Government is not obligated to purchase, nor is the Contractor
obligated to furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor
(1) Any order for a single item in excess of $1 Billion per year
(2) Any order for a combination of items in excess of $1 Billion per year
(3) A series of orders from the same ordering office within 365 days
that together call for quantities exceeding the limitation in paragraph
(b)(1) or (2) of this section.
(c) If this is a requirements contract (i.e., includes the Requirements clause at
subsection 52.216-21 of the Federal Acquisition Regulation (FAR), the
Government is not required to order a part of any one requirement from the
Contractor if that requirement exceeds the maximum-order limitations in
paragraph (b) of this section.
(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor
shall honor any order exceeding the maximum order limitations in
paragraph (b), unless that order (or orders) is returned to the ordering office
within three (3) work days after issuance, with written notice stating the
Contractor’s intent not to ship the item (or items) called for and the reasons.
Upon receiving this notice, the Government may acquire the supplies or
services from another source.
(End of clause)
I.9 52.216-21 REQUIREMENTS (OCT 1995)
(a) This is a requirements contract for the supplies or services specified, and
effective for the period stated, in the Schedule. The quantities of supplies or
services specified in the Schedule are estimates only and are not purchased
by this contract. Except as this contract may otherwise provide, if the
Government’s requirements do not result in orders in the quantities
described as “estimated” or “maximum” in the Schedule, that fact shall not
constitute the basis for an equitable price adjustment.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
148
(b) Delivery or performance shall be made only as authorized by orders issued
in accordance with the Ordering clause. Subject to any limitations in the
Order Limitations clause or elsewhere in this contract, the Contractor shall
furnish to the Government all supplies or services specified in the Schedule
and called for by orders issued in accordance with the Ordering clause. The
Government may issue orders requiring delivery to multiple destinations or
performance at multiple locations.
(c) Except as this contract otherwise provides, the Government shall order
from the Contractor all the supplies or services specified in the Schedule that
are required to be purchased by the Government activity or activities
specified in the Schedule.
(d) The Government is not required to purchase from the Contractor
requirements in excess of any limit on total orders under this contract.
(e) If the Government urgently requires delivery of any quantity of an item
before the earliest date that delivery may be specified under this contract,
and if the Contractor will not accept an order providing for the accelerated
delivery, the Government may acquire the urgently required goods or
services from another source.
(f) Any order issued during the effective period of this contract and not
completed within that period shall be completed by the Contractor within the
time specified in the order. The contract shall govern the Contractor’s and
Government’s rights and obligations with respect to that order to the same
extent as if the order were completed during the contract’s effective period;
provided, that the Contractor shall not be required to make any deliveries
under this contract after _________________ [insert date].
(End of clause)
I.10 FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995)
(a) This is an indefinite-quantity contract for the supplies or services
specified, and effective for the period stated, in the Schedule. The quantities
of supplies and services specified in the Schedule are estimates only and are
not purchased by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued
in accordance with the Ordering clause. The Contractor shall furnish to the
Government, when and if ordered, the supplies or services specified in the
Schedule up to and including the quantity designated in the Schedule as the
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
149
“maximum.” The Government shall order at least the quantity of supplies or
services designated in the Schedule as the “minimum.”
(c) Except for any limitations on quantities in the Order Limitations clause or
in the Schedule, there is no limit on the number of orders that may be issued.
The Government may issue orders requiring delivery to multiple destinations
or performance at multiple locations.
(d) Any order issued during the effective period of this contract and not
completed within that period shall be completed by the Contractor within the
time specified in the order. The contract shall govern the Contractor’s and
Government’s rights and obligations with respect to that order to the same
extent as if the order were completed during the contract’s effective period;
provided, that the Contractor shall not be required to make any deliveries
under this contract after 60 months following the expiration of the base
contract ordering period.
(End of clause)
I.11 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE
CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to
the Contractor within 30 days of the expiration of the contract; provided that
the Government gives the Contractor a preliminary written notice of its
intent to extend at least 60 days before the contract expires. The preliminary
notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be
considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options
under this clause, shall not exceed 10 years.
(End of clause)
I.12 FAR 52.222-35 EQUAL OPPORTUNITY FOR VETERANS
(OCT 2015)
(a) Definitions. As used in this clause
“Active duty wartime or campaign badge veteran,” “Armed Forces service
medal veteran,” “disabled veteran,” “protected veteran,” “qualified disabled
veteran,” and “recently separated veteran” have the meanings given at
FAR 22.1301.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
150
(b) Equal opportunity clause. The Contractor shall abide by the
requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as of
March 24, 2014. This clause prohibits discrimination against qualified
protected veterans, and requires affirmative action by the Contractor to
employ and advance in employment qualified protected veterans.
(c) Subcontracts. The Contractor shall insert the terms of this clause in
subcontracts of $150,000 or more unless exempted by rules, regulations, or
orders of the Secretary of Labor. The Contractor shall act as specified by the
Director, Office of Federal Contract Compliance Programs, to enforce the
terms, including action for noncompliance. Such necessary changes in
language may be made as shall be appropriate to identify properly the parties
and their undertakings.
(End of clause)
Alternate I (Jul 2014). As prescribed in 22.1310(a)(2), add the following as
a preamble to the clause:
Notice: The following term(s) of this clause are waived for this contract:
______________________ [List term(s)].
I.13 FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS
WITH DISABILITIES (JUL 2014)
(a) Equal opportunity clause. The Contractor shall abide by the
requirements of the equal opportunity clause at 41 CFR 60-741.5(a), as of
March 24, 2014. This clause prohibits discrimination against qualified
individuals on the basis of disability, and requires affirmative action by the
Contractor to employ and advance in employment qualified individuals with
disabilities.
(b) Subcontracts. The Contractor shall include the terms of this clause in
every subcontract or purchase order in excess of $15,000 unless exempted by
rules, regulations, or orders of the Secretary, so that such provisions will be
binding upon each subcontractor or vendor. The Contractor shall act as
specified by the Director, Office of Federal Contract Compliance Programs of
the U.S. Department of Labor, to enforce the terms, including action for
noncompliance. Such necessary changes in language may be made as shall be
appropriate to identify properly the parties and their undertakings.
(End of clause)
Alternate I (Jul 2014). As prescribed in 22.1408(b), add the following as a
preamble to the clause:
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
151
Notice: The following term(s) of this clause are waived for this contract:
_______________ [List term(s)].
I.14 FAR 52.232-19 Availability of Funds for the Next Fiscal
Year (Apr 1984)
Funds are not presently available for performance under this contract beyond
________. The Government’s obligation for performance of this contract
beyond that date is contingent upon the availability of appropriated funds
from which payment for contract purposes can be made. No legal liability on
the part of the Government for any payment may arise for performance under
this contract beyond _____, until funds are made available to the Contracting
Officer for performance and until the Contractor receives notice of
availability, to be confirmed in writing by the Contracting Officer.
(End of clause)
I.15 FAR 52.232-32 PERFORMANCE-BASED PAYMENTS
(APR 2012)
(a) Amount of payments and limitations on payments. Subject to such other
limitations and conditions as are specified in this contract and this clause,
the amount of payments and limitations on payments shall be specified in
the contract’s description of the basis for payment.
(b) Contractor request for performance-based payment. The Contractor may
submit requests for payment of performance-based payments not more
frequently than monthly, in a form and manner acceptable to the
Contracting Officer. Unless otherwise authorized by the Contracting
Officer, all performance-based payments in any period for which payment
is being requested shall be included in a single request, appropriately
itemized and totaled. The Contractor’s request shall contain the
information and certification detailed in paragraphs (l) and (m) of this
clause.
(c) Approval and payment of requests.
(1) The Contractor shall not be entitled to payment of a request for
performance-based payment prior to successful accomplishment of the
event or performance criterion for which payment is requested. The
Contracting Officer shall determine whether the event or performance
criterion for which payment is requested has been successfully
accomplished in accordance with the terms of the contract. The
Contracting Officer may, at any time, require the Contractor to
substantiate the successful performance of any event or performance
criterion which has been or is represented as being payable.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
152
(2) A payment under this performance-based payment clause is a contract
financing payment under the Prompt Payment clause of this contract and
not subject to the interest penalty provisions of the Prompt Payment Act.
The designated payment office will pay approved requests on the
_________ [Contracting Officer insert day as prescribed by agency head; if
not prescribed, insert “30th”] day after receipt of the request for
performance-based payment by the designated payment office. However,
the designated payment office is not required to provide payment if the
Contracting Officer requires substantiation as provided in paragraph
(c)(1) of this clause, or inquiries into the status of an event or performance
criterion, or into any of the conditions listed in paragraph (e) of this
clause, or into the Contractor certification. The payment period will not
begin until the Contracting Officer approves the request.
(3) The approval by the Contracting Officer of a request for performance-
based payment does not constitute an acceptance by the Government and
does not excuse the Contractor from performance of obligations under this
contract.
(d) Liquidation of performance-based payments.
(1) Performance-based finance amounts paid prior to payment for delivery
of an item shall be liquidated by deducting a percentage or a designated
dollar amount from the delivery payment. If the performance-based
finance payments are on a delivery item basis, the liquidation amount for
each such line item shall be the percent of that delivery item price that
was previously paid under performance-based finance payments or the
designated dollar amount. If the performance-based finance payments are
on a whole contract basis, liquidation shall be by either predesignated
liquidation amounts or a liquidation percentage.
(2) If at any time the amount of payments under this contract exceeds any
limitation in this contract, the Contractor shall repay to the Government
the excess. Unless otherwise determined by the Contracting Officer, such
excess shall be credited as a reduction in the unliquidated performance-
based payment balance(s), after adjustment of invoice payments and
balances for any retroactive price adjustments.
(e) Reduction or suspension of performance-based payments. The Contracting
Officer may reduce or suspend performance-based payments, liquidate
performance-based payments by deduction from any payment under the
contract, or take a combination of these actions after finding upon
substantial evidence any of the following conditions:
(1) The Contractor failed to comply with any material requirement of this
contract (which includes paragraphs (h) and (i) of this clause).
(2) Performance of this contract is endangered by the Contractor’s
(i) Failure to make progress; or
(ii) Unsatisfactory financial condition.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
153
(3) The Contractor is delinquent in payment of any subcontractor or
supplier under this contract in the ordinary course of business.
(f) Title.
(1) Title to the property described in this paragraph (f) shall vest in the
Government. Vestiture shall be immediately upon the date of the first
performance-based payment under this contract, for property acquired or
produced before that date. Otherwise, vestiture shall occur when the
property is or should have been allocable or properly chargeable to this
contract.
(2) “Property,” as used in this clause, includes all of the following
described items acquired or produced by the Contractor that are or should
be allocable or properly chargeable to this contract under sound and
generally accepted accounting principles and practices:
(i) Parts, materials, inventories, and work in process;
(ii) Special tooling and special test equipment to which the Government is
to acquire title;
(iii) Nondurable (i.e., noncapital) tools, jigs, dies, fixtures, molds, patterns,
taps, gauges, test equipment and other similar manufacturing aids, title
to which would not be obtained as special tooling under paragraph
(f)(2)(ii) of this clause; and
(iv) Drawings and technical data, to the extent the Contractor or
subcontractors are required to deliver them to the Government by other
clauses of this contract.
(3) Although title to property is in the Government under this clause,
other applicable clauses of this contract (e.g., the termination clauses)
shall determine the handling and disposition of the property.
(4) The Contractor may sell any scrap resulting from production under
this contract, without requesting the Contracting Officer’s approval,
provided that any significant reduction in the value of the property to
which the Government has title under this clause is reported in writing to
the Contracting Officer.
(5) In order to acquire for its own use or dispose of property to which title
is vested in the Government under this clause, the Contractor shall obtain
the Contracting Officer’s advance approval of the action and the terms. If
approved, the basis for payment (the events or performance criteria) to
which the property is related shall be deemed to be not in compliance with
the terms of the contract and not payable (if the property is part of or
needed for performance), and the Contractor shall refund the related
performance-based payments in accordance with paragraph (d) of this
clause.
(6) When the Contractor completes all of the obligations under this
contract, including liquidation of all performance-based payments, title
shall vest in the Contractor for all property (or the proceeds thereof) not
(i) Delivered to, and accepted by, the Government under this contract; or
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
154
(ii) Incorporated in supplies delivered to, and accepted by, the
Government under this contract and to which title is vested in the
Government under this clause.
(7) The terms of this contract concerning liability for Government-
furnished property shall not apply to property to which the Government
acquired title solely under this clause.
(g) Risk of loss. Before delivery to and acceptance by the Government, the
Contractor shall bear the risk of loss for property, the title to which vests
in the Government under this clause, except to the extent the Government
expressly assumes the risk. If any property is lost (see 45.101), the basis of
payment (the events or performance criteria) to which the property is
related shall be deemed to be not in compliance with the terms of the
contract and not payable (if the property is part of or needed for
performance), and the Contractor shall refund the related performance-
based payments in accordance with paragraph (d) of this clause.
(h) Records and controls. The Contractor shall maintain records and controls
adequate for administration of this clause. The Contractor shall have no
entitlement to performance-based payments during any time the
Contractor’s records or controls are determined by the Contracting Officer
to be inadequate for administration of this clause.
(i) Reports and Government access. The Contractor shall promptly furnish
reports, certificates, financial statements, and other pertinent information
requested by the Contracting Officer for the administration of this clause
and to determine that an event or other criterion prompting a financing
payment has been successfully accomplished. The Contractor shall give
the Government reasonable opportunity to examine and verify the
Contractor’s records and to examine and verify the Contractor’s
performance of this contract for administration of this clause.
(j) Special terms regarding default. If this contract is terminated under the
Default clause, (1) the Contractor shall, on demand, repay to the
Government the amount of unliquidated performance-based payments,
and (2) title shall vest in the Contractor, on full liquidation of all
performance-based payments, for all property for which the Government
elects not to require delivery under the Default clause of this contract. The
Government shall be liable for no payment except as provided by the
Default clause.
(k) Reservation of rights.
(1) No payment or vesting of title under this clause shall
(i) Excuse the Contractor from performance of obligations under this
contract; or
(ii) Constitute a waiver of any of the rights or remedies of the parties
under the contract.
(2) The Government’s rights and remedies under this clause
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
155
(i) Shall not be exclusive, but rather shall be in addition to any other
rights and remedies provided by law or this contract; and
(ii) Shall not be affected by delayed, partial, or omitted exercise of any
right, remedy, power, or privilege, nor shall such exercise or any single
exercise preclude or impair any further exercise under this clause or the
exercise of any other right, power, or privilege of the Government.
(l) Content of Contractor’s request for performance-based payment. The
Contractor’s request for performance-based payment shall contain the
following:
(1) The name and address of the Contractor;
(2) The date of the request for performance-based payment;
(3) The contract number and/or other identifier of the contract or order
under which the request is made;
(4) Such information and documentation as is required by the contract’s
description of the basis for payment; and
(5) A certification by a Contractor official authorized to bind the
Contractor, as specified in paragraph (m) of this clause.
(m) Content of Contractor's certification. As required in paragraph (l)(5) of
this clause, the Contractor shall make the following certification in each
request for performance-based payment:
I certify to the best of my knowledge and belief that
(1) This request for performance-based payment is true and correct; this
request (and attachments) has been prepared from the books and records
of the Contractor, in accordance with the contract and the instructions of
the Contracting Officer;
(2) (Except as reported in writing on __________), all payments to
subcontractors and suppliers under this contract have been paid, or will
be paid, currently, when due in the ordinary course of business;
(3) There are no encumbrances (except as reported in writing on _________)
against the property acquired or produced for, and allocated or properly
chargeable to, the contract which would affect or impair the Government's
title;
(4) There has been no materially adverse change in the financial condition of
the Contractor since the submission by the Contractor to the Government
of the most recent written information dated _____________; and
(5) After the making of this requested performance-based payment, the
amount of all payments for each deliverable item for which performance-
based payments have been requested will not exceed any limitation in the
contract, and the amount of all payments under the contract will not
exceed any limitation in the contract.
(End of clause)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
156
I.16 FAR 52.237-3 CONTINUITY OF SERVICES (JAN 1991)
(a) The Contractor recognizes that the services under this contract are vital
to the Government and must be continued without interruption and that,
upon contract expiration, a successor, either the Government or another
contractor, may continue them. The Contractor agrees to
(1) Furnish phase-in training; and
(2) Exercise its best efforts and cooperation to effect an orderly and
efficient transition to a successor.
(b) The Contractor shall, upon the Contracting Officer’s written notice,
(1) furnish phase-in, phase-out services for up to 90 days after this contract
expires and (2) negotiate in good faith a plan with a successor to determine
the nature and extent of phase-in, phase-out services required. The plan shall
specify a training program and a date for transferring responsibilities for
each division of work described in the plan, and shall be subject to the
Contracting Officer’s approval. The Contractor shall provide sufficient
experienced personnel during the phase-in, phase-out period to ensure that
the services called for by this contract are maintained at the required level of
proficiency.
(c) The Contractor shall allow as many personnel as practicable to remain on
the job to help the successor maintain the continuity and consistency of the
services required by this contract. The Contractor also shall disclose
necessary personnel records and allow the successor to conduct on-site
interviews with these employees. If selected employees are agreeable to the
change, the Contractor shall release them at a mutually agreeable date and
negotiate transfer of their earned fringe benefits to the successor.
(d) The Contractor shall be reimbursed for all reasonable phase-in, phase-out
costs (i.e., costs incurred within the agreed period after contract expiration
that result from phase-in, phase-out operations) and a fee (profit) not to
exceed a pro rata portion of the fee (profit) under this contract.
(End of clause)
I.17 FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES
(APR 1984)
(a) The use in this solicitation or contract of any Federal Acquisition
Regulation (48 CFR Chapter 1) clause with an authorized deviation is
indicated by the addition of “(DEVIATION)” after the date of the clause.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
157
(b) The use in this solicitation or contract of any GSAM (48 CFR Chapter 5)
clause with an authorized deviation is indicated by the addition of
“(DEVIATION)” after the name of the regulation.
(End of clause)
I.18 GSAM 552.203-71 RESTRICTION ON ADVERTISING
(SEP 1999)
The Contractor shall not refer to this contract in commercial advertising or
similar promotions in such a manner as to state or imply that the product or
service provided is endorsed or preferred by the White House, the Executive
Office of the President, or any other element of the Federal Government, or is
considered by these entities to be superior to other products or services. Any
advertisement by the Contractor, including price-off coupons, that refers to a
military resale activity shall contain the following statement: “This
advertisement is neither paid for nor sponsored, in whole or in part, by any
element of the United States Government.”
(End of clause)
I.19 GSAM 552.232-72 FINAL PAYMENT (SEP 1999)
Before final payment is made, the Contractor shall furnish the Contracting
Officer with a release of all claims against the Government relating to this
contract, other than claims in stated amounts that are specifically excepted
by the Contractor from the release. If the Contractor’s claim to amounts
payable under the contract has been assigned under the Assignment of
Claims Act of 1940, as amended (31 U.S.C. 3727, 41 U.S.C. 15), a release may
also be required of the assignee. (End of clause)
I.20 GSAR 52.232-99 PROVIDING ACCELERATED PAYMENT
TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION)
(AUG 2012)
This clause implements the temporary policy provided by OMB Policy
Memorandum M-12-16, providing Prompt Payment to Small Business
Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated
payments from the Government, the Contractor is required to make
accelerated payments to small business subcontractors to the maximum
extent practicable after receipt of a proper invoice and all proper
documentation from the small business subcontractor. (b) Include the
substance of this clause, including this paragraph (b), in all subcontracts with
small business concerns. (c) The acceleration of payments under this clause
does not provide any new rights under the Prompt Payment Act.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I- CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
158
(End of clause)
(END OF SECTION I)
SECTION J - LIST OF ATTACHMENTS
Alliant 2 GWAC Unrestricted Master Contract
159
159
SECTION J - LIST OF ATTACHMENTS
MASTER CONTRACT ATTACHMENTS
J-1 DoD Required Provisions and Clauses
J-2 Government Security Publications and Contractor Minimum Security
Requirements for Select Systems
J-3 Labor Category Descriptions and BLS Service Occupational
Classifications
J-4 Contractor Labor Hour Pricing for Standard IT Service Labor
Categories (Post Award)
J-5 Performance Requirements Summary:
o J-5.A Contractor Engagement PBA Program
o J-5.B Small Business Subcontracting PBA Program
J-6 Transactional Data Reporting
J-7 Individual Small Business Contract Subcontracting Plan - Only
applicable to an other-than-small business Aliant 2 GWAC contractor
J-8 Website References in Alliant 2 GWAC
(END OF SECTION J)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION M - EVALUATION FACTORS FOR AWARD
Alliant 2 GWAC Unrestricted Master Contract
160
SECTION J
ATTACHMENTS
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
161
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS
AND CLAUSES
As referenced in Section I.1.1 Contract Clauses, the following agency specific
Department of Defense (DoD) provisions and clauses are provided for Task
Orders solicited and issued under the Master Contract.
Periodically during the term of the Master Contract, an update to this
Attachment J-1 DoD Required Provisions and Clauses may be executed on the
Master Contract via a unilateral contract modification.
Updated as of: 8 June 2016
PROVISIONS
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD
Officials (MAY 2016)
DFARS 252.203-7998, Prohibition on Contracting With Entities That Require
Certain Internal
Confidentiality Agreements-Representation (Deviation 2016-O0010)(OCT 2015)
DFARS 252.204-7011, Alternative Line Item Structure (SEP 2011)
DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government
(JUN 2010)
DFARS 252.209-7008, Notice of Prohibition Relating to Organizational Conflict of
Interest Major Defense Acquisition Program (DEC 2010)
DFARS 252.215-7008, Only One Offer (OCT 2013)
DFARS 252.216-7002, Alternate A, Time-and-Materials/Labor-Hour Proposal
Requirements – Non-Commercial Item Acquisition with Adequate Price Competition
(FEB 2007)
DFARS 252.225-7003, Report of Intended Performance Outside the United States
and CanadaSubmission with Offer (OCT 2015)
DFARS 252.225-7031, Secondary Arab Boycott of Israel (JUN 2005)
DFARS 252.234-7001, Notice of Earned Value Management System (APR 2008)
DFARS 252.225-7020, Trade Agreements Certificate-Basic (Nov 2014)
DFARS 252.225-7035, Buy America Act- Free Trade Agreements Balance of
Payment Program Certificate Basic (Nov 2014)
FULL TEXT PROVISIONS / REPRESENTATIONS AND CERTIFICATIONS
Offeror must complete and return the following provisions with their DoD Task Order
proposal whenever responding to a DoD procurement requirement.
DFARS 252.204-7007, Alternate A, Annual Representations and Certifications (JAN
2015)
Substitute the following paragraphs (d) and (e) for paragraph (d) of the provision at
FAR 52.204-8:
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
162
(d)(1) The following representations or certifications in the System for
Award Management (SAM) database are applicable to this solicitation
as indicated:
(i) 252.209-7003
, Reserve Officer Training Corps and Military Recruiting on
CampusRepresentation. Applies to all solicitations with institutions of
higher education.
(ii) 252.216-7008, Economic Price AdjustmentWage Rates or Material
Prices Controlled by a Foreign Government. Applies to solicitations for
fixed-price supply and service contracts when the contract is to be
performed wholly or in part in a foreign country, and a foreign government
controls wage rates or material prices and may during contract performance
impose a mandatory change in wages or prices of materials.
(iii) 252.222-7007, Representation Regarding Combating Trafficking in
Persons, as prescribed in 222.1771. Applies to solicitations with a value
expected to exceed the simplified acquisition threshold.
(iv) 252.225-7042, Authorization to Perform. Applies to all solicitations
when performance will be wholly or in part in a foreign country.
(v) 252.225-7049, Prohibition on Acquisition of Commercial Satellite
Services from Certain Foreign EntitiesRepresentations. Applies to
solicitations for the acquisition of commercial satellite services.
(vi) 252.225-7050, Disclosure of Ownership or Control by the Government of
a Country that is a State Sponsor of Terrorism. Applies to all solicitations
expected to result in contracts of $150,000 or more.
(vii) 252.229-7012, Tax Exemptions (Italy)Representation. Applies to
solicitations and contracts when contract performance will be in Italy.
(viii) 252.229-7013, Tax Exemptions (Spain)Representation. Applies to
solicitations and contracts when contract performance will be in Spain.
(ix) 252.247-7022, Representation of Extent of Transportation by Sea.
Applies to all solicitations except those for direct purchase of ocean
transportation services or those with an anticipated value at or below the
simplified acquisition threshold.
(2) The following representations or certifications in SAM are applicable to this
solicitation as indicated by the Contracting Officer: [Contracting Officer check as
appropriate.]
___ (i) 252.209-7002
, Disclosure of Ownership or Control by a Foreign
Government.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
163
___ (ii) 252.225-7000, Buy AmericanBalance of Payments Program
Certificate.
___ (iii) 252.225-7020, Trade Agreements Certificate.
___ Use with Alternate I.
___ (iv) 252.225-7031
, Secondary Arab Boycott of Israel.
___ (v) 252.225-7035, Buy AmericanFree Trade AgreementsBalance of
Payments Program Certificate.
___ Use with Alternate I.
___ Use with Alternate II.
___ Use with Alternate III.
___Use with Alternate IV.
___ Use with Alternate V.
(a) The offeror has completed the annual representations and certifications
electronically via the SAM website at https://www.acquisition.gov/
. After
reviewing the SAM database information, the offeror verifies by submission
of the offer that the representations and certifications currently posted
electronically that apply to this solicitation as indicated in FAR 52.204-8(c)
and paragraph (d) of this provision have been entered or updated within the
last 12 months, are current, accurate, complete, and applicable to this
solicitation (including the business size standard applicable to the NAICS
code referenced for this solicitation), as of the date of this offer, and are
incorporated in this offer by reference (see FAR 4.1201); except for the
changes identified below [offeror to insert changes, identifying change by
provision number, title, date]. These amended representation(s) and/or
certification(s) are also incorporated in this offer and are current, accurate,
and complete as of the date of this offer.
FAR/DFARS Provision #
Title
Date
Change
Any changes provided by the offeror are applicable to this solicitation only, and do
not result in an update to the representations and certifications located in the SAM
database.
(End of provision)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
164
DFARS 252.209-7006 Limitations on Contractors Acting as Lead System Integrators
(JAN 2008)
(a) Definitions. “Lead system integrator,” “lead system integrator with
system responsibility,” and “lead system integrator without system
responsibility,” as used in this provision, have the meanings given in
the clause of this solicitation entitled “Prohibited Financial Interests
for Lead System Integrators” (DFARS 252.209-7007
).
(b) General. Unless an exception is granted, no contractor performing
lead system integrator functions in the acquisition of a major system
by the Department of Defense may have any direct financial interest
in the development or construction of any individual system or
element of any system of systems.
(c) Representations.
(1) The offeror represents that it does [ ] does not [ ] propose to
perform this contract as a lead system integrator with system
responsibility.
(2) The offeror represents that it does [ ] does not [ ] propose to
perform this contract as a lead system integrator without
system responsibility.
(3) If the offeror answered in the affirmative in paragraph (c)(1)
or (2) of this provision, the offeror represents that it does [ ]
does not [ ] have any direct financial interest as described in
paragraph (b) of this provision with respect to the system(s),
subsystem(s), system of systems, or services described in this
solicitation.
(d) If the offeror answered in the affirmative in paragraph (c)(3) of this
provision, the offeror should contact the Contracting Officer for
guidance on the possibility of submitting a mitigation plan and/or
requesting an exception.
(e) If the offeror does have a direct financial interest, the offeror may
be prohibited from receiving an award under this solicitation, unless
the offeror submits to the Contracting Officer appropriate evidence
that the offeror was selected by a subcontractor to serve as a lower-
tier subcontractor through a process over which the offeror exercised
no control.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
165
(f) This provision implements the requirements of 10 U.S.C. 2410p, as
added by Section 807 of the National Defense Authorization Act for
Fiscal Year 2007 (Pub. L. 109-364).
(End of provision)
DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid
Delinquent Tax
Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015
Appropriations
(Deviation 2015-O0005)
(a) In accordance with sections 744 and 745 of Division E, Title VII, of the
Consolidated and Further Continuing Appropriations Act, 2015, (Pub. L. 113-235)
none of the funds made available by this or any other Act may be used to enter into
a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for
which all judicial and administrative remedies have been exhausted or have
lapsed, and that is not being paid in a timely manner pursuant to an
agreement with the authority responsible for collecting the tax liability,
where the awarding agency is aware of the unpaid tax liability, unless the
agency has considered suspension or debarment of the corporation and made
a determination that this further action is not necessary to protect the
interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal
law within the preceding 24 months, where the awarding agency is aware of
the conviction, unless the agency has considered suspension or debarment of
the corporation and made a determination that the action is not necessary to
protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax
liability that has been assessed, for which all judicial and administrative
remedies have been exhausted or have lapsed, and that is not being paid in a
timely manner pursuant to an agreement with the authority responsible for
collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony
criminal violation under a Federal law within the preceding 24 months.
(End of Provision)
DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal
Violation under any Federal or State Law (Deviation 2012-O0007 (DATE 2012)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
166
(a)
In accordance with section 514 of Division H of the Consolidated
Appropriations Act, 2012, none of the funds made available by that Act may be
used to enter into a contract with any corporation that was convicted of a felony
criminal violation under any Federal or State law within the preceding 24
months, where the awarding agency is aware of the conviction, unless the agency
has considered suspension or debarment of the corporation and made a
determination that this further action is not necessary to protect the interests of
the Government.
(b)
The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of
a felony criminal violation under a Federal or State law within the preceding 24
months. (End of provision)
DFARS 252.209-7999 Representation Regarding an Unpaid Delinquent Tax Liability or
a Felony Conviction Under Any Federal Law (Deviation) (JAN 2012)
(a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations
Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter
into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and
administrative remedies have been exhausted or have lapsed, and that is not being paid in
a timely manner pursuant to an agreement with the authority responsible for collecting
the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the
agency has considered suspension or debarment of the corporation and made a
determination that this further action is not necessary to protect the interests of the
Government.
(2) Was convicted of a felony criminal violation under any Federal law within the
preceding 24 months, where the awarding agency is aware of the conviction, unless the
agency has considered suspension or debarment of the corporation and made a
determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been
assessed, for which all judicial and administrative remedies have been exhausted or have
lapsed, and that is not being paid in a timely manner pursuant to an agreement with the
authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under
a Federal law within the preceding 24 months.
(End of provision)
DFARS 252.217-7002, Offering Property for Exchange (JUN 2012)
(a)
The property described in item number _________, is being offered in
accordance with the exchange provisions of 40 U.S.C., 503.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
167
(b)
The property is located at (insert address). Offerors may inspect the property
during the period (insert beginning and ending dates and insert hours during day).
(End of provision)
DFARS 252.227-7017, Identification and Assertion of Use, Release, or Disclosure
Restrictions (JAN 2011)
(a) The terms used in this provision are defined in following clause or clauses contained in this
solicitation--
(1) If a successful offeror will be required to deliver technical data, the Rights in Technical Data--
Noncommercial Items clause, or, if this solicitation contemplates a contract under the Small
Business Innovation Research Program, the Rights in Noncommercial Technical Data and
Computer Software--Small Business Innovation Research (SBIR) Program clause.
(2) If a successful offeror will not be required to deliver technical data, the Rights in
Noncommercial Computer Software and Noncommercial Computer Software Documentation
clause, or, if this solicitation contemplates a contract under the Small Business Innovation
Research Program, the Rights in Noncommercial Technical Data and Computer Software--Small
Business Innovation Research (SBIR) Program clause.
(b) The identification and assertion requirements in this provision apply only to technical data,
including computer software documents, or computer software to be delivered with other than
unlimited rights. For contracts to be awarded under the Small Business Innovation Research
Program, the notification requirements do not apply to technical data or computer software that
will be generated under the resulting contract. Notification and identification is not required for
restrictions based solely on copyright.
(c) Offers submitted in response to this solicitation shall identify, to the extent known at the time
an offer is submitted to the Government, the technical data or computer software that the Offeror,
its subcontractors or suppliers, or potential subcontractors or suppliers, assert should be furnished
to the Government with restrictions on use, release, or disclosure.
(d) The Offeror's assertions, including the assertions of its subcontractors or suppliers or
potential subcontractors or suppliers shall be submitted as an attachment to its offer in the
following format, dated and signed by an official authorized to contractually obligate the Offeror:
Identification and Assertion of Restrictions on the Government's Use, Release, or Disclosure of
Technical Data or Computer Software.
The Offeror asserts for itself, or the persons identified below, that the Government's rights to use,
release, or disclose the following technical data or computer software should be restricted:
Technical Data or Computer Name of Person
Software to be Furnished Asserting
With Restrictions * Basis for Assertion ** Asserted Rights Category *** Restrictions ****
(LIST) ***** (LIST) (LIST) (LIST)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
168
*For technical data (other than computer software documentation) pertaining to items,
components, or processes developed at private expense, identify both the deliverable technical
data and each such items, component, or process. For computer software or computer software
documentation identify the software or documentation.
**Generally, development at private expense, either exclusively or partially, is the only basis for
asserting restrictions. For technical data, other than computer software documentation,
development refers to development of the item, component, or process to which the data pertain.
The Government's rights in computer software documentation generally may not be restricted.
For computer software, development refers to the software. Indicate whether development was
accomplished exclusively or partially at private expense. If development was not accomplished at
private expense, or for computer software documentation, enter the specific basis for asserting
restrictions.
***Enter asserted rights category (e.g., government purpose license rights from a prior contract,
rights in SBIR data generated under another contract, limited, restricted, or government purpose
rights under this or a prior contract, or specially negotiated licenses).
****Corporation, individual, or other person, as appropriate.
*****Enter "none" when all data or software will be submitted without restrictions.
Date __________________________________________________
Printed Name and Title ________________________________
Signature _____________________________________________
(End of identification and assertion)
(e) An offeror's failure to submit, complete, or sign the notification and identification required by
paragraph (d) of this provision with its offer may render the offer ineligible for award.
(f) If the Offeror is awarded a contract, the assertions identified in paragraph (d) of this provision
shall be listed in an attachment to that contract. Upon request by the Contracting Officer, the
Offeror shall provide sufficient information to enable the Contracting Officer to evaluate any
listed assertion.
(End of provision)
DFARS 252.227-7028, Technical Data or Computer Software Previously Delivered to the
Government (JUN 1995)
As prescribed in 227.7103-6(d), 227.7104(f)(2), or 227.7203-6(e), use the following provision:
TECHNICAL DATA OR COMPUTER SOFTWARE PREVIOUSLY DELIVERED TO THE
GOVERNMENT (JUN 1995)
The Offeror shall attach to its offer an identification of all documents or other media
incorporating technical data or computer software it intends to deliver under this contract with
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
169
other than unlimited rights that are identical or substantially similar to documents or other media
that the Offeror has produced for, delivered to, or is obligated to deliver to the Government under
any contract or subcontract. The attachment shall identify
(a) The contract number under which the data or software were produced;
(b) The contract number under which, and the name and address of the organization to
whom, the data or software were most recently delivered or will be delivered; and
(c) Any limitations on the Government's rights to use or disclose the data or software,
including, when applicable, identification of the earliest date the limitations expire.
(End of provision)
DFARS 252.246-7005, Notice of Warranty Tracking of Serialized Items (MAR 2016)
(a) Definitions. “Duration,” “enterprise”, “enterprise identifier,” “fixed
expiration,” “item type,” “serialized item,” “starting event,” “unique item
identifier,” “usage,” “warranty administrator,” “warranty guarantor,” and
“warranty tracking” are defined in the clause at 252.246-7006
, Warranty
Tracking of Serialized Items.
(b) Reporting of data for warranty tracking and administration.
(1) The Offeror shall provide the information required by the attachment
entitled “Warranty Tracking Information” on each contract line item
number, subline item number, or exhibit line item number for warranted
items with its offer. Information required in the warranty attachment for
each warranted item shall include such information as duration, fixed
expiration, item type, starting event, usage, warranty administrator
enterprise identifier, and warranty guarantor enterprise identifier.
(2) The successful offeror will be required to provide the following
information no later than when the warranted items are presented for
receipt and/or acceptance, in accordance with the clause at
252.246-
7006
(A) The unique item identifier for each warranted item
required by the attachment entitled “Warranty Tracking
Information;” and
(B) All information required by the attachment entitled
“Source of Repair Instructions” for each warranted item.
(3) For additional information on warranty attachments, see the
“Warranty and Source of Repair” training and “Warranty and Source of
Repair Tracking User Guide” accessible on the Product Data Reporting
and Evaluation Program (PDREP) website
athttps://www.pdrep.csd.disa.mil/pdrep_files/other/wsr.htm
.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
170
(End of provision)
CLAUSES INCORPORATED BY REFERENCE
DFARS 252.201-7000, Contracting Officer’s Representative (DEC 1991)
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP
2011)
DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract-
Related Felonies (DEC 2008)
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013)
DFARS 252.203-7003, Agency Office of the Inspector General (DEC 2012)
DFARS 252.203-7004, Display of Hotline Posters (OCT 2015)
DFARS 252.204-7000, Disclosure of Information (AUG 2013)
DFARS 252.204-7002, Payment for Subline Items Not Separately Priced (DEC 1991)
DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992)
DFARS 252.204-7004, Alternate A, System For Award Management (FEB 2014)
DFARS 252.204-7005, Oral Attestation of Security Responsibilities (NOV 2001)
DFARS 252.204-7006, Billing Instructions (OCT 2005)
DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
(DEC 2015)
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (MAY 2016)
DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991)
DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the
Government of a Country that is a State Sponsor of Terrorism (OCT 2015)
DFARS 252.209-7007, Prohibited Financial Interests for Lead System Integrators (JUL 2009)
DFARS 252.209-7009, Organizational Conflict of Interest-Major Defense Acquisition Program
(OCT 2015)
DFARS 252.211-7003, Item Unique Identification and Valuation (MAR 2016)
DFARS 252.211-7006, Passive Radio Frequency Identification (JUN 2016)
DFARS 252.211-7007, Reporting of Government-Furnished Property (AUG 2012)
DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (SEP 2010)
DFARS 252.215-7000, Pricing Adjustments (DEC 2012)
DFARS 252.215-7002, Cost Estimating System Requirements (DEC 2012)
DFARS 252.215-7009, Proposal Adequacy Checklist (JAN 2014)
DFARS 252.216-7004, Award Fee Reduction or Denial for Jeopardizing the Health or Safety of
Government Personnel (SEP 2011)
DFARS 252.216-7005, Award Fee (FEB 2011)
DFARS 252.216-7009, Allowability of Legal Costs Incurred in Connection With a
Whistleblower Proceeding (SEP 2013)
DFARS 252.216-7010, Requirements – Basic (APR 2014) (applicable to Order Only if a
requirements order will be issued)
DFARS 252.216-7010, Requirements-Alternate I (APR 2014) (applicable to Order Only if a
requirements order will be issued)
DFARS 252.217-7001, Surge Option (AUG 1992) (applicable to Order Only if Surge Option will
be required)
DFARS 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (MAR 2016)
DFARS 252.219-7003, Alternate A (MAR 2016)
Deviation 2013-O0014, Summary Subcontract Report Submissions
DFARS 252.219-7011, Notification to Delay Performance (JUN 1998)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
171
DFARS 252.222-7002, Compliance With Local Labor Laws (Overseas) (JUN 1997)
DFARS 252.222-7006, Restrictions on the Use of Mandatory Arbitration Agreements (DEC
2010)
DFARS 252.223-7004, Drug Free Work Force (SEP 1988)
DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous
MaterialsBasic (SEP 2014)
DFARS 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013)
DFARS 252.225-7001, Buy American Act And Balance of Payments Program-Basic (NOV
2014)
DFARS 252.225-7002, Qualifying Country Sources As Subcontractors (DEC 2012)
DFARS 252.225-7004, Report of Intended Performance Outside the United States and Canada
Submission After Award (OCT 2015)
DFARS 252.225-7005, Identification Of Expenditures In The United States (JUN 2005)
DFARS 252.225-7006, Quarterly Reporting of Actual Contract Performance Outside the United
States (OCT 2010)
DFARS 252.225-7012, Preference for Certain Domestic Commodities (FEB 2013)
DFARS 252.225-7013, Duty-Free Entry (MAY 2016)
DFARS 252.225-7021, Trade Agreements - Basic (OCT 2015)
DFARS 252.225-7048, Export Controlled Items (JUN 2013)
252.225-7997 Contractor Demobilization. (DEVIATION 2013-O0017) DFARS 252.226-
7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native
Hawaiian Small Business Concerns (SEP 2004)
DFARS 252.227-7013, Rights In Technical Data-Non Commercial Items (FEB 2014)
DFARS 252.227-7014, Rights In Noncommercial Computer Software and Noncommercial
Computer Software Documentation (FEB 2014)
DFARS 252.227-7015, Technical Data-Commercial Items (FEB 2014)
DFARS 252,227-7016, Rights in Bid or Proposal Information (JAN 2011)
DFARS 252.227-7019, Validation of Asserted Restrictions-Computer Software (SEP 2011)
DFARS 252.227-7020, Rights In Data-Special Works (JUN 1995)
DFARS 252.227-7025, Limitations on the Use or Disclosure of Government-Furnished
Information Marked with Restrictive Legends (MAY 2013)
DFARS 252.227-7027, Deferred Ordering Of Technical Data Or Computer Software (APR 1988)
DFARS 252.227-7030, Technical Data – Withholding of Payment (MAR 2000)
DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2013)
DFARS 252.231-7000, Supplemental Cost Principles (DEC 1991)
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
(JUN 2012)
DFARS 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013)
DFARS 252.232-7007, Limitation Of Government’s Obligation (APR 2014)
DFARS 252.232-7010, Levies on Contract Payments (DEC 2006)
DFARS 252.239-7000, Protection Against Compromising Emanations (JUN 2004)
DFARS 252.239-7001, Information Assurance Contractor Training and Certification (JAN 2008)
DFARS 252.239-7018, Supply Chain Risk (OCT 2015)
DFARS 252.242-7004, Material Management and Accounting System (MAY 2011)
DFARS 252.242-7005, Contractor Business Systems (FEB 2012)
DFARS 252.242-7006, Accounting System Administration (FEB 2012)
DFARS 252.243-7001, Pricing of Contract Modifications (DEC 1991)
DFARS 252.243-7002, Requests for Equitable Adjustment (DEC 2012)
DFARS 252.244-7000, Subcontracts for Commercial Items (JUN 2013)
DFARS 252.244-7001, Contractor Purchasing System Administration-Basic (MAY 2014)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
172
DFARS 252.245-7001, Tagging, Labeling, And Marking Of Government-Furnished Property
(APR 2012)
DFARS 252.245-7002, Reporting Loss Of Government Property (APR 2012)
DFARS 252.245-7003, Contractor Property Management System Administration (APR 2012)
DFARS 252.245-7004, Reporting, Reutilization, and Disposal (MAR 2015)
DFARS 252.246-7000, Material Inspection and Receiving Report (MAR 2008)
DFARS 252.246-7001, Warranty of Data - Basic (MAR 2014)
DFARS 252.246-7003, Notification of Potential Safety Issues (JUN 2013)
DFARS 252.246-7006, Warranty Tracking of Serialized Items (MAR 2016)
DFARS 252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System
(MAY 2014)
DFARS 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost
Bearer (JUN 2013)
DFARS 252.247-7023, Transportation of Supplies by Sea – Basic (APR 2014)
DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000)
DFARS 252.249-7002, Notification of Anticipated Contract Termination or Reduction (OCT
2015)
DFARS 252.251-7000, Ordering From Government Supply Sources (AUG 2012)
DFARS CLAUSES INCORPORATED BY FULL TEXT
DFARS 252.216-7006, Ordering (MAY 2011)
DFARS 252.219-7003, Small Business Subcontracting Plan (DoD Contracts)(MAR 2016)
Alternate I (MAR 2016)
DFARS 252.222-7000, Restrictions on Employment of Personnel (MAR 2000)
DFARS 252.225-7040, Contractor Personnel Authorized to Accompany U.S. Armed Forces
Deployed Outside the United States (OCT 2015)
DFARS 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside
the United States (JUN 2015)
DFARS 252.239-7999, Cloud Computing Services (Deviation 2015-O0011) (JAN 2015)
Provisions and clauses provided by reference can be viewed on http://farsite.hill.af.mil
.
Class Deviations may be viewed on http://www.acq.osd.mil/dpap/dars/class_deviations.html
(End of Attachment J-1)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-2 - GOVERNMENT SECURITY PUBLICATIONS AND
CONTRACTOR MINIMUM SECURITY REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
173
ATTACHMENT J-2 - GOVERNMENT SECURITY
PUBLICATIONS AND CONTRACTOR MINIMUM
SECURITY REQUIREMENTS FOR SELECT
SYSTEMS
The Government requires that information technology solutions meet Federal
security standards. The security requirements of government sensitive data
and information technology (IT) resources, including awardees, contractors,
subcontractors, lessors, suppliers and manufacturers are located in Section
H.7 SAFEGUARDING SENSITIVE DATA AND INFORMATION
TECHNOLOGY RESOURCES. Additional security requirements, standards
and specifications may be provided at the Task level and the contractors
must understand certain Security Publications so that contractors are
prepared to comply if encountered at the Task level. Furthermore, the
Government requires that Contractors ensure a minimal level of security for
certain select systems as outlined in this document.
Federal Security Standards at the Task Level
Contractors entering into an agreement for services at the Task Order level
to the General Services Administration (GSA) and/or its Federal customers
shall be contractually subject to all GSA and Federal IT Security standards,
policies, and reporting requirements. The Contractor shall meet and comply
with all GSA IT Security Policies and all applicable GSA and NIST standards
and guidelines, and other Government-wide laws and regulations for
protection and security of Information Technology. All GSA Contractors
must comply with the GSA policies referenced within the GSA IT Security
Policy that are listed under Section H.7
SAFEGUARDING SENSITIVE DATA AND INFORMATION
TECHNOLOGY RESOURCES.
Contractors are also required to comply with Federal Information Processing
Standards (FIPS), theSpecial Publication 800 series” guidelines published
by NIST, and the requirements of FISMA.
FAR 52.204-21 (June 2016) Basic Safeguarding of Covered Contractor
Information Systems
Federal Information Security Management Act (FISMA) of 2002.
Clinger-Cohen Act of 1996 also known as the “Information Technology
Management Reform Act of 1996.”
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-2 - GOVERNMENT SECURITY PUBLICATIONS AND
CONTRACTOR MINIMUM SECURITY REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
174
Privacy Act of 1974 (5 U.S.C. § 552a).
Homeland Security Presidential Directive (HSPD-12), “Policy for a
Common Identification Standard for Federal Employees and
Contractors”, August 27, 2004.
Office of Management and Budget (OMB) Circular A-130,
“Management of Federal Information Resources”, and Appendix III,
“Security of Federal Automated Information Systems”, as amended.
OMB Memorandum M-04-04, “E-Authentication Guidance for Federal
Agencies.”
FIPS PUB 199, “Standards for Security Categorization of Federal
Information and Information Systems.”
FIPS PUB 200, “Minimum Security Requirements for Federal
Information and Information Systems.”
FIPS PUB 140-2, “Security Requirements for Cryptographic Modules.”
NIST Special Publication 800-18 Rev 1, “Guide for Developing Security
Plans for Federal Information Systems.”
NIST Special Publication 800-30,Risk Management Guide for
Information Technology Security Risk Assessment Procedures for
Information Technology Systems.”
NIST Special Publication 800-34,Contingency Planning Guide for
Information Technology Systems.”
NIST Special Publication 800-37, Revision 1, “Guide for the Security
Certification and Accreditation of Federal Information Systems.”
NIST Special Publication 800-47, “Security Guide for Interconnecting
Information Technology Systems.”
NIST Special Publication 800-53 Revision 3, “Recommended Security
Controls for Federal Information Systems.”
NIST Special Publication 800-53A, “Guide for Assessing the Security
Controls in Federal Information Systems.”
Cloud Computing Security Requirements for the Department of Defense (DOD) and
the Defense Information Systems Agency (DISA)
For those Task Orders issued under DOD/DISA, Program Managers (PMs) or Federal
Service Manager (FSMs) must implement any cloud computing services in accordance
with DISA provided in the Cloud Computing Security Requirements Guide (SRG) found
at the DoD Cloud Computing Security Website (See Attachment J-8 Website References).
Prior to contract award, all commercially provided cloud services must have a DoD
Provisional Authorization granted by DISA. Prior to operational use, all cloud services
must have an Authority to Operate granted by the PM/FSM’s Authorizing Official.
PMs/FSMs that acquire or use cloud services remain responsible for ensuring that end to
end security and computer network defense requirements are met.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-2 - GOVERNMENT SECURITY PUBLICATIONS AND
CONTRACTOR MINIMUM SECURITY REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
175
Information Security Policies, Procedures, and Practices
In addition to being able to perform in accordance to the referenced
publications as required at the Task level for sensitive data and information
technology (IT) resources, a contractor must ensure that the contractor's
information security policies, procedures, and practices applicable to all
information systems it owns or operates which contain, transmit, or process
information provided by or generated for the Government to support the
operations and assets of a Federal agency (“Federal Information”), which may
be reasonably contemplated to be used during the performance of this
contract, meet, at a minimum, the requirements of the security control
baseline for Low-Impact information systems (in the most current version of
NIST Special Publication 800-53), or conform to the requirements commercial
standards that provide a substantially equivalent or greater level of security.
NOTE: This attachment is not a requirement for the Contractor to
submit a System Security Plan for these systems, or for the government to
provide Assessment and Authorization or Authorization to Operate for the
contractor’s systems which contain, transmit, or process Federal Information.
(End of Attachment J-2)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
176
ATTACHMENT J-3 - ALLIANT 2 LABOR
CATEGORIES AND BLS SERVICE
OCCUPATIONAL CLASSIFICATIONS
BACKGROUND
Alliant 2 labor categories have been mapped to the Office of Management and
Budget’s (OMB) Standard Occupational Classification (SOC) for which the
Bureau of Labor Statistics (BLS) maintains compensation data. Labor
categories are further subdivided by knowledge/skill level. Definitions of
these knowledge/skill levels are as follows:
JUNIOR: Applies fundamental concepts, processes, practices, and
procedures on technical assignments. Performs work that requires
practical experience and training. Work is performed under
supervision.
JOURNEYMAN: Possesses and applies expertise on multiple
complex work assignments. Assignments may be broad in nature,
requiring originality and innovation in determining how to accomplish
tasks. Operates with appreciable latitude in developing methodology
and presenting solutions to problems. Contributes to deliverables and
performance metrics where applicable.
SENIOR: Possesses and applies a comprehensive knowledge across
key tasks and high impact assignments. Plans and leads major
technology assignments. Evaluates performance results and
recommends major changes affecting short-term project growth and
success. Functions as a technical expert across multiple project
assignments. May supervise others.
SUBJECT MATTER EXPERT (SME): Provides
technical/management leadership on major tasks or technology
assignments. Establishes goals and plans that meet project objectives.
Has domain and expert technical knowledge. Directs and controls
activities for a client, having overall responsibility for financial
management, methods, and staffing to ensure that technical
requirements are met. Interactions involve client negotiations and
interfacing with senior management. Decision-making and domain
knowledge may have a critical impact on overall project
implementation. May supervise others.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
177
INDIVIDUAL LABOR CATEGORIES
The following individual labor categories correspond to a single SOC Number, Title,
and Functional Description.
Labor
ID #
Business Intelligence Analyst
101
Junior Business Intelligence Analyst
102
Journeyman Business Intelligence Analyst
103
Senior Business Intelligence Analyst
104
SME - Business Intelligence Analyst
SOC No.
SOC Title and Functional Description
15-
1199.08
Business Intelligence Analyst - Plan, direct, or coordinate activities in such
fields as electronic data processing, information systems, systems analysis, and
computer programming.
Labor
ID #
Computer and Information Research Scientist
111
Junior Computer and Information Research Scientist
112
Journeyman Computer and Information Research Scientist
113
Senior Computer and Information Research Scientist
114
SME - Computer and Information Research Scientist
SOC No.
SOC Title and Functional Description
15-
1111.00
Computer and Information Research Scientist - Conduct research into
fundamental computer and information science as theorists, designers, or
inventors. Develop solutions to problems in the field of computer hardware and
software.
Labor
ID #
Computer and Information Systems Manager
121
Junior Computer and Information Systems Manager
122
Journeyman Computer and Information Systems Manager
123
Senior Computer and Information Systems Manager
124
SME - Computer and Information Systems Manager
SOC No.
SOC Title and Functional Description
11-
3021.00
Computer and Information Systems Manager - Plan, direct, or coordinate
activities in such fields as electronic data processing, information systems,
systems analysis, and computer programming.
Labor
Computer Hardware Engineer
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
178
ID #
131
Junior Computer Hardware Engineer
132
Journeyman Computer Hardware Engineer
133
Senior Computer Hardware Engineer
134
SME - Computer Hardware Engineer
SOC No.
SOC Title and Functional Description
17-
2061.00
Computer Hardware Engineer - Research, design, develop, or test computer or
computer-related equipment for commercial, industrial, military, or scientific
use. May supervise the manufacturing and installation of computer or computer-
related equipment and components.
Labor
ID #
Computer Network Architect
141
Junior Computer Network Architect
142
Journeyman Computer Network Architect
143
Senior Computer Network Architect
144
SME - Computer Network Architect
SOC No.
SOC Title and Functional Description
15-
1143.00
Computer Network Architect - Design and implement computer and information
networks, such as local area networks (LAN), wide area networks (WAN),
intranets, extranets, and other data communications networks. Perform network
modeling, analysis, and planning. May also design network and computer
security measures. May research and recommend network and data
communications hardware and software.
Labor
ID #
Computer Network Support Specialist
151
Junior Computer Network Support Specialist
152
Journeyman Computer Network Support Specialist
153
Senior Computer Network Support Specialist
154
SME - Computer Network Support Specialist
SOC No.
SOC Title and Functional Description
15-
1152.00
Computer Network Support Specialist - Analyze, test, troubleshoot, and
evaluate existing network systems, such as local area network (LAN), wide area
network (WAN), and Internet systems or a segment of a network system.
Perform network maintenance to ensure networks operate correctly with
minimal interruption.
Labor
ID #
Computer Operator
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
179
161
* Junior Computer Operator
162
* Journeyman Computer Operator
163
Senior Computer Operator
164
SME - Computer Operator
SOC No.
SOC Title and Functional Description
43-
9011.00
Computer Operator - Monitor and control electronic computer and peripheral
electronic data processing equipment to process business, scientific, engineering,
and other data according to operating instructions. Monitor and respond to
operating and error messages. May enter commands at a computer terminal and
set controls on computer and peripheral devices.
Labor
ID #
Computer Programmer
171
Junior Computer Programmer
172
Journeyman Computer Programmer
173
Senior Computer Programmer
174
SME - Computer Programmer
SOC No.
SOC Title and Functional Description
15-
1131.00
Computer Programmer - Create, modify, and test the code, forms, and script
that allow computer applications to run. Work from specifications drawn up by
software developers or other individuals. May assist software developers by
analyzing user needs and designing software solutions. May develop and write
computer programs to store, locate, and retrieve specific documents, data, and
information.
Labor
ID #
Computer Systems Analyst
181
Junior Computer Systems Analyst
182
Journeyman Computer Systems Analyst
183
Senior Computer Systems Analyst
184
SME - Computer Systems Analyst
SOC No.
SOC Title and Functional Description
15-
1121.00
Computer Systems Analyst - Analyze science, engineering, business, and other
data processing problems to implement and improve computer systems. Analyze
user requirements, procedures, and problems to automate or improve existing
systems and review computer system capabilities, workflow, and scheduling
limitations. May analyze or recommend commercially available software.
Labor
ID #
Computer Systems Engineer/Architect
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
180
191
Junior Computer Systems Engineer/Architect
192
Journeyman Computer Systems Engineer/Architect
193
Senior Computer Systems Engineer/Architect
194
SME - Computer Systems Engineer/Architect
SOC No.
SOC Title and Functional Description
15-
1199.02
Computer Systems Engineer/Architect - Design and develop solutions to complex
applications problems, system administration issues, or network concerns.
Perform systems management and integration functions.
Labor
ID #
Computer User Support Specialist
201
* Junior Computer User Support Specialist
202
Journeyman Computer User Support Specialist
203
Senior Computer User Support Specialist
204
SME - Computer User Support Specialist
SOC No.
SOC Title and Functional Description
15.1151.
00
Computer User Support Specialist - Provide technical assistance to computer
users. Answer questions or resolve computer problems for clients in person, or
via telephone or electronically. May provide assistance concerning the use of
computer hardware and software, including printing, installation, word
processing, electronic mail, and operating systems.
Labor
ID #
Data Warehousing Specialist
211
Junior Data Warehousing Specialist
212
Journeyman Data Warehousing Specialist
213
Senior Data Warehousing Specialist
214
SME - Data Warehousing Specialist
SOC No.
SOC Title and Functional Description
15-
1199.07
Data Warehousing Specialist - Design, model, or implement corporate data
warehousing activities. Program and configure warehouses of database
information and provide support to warehouse users.
Labor
ID #
Database Administrator
221
Junior Database Administrator
222
Journeyman Database Administrator
223
Senior Database Administrator
224
SME - Database Administrator
SOC No.
SOC Title and Functional Description
15-
Database Administrator - Administer, test, and implement computer databases,
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
181
1141.00
applying knowledge of database management systems. Coordinate changes to
computer databases. May plan, coordinate, and implement security measures to
safeguard computer databases.
Labor
ID #
Database Architect
231
Junior Database Architect
232
Journeyman Database Architect
233
Senior Database Architect
234
SME - Database Architect
SOC No.
SOC Title and Functional Description
15-
1199.06
Database Architect - Design strategies for enterprise database systems and set
standards for operations, programming, and security. Design and construct large
relational databases. Integrate new systems with existing warehouse structure
and refine system performance and functionality.
Labor
ID #
Document Management Specialist
241
Junior Document Management Specialist
242
Journeyman Document Management Specialist
243
Senior Document Management Specialist
244
SME - Document Management Specialist
SOC No.
SOC Title and Functional Description
15-
1199.12
Document Management Specialist- Implement and administer enterprise-wide
document management systems and related procedures that allow organizations
to capture, store, retrieve, share, and destroy electronic records and documents.
Labor
ID #
Geographic Information Systems Technician
251
* Junior Geographic Information Systems Technician
252
Journeyman Geographic Information Systems Technician
253
Senior Geographic Information Systems Technician
254
SME - Geographic Information Systems Technician
SOC No.
SOC Title and Functional Description
15-
1199.05
Geographic Information Systems Technician - Assist scientists, technologists, or
related professionals in building, maintaining, modifying, or using geographic
information systems (GIS) databases. May also perform some custom application
development or provide user support.
Labor
ID # Geospatial Information Scientist and Technologist
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
182
261
Junior Geospatial Information Scientist and Technologist
262
Journeyman Geospatial Information Scientist and Technologist
263
Senior Geospatial Information Scientist and Technologist
264
SME - Geospatial Information Scientist and Technologist
SOC No.
SOC Title and Functional Description
15-
1199.04
Geospatial Information Scientist and Technologist - Research or develop
geospatial technologies. May produce databases, perform applications
programming, or coordinate projects. May specialize in areas such as
agriculture, mining, health care, retail trade, urban planning, or military
intelligence.
Labor
ID #
Information Security Analyst
271
Junior Information Security Analyst
272
Journeyman Information Security Analyst
273
Senior Information Security Analyst
274
SME - Information Security Analyst
SOC No.
SOC Title and Functional Description
15-
1122.00
Information Security Analyst - Plan, implement, upgrade, or monitor security
measures for the protection of computer networks and information. May ensure
appropriate security controls are in place that will safeguard digital files and
vital electronic infrastructure. May respond to computer security breaches and
viruses.
Labor
ID #
Information Technology Project Manager
281
Junior Information Technology Project Manager
282
Journeyman Information Technology Project Manager
283
Senior Junior Information Technology Project Manager
284
SME - Junior Information Technology Project Manager
SOC No.
SOC Title and Functional Description
15-
1199.09
Information Technology Project Manager - Plan, initiate, and manage
information technology (IT) projects. Lead and guide the work of technical staff.
Serve as liaison between business and technical aspects of projects. Plan project
stages and assess business implications for each stage. Monitor progress to
assure deadlines, standards, and cost targets are met.
Labor
ID # Management Analyst
291
Junior Management Analyst
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
183
292
Journeyman Management Analyst
293
Senior Management Analyst
294
SME - Management Analyst
SOC No.
SOC Title and Functional Description
13-
1111.00
Management Analyst - Conduct organizational studies and evaluations, design
systems and procedures, conduct work simplification and measurement studies,
and prepare operations and procedures manuals to assist management in
operating more efficiently and effectively. Includes program analysts and
management consultants.
Labor
ID #
Network and Computer Systems Administrator
301
Junior Network and Computer Systems Administrator
302
Journeyman Network and Computer Systems Administrator
303
Senior Network and Computer Systems Administrator
304
SME - Network and Computer Systems Administrator
SOC No.
SOC Title and Functional Description
15-
1142.00
Network and Computer Systems Administrator - Install, configure, and support
an organization's local area network (LAN), wide area network (WAN), and
Internet systems or a segment of a network system. Monitor network to ensure
network availability to all system users and may perform necessary
maintenance to support network availability. May monitor and test Web site
performance to ensure Web sites operate correctly and without interruption.
May assist in network modeling, analysis, planning, and coordination between
network and data communications hardware and software. May supervise
computer user support specialists and computer network support specialists.
May administer network security measures.
Labor
ID #
Software Developer, Applications
311
Junior Software Developer, Applications
312
Journeyman Software Developer, Applications
313
Senior Software Developer, Applications
314
SME - Software Developer, Applications
SOC No.
SOC Title and Functional Description
15-
1132.00
Software Developer, Applications - Develop, create, and modify general computer
applications software or specialized utility programs. Analyze user needs and
develop software solutions. Design software or customize software for client use
with the aim of optimizing operational efficiency. May analyze and design
databases within an application area, working individually or coordinating
database development as part of a team. May supervise computer programmers.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
184
Labor
ID # Software Developer, Systems Software
321
Junior Software Developer, Systems Software
322
Journeyman Software Developer, Systems Software
323
Senior Software Developer, Systems Software
324
SME - Software Developer, Systems Software
SOC No.
SOC Title and Functional Description
15-
1133.00
Software Developer, Systems Software - Research, design, develop, and test
operating systems-level software, compilers, and network distribution software
for medical, industrial, military, communications, aerospace, business, scientific,
and gen
eral computing applications. Set operational specifications and formulate
and analyze software requirements. May design embedded systems software.
Apply principles and techniques of computer science, engineering, and
mathematical analysis.
Labor
ID #
Software Quality Assurance Engineer and Tester
331
Junior Software Quality Assurance Engineer and Tester
332
Journeyman Software Quality Assurance Engineer and Tester
333
Senior Software Quality Assurance Engineer and Tester
334
SME - Software Quality Assurance Engineer and Tester
SOC No.
SOC Title and Functional Description
15.1199.
01
Software Quality Assurance Engineer and Tester - Develop and execute software
test plans in order to identify software problems and their causes.
Labor
ID # Technical Writer
341
Junior Technical Writer
342
Journeyman Technical Writer
343
Senior Technical Writer
344
SME - Technical Writer
SOC No.
SOC Title and Functional Description
27-
3042.00
Technical Writer - Write technical materials, such as equipment manuals,
appendices, or operating and maintenance instructions. May assist in layout
work.
Labor
Telecommunications Engineering Specialist
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
185
ID #
351
Junior Telecommunications Engineering Specialist
352
Journeyman Telecommunications Engineering Specialist
353
Senior Telecommunications Engineering Specialist
354
SME - Telecommunications Engineering Specialist
SOC No.
SOC Title and Functional Description
15-
1143.01
Telecommunications Engineering Specialist - Design or configure voice, video,
and data communications systems. Supervise installation and post-installation
service and maintenance.
Labor
ID #
Telecommunications Equipment Installer and Repairer
361
* Junior Telecommunications Equipment Installer and Repairer
362
Journeyman Telecommunications Equipment Installer and Repairer
363
Senior Telecommunications Equipment Installer and Repairer
364
SME - Telecommunications Equipment Installer and Repairer
SOC No.
SOC Title and Functional Description
49-
2022.00
Telecommunications Equipment Installer and Repairer - Install, set-up,
rearrange, or remove switching, distribution, routing, and dialing equipment
used in central offices or headend. Service or repair telephone, cable television,
Internet, and other communications equipment on customers' property. May
install communications equipment or communications wiring in buildings.
Labor
ID #
Training and Development Specialist
371
Junior Training and Development Specialist
372
Journeyman Training and Development Specialist
373
Senior Training and Development Specialist
374
SME - Training and Development Specialist
SOC No.
SOC Title and Functional Description
13-
1151.00
Training and Development Specialist - Design and conduct training and
development programs to improve individual and organizational performance.
May analyze training needs.
Labor
ID #
Video Game Designer
381
Junior Video Game Designer
382
Journeyman Video Game Designer
383
Senior Video Game Designer
384
SME - Video Game Designer
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
186
SOC No.
SOC Title and Functional Description
15-
1199.11
Video Game Designer - Design core features of video games. Specify innovative
game and role-play mechanics, story lines, and character biographies. Create
and maintain design documentation. Guide and collaborate with production staff
to produce games as designed.
Labor
ID #
Web Administrator
391
Junior Web Administrator
392
Journeyman Web Administrator
393
Senior Web Administrator
394
SME - Web Administrator
SOC No.
SOC Title and Functional Description
15-
1199.03
Web Administrator - Manage web environment design, deployment,
development and maintenance activities. Perform testing and quality assurance
of web sites and web applications.
Labor
ID #
Web Developer
401
Junior Web Developer
402
Journeyman Web Developer
403
Senior Web Developer
404
SME - Web Developer
SOC No.
SOC Title and Functional Description
15-
1134.00
Web Developer - Design, create, and modify Web sites. Analyze user needs to
implement Web site content, graphics, performance, and capacity. May integrate
Web sites with other computer applications. May convert written, graphic,
audio, and video components to compatible Web formats by using software
designed to facilitate the creation of Web and multimedia content.
* The estimated direct labor rate for the above labor categories are marked
with an asterisk and are expected not to exceed the dollar thresholds
indicated in 29 CFR 541.400 General Rule for Computer Employees;
therefore, DOL’s Service Contract Labor Standards may apply.
(End of Attachment J-3)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-4 CONTRACTOR LABOR HOUR PRICING FOR STANDARD
IT SERVICE LABOR CATEGORIES
Alliant 2 GWAC Unrestricted Master Contract
187
ATTACHMENT J-4 – CONTRACTOR LABOR HOUR
PRICING FOR STANDARD IT SERVICE LABOR
CATEGORIES
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5 - PERFORMANCE REQUIREMENTS SUMMARY (PRS)
Alliant 2 GWAC Unrestricted Master Contract
188
ATTACHMENT J-5 - PERFORMANCE REQUIREMENTS SUMMARY (PRS)
Performance
Objective
Applicability
Performance
Standard
* Acceptable Quality
Level (AQL)
Surveillance
Method
Performance
Incentive
1
Contractor
Engagement
based on
Participation and
Production
Standards results
in providing
effective
competition to
federal agencies
and viable
Proposals with
alternative best-
value solutions to
choose from in
their award
decision.
C.7 PWS;
F.7.1
Performance-
based
Acquisition
Deliverables;
H.19.
Contractor
Engagement;
J-5.A Ratings
and Contract
Remedies.
A) Participation: Three
Proposals per single
contract year for all
base and Option years
when meeting
Production Standards.
B) Production:
Cumulative Total
Dollar Value when
meeting Participation
Standard:
Year 1 = None
Year 2 = $ 3M
Year 3 = $ 8M
Year 4 = $20M
Year 5 = $32M
Option Years = $32M
(Static through years 6
to 10)
A) Participation: Year 1 =
33% = One proposal. All
other AQLs vary year-to-
year, plus/minus three
Proposals, dependent
upon Production dollars
earned.
B) Production: AQL
rating with minimum
three Participation
credits:
Year 1 = 0.0% = $0.0.
All other AQLs vary year-
to-year, based on
exceeding Production
dollars and Participation
credits earned in each
evaluated year.
A & B) Annual
audit when
Satisfactory or
above rating.
Frequently if in a
Marginal
Performing or Non-
performing rating.
A & B) Positive: Rated
as a Contractor in a
Performing Status.
Positive assessment
on this deliverable in
CPARS.
A & B) Negative:
Rated as a Contractor
in a Nonperforming
Status Negative:
Deficiency Notice,
Cure Notice, and/or
Contract Termination
(if not cured) pursuant
to Attachment J-5.A.
* NOTES ON PERFORMANCE OBJECTIVE 1:
(a) AQLs are based upon 30 or more Opportunities per year for contract years 2 through 10, and 10 Opportunities for year one.
(b) AQLs are determined based upon a combination of Participation credits in the evaluated year and cumulative Production total dollars
awarded.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5 - PERFORMANCE REQUIREMENTS SUMMARY (PRS)
Alliant 2 GWAC Unrestricted Master Contract
189
Performance
Objective
Applicability
Performance
Standard
Acceptable Quality
Level (AQL)
Surveillance
Method
Performance
Incentive
2
Small Business
Subcontracting
Goals Achieved
G.22.1
Minimum
Subcontracting
Goals.
J-5.B Ratings.
Incremental increase
per interim reporting
period leading to
overall 50% SB
Subcontracting Goals
80% of the total small
business goal at year five
through ten for a
“Satisfactory” rating and
Contractor efforts as noted
in Attachment J-5.B.
Twice Annually
reviewing
Contractor
reporting.
Positive: Higher CPARS
rating based on meeting
goals.
Negative: Lower CPARS
ratings.
(End of Attachment)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
190
ATTACHMENT J-5.A - CONTRACTOR ENGAGEMENT
PERFORMANCE-BASED EVALUATION PROGRAM
RATINGS
J-5.A.1 DEFINITION OF CONTRACTOR ENGAGEMENT
Contractor Engagement is defined as the Contractor’s continual involvement
within the Master Contract as measured and assessed by the stated
Participation and Production Standards: submitting responsible Task Order
Proposals and winning Task Order Awards, respectively. This is further
described in this Attachment J-5. Contractor Engagement is a critical PBA
contractual requirement and an evaluated critical performance assessment
element throughout the entire Base term and Option periods of this Master
Contract.
The Contractor’s total proposal submission count, Participation, and Total
Dollar Value (defined below) from Task Order awards, Production, will be
continually monitored, annually assessed and rated as a performance
standard under the Contract Engagement PBA evaluation element in the
Government CPARS. Those Contract Engagement CPARS evaluation
Standards are described in this section, and their combined rating tables are
outlined and explained within this Attachment J-5.A.
“Obligations” and “Commitments” definition: Obligation of funds results from
an awarded Task Order with bona fide needs existing during a given period.
At time of award, it is initially and typically the first year’s Base term;
however, possibly less than or more than a full year term depending on the
agency’s appropriation category chosen to fund the Task Order). Obligations
will require the Government to make payments to the Contractor during that
period. Commitment of funds, however, recognizes future transactions on a
pre-obligation basis, typically the remaining unobligated years/periods of the
Base Term and the Option term(s) at time of Task Order award. All
Committed funds are not guaranteed to be expended for the Government’s
future purchase of services, e.g., exercising Task Order Options.
Total Dollar Value definition: For the exclusive purpose of the Production
metrics, the Total Dollar Value of a Task Order awarded to the GWAC Prime
Contractor on the official award document, is defined as the estimated
monetary value of the Base Task Order term plus all Task Order Option
terms, if any, as indicated on the original award document as of the effective
date of Task Order award. Therefore, the Total Dollar Value may include the
sum of any combination of both Obligations and Commitments for purposes
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
191
of crediting Production to the Contractor Engagement requirement.
Additional elements apply to this Contractor Engagement definition of Total
Dollar Value:
- The potential estimated dollar value from the Option to Extend Services
clause, FAR 52.217-8, shall not be considered into Total Dollar Value.
- Funding Task Order Modifications to either obligate new funds or
deobligate funds do not change Total Dollar Values that were indicated on
the original award document. (See above for definition.)
As part of the Master Contract Performance Work Statement, the following
terms and conditions shall apply.
J-5.A.2 CONTRACTOR PARTICIPATION THROUGH PROPOSAL
SUBMISSION
Participation is a measured and assessed performance-based contract
Outcome, as indicated above in this Attachment J-5 Performance
Requirements Summary (PRS) and this Attachment J-5.A of this Master
Contract.
Goals of Participation - The primary Goals of Participation in Contractor
Engagement are (1) to provide federal agencies with responsibly prepared
Contractor Proposals in response to every Request for Proposal/Request for
Quote (RFP/RFQ), either sole sourced or competitively issued under the
Master Contract so to help provide viable solutions to agencies’ integrated IT
services requirements, and (2) to promote, provide, and ensure that those
federal agencies employing the GSA GWAC are consistently receiving
adequate and effective competition in response to their RFPs/RFQs.
Contractors submitting proposals (Participation) in response to official Task
Order Requests, also referred to as Solicitations and RFPs/RFQs,
significantly contribute toward meeting Federal Government Procurement
Objectives not only by allowing for price competition, but also by offering
high-quality IT services solutions and alternate solutions for the Government
to consider in satisfying their expressed IT procurement requirements. The
Government is seeking the best-value solution that can best achieve that
critical Objective through competition generating multiple Contractor
technical and price/cost Offers.
J-5.A.2.1 Definition of Participation
For purposes of the Master Contract Section C.7.1, H.19, and Attachments J-
5 and J-5.A, Participation is defined exclusively as the act of the Contractor
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
192
submitting responsible, meaningful and viable technical and cost/price Offers
or Quotes (proposals) in response to an agency’s official Task Order RFP/RFQ
issued off of the Master Contract. Each proposal submitted, including any
proposal revisions, will be counted as one Participation credit earned toward
a single contract year. Participation credits will be earned when a
Contractor’s proposal is submitted in response to an agency’s:
1) Competitively solicited RFP/RFQ;
2) Sole Source solicited RFP/RFQ, and;
3) Multiphase/multi-step RFP/RFQ.
Submitting a proposal on an agency’s multiphase/multi-step RFPs/RFQs will be
credited exclusively under the following conditions:
Participation Credit for Proposals under a Multiphase Solicitation
Participation credit can be earned if:
(a) The Contractor had responded to an agency’s official solicitation, which
included the selection procedures in the solicitation indicating the
multiphase evaluation approach;
(b) Price or cost was considered as one of the evaluation factors in the
selection decision;
(c) The government-initiated down-selection resulted in the exclusion of the
Contractor from further consideration within a solicitation for a Task
Order in advance of subsequent phases prior to award; and
(d) The Contractor provides verification to the GWAC ACO of the multiphase
solicitation, proposal and downselection to support earning the
Participation credit.
NOTICE:
i. A Voluntary downselection is defined as a contractor who makes
its own decision to withdraw or exclude itself from further
consideration or decides to not participate at all. Therefore, a
Voluntary downselection at any phase/step of the official
solicitation will not be considered for Participation credit.
ii. Additionally, there are other types of multiphase solicitations
where a downselection would always be considered a Voluntary
downselection, including an Advisory multi-step process, see FAR
15.202. In this scenario, the Government publishes a
presolicitation notice that provides a general description of the
scope or purpose of the Task Order and invites potential Offerors
to submit information that allows the ordering agency to advise the
Offerors about their potential to be viable competitors. The
Government evaluates all responses and advises each respondent in
writing either that it will be invited to participate in the resultant
Task Order or, based on the contractor’s information submitted,
that it is unlikely to be a viable competitor. Regardless of the
Government’s advice, the Contractor may still participate in the
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
193
resultant Task Order even when the Government’s response is
negative. Therefore, if the Contractor chooses not to participate in
the resultant Task Order solicitation, it is also considered a
Voluntary down-selection that will not be considered for
Participation credit.
Procurement Task Order Cancellation
(a) If a pre-award Task Order procurement is officially withdrawn or
cancelled for any reason beyond the Contractor’s control subsequent to
the Contractor’s proposal submission to the agency, Participation
credit to the Contractor will remain. The Contractor must provide
verification to the GWAC ACE.
(b) If a post-award Task Order is officially Terminated for Convenience,
Participation credit originally earned by the Contractor will remain.
The Contractor must provide verification to the GWAC ACO.
Contractor Participation reporting requirements are referenced in Section
G.20.1 GWAC Data Calls.
Participation is a contractually mandatory annual requirement assessed and
rated for each single contract year beginning on the Master Contract
anniversary date of the Notice-to-proceed (also referred to as award date. No
other Contractor Activities, including all those listed below in Attachment J-
5.A.2.2, shall fall under this Master Contract’s specific definition for
Participation. The GSA GWAC Program will not reimburse the Contractor’s
Contractor Engagement costs for any Activities resulting or arising from
Participation and Production.
Opportunity defined: GSA will occasionally refer to an agency’s official
RFP/RFQ in this Master Contract as well as throughout their public
communications using various forms of media as a Government procurement
“opportunity” for a Contractor to respond by submitting a proposal.
Therefore, the term Opportunity or Opportunities is used interchangeably
with a Task Order issuing agency’s (or agencies’) official RFP(s) or RFQ(s) in
this context.
J-5.A.2.2 Definition of What is Not Participation
While many other types of focused Contractor actions, activities, processes,
and transactional services mentioned below may be required by the
Contractor toward ultimately achieving Participation critical standards, they
are not considered measurable performance-based contract Outcomes. Thus,
they are not performance rated elements for the Master Contract.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
194
What is not ParticipationParticipation in Contractor Engagement, as
defined in this Master Contract, does not include Contractor activities, listed
below, for purposes of crediting or assessing required performance
Participation Standards.
(a) Responding to an agency’s Request for Information (RFI) or Draft
RFPs/Draft RFQs, including providing the Government with any
response to RFI questions to industry, Contractor Capability
Statements or Rough Order of Magnitude (ROM) submissions for
purposes of an agency RFI.
NOTE: Any RFI, including an RFI requesting capability
statements, an RFI requesting a ROM, or any combination of
requests as part of the RFI are agency market research
techniques to help refine the Government’s requirement prior to
soliciting for a given Task Order. Therefore, these contractor
submissions to RFIs are not considered proposal responses to
official RFPs/RFQs.
(b) Reviewing/Studying agency Task Order RFPs/RFQs.
(c) Any investment of company resources into Capture Management
activities, including the creation of Bid & Proposals.
(d) Subcontracting/teaming with other GWAC Contractors who are
awarded Task Orders because Participation credit is exclusively
considered with the awarded prime contractor.
(e) Leading potential agency clients’ information technology services
procurement requirements to the GSA GWAC Program.
(f) All marketing and sales activities expended to promote the GWAC
Program, such as:
Creating and implementing GSA GWAC marketing campaigns.
Building relationships with potential agency clients.
Driving potential agency client demand to the GSA GWAC
vehicle.
Tradeshows attendance promoting GSA GWAC vehicle.
Attending GSA Customer Outreach meetings and conferences.
Training Contractor company personnel to market GSA GWAC.
All other Contractor marketing activities for the GSA GWAC.
(g) Contractor employee personnel attending various GSA sponsored
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
195
seminars/webinars on GSA GWAC Program topics or attending non-
government training programs.
(h) Registering, attending and/or working in collaborative Government-
Contractor working groups to improve and facilitate GSA GWAC
program performance.
(i) Attending or contributing to any GSA GWAC related Special Industry
Groups or Shared Interest Groups (SIG).
(j) Complying with any requirement listed under Section F.7.2 Non-
Performance-based Acquisition Deliverables, including responding to
GSA reporting ad hoc data calls.
(k) Any other Contractor Activities not mentioned above that is performed
prior to submitting a proposal in response to an agency official
RFP/RFQ under this Master Contract.
Consequently, should the Contractor not achieve the annual Participation
standards within the given AQLs, the Government will not consider merely
engaging in any of the activities noted in the above list of What is not
Participation as an acceptable level of performance in lieu of satisfactorily
meeting the terms of the Contractor Engagement requirements of the Master
Contractor.
J-5.A.2.3 Master Contract Participation Requirement for Number of
Annual Proposal Submissions
The performance standard for Participation establishes the performance level
required by the Government. The Standard for Participation is three (3)
technical/price Proposals submitted per contract year. Therefore, the
Contractor shall Participate in the Master Contract’s Task Order proposal
process by submitting a minimum of three (3) technical/price Proposals, or by
submitting a minimum of ten percent (10%) of all agency Task Order
Opportunities, whichever figure is lower, per Contract Year. When applying
Production dollars earned from Task Order awards into the combined
Participation and Production evaluated ratings, however, AQLs may affect
the minimum number of Proposals required in a single contract year, higher
or lower, in order for the Contractor to earn a minimum of a satisfactory
performance rating.
As an example when the Standard number of Proposals might be reduced
from the required ten percent of Opportunities: If there are 50 official
RFPs/RFQs competitively offered via Fair Opportunity to the Alliant 2
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
196
Contractors in Year X, calculate 10% x 50 = 5 Proposals. Because only a
minimum of three proposals is required, and three is less than five proposals
(or 10%), three becomes that single contract year proposal requirement.
Conversely, as an example, if there are only 20 RFPs/RFQs in Year Y,
calculate 10% x 20 = 2 Proposals. Therefore, because 10% is less than three in
this scenario, a minimum of 2 Proposals becomes the single contract year
Offer/Quote Contractor requirement.
Participation is an Annually Recurring Standard: Participation performed in
earlier Master Contract years at any number above the minimum number
required cannot overflow so to be counted as Participation in future Contract
years. Participation is always reset to zero annually on the first day of the
succeeding contract year anniversary date of award. Thus, if the Contractor
engages in submitting more than the minimum number of Proposals required
in one year, the number of Proposals submitted above the previous year’s
required minimum number will not flow over as a Participation credit into
the following year.
Acceptable Quality Levels for Participation: The AQL establishes a maximum
allowable variation from the performance standard. Although the
performance standard does not change for Participation, the acceptable
quality level (AQL) does change based upon the Contractor’s performance in
meeting or exceeding the given Production standards for the respective
contract year. Therefore, AQLs will ultimately determine the adjusted
minimum number of annual Proposals required in a single contract year to
earn a favorable rating (Satisfactory, Very Good or Excellent) to a number
above three or below three.
Additionally, should conditions outside the control of the GSA GWAC
Program impacting the Contractor, such as the IT federal marketplace
negatively changes resulting in Opportunities dropping below the 10 percent
threshold in any single year, the following Terms and Conditions will apply:
(a) If less than 30 Opportunities: Any number equal to or less than 29
RFPs/RFQs competitively offered in a single contract year shall require
a minimum of two proposals in that contract year.
(b) If less than 20 Opportunities: Any number equal to or less than 19
RFPs/RFQs competitively offered in a single contract year shall require
a minimum of one proposal in that contract year.
(c) If less than 10 Opportunities: Any number equal to or less than 9
RFPs/RFQs competitively offered in a single contract year will not
require any minimum number of proposals in that contract year.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
197
The AQLs for Contractor Engagement are detailed in this Attachment J-5.
A.
Timing of Crediting Participation: Participation is credited on the date the
agency states in their solicitation (or amended solicitation) as the due date or
deadline for Government receipt of Contractor Proposals.
J-5.A.3 CONTRACTOR PRODUCTION THROUGH TASK ORDER
AWARDS
Production is contractually a mandatory measured and assessed
performance-based contract desired Outcome, as detailed in this Master
Contract.
J-5.A.3.1 Definition of Production
For purposes of Master Contract Section H.19 and this Attachment J-5,
Production is the Total Dollar Value, as defined above, of a GWAC Prime
Contractor’s awarded Task Orders based upon the award date of the
individual Task Order.
Production is credited as a result of a Contractor winning Task Order awards
based on its proposal submissions made with agency acceptance and executed
award in response to the agency IT requirements issued under this Master
Contract. Production credit will be earned for a Contractor’s winning Task
Orders whether awarded in response to an agency’s competitively solicited
RFP/RFQ or in response to an agency’s Sole Source solicited RFP/RFQ.
Modifications do not change Total Dollar Values: Any Task Order
Modifications issued subsequent to the originally awarded Task Order
Effective Date will not be considered for crediting additional procurement
dollars to the originally earned Production Total Dollar Value. Alternatively,
the affected dollar value from any Task Order Modifications issued
subsequent to the Task Order Effective Date reducing the Total Dollar Value,
including a partial or full Task Order Termination for Convenience and/or a
partial or full Task Order No-Cost Settlement Agreement will not be debited
from the originally earned Production Total Dollar Value. And the affected
dollar value of any Task Order Option period(s) not exercised will not be
debited from the originally earned Production Total Dollar Value. In short,
the original Total Dollar Value noted as of the Effective Date of the Task
Order original award document will not change from any Modifications, with
the exception of a Task Order Termination for Default as further mentioned
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
198
below.
Timing of Crediting Production: Production is credited subsequent to the Task
order award date.
Production dollars shall not be considered or credited to the Contractor’s
performance under the following conditions:
1) On any Day Outside the Single Contract Year the Task Order Award is
Executed - For example, if the third single contract year’s final day is
April 30th and the Task Order award is executed on May 1st,
Production will not be credited to contract year three; however, it will
be credited to the 4th contract year; or,
2) On any Day During the Agency’s Pre-award Phase or Prior to the
Official Executed Award Date of the Task Order - For example, any
type of written or oral apparent successful Offeror notice will not be
considered as an executed award; or,
3) Post Award Protest Disposition Rescinding Contractor’s Award
Should the Contractor initially win the award and resulting
Production credit but the award is subsequently rescinded pursuant to
a post-award Protest decision, the credit originally granted for
Production will be subsequently removed. (The Participation credit,
however, would remain.) Conversely, however, the Contractor might
receive a Production credit sooner than the exact date of an award in
the event a Post Award Protest disposition results in a decision that
reinstates the Task Order issuing agency’s initial award decision in
favor of the protested Contractor.
In the event that any Task Order that is subsequently cancelled by a
Termination for Default from the issuing agency, Production will be removed.
Thus, the Total Dollar Value will be subtracted from the Contractor’s
cumulative Production value. Participation credit originally earned for
submitting the proposal, however, will not be removed, and therefore remain
a Participation credit under the contract year earned.
J-5.A.3.2 Minimum Number of Task Orders to Achieve the
Production Cumulative Standard
Production is a Cumulative Standard from Contract Year to Contract Year:
Production is a cumulative Contractor Engagement measurement. Unlike
Participation, Production is not reset to zero annually; however, there are
minimum performance-based Standards set annually. Those annual
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
199
Standards are cumulative Production Standards, which includes all prior
year Production values gained from previously awarded Task Orders, if any.
Minimum Number of Task Orders Required: The Contractor must produce a
minimum of one or more Task Orders in order to meet or exceed the required
awarded Total Dollar Value Production Standards of Task Orders stated below. As
illustrated below, there are no PBA standards set for the number of Task Order awards
beyond winning one award, beginning in contract year two.
The Production Standards are set for each single contract year as a
cumulative figure in terms of Total Dollar Value obligated and committed
(inclusive of Option terms).
Although contract year one of the Base term has an AQL of zero percent
(0.0%), Production Standards are established for purposes of earning more
favorable CPARS ratings. It is acceptable for the Contractor to win as many
or as few Task Order awards over the term of the Master Contract as needed
to meet the cumulative Production Standards with the conditions that the
Contractor (1) meet the minimum Participation Standards for each single
contract year that correlates with the accompanying earned Production
value, and (2) each individual Task Order Total Dollar Value is greater than
the SAT.
J-5.A.3.3 Production Standards by Contract Year
The following performance-based requirements are the Government’s annual
Production Standards presented on a cumulative basis. For example, in
contract year four, $20 million in Production represents a summation of 48
months of Task Order awards. It does not represent the total Production
Standard for the single contract year number four. There are no PBA
standards set for the number of Task Order awards above one award
beginning in contract year two.
CUMULATIVE PRODUCTION STANDARDS
Master Contract Base Term Years
Minimum Total # of
Toss
(Cumulative)
1
$0
0
2
$3,000,000
1
3
$8,000,000
1
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
200
4
$20,000,000
1
5
$32,000,000
1
Master Contract Option Term Years
6
$32,000,000
1
7
$32,000,000
1
8
$32,000,000
1
9
$32,000,000
1
10
$32,000,000
1
Attaining cumulative Production Standards alone does not ensure an
acceptable performance for the Contractor Engagement PBA requirement.
Each year’s Production Standard has a corresponding performance-based
combined Participation/Production AQL dependent upon the number of
Offers submitted, as detailed and depicted in this Attachment J-5.A.
(1) 12 Months of Total Production after Notice-to-Proceed, which is the
Master Contract Modified Contract Award Date
Starting from the date of the Master Contract Notice-to-proceed (also
referred to as “contract award” in this Master Contract) through the
end of the first contract year, there are no minimum number of Task
Order awards required, and accordingly there are no mandatorily
required Production dollar Standards set. However, in order to earn a
better than Satisfactory CPARS rating for the first year, a Contractor
must, produce a minimum of One Task Order award of $1 million or
greater Total Dollar Value, provided that the Contractor also earns a
minimum of three Participation credits. See below table illustrating
the Standards.
(2) 24 Months of Total Production after Contract Award
Starting from the date of the Master Contract award through end of
the second contract year, a minimum of One Task Order should have
been awarded to the Contractor. Additionally, a minimum awarded
value of $3 million Total Dollar Value from one or more Task Orders
within the first 24 months following contract award.
(3) 36 Months of Total Production after Contract Award
A minimum value of $8 million Total Dollar Value from one or more
Task Orders within the first three-years of the Master Contract base
term.
(4) 48 Months of Total Production after Contract Award
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
201
A minimum value of $20 million Total Dollar Value from one or more
Task Orders within the first four-years of the Master Contract base
term.
(5) 60 Months of Total Production after Contract Award (Conclusion of
Base Contract Term)
A minimum value of $32 million Total Dollar Value from one or more
Task Orders within the first five-years of the Master Contract base
term.
No further increased minimum Total Dollar Values above $32 million in total
Production are established as required performance standards for purposes of
the Contractor Engagement ratings during the Option periods; however,
annual minimum Participation is always required throughout the Option
periods.
No Exceptions provided to the cumulative Production Standards: The
minimum annual Production Standards are firmly set as stated above and do
not change for any single contract year unless through contract Modification,
which would only be considered by the GSA GWAC PCO under conditions of
unforeseeable changes in the federal IT marketplace. (See Attachment J-
5.A.5 ADDITIONAL TERMS AND CONDITIONS FOR CHANGES TO
CONTRACTOR ENGAGEMENT STANDARDS AND AQLs for details.)
For performance-based evaluation purposes only, the annually established
Production Standards, however, includes an AQL for specified contract years
that allows the Contractor to earn an acceptable performance rating
(Satisfactory or higher) when minimum dollar value Standards are not
achieved if Participation credits earned meets or exceeds the standards. The
combination of Production and Participation AQLs changes contract year to
contract year; therefore, this scenario does not apply to every contract year.
J-5.A.4 ANNUAL RATING ASSESSMENTS AND PERFORMANCE
STATUS DETERMINATIONS
J-5.A.4.1 Annual Rating Assessments
Each single contract year begins exactly on the anniversary date of the
Notice-to-proceed (Effective Date) and is a full 12 months in length ending on
the anniversary date of the following year of the Master Contract. The
Master Contract anniversary date is established on a date independent from
the Government fiscal year, Contractor fiscal year, or the calendar year.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
202
Adjectival Rating Descriptions: There are six adjectival ratings
established, which includes two possible Performance status levels given with
Marginal ratings. One of the following six adjectival ratings is periodically
assigned to the Contractor based on the Contractor’s performance under the
Contractor Engagement PBA requirement.
1) SatisfactoryPerformance meets contractual Contractor
Engagement requirements and might exceed some to the
Government’s benefit with no significant weakness identified. The
Contractor performed well and meets contractual requirements. The
GSA considers a contractor assessed as Satisfactory to be in good
standing under the Master Contract.
2) Very GoodPerformance meets contractual Contractor Engagement
requirements and exceeds some to the Government’s benefit with no significant
weaknesses identified.
3) ExcellentPerformance meets contractual Contractor Engagement
requirements and exceeds to the highest level for the Government’s benefit with
no weaknesses identified.
4) Marginal in a Performing Status - Performance does not meet an
acceptable level of contractual Contractor Engagement requirements and
recovery might be likely in a timely manner. This rating reflects a performance
problem and requires a Government approved Corrective Action Plan.
5) Marginal in a Non-Performing Status - Performance does not meet an
acceptable level contractual Contractor Engagement requirements and
recovery is not likely in a timely manner. This rating reflects a serious
performance problem. The Contractor’s proposed corrective actions appear
ineffective, or were not fully implemented, or did not meet requirements as
indicated in the Definition of a Contractor in a Nonperforming status.
Further corrective actions may no longer be made available to the Contractor.
6) Unsatisfactory - Performance does not meet any level of contractual Contractor
Engagement requirements and recovery is no longer possible.
Each contract year is assessed independently from the previous contract year
if the Contractor’s rating was a Satisfactory, Very Good or Excellent; thus,
those three favorable ratings can change only once per year, if they
warranted. However, Performance status on a Marginal rating can change to
a higher or lower level at any time within the current or subsequent contract
year, depending on the progress or regress of the Contractor’s monitored
performance.
Initial ratings for the Contractor’s performance level and Performance Status
for a completed single contract year will be determined by the GSA GWAC
ACO within 30 days into the subsequent contract year. The GWAC ACO will
notify the Contractor as soon as practicable if an unfavorable Marginal or
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
203
Unsatisfactory rating is initially assessed. Additionally, final performance
ratings for each contract year will be entered into the CPARS annually under
the Master Contract’s Contractor Engagement evaluation element within
approximately 120 days into the subsequent contract year.
J-5.A.4.2 Definition of a Contractor in a Performing Status
When the Contractor meets or exceeds the minimum combination of
Participation and Production Standards earning a Satisfactory or higher
rating within the stated time frames, the Government determines the
Contractor to be in a Performing status for that contract year. There are
terms and conditions indicated in this Attachment J-5.A, where a Contractor
receiving a Marginal rating is determined to be either (a) Marginal in a
Performing status or (b) a Marginal in a Nonperforming status.
J-5.A.4.3 Definition of a Contractor in a Nonperforming status
Unsatisfactory: When the Contractor does not meet the minimum
combination of Participation and Task Order Production performance-based
requirements Standards within the acceptable AQL resulting in earning an
Unsatisfactory rating within the stated time frames commencing twelve (12)
months from the Effective Date and annually thereafter, the Government
determines the Contractor to be in a Nonperforming status. An
Unsatisfactory rating is always considered a rating in a Nonperforming
status.
Marginal/Nonperforming: When the Contractor does not meet the minimum
combination of Participation and Task Order Production performance-based
requirements Standards within the acceptable AQL plus additional
conditions detailed in this Attachment J-5.A resulting in a Marginal rating at
any time within a single contract year, the Government determines the
Contractor to be in a Marginal Nonperforming status in that contract year.
J-5.A.4.4 Contract Remedies For Contractor Engagement
Should the Government rate the Contractor below the set AQL, i.e.,
Unsatisfactory or Marginal, for any single contract year, Government
contract remedies will be invoked in accordance with this Master Contract.
J-5.A.5 ADDITIONAL TERMS AND CONDITIONS FOR CHANGES TO
CONTRACTOR ENGAGEMENT STANDARDS AND AQLs
At any time during the term of the Master Contract, the GSA GWAC PCO
may consider downwardly adjusting the Standards and/or AQLs for any part
of the Contractor Engagement requirements in the event that unforeseeable
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
204
changes to the federal IT marketplace detrimentally affect the marketability
of this Master Contract to GSA’s client federal agencies.
If the GSA GWAC PCO determines that a change is in the best interest of the
Government to appropriately relax any of the PBA requirements, a unilateral
contract Modification will be issued to all contractors under the Master
Contract, adjusting the Standards and/or AQLs of Participation and/or
Production. Changes to the Contractor Engagement requirement will not be
considered based upon individual preferences of the Contractor or group
preferences of the contractors under this Master Contract.
J-5.A.6 CONTRACTOR ENGAGEMENT SUMMARY
Contractor Engagement is a contractually mandatory PBA requirement
incorporated into the Performance Work Statement of the Master Contract
with the overall objective of providing Task Order issuing agencies effective
competition for IT services (Section C.7.1). This in turn contributes to the
overall achievement of the agency’s federal acquisition standards and goals.
There are many other needed processes, actions and implementation factors
(including inputs, activities, and outputs), which may be taken by the
Contractor prior to attaining contractually defined Participation and
Production outputs, such as responding to RFIs and other various activities
listed under J-5.A.2.2. The Government does not mandate what activities in
which the Contractor should invest and does not specify how the Contractor
should reach the Government’s desired end-results because Contractor
Engagement is a performance-based acquisition requirement. Although many
of those other Activities are considered important steps necessary to
ultimately achieve the mandatory Participation and Production Standards
via submitting responsible Proposals and winning one or more Task Order
awards, those other activities are not considered measurable activities in
terms of Contractor Engagement performance-based contract outcomes.
J-5.A.7 PERFORMANCE RATINGS AND GOVERNMENT REMEDIES
This J-5.A.7 Section applies exclusively to the Contractor Engagement
critical PBA element and describes the performance ratings to be determined
by the GSA Government Contracting Officer in two separate sections, a
narrative description and a table-format depiction. Adjectival ratings levels
are identical in both the narrative and table sections. Those ratings will also
serve as the Government’s procedure for issuing the respective CPARS
annual Interim and Final ratings. For any Task Orders awarded off the
Master Contract, CPARS ratings are independently and individually
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
205
produced by the agency that issued the Task Order.
All Satisfactory, Very Good, and Excellent ratings issued are annually
assessed ratings and can change or remain the same from contract year to
contract year. For example, ratings can rise should performance improve
from a Marginal rating in a Performing status up to a Satisfactory or higher
rating in a Performing status; or conversely, ratings can fall should
performance diminish from any rating between Excellent in a Performing
status down to an Unsatisfactory in a Nonperforming status. However,
should an Unsatisfactory be issued for any single contract year, specifically in
this evaluation element, on any year during the entire term of this Master
Contract, it will result in a conclusive rating of Unsatisfactory for
performance on the GSA Master Contract, independent from any open or
closed Task Orders that previously may have been issued.
J-5.A.7.1 NARRATIVE DESCRIPTION OF CONTRACTOR
OUTCOMES
SATISFACTORY, VERY GOOD OR EXCELLENT OUTCOME: When the
Contractor meets or exceeds the minimum combination of Participation and
Task Order Production performance-based requirements Standards earning a
Satisfactory or higher rating within the stated time frames, the Contractor is
determined to be in a Performing status for the single contract year assessed
and rated. Satisfactory is always considered an acceptable rating.
UNSATISFACTORY OR MARGINAL OUTCOME: Should the Government
rate the Contractor to be (1) Unsatisfactory, or (2) Marginal/Performing, or
(3) Marginal/Nonperforming as determined by the GSA audit Participation
and Production review, Government Contract Remedies will be invoked in
accordance to one of the following actions:
PERFORMING AND NONPERFORMING STATUS DETERMINATIONS:
1. Any performance-based rating equal to or above a Satisfactory level is
determined to be in a Performing status. A contractor in a Performing
status at these levels is meeting or exceeding Government Contractor
Engagement performance requirements for the contract year assessed.
The Government considers that a Satisfactory rating is an acceptable
and favorable rating to earn.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
206
2. Any performance-based rating at Marginal will be determined as
either a Contractor in a Performing status or a Nonperforming status
depending upon the conditions mentioned below. Therefore, a
Marginal rating might result in the Government’s enforcement of
Contract Remedies.
1. A Marginally rated Contractor in a Performing status shall be
required to produce an acceptable Corrective Action Plan to the
GSA GWAC Administrative Contracting Officer (ACO) within 30
calendar days of ACO notification. If the Contractor is determined
to be Marginal in the Contractor Engagement evaluation element,
receiving a Marginal rating for the first time in any single contract
year among any of the single contract years within the entire Base
and Option term of the Master Contract, it will be initially
considered a Contractor in a Performing status, e.g., Marginal in a
Performing status. The Contractor will be monitored and
evaluated periodically at a higher frequency, more than once
within the single contract year, until the deficiency is resolved per
the Government approved Corrective Action Plan, and the
Contractor’s rating reaches a minimum performance level of
Satisfactory.
2. The Contractor rated Marginal in a Performing status might be
converted down to a Marginal in a Nonperforming status at any
time within a single contract year if triggered by one these
following conditions:
(1) Not submitting an acceptable Corrective Action Plan within
30 calendar days of ACO notification;
(2) Not diligently performing according to the Government
approved Corrective Action Plan; or,
(3) Earning a Marginal rating for any two consecutive contract
years during the Base and/or Optional term of the Master
Contract.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
207
Any single one of the above three conditions will immediately
render the Contractor to be rated as a Marginal in a
Nonperforming status prior to a scheduled year-end rating period.
A Marginal in a Nonperforming status can change at any time within a
single contract year to a Marginal in a Performing status, and vice versa.
Should the Contractor remain with a rating of Marginal in a Nonperforming
status for any more than three to six months depending on the GSA GWAC
PCO/ACO’s determination, the Government will invoke Contract Remedies in
accordance with those rated under an Unsatisfactory rating.
Any performance-based rating of Unsatisfactory is ultimately a final rating
regardless of which single contract year assessed. All previous contract years’
higher performance ratings are not a mitigating factor for Government
consideration if the Contractor earns an Unsatisfactory rating in the
Contractor Engagement element for the most currently evaluated contract
year. Additionally, all previous and current years’ CPARS ratings in all other
evaluated elements are not a mitigating factor for Government consideration
if the Contractor earns an Unsatisfactory rating in the Contractor
Engagement element for the most currently evaluated contract year.
Consequently, an Unsatisfactory rating may result in the Government’s strict
and immediate enforcement of Contract Remedies. Therefore, the
Government will consider and treat any Unsatisfactory rating issued in the
Contractor Engagement critical evaluation element as the rating of
performance for the GSA GWAC Master Contract.
CONTRACT REMEDIES AT UNSATISFACTORY AND MARGINAL
RATINGS:
Unsatisfactory Performance Rating in Contractor Engagement
Termination of the Master Contract - The Government will initiate
Contractor Termination for Default of the Master Contract in
accordance with FAR 49.4, and the Government will rate the
Contractor accordingly on CPARS pursuant to this Attachment J-5.A.
No settlement costs arising out of the Termination for Default will be
considered by the Government.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
208
Marginal Performance Rating in Contractor Engagement
1. Marginal: Performing Status
Deficiency Notice/Corrective Action Plan Request - Government
will issue a Deficiency Notice to the Contractor and request a
Corrective Action Plan allowing for the resolution/cure of the
Deficiency. For the Contractor Action Plan to be considered valid, the
Government must accept and approve it. (The Government is not
required to approve the Corrective Action Plan if the plan is not
acceptable or in the Government's best interest.) Additionally, the
Government will rate the Contractor accordingly on CPARS pursuant
to this Attachment J-5.A.
2. Marginal: Nonperforming Status
Delinquency Notice and/or Termination of the Master Contract
- Government might issue a Cure or Show Cause Notice, FAR 49.60,
and/or proceed directly to Contractor Termination for Default of the
Master Contract in accordance with FAR 49.4, unless (a) the
Contractor Cures the deficiency, or (b) the Contractor requests a
mutual cancellation of the contract, FAR 49.109-4 No-cost settlement,
and the Government accepts it. The Government will rate the
Contractor accordingly on CPARS pursuant to this Attachment J-5.A.
NOTICE: The Government does not pay settlement costs to a
Contractor arising out of the Termination for Default.
J-5.A.7.2 DETERMINATION OF RATINGS BASED UPON
CONTRACTOR OUTCOMES:
Beginning 12 months from the date of the Master Contract Notice-to-proceed
and continuing a minimum of once per contract year including the Base term
and all Option years, the Government will evaluate the Contractor’s
Participation and Production activity based upon contract year Outcomes, as
defined in above in this J.5 Attachment.
Ratings equal to or greater than Satisfactory
When the Contractor meets or exceeds Standards established within this
Attachment J-5.A in the single contract year assessed, the Contractor is in a
favorable standing as a Performing Contractor on the Master Contract for
that single year assessed and rated.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
209
Ratings at Marginal and Unsatisfactory
The following Marginal and Unsatisfactory ratings will be determined under
the following possible Contractor Outcomes, and remedies will be invoked in
accordance to Master Contract Attachment J-5 PRS.
CONTRACT YEAR ONE - 12 Months after Notice-to-Proceed (Effective Date)
(Based upon 10 or more Opportunities for the Contractor to submit Proposals
exclusively to the first contract year of the Master Contract)
Meeting Participation standards are mandatorily required for every single
contract year; however, during the first contract year, acceptable quality
levels (AQLs) are significantly lower during those initial 12-months following
the award date. In fact, the submission of only one proposal considering the
AQLs will result in a Satisfactory performance rating for the initial contract
year.
Meeting Production Standards or winning Task Orders are not mandatorily
required during the first 12-months after award date.
UNSATISFACTORY OUTCOMES - Unsatisfactory Performance Rating
Unsatisfactory ratings will be waived by the Government exclusively for the
Master Contract’s first year’s performance assessment. The Government will
not provide for waivers of Unsatisfactory ratings for any subsequent years,
including contract year two through contract year ten.
MARGINAL OUTCOMES - Marginal Non-performance Rating
Should the Contractor not achieve any level of Participation (No Proposals
submitted) during the initial contract year.
Any Marginal Rating designated in the first 12-months will be
assessed as a Marginal in a Non-performing status in lieu of an
Unsatisfactory. There are no Marginal ratings in a Performing status
issued for the initial contract year. The initial contract year is the only
condition in which these terms apply and will not apply to any other
year.
CONTRACT YEAR TWO - 24 Months after Master Contract Award
(Based upon 30 or more Opportunities for the Contractor to submit Proposals
in this single contract year)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
210
UNSATISFACTORY OUTCOMES - Unsatisfactory Performance Rating.
An Unsatisfactory rating is always considered a rating in a
Nonperforming status.
(a) Should the Contractor not achieve any level of annual Participation
(No Proposals submitted) regardless of any total Production at any
dollar value previously earned in earlier contract years from total
awarded Task Orders; or
(b) Should the Contractor achieve a level of annual Participation that
is not above the required minimum, e.g., only three Proposals
submitted, when the total Production is equal to or less than the SAT
in contract revenue; or,
(c) Should the Contractor achieve a level of annual Participation that is
one or two Proposals less than the required minimum, e.g., only one or
two Proposals submitted, resulting in total Production less than $1
million of contract revenue from total awarded Task Orders; or,
(d) Should the Contractor achieve a level of annual Participation that
is two Proposals less than the required minimum, e.g., only one
proposal submitted, resulting in total Production less than $3 million
of contract revenue from total awarded Task Orders.
MARGINAL OUTCOMES - Marginal Performance Rating
(e) Should the Contractor achieve a level of annual Participation that
is one or two more than the required minimum, e.g., four or five
Proposals submitted, when total Production is equal to or less than the
SAT in contract revenue; or,
(f) Should the Contractor achieve a level of annual Participation that is
equal to the required minimum, e.g., three Proposals submitted,
resulting in total Production greater than the SAT and less than $3
million of contract revenue from total awarded Task Orders; or,
(g) Should the Contractor achieve a level of annual Participation that
is one proposal less than the required minimum, e.g., two Proposals
submitted, resulting in total Production equal to or greater than $1
million and less than $8 million of contract revenue from total awarded
Task Orders; or,
(h) Should the Contractor achieve a level of Participation that is two
Proposals less than the required minimum, e.g., only one proposal
submitted, resulting in total Production equal to or greater than $3
million and less than $20 million of contract revenue from total
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
211
awarded Task Orders.
CONTRACT YEAR THREE - 36 Months after Master Contract Award
(Based upon 30 or more Opportunities for the Contractor to submit Proposals
in this single contract year)
UNSATISFACTORY OUTCOMES - Unsatisfactory Performance Rating
An Unsatisfactory rating is always considered a rating in a
Nonperforming status.
(a) Should the Contractor not achieve any level of annual Participation
(No Proposals submitted) regardless of any total Production at any
dollar value previously earned in earlier contract years from total
awarded Task Orders; or
(b) Should the Contractor achieve any level of annual Participation, above
or below the required minimum, e.g., one, two, three, four, five or more
Proposals submitted, when the total Production is less than $1 million
in contract revenue from total awarded Task Order.; or,
(c) Should the Contractor achieve a level of annual Participation that is
one or two Proposals less than the required minimum, e.g., only one or
two Proposals submitted, resulting in total Production less than $3
million of contract revenue from total awarded Task Orders; or,
(d) Should the Contractor achieve a level of annual Participation that is
two Proposals less than the required minimum, e.g., only one proposal
submitted, resulting in total Production less than $8 million of contract
revenue from total awarded Task Orders.
MARGINAL OUTCOMES - Marginal Performance Rating.
(e) Should the Contractor achieve a level of annual Participation that is
equal to the required minimum, e.g., three Proposals submitted, when
total Production is equal to or greater than $1 million and less than $8
million of contract revenue from total awarded Task Orders; or,
(f) Should the Contractor achieve a level of annual Participation that is
one proposal less than the required minimum, e.g., two Proposals
submitted, resulting in total Production equal to or greater than $3
million and less than $20 million of contract revenue from submitting
two Proposals from total awarded Task Orders; or,
(g) Should the Contractor achieve a level of Participation that is two
Proposals less than the required minimum, e.g., only one proposal
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
212
submitted, resulting in total Production equal to or greater than $8
million and less than $20 million of contract revenue from total
awarded Task Orders; or,
(h) Should the Contractor achieve a level of Participation that is two
Proposals less than the required minimum, e.g., only one proposal
submitted, resulting in total Production equal to or greater than $20
million of contract revenue from total awarded Task Orders.
CONTRACT YEAR FOUR - 48 Months after Master Contract Award
(Based upon 30 or more Opportunities for the Contractor to submit Proposals
in this single contract year)
UNSATISFACTORY OUTCOMES - Unsatisfactory Performance Rating
An Unsatisfactory rating is always considered a rating in a
Nonperforming status.
(a) Should the Contractor not achieve any level of annual Participation
(No Proposals submitted) regardless of any total Production at any
dollar value previously earned in earlier contract years from total
awarded Task Orders; or
(b) Should the Contractor achieve any level of annual Participation,
above or below the required minimum, e.g., one, two, three, four, five
or more Proposals submitted, when the total Production is below $3
million in contract revenue from total awarded Task Orders; or,
(c) Should the Contractor achieve a level of annual Participation that is
one or two Proposals less than the required minimum, e.g., only one or
two Proposals submitted, resulting in total Production equal to or
greater than the $3 million and less than $8 million of contract
revenue from total awarded Task Orders; or,
(d) Should the Contractor achieve a level of annual Participation that
is two Proposals less than the required minimum, e.g., only one
proposal submitted, resulting in total Production equal to or greater
than $8 million and less than $20 million of contract revenue from
total awarded Task Orders.
MARGINAL OUTCOMES - Marginal Performance Rating
(e) Should the Contractor achieve a level of annual Participation that
is equal to the required minimum, e.g., three Proposals submitted,
when total Production is equal to or greater than $3 and less than $8
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
213
million of contract revenue from total awarded Task Orders; or,
(f) Should the Contractor achieve a level of Participation that is equal
to the required minimum or one proposal less than the required
minimum, e.g., two or three proposals submitted, resulting in total
Production equal to or greater than $8 million and less than $20
million of contract revenue from total awarded Task Orders; or,
(g) Should the Contractor achieve a level of annual Participation that
is one or two Proposals less than the required minimum, e.g., one or
two Proposals submitted, resulting in total Production equal to or
greater than $20 million and less than $32 million of contract revenue
from total awarded Task Orders; or,
(h) Should the Contractor achieve a level of Participation that is two
Proposals less than the required minimum, e.g., only one proposal
submitted, resulting in total Production equal to or greater than $32
million of contract revenue from total awarded Task Orders.
CONTRACT YEAR FIVE - 60 Months after Contract Award (End of Base
Master Contract Term)
(Based upon 30 or more Opportunities for the Contractor to submit Proposals
in this single contract year)
UNSATISFACTORY OUTCOMES - Unsatisfactory Performance Rating
An Unsatisfactory rating is always considered a rating in a
Nonperforming status.
(a) Should the Contractor not achieve any level of annual Participation
(No Proposals submitted) regardless of any total Production at any
dollar value previously earned in earlier contract years from total
awarded Task Orders; or
(b) Should the Contractor achieve any level of annual Participation,
above or below the required minimum, e.g., one, two, three, four, five
or more Proposals submitted, when the total Production is below $8
million in contract revenue from total awarded Task Orders; or,
(c) Should the Contractor achieve a level of annual Participation that is
one or two Proposals less than the required minimum, e.g., only one or
two Proposals submitted, resulting in total Production equal to or
greater than the $8 million and less than $20 million of contract
revenue from total awarded Task Orders; or,
(d) Should the Contractor achieve a level of annual Participation that
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
214
is two Proposals less than the required minimum, e.g., only one
proposal submitted, resulting in total Production equal to or greater
than $20 million and less than $32 million of contract revenue from
total awarded Task Orders.
MARGINAL OUTCOMES - (Marginal Performance Rating)
(e) Should the Contractor achieve a level of annual Participation that
is equal to the required minimum, e.g., three Proposals submitted,
when total Production is equal to or greater than $8 and less than $32
million of contract revenue from total awarded Task Orders; or,
(f) Should the Contractor achieve a level of annual Participation that is
one proposal less than the required minimum, e.g., two Proposals
submitted, resulting in total Production equal to or greater than $20
million and less than $50 million of contract revenue from total
awarded Task Orders; or,
(g) Should the Contractor achieve a level of annual Participation that
is two Proposals less than the required minimum, e.g., only one
proposal submitted, resulting in total Production equal to or greater
than $32 million of contract revenue from total awarded Task Orders.
OPTION CONTRACT YEARS - All Option Periods (If the Option is
Exercised)
At the end of each Option year for each 12-month contract period, the
Government will evaluate the Contractor’s Participation and Production
activity annually, as defined in this J.5.A Attachment and invoke remedies as
indicated above.
(Based upon 30 or more Opportunities for the Contractor to submit Proposals
in this single contract year)
UNSATISFACTORY OUTCOMES - Unsatisfactory Performance Rating
An Unsatisfactory rating is always considered a rating in a
Nonperforming status.
(a) Should the Contractor not achieve any level of annual Participation
(No Proposals submitted) regardless of any total Production at any
dollar value previously earned in earlier contract years from total
awarded Task Orders; or,
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
215
(b) Should the Contractor achieve any level of annual Participation,
above or below the required minimum, e.g., one, two, three, four, five
or more Proposals submitted, when the total Production is below $20
million in contract revenue from total awarded Task Orders; or,
(c) Should the Contractor achieve a level of annual Participation that is
one or two Proposals less than the required minimum, e.g., only one or
two Proposals submitted, resulting in total Production equal to or
greater than the $20 million and less than $32 million of contract
revenue from total awarded Task Orders; or,
(d) Should the Contractor achieve a level of annual Participation that
is two Proposals less than the required minimum, e.g., only one
proposal submitted, resulting in total Production equal to or greater
than $32 million and less than $50 million of contract revenue from
total awarded Task Orders.
MARGINAL OUTCOMES - Unsatisfactory Performance Rating
(e) Should the Contractor achieve a level of annual Participation that
is equal to the required minimum, e.g., three Proposals submitted,
when total Production is equal to or greater than $20 and less than
$32 million of contract revenue from total awarded Task Orders; or,
(f) Should the Contractor achieve a level of annual Participation that is
one proposal less than the required minimum, e.g., two Proposals
submitted, resulting in total Production equal to or greater than $32
million and less than $50 million of contract revenue from total
awarded Task Orders; or,
(g) Should the Contractor achieve a level of Participation that is two
Proposals less than the required minimum, e.g., only one proposal
submitted, resulting in total Production equal to or greater than $50
million of contract revenue from total awarded Task Orders.
(End of Narrative Description Attachment J-5.A)
J-5.A.8 TABLE FORMAT OF ATTACHMENT J-5.A - SPREADSHEET
DOCUMENT
The following six tables represent 5 single contract years, and one multi-year
Option (5 multi-years) depicting Contractor Engagement PBA Standards and
AQLs as narratively described in the above J.5 Attachment.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
216
(See the following pages for all Performance Rating Tables)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
217
ATTACHMENT J-5.A.8.1 PERFORMANCE RATING TABLE
Contractor Engagement
Initial Contract Year 1
TABLES: The Initial Contract Year number one is based on 10 or more Opportunities to submit Proposals. All subsequent contract years, two
through ten, are based on 30 or more Opportunities to submit Proposals in a single contract year.
RATINGS: Ratings from these tables will be entered into CPARS annually in the "CONTRACTOR ENGAGEMENT" element for the respective
year.
CONTRACT REMEDIES: Only applies to "UNSATISFACTORY" and "MARGINAL" ratings in a Nonperforming status.
CONTRACTOR ENGAGEMENT PERFORMANCE BASED RATINGS
12 monthsInitial Contract Year
#
Proposals
31 Possible Outcomes = 30 Satisfactory +/0 Unsatisfactory/1 Marginal Non-performing
5 +
Very Good
Very Good
Excellent
Excellent
Excellent
Excellent
4
Satisfactory
Satisfactory
Very Good
Very Good
Excellent
Excellent
3
Satisfactory
Satisfactory
Very Good
Very Good
Very Good
Excellent
2
Satisfactory
Satisfactory
Satisfactory
Very Good
Very Good
Very Good
1
Satisfactory
Satisfactory
Satisfactory
Satisfactory
Satisfactory
Very Good
0
MARGINAL Nonperforming Status
NO MINIMUM NUMBER OF AWARDS OR PRODUCTION REQUIRED FOR THE INITIAL CONTRACT YEAR
$0 to SAT
> SAT to $999,999
$1,000,000
$3M to $7,999,999
$8M to 19,999,999
$20M +
TOTAL PRODUCTION
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
218
ATTACHMENT J-5.A.8.2 PERFORMANCE RATING TABLE
Contractor Engagement
Contract Year 2
CONTRACTOR ENGAGEMENT PERFORMANCE BASED RATINGS
24 months
#
Proposals
31 Possible Outcomes = 16 Satisfactory +/6 Unsatisfactory/9 Marginal
5 +
Marginal
Satisfactory
Very Good
Very Good
Excellent
Excellent
4
Marginal
Satisfactory
Satisfactory
Very Good
Very Good
Excellent
3
Marginal
Marginal
Marginal
Satisfactory
Satisfactory
Very Good
2
UNSATISFACTORY
UNSATISFACTORY
Marginal
Marginal
Satisfactory
Satisfactory
1
UNSATISFACTORY
UNSATISFACTORY
UNSATISFACTORY
Marginal
Marginal
Satisfactory
0
UNSATISFACTORY (No Participation)
Below $$$$
Below $$$
Below $$
$ Standard $
Above $$
Above $$$
$0 to SAT
> SAT to $999,999
$1M to $2,999,999
$3,000,000
$8M to 19,999,999
$20M +
TOTAL PRODUCTION
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
219
ATTACHMENT J-5.A.8.3 PERFORMANCE RATING TABLE
Contractor Engagement
Contract Year 3
CONTRACTOR ENGAGEMENT PERFORMANCE BASED RATINGS
36 months
# Proposals
22 Possible Outcomes = 11 Satisfactory +/5 Unsatisfactory/6 Marginal
# Proposals
5 +
UNSATISFACTORY
Satisfactory
Very Good
Excellent
Excellent
5 +
4
Satisfactory
Satisfactory
Very Good
Excellent
4
3
Marginal
Marginal
Satisfactory
Very Good
3
2
UNSATISFACTORY
Marginal
Marginal
Satisfactory
2
1
UNSATISFACTORY
UNSATISFACTORY
Marginal
Marginal
1
0
UNSATISFACTORY (No Participation)
0
Below $$$$
Below $$$
Below $$
$ Standard $
Above $$
$0 to $999,999
$1M to $2,999,999
$3M to $7,999,999
$8,000,000
$20M +
TOTAL PRODUCTION
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
220
ATTACHMENT J-5.A.8.4 PERFORMANCE RATING TABLE
Contractor Engagement
Contract Year 4
CONTRACTOR ENGAGEMENT PERFORMANCE BASED RATINGS
48 months
# Proposals
22 Possible Outcomes = 11 Satisfactory/5 Unsatisfactory/6 Marginal
# Proposals
5 +
UNSATISFACTORY
Satisfactory
Very Good
Excellent
Excellent
5 +
4
Satisfactory
Satisfactory
Very Good
Very Good
4
3
Marginal
Marginal
Satisfactory
Satisfactory
3
2
UNSATISFACTORY
Marginal
Marginal
Satisfactory
2
1
UNSATISFACTORY
UNSATISFACTORY
Marginal
Marginal
1
0
UNSATISFACTORY (No Participation)
0
Below $$$$
Below $$$
Below $$
$ Standard $
Above $$
$0 to $2,999,999
$3M to $7,999,999
$8M to 19,999,999
$20,000,000
$32M +
TOTAL PRODUCTION
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
221
ATTACHMENT J-5.A.8.5 PERFORMANCE RATING TABLE
Contractor Engagement
Contract Year 5
CONTRACTOR ENGAGEMENT PERFORMANCE BASED RATINGS
60 monthsFinal Contract Year of Base Term
#
Proposals
22 Possible Outcomes = 11 Satisfactory/5 Unsatisfactory/6 Marginal
5 +
UNSATISFACTORY
Satisfactory
Very Good
Excellent
Excellent
4
Satisfactory
Satisfactory
Very Good
Excellent
3
Marginal
Marginal
Satisfactory
Very Good
2
UNSATISFACTORY
Marginal
Marginal
Satisfactory
1
UNSATISFACTORY
UNSATISFACTORY
Marginal
Marginal
0
UNSATISFACTORY (No Participation)
Below $$$$
Below $$$
Below $$
$ Standard $
Above $$
$0 to $7,999,999
$8M to $19,999,999
$20M to 31,999,999
$32,000,000
$50M +
TOTAL PRODUCTION
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
222
ATTACHMENT J-5.A.8.6 PERFORMANCE RATING TABLE
Contractor Engagement
Option Contract Years 6, 7, 8, 9, and 10
ALL OPTION YEARS (6 through 10) ARE STATIC TO THIS TABLE
CONTRACTOR ENGAGEMENT PERFORMANCE BASED RATINGS
Each Option Year (If Exercised) - 72 Months & Annually
#
Proposals
17 Possible Outcomes = 8 Satisfactory/5 Unsatisfactory/4 Marginal
# Proposals
5 +
UNSATISFACTORY
Satisfactory
Very Good
Excellent
5 +
4
Satisfactory
Very Good
Very Good
4
3
Marginal
Satisfactory
Satisfactory
3
2
UNSATISFACTORY
Marginal
Marginal
2
1
UNSATISFACTORY
UNSATISFACTORY
Marginal
1
0
UNSATISFACTORY (No Participation)
0
Below $$$$
Below $$
$ Standard $
Above $$
$0 to $19,999,999
$20M to $31,999,999
$32,000,000
$50M +
TOTAL PRODUCTION
(End of Section J.5.A.8 Performance Rating Table Spreadsheet)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5.B - PBA Small Business Subcontracting Evaluation
Program Ratings
Alliant 2 GWAC Unrestricted Master Contract
223
ATTACHMENT J-5.B - PBA Small Business Subcontracting
Evaluation Program Ratings
This J-2.B Section applies exclusively to the Small Business Subcontracting
PBA element and describes the performance ratings to be determined by the
GSA GWAC Administrative Contracting Officer (ACO). All ratings issued
are annually assessed ratings to be entered into CPARS and can change from
contract year to contract year, for example, ratings can rise should (1)
performance improve from a Marginal rating up to a Satisfactory or higher
rating in a Performing status; or conversely, ratings can fall (2) should
performance diminish from any rating between Excellent in down to an
Unsatisfactory.
AQLStated as a Percentage of the Total Small Business Goal (50%)
The AQL for earning a minimum of a Satisfactory rating is 80% of the total
small business subcontracting goal at the end of the base term, five years. If
the Master Contract Option is exercised for the Contractor, the AQL remains
80% for each interim year.
AQL Interim and Final Contract Years
The table below depicts CPARS ratings based upon meeting the set goals and
Contractor’s good faith efforts demonstrated toward meeting all small
business subcontracting goals.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5.B - PBA Small Business Subcontracting Evaluation
Program Ratings
Alliant 2 GWAC Unrestricted Master Contract
224
CPARS SMALL BUSINESS SUBCONTRACTING RATING GUIDE
AND
CORRECTIVE ACTIONS
RATING
DESCRIPTION FOR RATING
ACTION
REQUIRED
Exceptional/
Outstanding
Exceeded all negotiated goals. Has exceptional success
with initiatives to assist, promote and utilize small
business (SB), small disadvantaged business (SDB),
women-owned small business (WOSB), HUBZone small
business, veteran-owned small business (VOSB), and
service-disabled VOSB (SD/VOSB). An outstanding rating
signifies that the company has an exemplary program that
could be used as a model by other contractors in similar
industries.
N/A
Very Good/ Highly
Successful
Met all of its negotiated goals in the traditional socio-
economic categories (SB, SDB, and WOSB) and met at
least one of the newer socio-economic goals (HUBZone
small business, VOSB, and SD/VOSB) for each contract
that contains 2 or more of those goals. Has significant
success with initiatives to assist, promote and utilize SB,
SDB, WOSB, HUBZone small business, VOSB, and
SD/VOSB. Makes an effort to go above and beyond the
required elements of the program and can provide
documentation and success stories
to support such efforts.
N/A
Satisfactory/
Acceptable
Demonstrated a good-faith effort to meet its goals, but has
not met the rigorous criteria for a higher rating. Fulfills
the requirements of its subcontracting plan and the
regulations. The contractor’s management shows an
interest in maintaining its program to an acceptable level
and has demonstrated a commitment to apply the
necessary resources to do so.
Contractors should
continuously remind
their company Sales,
Marketing, Business
Development, and
Supply Chain
Management
personnel the
importance of
striving to meet the
overall GWAC SB
Subcontracting goal.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5.B - PBA Small Business Subcontracting Evaluation
Program Ratings
Alliant 2 GWAC Unrestricted Master Contract
225
RATING
DESCRIPTION FOR RATING
ACTION
REQUIRED
Marginal
Has NOT MET the Satisfactory AQL Metrics based on the
number of Task Orders issued to the Contractor.
The contractor has not reached one or more requirements
of a corrective action plan currently in place.
A Corrective Action
Plan is required.
The Contractor is
encouraged to contact
the GSA OSBU to get
advice on how to
improve their small
business outreach
efforts.
Unsatisfactory
Noncompliant with the contractual requirements of FAR
52.219-8 and 52.219-9. Contractor’s management shows
little interest in bringing its program to an acceptable
level or is generally uncooperative.
A Corrective Action
Plan is required. A
SBA/GSA OSBU
Audit Review may be
requested.
NOTICE: Ratings cannot be assessed by the Government for Small Business
Subcontracting until the Contractor has an awarded Task Order/s with
subcontracting. Neutral ratings are not an option for CPARS evaluated elements.
(End of Attachment J-5.B Small Business
Subcontracting Evaluation Program)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-6 TRANSACTION DATA REPORTING
Alliant 2 GWAC Unrestricted Master Contract
226
ATTACHMENT J-6 - TRANSACTIONAL DATA
REPORTING
This attachment applies to the Master Contract only.
The Contractor shall report all Invoices and Contract Access Fee data within
the date specified in Section F.7. Refer to the government designated system
instructions for the reporting process. It is mandatory to complete the data
elements in the format outlined in the government designated system
instructions.
J-6.1 GSAR 552.216-75 Transactional Data Reporting (June 2016)
(a) Definitions.
(1) “Transactional data” encompasses the historical details of the products
or services delivered by the Contractor during the performance of task or
delivery orders issued against this contract.
(b) Reporting of Transactional Data. The Contractor shall report all
transactional data under this contract as follows:
(1) The Contractor must electronically report transactional data by
utilizing the automated reporting system at an Internet website
designated by the General Services Administration (GSA) or by uploading
the data according to GSA instructions. GSA will post registration
instructions and reporting procedures on the Vendor Support Center
website, https://vsc.gsa.gov/. The reporting system website address, as well
as registration instructions and reporting procedures, will be provided at
the time of award or inclusion of this clause in the contract.
(2) The Contractor shall provide, at no cost to the Government, the
following transactional data elements, as applicable
(i) Contract or Blanket Purchase Agreement (BPA) Number
(ii) Delivery/Task Order Number/Procurement Instrument Identifier
(PIID)
(iii) Non Federal Entity
(iv) Description of Deliverable
(v) Manufacturer Name
(vi) Manufacturer Part Number
(vii) Unit Measure (each, hour, case, lot)
(viii) Quantity of Item Sold
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-6 TRANSACTION DATA REPORTING
Alliant 2 GWAC Unrestricted Master Contract
227
(ix) Universal Product Code
(x) Price Paid per Unit
(xi) Total Price
(3) The Contractor must report transactional data within 30 calendar days
from the last calendar day of the month. If there was no contract activity
during the month, the Contractor must submit a confirmation of no
reportable transactional data within 30 calendar days of the last calendar
day of the month.
(4) The Contractor must report the price paid per unit, total price, or any
other data elements with an associated monetary value listed in (b)(2)
above, in U.S. dollars.
(5) The Contractor must maintain a consistent accounting method of
transactional data reporting, based on the Contractor’s established
commercial accounting practice.
(6) Reporting Points.
(i) The acceptable points at which transactional data may be reported
include
(A) Issuance of an invoice; or
(B) Receipt of payment;
(ii) The Contractor must determine whether to report transactional data
on the basis of invoices issued or payments received.
(7) The Contractor must continue to furnish reports, including
confirmation of no transactional data, through physical completion of the
last outstanding task or delivery order issued against the contract.
(8) Unless otherwise expressly stated by the ordering activity, orders that
contain classified information or other information that would compromise
national security are exempt from this reporting requirement.
(9) This clause does not exempt the Contractor from fulfilling existing
reporting requirements contained elsewhere in the contract.
(10) GSA reserves the unilateral right to change reporting instructions
following 60 calendar days’ advance notification to the Contractor.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-6 TRANSACTION DATA REPORTING
Alliant 2 GWAC Unrestricted Master Contract
228
(c) Contract Access Fee (CAF).
(1) GSA’s operating costs are reimbursed through a CAF charged on orders
placed against this contract. The CAF is paid by the ordering activity but
remitted to GSA by the Contractor. GSA has the unilateral right to change
the fee structure at any time, but not more than once per year; GSA will
provide reasonable notice prior to the effective date of any change.
(2) Within 60 calendar days of award or inclusion of this clause in the
contract, a GSA representative will provide the Contractor with specific
written procedural instructions on remitting the CAF, including the deadline
by which the Contractor must remit the CAF. The deadline specified in the
written procedural instructions will be no less than 30 calendar days after
the last calendar day of the month. GSA reserves the unilateral right to
change remittance instructions following 60 calendar days’ advance
notification to the Contractor.
(3) The Contractor shall remit the CAF to GSA in U.S. dollars.
(4) The Contractor’s failure to remit the full amount of the CAF within the
specified deadline constitutes a contract debt to the United States
Government under the terms of FAR Subpart 32.6. The Government may
exercise all rights under the Debt Collection Improvement Act of 1996,
including withholding or offsetting payments and interest on the debt (see
FAR clause 52.232-17, Interest). If the Contractor fails to submit the required
sales reports, falsifies them, or fails to timely pay the CAF, these reasons
constitute sufficient cause for the Government to terminate the contract for
cause.
(End of GSAR Provision)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-6 TRANSACTION DATA REPORTING
Alliant 2 GWAC Unrestricted Master Contract
229
J-6.2 CLIN STRUCTURE
The Contractor shall apply one or more of the following GWAC Program
CLINs when reporting invoices in the government designated system.
GWAC REPORTING
CLIN
REPORTING LINE TYPE
See Attachment J-3
Alliant 2 GWAC Labor Categories
N00
Non Standard IT Labor
L00
Ancillary Labor
D00
Contract Access Fee (CAF)
E00
Contract Access Fee (CAF) SPECIAL RATE
F00
Zero Invoice
H00
Fixed Price
B00
Cost Reimbursement
A00
Materials (T&M only)
(End of Attachment J-6)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-7 - INDIVIDUAL SMALL BUSINESS SUBCONTRACTING
PLAN
Alliant 2 GWAC Unrestricted Master Contract
230
ATTACHMENT J-7 - INDIVIDUAL SMALL
BUSINESS SUBCONTRACTING PLAN
(Contractor’s Plan is incorporated in this contract and attached at time of
Alliant 2 GWAC Award)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-8 - WEBSITE REFERENCES
Alliant 2 GWAC Unrestricted Master Contract
231
ATTACHMENT J-8 - WEBSITE REFERENCES
GWAC Program Email Correspondences
Alliant 2 PCO/ACO Alliant2@gsa.gov
GWAC Scope Review Request [email protected]
GSA Ombudsman GSAIndustr[email protected]
** Contractor Registration Required (below)
SECTION & DESCRIPTION
WEBSITE URL
B.5
OFPP Best Practices
Handbook
https://www.whitehouse.gov/omb/procurement_index_guides/
B.13
U.S. Department of
State, Bureau of
Administration, Office
of Allowances
https://aoprals.state.gov/
C.3.1,
C.10
Federal Enterprise
Architecture
Framework (FEA):
Business Reference
Model, and
Performance
Reference Model
https://www.whitehouse.gov/omb/offices/e-gov/fea
C.4.4
SP 800-146 Cloud
Computing
http://csrc.nist.gov/publications/PubsSPs.html
C.10
Federal Enterprise
Architecture
Framework.
DOD Information
Enterprise
Architecture.
FPDS PSC Manual.
Department of Labor
Bureau of Labor
Statistics Standard
Occupational
Classification.
https://www.whitehouse.gov/omb/offices/e-gov/fea
http://dodcio.defense.gov/IntheNews/DoDInformationEnterpriseA
rchitecture.aspx
https://www.acquisition.gov/?q=Acquisition_Systems
http://www.bls.gov/soc/
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-8 - WEBSITE REFERENCES
Alliant 2 GWAC Unrestricted Master Contract
232
(C.10 continued)
The Occupational
Information Network
(O*NET) System.
Information
Technology Definition.
Clinger-Cohen Act.
http://www.onetonline.org/
http://www.acquisition.gov/far/current/html/Subpart 2_1.html
https://www.gpo.gov/fdsys/pkg/USCODE-2011-
title40/pdf/USCODE-2011-title40-subtitleIII.pdf
E.1, F.1,
H.1, I.2
Federal Acquisition
Regulation.
GSA Regulation.
https://www.acquisition.gov/?q=browsefar
https://www.acquisition.gov/?q=Supplemental_Regulations
G.2.1
4800.2H
ADM Eligibility to
Use GSA Sources of
Supply and Services
http://www.gsa.gov/portal/directives
G.10
Contractor Website -
CMMI Institute-
Published Appraisal
Results
https://sas.cmmiinstitute.com/pars/pars.aspx
G.14
** GSA eBuy Ordering
System
https://www.ebuy.gsa.gov/advantage/ebuy/start_page.do
G.19
** Contractor
Performance
Assessment Reporting
System.
** Past Performance
Information Retrieval
System.
https://www.cpars.gov/
https://www.ppirs.gov/
G.19.2
GSA Alliant 2 GWAC
Homepage
GWAC Contracts
GWAC Contract
Holders
GWAC Pricing.
GSA GWAC
Homepage
www.gsa.gov/alliant2
http://www.gsa.gov/gwacs
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-8 - WEBSITE REFERENCES
Alliant 2 GWAC Unrestricted Master Contract
233
SOW Review
Request
DPA Request.
G.20.2
** Government
Designated System:
Reporting
Transactional Data -
Instructions and
Definitions.
** System for Award
Management (SAM).
(To Be Determined at Time of Award in the Notice to Proceed)
https://www.acquisition.gov/?q=Acquisition_Systems
G.22.2
** Subcontracting
Reports
https://www.acquisition.gov/?q=Acquisition_Systems
G.23
Prime &
Subcontractor
Spending: Sub-award
data for all Spending
Types
https://www.usaspending.gov/Pages/AdvancedSearch.aspx
G.25
** Carbon Disclosure
Project (CDP).
** GRI Sustainability
Disclosure Database.
https://www.cdp.net/en-US/Pages/HomePage.aspx
https://www.globalreporting.org/Pages/default.aspx
H.3
GSA Logo
http://www.gsa.gov/portal/content/102183
H.7
GSA IT Policies
http://www.gsa.gov/portal/directives
H.9
IT Security Policies
Homeland
Security
Presidential
Directives-12
(HSPD-12)
OMB guidance M-
05-24
FIPS PUB 201.
GSA HSPD-12,
Personal Identity
Verification.
https://www.idmanagement.gov
http://www.gsa.gov/portal/content/105233
H.10
Government
Designated System
(To Be Determined at Time of Notice to Proceed/Effective Date)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-8 - WEBSITE REFERENCES
Alliant 2 GWAC Unrestricted Master Contract
234
Training Modules
H.13
Section 508 Standards
http://www.section508.gov/
Attach-
ment
J-2
DoD Cloud Computing
Security
http://iase.disa.mil/cloud_security/Pages/index.aspx
If you encounter a broken web link in the above listing, please contact the GWAC COR at
.
The GWAC COR will periodically update this Attachment J-8 whenever Master Contract
Modifications are issued, and also provide more recent updates on GSA’s Alliant 2 GWAC
website at a time when GSA is made aware of any needed changes to website URL names
or addresses.
(END OF ATTACHMENT J-8)