Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2015 FBO #4934
SOLICITATION NOTICE

D -- CongressionalWebHarvesting

Notice Date
5/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
National Archives and Records Administration, NAA, Acquisitions Division, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001, United States
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-15-Q-0015
 
Archive Date
7/6/2015
 
Point of Contact
James D Newell, Phone: 301-837-1502, Jean-Claude Amisial, Phone: 301-837-0521
 
E-Mail Address
james.newell@nara.gov, jean-claude.amisial@nara.gov
(james.newell@nara.gov, jean-claude.amisial@nara.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; fixed-price quotations are being requested and a written solicitation will not be issued. The solicitation number is NAMA-15-Q-0015 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82 effective May 2015. This is not a small business set-aside under NAICS code 541519 with a standard of $27.5 million. The Government reserves the right to issue an order based on the initial quote without discussions of this procurement. BACKGROUND: The National Archives and Records Administration (NARA) Center for Legislative Services (LL) is responsible for providing Congressional Web Harvesting, Hosting, and Operations and Maintenance services and support services for all the Public and all government agencies. In accordance with the terms and conditions of this solicitation and resulting contract the Contractor will provide Congressional Web Harvesting, Hosting, and Operations and Maintenance services and support services to the NARA/LL headquarters office. REQUIREMENTS: See Enclosure for Schedule of Prices. Please submit pricing in accordance with the directions and tables in the Schedule of Prices. PERIOD OF PERFORMANCE: In addition to the base period, starting July 15, 2015 and ending July 14,, 2016; there are three 12-month option periods. The first option period is July 15, 2016 thru July 14, 2017, the second option period is July 15, 2017 thru July 14, 2018 and the third option period is July 15, 2018 thru July 14, 2019. PLACE OF PERFORMANCE: The work will primarily be conducted at the Vendor's facility(ies). If work space is required at NARA facilities, a desk and telephone will be provided at Archives I. All software will be delivered to the National Archives and Records Administration, Center for Legislative Services, (Archives I) facility located at 700 Pennsylvania Avenue, NW, Washington, DC 20408. The following provisions and clauses are incorporated and are to remain in full force in any resultant fixed price purchase contract: FAR 52.212-1, Instructions to Offerors-Commercial Item (APR 2014). Evaluation and issuance of the resulting fixed price contract will be in accordance with the procedures of FAR 52.212-2 Evaluation -- Commercial Items (OCT 2014). The contractor's quotation in response to the RFQ will be evaluated to determine if their response meet the requirement of this solicitation. The quoted price will be evaluated to determine price fare and reasonableness. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2015)-offeror's shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at https://www.sam.gov/index.html/#1. If the offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (m) of this provision--a copy of the provisions can be found at https://www.acquisition.gov/ ; FAR 52.212-4, Contract Terms and Conditions-Commercial Terms (MAY 2015). NARA Terms and Conditions (see Enclosure) are listed as addenda to the FAR clause 52.212-4. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2015). (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.222-3 Convict Labor (Jun 2003), 52.222-21 Prohibition of Segregated Facilities (Apr 2015), 52.222-26 Equal Opportunity (Apr 2015), 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Jul 2014), 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Jul 2014), 52.222-50 Combating Trafficking in Persons (Mar 2015), 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008), and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Jul 2013). FAR 52.217-5 Evaluation of Options (Jul 1990). FAR 52.217-8 Option to Extend Services (Nov 1999), The Government may require continued performance of any services within the limits and at the rates specified in the contract. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days (End of Clause). 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 60 calendar days; 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 five years and six months, (End of Clause). 52.232-18 Availability of Funds (Apr 1984) applies to Option Year 1, Option Year 2 and Option Year 3. One copy of each quotation, Schedule of Prices (see Enclosure), and résumé for all quoted key personnel should be mailed to National Archives and Records Administration (NARA), Attention: James Newell, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001 or e-mailed to: james.newell@nara.gov. Quotations should be received by 1:00 PM EDT on June 30, 2015. Failure to submit your quotation by the due date may result in rejection of the quote. Questions regarding this solicitation must be submitted in writing to Mr. James Newell no later than 12:00PM EDT on June 15, 2015 to be considered. Vendors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. Failure to meet the deadline for receipt may result in rejection of the quotation as untimely. Telephonic responses will not be processed. FedBizOpsNet Numbered Note 1 applies. ENCLOSURE 1 SCHEDULE OF PRICES 1. SERVICES TO BE FURNISHED (a) The purpose of this contract is to acquire Congressional Web Harvesting, Hosting, and Operations and Maintenance (O&M) services Support for the National Archives and Records Administration. All work must be performed under the terms and conditions of this contract as either Fixed Price (FP) or Not-to-Exceed (NTE) amounts for Other Direct Costs, (ODC). (i) Fixed Price (FP). The Vendor is required to furnish all the work that can be identified in advance, both in sufficient detail and quantities, and for which a fair and reasonable price can be obtained. The fixed prices must include the fully burdened cost for delivering the services in accordance with the requirements of this RFQ. All work in the Performance Work Statement (PWS), except Other direct Costs, is considered fixed price work. (ii) Other Direct Costs. The Government is not obligated to pay for other direct costs under this contract unless it is required for work under this contract and in accordance with the contract's terms and conditions. The Vendor must not incur other direct costs unless authorized by the Contracting Officer in writing or verbally, followed up in writing, within one calendar day. The NTE amount listed is the maximum amount, listed in the performance year, the Government has reserved for other direct costs. Should the Vendor exceed this amount in the performance of work under this contract, it does so at its own risks. 2. PRICING OF BASE YEAR (a) Fixed Price Services. (i) The Vendor must identify the base year "Unit Price" and "Total Price" for the fixed-priced supplies/services described in Paragraph 4, Schedule of Prices. (A) The fixed "Unit Price" for each CLIN must be the Vendor's price for the services identified for the period of one month (MO). (B) The "Total Price" for each separately priced CLIN must be the fixed "Unit Price" multiplied by 12 to equal the price for the base year. (b) Other Direct Costs. Other Direct Cost, subcontract, applicable material, parts, etc. must not be included in Table 3(d); they must be priced according to the requirements of each contract for additional services and included in the price of the order. (c) Total Base Year Contract Price. The Total Base Year Contract Price is the sum of the fixed-price for Congressional Web Harvesting, Hosting, and Operations and Maintenance (O&M) services, and the NTE amounts for Other Direct Costs, and Travel if required. 3.PRICING OF OPTIONS (a) Option years will be priced using the procedure for pricing the contract base year. (b) The hourly rates in Table 3(d) must include the composite hourly rate that will be used in pricing only the labor portion of option CLINs 0007, 0011, and 0016, Other Direct Costs under this contract. However, the Government does not guarantee any hours will be ordered. (c) Total Option Year Contract Price. The "Total Option Year Contract Price" for each Option Year is the sum of the fixed-price for Congressional Web Harvesting, Hosting, and Operations and Maintenance (O&M) services and the Not-to-Exceed (NTE) amounts for Other Direct Costs and Travel if required. TABLE 3(d), Composite Hourly Rate Table Labor CategoryFixed Hourly Rate Base YearFixed Hourly Rate Option Year IFixed Hourly Rate Option Year IIFixed Hourly Rate Option Year III *Include additional rows as necessary. 4.SCHEDULE OF PRICES (a) In accordance with this RFQ, the Vendor must provide all management, supervision, labor, materials, supplies, transportation, and equipment described herein (except as specified to be furnished by the Government in the PWS, and must plan, schedule, coordinate, and assure effective performance. (b) For CLINs 0001, 0005, 0006, 0010, 0014, and 0015 insert unit prices quoted for each year. The Government has included Not-to-Exceed (NTE) amounts in CLINs 0002, 0007, 0011, and 0016 for Other Direct Costs and CLINs 0003, 0008, 0012, and 0017 for Data Deliverables, as Not Separately Priced (NSP). The Vendor must identify known ODC items. The Government reserves the right to not pay for ODCs which are not clearly identified in the Vendor's quotation. For evaluation purposes, the Price will be determined by multiplying the Quantity by the Unit Price. The Total Contract Price will be determined by adding the total price for each performance year. CLIN = Contract Line Item Number; PWS = Performance Work Statement; NSP = Not Separately Priced, NTE = Not to Exceed. LINE ITEM NO. (CLIN)SUPPLIES/SERVICEQTYUNITUNIT PRICEAMOUNT 0001Base Year: 1-12 Months Prepare a Project Management Plan and Operation and Maintenance of Congressional Web.12Months 0002Base Year: Other Direct Costs. (ODC).1LOT NTE $10,000.00 0003Base Year: Data-Deliverables.1LOT NSP 0004Base Year: RESERVED ---- Base Year Total: LINE ITEM NO. (CLIN)SUPPLIES/SERVICEQTYUNITUNIT PRICEAMOUNT 0005Option Year I: 13-24 Months Conduct Web Harvest and Host Content of Federal Websites in accordance with the task identified in the Performance Work Statement (PWS).12Months 0006Option Year I: Operation and Maintenance of Congressional Web.12Months 0007Option Year I: Other Direct Costs. (ODC).1Lot NTE $10,000.00 0008Option Year I: Data-Deliverables.1Lot NSP 0009Option Year I: RESERVED ---- Option Year I Total: LINE ITEM NO. (CLIN)SUPPLIES/SERVICEQTYUNITUNIT PRICEAMOUNT 0010Option Year II: 24-36 Months Operation and Maintenance of Congressional Web.12Months 0011 Option Year II: Other Direct Costs. (ODC).1Lot NTE $10,000.00 0012Option Year II: Data-Deliverables.1Lot NSP 0013Option Year II: RESERVED ---- Option Year II Total: LINE ITEM NO. (CLIN)SUPPLIES/SERVICEQTYUNITUNIT PRICEAMOUNT 0014Option Year III: 36-48 Months Conduct Web Harvest and Host Content of Federal Websites in accordance with the task identified in the Performance Work Statement (PWS).12Months 0015Option Year III: Operation and Maintenance of Congressional Web.12Months 0016Option Year III: Other Direct Costs. (ODC).1Lot NTE $10,000.00 0017Option Year III: Data-Deliverables.1Lot NSP 0018Option Year III: RESERVED ---- Option Year III Total: TOTAL CONTRACT PRICE: ENCLOSURE 2 Performance Work Statement For The National Archives and Records Administration Congressional Web Harvesting and Hosting 1.0Purpose The purpose of this Performance Work Statement (PWS) is to provide support for the National Archives and Records Administration (NARA) to host existing and newly harvested web sites; capture, transfer and provide access to a snapshot of Congressional websites at the end of two two-year Congressional terms. 2.0Background NARA is an independent Federal Agency whose mission is to preserve and provide ready access to the historically valuable records of the Federal Government. Both the Government and the public rely on NARA to meet an almost unlimited range of information needs located in our holdings. To help achieve its mission, NARA has facilities nationwide including, the National Archives Building (Archives I) in Washington, D.C., the Archives II building in College Park, Maryland, 14 Presidential Libraries, 13 Regional Record Service Facilities, and the Federal Register. For more information about NARA see www.archives.gov. OMB Memorandum M-05-04 states that "the efficient, effective, and appropriately consistent use of Federal agency public websites is important to promote a more citizen centered government...(Websites) present government information or provide services to the public or a specific non-Federal user group and support the proper performance of an agency function" and as such are "information dissemination products as defined in Office of Management and Budget (OMB) Circular A-130, "Management of Federal Information Resources" thereby requiring records management. In accordance with these requirements and policies, NARA is issuing this PWS to contract services for the capture and transfer of Congressional websites at the end of each Congress. The Federal Records Act requires all website content to be archived. 3.0Scope This PWS describes the project and related tasks to capture, transfer and provide access to a harvest of Congressional public websites at the end of the 114th and 115th Congresses. The following constitute the goals with respect to capturing an End-of-Congress web harvest: 1.Copying each Congressional website on the NARA-supplied list of URLs; 2.Providing NARA with a copy suitable for preservation preferably transferable directly onto NARA designated hard drive or in a format and on a media identified in this PWS; and 3.Providing Internet-based access to the segregated NARA collection of the past Federal and past and current Congressional websites by January 20, 2017 and subsequently by January 20, 2019; and, 4.Supporting transition to NARA or subsequent contractor for future harvests and hosting if needed as determined by NARA. Because of limitations of available Government resources in validating Contractor-delivered copies of Congressional website content, NARA will need to receive incremental deliveries of such, according to the schedule proposed by the selected Contractor and agreed to by the Government. NARA envisions the following scenario to successfully complete this PWS. 1.The Vendor must harvest an estimated 12 TB of content from Congressional websites according to the agreed upon schedule; (please note while the majority of web sites listed in the seed list fall under either www.senate.gov or www.house.gov the sites should be harvested only once and pointers provided from harvested content to any place it might appear in duplication. For example, while http://www.alexander.senate.gov can be located from a link under http://www.senate.gov/general/contact_information/senators_cfm, http://www.alexander.senate.gov should only occur once in the harvested content); 2.The Vendor must provide the Government with access to an Internet website of harvested content via which the Government will conduct quality control corroboration of the harvested content; 3.The Government will report any deficiencies to the Vendor so that those sites may be re-crawled; 4.After the Government has accepted an increment on the basis of its review of harvested content via the Vendor's website, the Vendor must embed metadata in each harvested website's homepage (i.e., top-level page); 5.The manifest and harvested content will be transferred directly onto hard disk drives provided to NARA for testing and acceptance before further transfers are made; 6.Upon Government acceptance of all content submitted directly to NARA on hard disk drives, the Vendor must then deliver to the Government two copies of websites in the Archive Research Catalog (ARC) or the WebARChive (WARC) format onto the hard drive. Full Government Acceptance of this deliverable will constitute final Government acceptance of this task. See Appendix A for complete list of technical transfer requirements. The harvest will be a domain/scope crawl of Congressional website content provided from seed list(s). Content refers to all content associated with a particular seed domain from that list. Website content includes embedded content that may be hosted on other websites, but that is viewable on senate.gov or house.gov domains. The Vendor must complete the first harvest by the end of the 114th Congress (estimated December 2016) and the second harvest by the end of the 115th Congress (estimated December 2018) to allow for the Government to have adequate time to perform quality control. Quality control will be performed throughout the course of the capture as well. For quality control purposes, the Government requires daily access to a Vendor-mounted secure and quality control website containing the incremental accretions of websites crawled. After Government acceptance of an increment of harvested content via the website, the Vendor must add cataloging information as metadata tags to the electronic copy of each website harvested. The Vendor must make the harvested content available to the public on the Internet on secure (See Security, Appendix A) Vendor-Owned and maintained systems. The Vendor must index the entire content as a stand-alone collection identified as NARA's collection. The Vendor must also sitemap (see www.sitemaps.org) the entire collection so that web crawlers may discover and index the contents. Five previous Web harvests, one Federal and four Congressional, (all of which will also be hosted by the winning Vendor) can be visited at http://webharvest.gov. 4.0Specific Tasks Task 1 - Project Management Task 1A - (Base and Option Periods) The Vendor must provide the technical and functional activities at the contract level needed for the Project Management of this PWS. This includes productivity and management methods such as Quality Assurance, Work Breakdown Structuring, Risk Management, and Human Engineering. Key Personnel Identified. Project Manager. The vendor shall provide a Project Manager responsible for the day-to-day management of the tasks identified in the Performance Work Statement. Minimum Qualifications. The selected Project Manager must have a proven history of leading and managing integrated project teams of scope and complexity similar to this requirement. He/she must have excellent oral and written communication skills and must be able to promote and work in a team environment. This individual must also have excellent interpersonal skills. The project manager will have at least 10 plus years experience directing multi-discipline teams, managing information technology related software development and configuration management and other similar programs. Education and Experience Requirements: Master Degree in Business Administration, Computer Science, Engineering Mathematics or related field other task related equivalent and a minimum of four to six years of intensive and progressive experience in management on similar programs. 10 years experience supervising similar programs. Task 1B - (Base and Option Periods) Note: The Project Management Plan is required for the Base Period only. The Monthly Status Report is required for the Base and Option periods. Project Management Plan. The Vendor must prepare Project Management Plan (PMP) describing the technical approach, organizational resources, and management controls to be employed to meet the cost, performance, and scheduling requirements throughout contract execution. The PMP must also include the following: 1.Project Organization and Resources; 2.Technical Management Approach; 3.Risk Management Approach; 4.Cost/Schedule Management Approach; 5.Project Schedule and Milestones; and 6.Project Work Breakdown Structure (WBS). The Plan shall include as a minimum, all tasks to be completed, start/end dates, resources, labor hours, costs and deliverables. It shall align with standards listed in NARA 805, Systems Development Lifecycle Handbook and Systems Development Guidelines. A draft Project Management Plan will be due as part of quotation submission and the final plan will be due five (5) working days after contract award. The Vendor shall provide continuous updates to the Plan as the document's content becomes outdated. The COR must approve all changes to the Project Management Plan. Task 1C - Monthly Status Report. The Vendor must provide a monthly status report which must include the following: 1.Labor hours expended (current month and cumulative); 2.Amount of funding expended (current month and cumulative); 3.Amount of funding remaining under this TO; 4.Current Estimate to Completion (ESC) and Estimate at Completion (EAC); 5.An updated project schedule; 6.List of requirements changes identified/closed/concluded; 7.Complete report on all action items; Task 1D - Kick-off Meeting (Base Period Only) Within five (5) working days following the issuance of the PMP, the Vendor must set up a meeting with the NARA team to coordinate project roles, responsibilities, and schedules. NARA will be prepared to discuss the project and to answer any questions relative to the task. The Vendor must be prepared to discuss the proposed PMP, including the schedule and resources. Any updates or changes to the plan must be reflected as part of the meeting minutes. Any subsequent updates or changes to the plan must be reflected as part of the monthly status reports defined in Task 1B. Because of limited availability of Government resources necessary to validate the Vendor's copy of harvested Congressional website content, the Vendor must provide an incremental delivery schedule to be finalized at the kick-off meeting. Task 1 Deliverables: Project Management Plan Monthly Status Reports Kick-off Meeting Minutes of the Kick-off Meeting. 4.1.Task 2 - Web Harvesting ( Option Periods I and III) The Vendor must perform a web harvest of Congressional website content based upon a seed list to be created at the time of the harvest. An updated seed list will provided to the vendor at the appropriate time preceding the beginning of the crawling period. The web harvest should begin in mid- to late-September using the NARA-supplied seed list. This early-period crawling will be used to determine the accuracy of the seed lists, and to identify any possible technical issues that may prevent content from being captured. Access to crawl data will be provided via a Vendor-mounted, secure website in order for Government staff to perform quality assurance checks on the content as crawling occurs. The website should be password-protected and capable of supporting up to 10 simultaneous users. The Vendor must add cataloging information as metadata tags to the electronic copy of each website harvested. That cataloging information must be associated with the homepage of each site harvested and consists of: c.Time of harvest d.IP address e.Mime type of the file f.Checksum The Vendor must directly transfer sample content onto hard disk drives for NARA in the format described in Appendix A with the manifest included for testing on NARA systems and acceptance before production copies are transferred. (Acceptance is measured by successful processing of content into NARA's Congressional Records Instance of ERA with a complete and accurate manifest of content into that system.) The Vendor must deliver two copies of websites in approved/metadata-embedded ARC or WARC format preferably directly onto designated hard disk drives for NARA, and documentation. See Appendix A for a complete list of technical transfer requirements. The Vendor should provide all physical transfers under this task in accordance with technical specifications provided in Appendix A and subject to NARA ability to process. The Vendor must use an over-night shipping method (e.g. UPS or Federal Express) to transport the data. Upon receipt of the data, the Government will complete review of the increment and provide comments to the vendor within 10 business days. If hard disk drives cannot be read by NARA systems they will be returned to the vendor for re-processing. The Vendor must provide an American Standard Code for Information Interchange (ASCII) text file describing the websites crawled. This text file must contain the: 1.Number of URLs harvested on the hard drive, 2.Number of 404's errors encountered, 3.List of Member, committee and institutional offices contained, 4.Amount of data transferred, 5.Number of files transferred, and 6.Filename of starting page for each agency. The Vendor must provide a final report on the status of harvested content from each of the URLs provided by NARA. That report must include an estimate of the percentage of each site harvested successfully, and an explanation for any un-harvested content. Task 2 Deliverables: Incremental Deliveries Each Containing: ●Daily access to the harvested content through the Internet. ●Two (2) copies each (a master and a backup) of the entire Congressional web harvest crawls, as well as metadata in the ARC or WARC format in which the Vendor provides access to the Government via the Internet for quality control purposes. ●For each increment transferred directly onto the hard disk drive, an ASCII text file, specifying the information enumerated above. ●Final report on the status of harvested content from each of the URLs provided by NARA. 4.2.Task 3 - Internet Access to Harvested Content (Base Period and Option Periods) Task 3A - Access to the NARA Collection The Vendor must make the harvested content available to the public on the Internet on Vendor-owned and maintained secure systems that appear as part of the harvested collection already begun at http://www.webharvest.gov. The site must be capable of supporting 250 simultaneous users/hour and adhere to the security requirements outlined in the technical specifications provided in Appendix A. The Vendor must index the entire content as a stand-alone collection identified as NARA's collection. The Vendor must design and implement a homepage through which the collection is accessed and to which NARA may link. That home page must include a description of how and when the web content was collected and an alphabetical listing or sitemap of the agencies represented in the collection. The listing or site map must link users automatically to each harvested Congressional website in the collection. The home page must also include a Frequently Asked Questions page detailing common issues with harvesting and displaying harvested content. The Vendor must ensure that content and appearance of the Congressional websites is exactly equivalent to that of the Websites copied off the Internet during the dates of the harvest, allowing exception for content that cannot be captured due to limitations with conventional web harvesting technology. Exceptions will be to support NARA (e.g., by the vendor writing applets) in making suitable disclaimer statements to be supplied by NARA or to make other minor changes as directed by NARA. The web pages as stored on the server are unmodified, and the text is "injected" into the page streaming to the user's browser when the user accesses a page. The Vendor must provide for a level of service in Website response time and functionality for content that meets the Quality of Service parameters set forth in Appendix B. The search engine must allow public web searching by URL, and by full text. The search engine end-user interface must comply with standard usability guidelines, which are available at http://www.usability.gov, and must comply with Section 508 accessibility guidelines, which are available at http://www.section508.gov. The Vendor must deliver two copies of the web accessible collection in the format through which it is made available on a yearly basis or whenever that format may change. Task 3B - Hosting Statistics The Vendor must provide a monthly report to the Contracting Officer's Representative (COR) on all available hosting statistics to NARA. The report must include statistics on site usage including the number of visitor sessions on the website and the domain names from which those visits originated, report of top search queries, potential security compromises, and site performance, based on the Quality of Service parameters set forth in Appendix B. In addition to the individual item deliveries, all reports, agreements, plans, minutes, summaries, statistics, etc., should be accumulated and assembled in one PDF document (Deliverable Document Collection) with each item and the item sections bookmarked. This document will accumulate all delivery material (except the actual harvest and its associated files) in one place and one format and will be the single point for accessing deliverables for the entire length of the contract. Task 3 - Deliverables: ●Internet access to the segregated NARA Collection. ●Two (2) copies of the collection in the format through which it is made available on a 12-month basis or whenever the format changes. ●Service Level Agreement. ●Monthly statistical report. 5.0. Deliverable/Delivery Schedule PWS TaskDeliverable TitleWork Days (WD) Calendar Days (CD)Quantities / Media 1BProject Management Plan5 WD after TO or modification award (Base Periods )5 / email 1BMonthly Status Reports10th WD of each month (Base Period and Option Periods)5 / email 1CKick-Off Meeting10 WD after TO award (Base Period Only)1 / Event 1CKick-Off Meeting Minutes1 WD after Kick-Off Meeting (Base Period Only)5 / paper 1 / email 2Access to Vendor's website, upon which incremental content of harvested websites will appear, with the previous four harvests loaded and the site ready for incremental content of harvested Federal websites will appear for NARA review.By 11/1/2016 (Option One) If Exercised, by 11/1/2018 (Option III) 1 website supporting 10 simultaneous NARA users 2Sample content of encrypted data onto hard disk drive for NARA of sample content in specified format with manifest as described in Appendix APrior to transfer of master on hard drive (If exercised, Option Periods One and III)1 copy that validates 2Encrypted data onto hard disk drives of all websites comprising an approved increment, with prescribed metadata embedded in home page of each website. ASCII report of contents to be included as the first file as transferred onto the hard drive. Media to be appropriately externally labeled.By 11/01/2016, if Option Period Two is exercised; by 11/01/2018, if Option Period Three is exercised2 2Encrypted data transferred onto NARA's hard drive of aggregated copies of websites comprising an approved increment, with prescribed metadata embedded in home page of each website. ASCII report of contents to be included as the first file onto the hard drive. Media to be appropriately labeled.If Exercised, by mid-November, 2016, Option Period One If Exercised, by mid-November 2018, Option Period III.2 2Encrypted data transferred onto hard disk drive for NARA of aggregated copies of websites comprising all approved increments, with prescribed metadata embedded in home page of each website. ASCII report of contents to be included as the first file on the transfer media. Media to be appropriately labeled.By mid-December, 2016 Option Period One If Exercised, by mid-December, 2018 (Option III)2 3AVendor's Internet site providing access to the previous collection to the general publicFrom the date of contract award1 3BVendor's Internet site providing access to the total collection to the general publicBy February 1, 2017 for the first harvest and, if exercised, by February 1, 2019 for the second harvest. (Option Periods One and Three)1 3BAnnual copies of Vendor's internet site (or when format of Vendor's site changes) For Option Period One and III harvest, 30 WDs after site goes live.2 3BService level agreement(Base and Option Periods)5 3CMonthly hosting statistics30 WD increments after Vendor site goes live (Option Periods One and Three)5 3CDeliverable Document CollectionEvery six months (Base and Option Periods)5 Within 10 business days after delivery of a project deliverable the Government will either accept the deliverable or notify the vendor, in writing and in reasonable detail, of the manner in which the deliverable does not comply with its basis for acceptance. Lack of such notice will be considered acceptance of the deliverable. 6.0. Administrative Considerations 6.1. Place of Performance/Work Location The work will primarily be conducted at the Vendor's facility(ies). If work space is required at NARA facilities, a desk and telephone will be provided at Archives I. 6.2.Period of Performance and Contract Type The period of performance will commence on the date of contract award (and upon initial contract funding) for a 12-month base period and three 12-month option periods. Funding for the option periods will be subject to the availability of funds. The contract type is Firm Fixed Price. 6.3. Travel Local. No cost will be paid for local travel, meal, and/or incidental expenses. Local travel is considered to be any travel within a 75-mile radius of Washington, DC. Non-local. No cost will be paid for local travel, meal, and/or incidental expenses. Local travel is considered to be any travel outside of a 75-mile radius of Washington, DC. Video Conference. As a cost reduction measure, all meetings will be held in Washington, DC at Archive I or College Park, MD at Archive II. If the Vendor desires, Video Conferencing using ISDN can support meetings. The Vendor must initiate the videoconference by calling NARA's ISDN line phone number. The number will be supplied to the winning Vendor when needed. 7.0. Disclosure of Information: The Vendor must not release to anyone outside the Vendor's organization any information, regardless of medium (e.g., film, tape, documents, hard drive) pertaining to any part of this contract or analysis related to this contract, unless the Contracting Officer (CO) has given prior written approval or the information is otherwise in the public domain. All of the policies and procedures that pertain to Government employees with respect to the handling of classified and sensitive data will also be imposed upon the Vendor. Appendix A Technical Specifications 1.Transferred content is limited to what is accessed over the Hypertext Transfer Protocol (HTTP). 2.Sites should be harvested only once and pointers provided from harvested content to any place it might appear in duplication. For example, while http://alexandar.senate.gov/ can be located from a link under http://www.senate.gov/general/contact_information/senators_cfm.cfm, 3.http://alexander.senate.gov/ should only occur once in the harvested record. 4.Vendor must harvest all component parts of web content records including any image, audio, video or proprietary formats within the domains articulated in the seed list. 5.Vendor must harvest web content in either the ARC format (http://www.archive.org/web/researcher/ArcFileFormat.php) or it's modification as presented to the ISO, the WARC format. The WARC format is an initiative to define a standard web archiving format. Sponsored by the International Internet Preservation Consortium (http://netpreserve.org/about-us), WARC builds on and is backward compatible with the ARC format, which has been in use since 1996. 6.Vendor must redirect all links within the web content record that is being transferred so that they remain active in the transferred records. 7.Vendor must render all external links from the transferred web content record non-functional (i.e., cauterized). 8.Vendor must ensure that the filename of each file transferred, inclusive of both the path (or directory) name and the filename itself, must be no longer than 255 characters. 9.Vendor must transfer web content records to designated hard disk drive for NARA. 10.Drives should be commercially available, industry standard drives. Drives should be formatted in Linux using the industry standard file system installed by default, i.e. currently it is the ext3 file system. At the root of the disk there will need to be three directories defined: /pri /bu /indexes In the primary directory you will place: - WARC files (current ISO standard - CD 28500) - Manifests - Checksums - Logs - Other files deemed critical to the preservation or documentation of the source material The bu directory is the back-up replica of the pri directory. The /indexes directory contains the indexes generated to enable access to the source materials via browse or full text search. NARA may also request a copy of the software used to generate the indexes be included with delivery of the data on the same drive or on a separate drive. The manifest used to create the disk must also be made available to NARA for download via the Web in order to facilitate validation of the drive and its contents upon receipt. Manifest Content: The volume manifest must be a well-formed XML document. It will consist of an element named data-manifest. This data-manifest element will contain exactly one disk element with an attribute of vol. The vol attribute value will be set equal to the disk drive identifier (i.e., the volume label). The data-manifest element will also contain exactly one files element. The files element will contain one or more file elements with an attribute of label. The label attribute value will be set equal to the file identifier (i.e., the file label). The file element value will be set equal to the file pathname, up to 4096 characters (carriage returns and spaces are allowed, but will not be filtered out). A sample of a manifest is presented below. As long as the completed manifest is well-formed XML, additional information may be stored there at the discretion of the agency making the disk. <data-manifest> <data vol="028000">nara-peth2004-disk028000</data> <sites> <site> <target-site>www.senate.gov</target-site> <harvest-began>20161014224609</harvest-began> <harvest-completed>20161120001726</harvest-completed> <seed>www.senate.gov</seed> <seed-checksum>39bd3ec59a11ea5da5ad6d438ccb5c0d</seed-checksum> <seed-mime-type>text/html</seed-mime-type> <total-urls-collected>181187</total-urls-collected> <unique-resources-collected>84788</unique-resources-collected> <subdomains-discovered>856</subdomains-discovered> <subdomain-urls-collected>2603103</subdomain-urls-collected> <span-primary-disk>028000,028002,028004,028006,028008</span-primary-disk> <span-backup-disk>028001,028003,028005,028007,028009</span-backup-disk> </site> </sites> <files> <file label="W28001-manifest">tape-manifest.xml</file> <file label="W28001-1">amc.gov/site-manifest.xml</file> <file label="W28001-2">amc.gov/amc.gov-20161028005957-00000- crawling004.archive.org.arc.gz</file> <file label="W28001-3">amc.gov/amc.gov-20161028005957-00000- crawling004.archive.org.dat.gz</file> <file label="W28001-4">amc.gov/amc.gov.cdx</file> <file label="W28001-5">alexander.senate.gov/site- manifest.xml</file> <file label="W28001-6"> alexander.senate.gov/alexander.senate.gov- 20161028210845-00000-crawling004.archive.org.arc.gz</file> </files> </data-manifest> 11.Security of Web Harvest Content - Vendor Responsibility The Vendor is responsible for the security of harvested web content hosted on their web site. In addition to physical security of the site, the Vendor network should be secured by a port-blocking firewall. Security and monitoring of harvested data hosted by Vendor should be accomplished through a mix of both internal and external systems. Two copies of harvested data must be maintained on separate networks. Those two copies should be checked regularly to show identical holdings, and verified against a local manifest file. To ‘refresh' data onto the physical media and detect data corruption, data integrity should be maintained through data ‘scrubbing', or reading a file, digitally fingerprinting it through a hash, comparing this with a previous fingerprint or hash and rewriting the content to new blocks on a disk. Successes and failures to match expected results must be logged and appropriate individuals notified in the case of failure. Any reported problems should be individually investigated and repaired manually, by replacing failed hardware or restoring content from alternate copies. Service availability and system performance and operation must be automatically monitored by the Vendor. Incidents such as service outage or a service performance parameter exceeding operating tolerances should be immediately detected, tracked on system support tools and addressed. The NARA Contract Officer's Representative (COR) is listed as a recipient for any intrusion or data corruption email alerts and should receive notification at such time. The COR is also notified in advance of any routine maintenance or system reconfiguration with the potential of service disruption.   Appendix B Quality of Service Parameters for Hosting the Congressional Website Harvest This section of the PWS identifies the levels of service that the Vendor must provide for the web harvest. The Government reserves the right to renegotiate the service level agreements resulting from these parameters based on changing business needs. ServiceService Level and Performance Range Acceptable (Green Zone)Marginal (Yellow Zone)Unsatisfactory (Red Zone) System Availability98% availability for public users accessing the system via the Internet 365 days/year, 24 hours/day, 7 days /week. (e.g. 365x24x7) In measuring the availability, the websites must not be down, nor functioning at an unacceptable level of service, for more than 14.6 hours (total) every month. Time associated with prior scheduled and approved maintenance must not be included in the downtime availability determination. Unacceptable level is defined as <98% availability for public users accessing the system via the Internet 365 days/year, 24 hours/day, 7 days /week. (e.g. 365x24x7) > 14.6 hours (total) non-availability during a month<95% availability for public users accessing the system via the Internet 365 days/year, 24 hours/day, 7 days /week. (e.g. 365x24x7) > 36 hours (total) non-availability during a month Average system response timeNominally less than 12 seconds (on average over the course of a week)Nominally less than 13 seconds (on average over the course of a week)Nominally less than 14 seconds (on average over the course of a week) Provide written affirmations identifying upgrades and patches that have been applied to the system or that are scheduled to be applied.COB on Monday for the prior weekNLT COB on Tuesday for the prior weekLater than COB on Wed. for the prior week Provide weekly statement affirming that required backups have been performed during the weekCOB on Monday for the prior weekNLT COB on Tuesday for the prior weekLater than COB on Wed. for the prior week Provide weekly report on statistics on public use of the systemCOB on Tuesday for the prior weekNLT COB on Wednesday for the prior weekLater than COB on Thurs for the prior week Provide weekly report on numbers of simultaneous users, database query time, and system response timeCOB on Tuesday for the prior weekNLT COB on Wednesday for the prior weekLater than COB on Thurs for the prior week Provide monthly synopsis of problems encountered during the month, by levelNLT five (5) business days after the end of the monthNLT seven (7) business days after the end of the monthNLT ten (10) business days after the end of the month Generate and deliver ad hoc SLA exception reports on an as required basis when service-level targets are not being met and when it first becomes apparent that a service level metric is not being achievedProvide SLA exception report within 1 business day of exceptionProvide SLA exception report within 2 business days of the exceptionProvide SLA exception report after 2 business days or fail to provide report Level 1 Problem Resolution IAW 2.1.1Notify NARA PM < 1 hour Fix < 1 hourNotify NARA PM < 2 hours Fix < 2 hoursNotify NARA PM > 2 hours Fix > 2 hours Level 2 Problem Resolution IAW 2.1.2Notify NARA PM < 4 hours Fix < 24 hoursNotify NARA PM < 8 hours Fix < 48 hoursNotify NARA PM > 8 hours Fix > 48 hours Level 3 Problem Resolution IAW 2.1.3Notify NARA PM < 16 hours Fix < 5 business daysNotify NARA PM < 24 hours Fix < 10 business daysNotify NARA PM < 32 hours Fix < 10 business days Problem Resolution and Response Times Priority Levels for Trouble Resolution Level 1 Problems The system is disabled. The Vendor will assign sufficient resources to resolve the problems as quickly as possible with the goal of restoring and maintaining the service levels agreed to in this document. By "disabled," it is meant that none of the web pages work. The nominal target for resolution of Level 1 problems is 1 hour or less; unless it is beyond the control of the Vendor in instances such as loss of power, Internet or security disruptions (including denial of service attacks), and natural disasters. However, for Level 1 problems the Vendor will work in good faith and use continuous effort to resolve the problem until an acceptable fix is installed and tested and until the system is back to normal operations. The Vendor must continuously monitor Level 1 problems and will notify NARA of the status via periodic updates. For Level 1 problems, during normal business hours of operations, the target for notification of the NARA Project Manager will be one (1) hour starting at the time that the problem is first reported by either NARA or Vendor personnel. Level 2 Problems The website is severely degraded. An example of a Level 2 problem is if the public is experiencing Internet errors (File 404 or 500), or is experiencing difficulty downloading audio or video files, or other issues where the public is unable to use the website effectively. Level 2 problems that have no workarounds will have a target resolution of 24 hours depending on the corrective actions required to return the system to normal operations. The Vendor will communicate these corrective actions and resolution timeframes to NARA. The Vendor will assign sufficient resources to fix the problem in the target resolution time frame. For Level 2 problems, during normal business hours of operations, the target for notification of the NARA Project Manager will be 4 hours starting at the time that the problem is first reported to either NARA or Vendor personnel. For Level 2 problems, the Vendor will work to resolve the problem and will attempt to provide a solution within 24 hours after problem identification. Any deviations from this service level of commitment will normally be authorized in advance by the NARA PM. Subsequently they must be explained and justified in an SLA exception report. Level 3 Problems - Bug Fixes and Nuisance Errors The system is operational and performing normally with the exception of a bug or a nuisance error in the system. For Level 3 problems, during normal business hours of operations, the target for notification of the NARA Project Manager will be within 2 business days (e.g., 16 business hours) starting at the time that the problem is first reported by either NARA or Vendor personnel. The Vendor must research such errors on request from NARA with the goal of fixing the error within 5 business days. If the error or bug cannot be reasonably resolved within 5 business days, the Vendor will provide a response back to the NARA Project Manager indicating that the problem is more severe with an estimate of the timeframe to resolve the error. Appendix C QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) FOR CONGRESSIONAL WEB HARVEST AND HOSTING SERVICES 1.0INTRODUCTION: This Quality Assurance Surveillance Plan (QASP) has been developed to provide the Quality Assurance Evaluator/Contracting Officer's Representative (COR) and other Government evaluators a summary of the key performance standards required in the contract, performance levels, and method of surveillance normally used for that performance standard listed in the Performance of Work Statement (PWS). The QASP describes a systematic method to evaluate receipt by the Government of acceptable services the Vendor is required to furnish. The Vendor is required to provide satisfactory performance in all areas of the contract. Before invoices can be paid, a determination by the COR must first be made that satisfactory services have been received. Any non-conformance with contract requirements is a "defect." A defect may be recorded for each item evaluated that failed to meet the standards as required by the subject PWS paragraph(s). Examples of defects that will be recorded include, but are not limited to: a. Failure to perform a required task; b. Failure to take corrective action to prevent reoccurrence of less than satisfactory performance; or c. Performance of less than satisfactory work (quality work consists of completing the work in accordance with the appropriated PWS specifications or best industry practices). Quality Assurance is based on the premise that the Vendor, and not the Government, is responsible for management and quality control actions to meet the terms of the contract. The Government will follow the guidance in FAR 52.212-4, Contract Terms and Conditions - Commercial Items for fixed price work and additional services work when performance is other than satisfactory. Good management and use of an adequate quality control (QC) plan will allow the Vendor to operate within specified performance requirements. The COR and Government evaluators shall be objective, fair, and consistent in evaluating Vendor performance against contract requirements and standards. The main emphasis is on quality performance. 2.0ACTUAL SURVEILLANCE: Actual surveillance will be performed on periodic inspection and customer input. If satisfactory performance is not achieved, the COR will determine the possible cause of the less than satisfactory performance. The COR will initiate a Contract Discrepancy Report (CDR) for all defects that could not be re-performed and for all defects not corrected by the Vendor in a timely or satisfactory manner when requested by the Government. The COR will submit the CDR documentation recording the less than satisfactory performance and stating a recommended action to the Contracting Officer (CO) including any proposed contract deductions. 3.0SURVEILLANCE METHODS: Services shall have the results of the surveillance documented. The surveillance methods the Government will use to evaluate the Vendor's performance for the listed tasks are specified in the PRS. 3.1. 100% Percent Inspection. This method requires the COR to inspect the service each time it occurs. 3.2 Periodic Inspection. This method requires the COR to employ a "spot check" style of evaluation based on the contractor's schedule. 3.3Customer Complaints. Customer complaints may be used in conjunction with the above surveillance methods as an indicator of performance or as areas to emphasize further or future surveillance. 4.0INFORM CONTRACT SITE-SUPERVISOR: a. Regardless of the surveillance method, the Vendor should be kept informed of performance status. The COR will notify the vendor's representative of any defect(s) to be corrected. The time to re-perform and correct defects after notification will vary depending on the type of defect, the item being inspected, the level of the item (i.e., routine, urgent, or emergency), etc. The COR will inspect re-performed or corrected discrepancies. If corrected properly and timely, the defect(s) will not result in a payment deduction. However, the COR will maintain all documentation for file maintenance and turn this information over to the CO upon completion of the contract. b. CDR's should be used to officially notify the Vendor of a performance problem. CDR use includes notifying the Vendor of: (i) Non-performance or less than satisfactory performances when the Government elects not to have the Vendor re-perform the service; (ii) Failure of the Vendor to re-perform non-performed or less than satisfactory performed services; (iii) Non-performed or less than satisfactory services that cannot be re-performed due to the nature or the timing of the required services; and (iv) Continuous, less than satisfactory service whether the service is re-performed or not. c. Performance problems that the COR deems critical, should be immediately communicated with a follow-up written CDR. The COR will complete the CDR and forward it to the CO for review and approval. The COR will sign and forward the CDR to the Vendor PM for the Vendor's response and comments. The Vendor will have 7 calendar days (or such lesser time that the COR stipulates) to complete a response. After evaluating the Vendor's response, the COR will forward the CO any CDR requiring further action (contract interpretation, problem resolution, reduced payments, deficiency letter notification, cure notice, etc.). The COR will provide the CO recommended actions with supporting rationale. 5.0REVISIONS TO QASP: Revisions to this surveillance plan are the responsibility of NARA, the COR, and the CO. Appendix D PERFORMANCE REQUIREMENTS SUMMARY (PRS) 1.0.PERFORMANCE REQUIREMENTS SUMMARY (PRS). The PRS captures key requirements of the Performance Work Statement (PWS) at an outcome level (performance standard) and states the performance level and method of surveillance for the requirement. The absence of any contract requirement from the PRS does not limit the rights or remedies of the Government within the contract. 2.0METHOD OF SURVEILLANCE. The PRS provides the surveillance method(s) the Government will use to evaluate the Vendor's performance for the listed tasks. The primary surveillance methods used will be 100% inspection, periodic surveillance and/or customer complaints. 3.0GOVERNMENT QUALITY ASSURANCE. The Quality Assurance Surveillance Plan, Appendix C, describes how the Government will inspect, in conjunction with this PRS, and how the COR, other performance evaluators, the Vendor, and the Contracting Officer will communicate to ensure satisfactory performance of contract requirements.REQUIREMENT SUMMARY ITEM (RS) PERFORMANCE STANDARD PERFORMANCE LEVEL METHOD OF SURVEILLANCE (RS-1) See PWS Section 4.0 Task 1B - Project Management PlanProject Management Plan (PMP) for R1: Notwithstanding other criteria the PMP must be in the specified format, and include the requested information. The PMP must be provided on-time as per the schedule in 4.0, Task 1B. Additionally, the PMP must be of sufficient high quality that it requires no more than minor revisions, is generally well written and thoroughly researched. The PMP must be provided on time and include the information specified. No deviations allowed. Minor typographic errors and revisions are allowed; however, there can be no deviation from the specifications and requirements provided.Periodic surveillance in the form of editorial and technical reviews of the PMP. (RS-2) See PWS Section 4.0, Task 1C - Monthly Status Reports Monthly Status Reports: Vendor must provide monthly status reports (may be provided via email) stating the requested information listed in Section 4.0, Task 1C.Monthly status report must be provided on a recurring basis on the requested schedule and include the information listed in Section 4.0, Task 1. 100% inspection on a monthly basis upon receipts of status reports. (RS-3) See PWS Section 4.1, Task 2 Web Harvesting Web Harvesting Tasks: Using the provided seedlist (will be provided prior to harvest, so it is current), vendor will begin harvesting Congressional websites in mid- to late-September of even-numbered years (2016, 2018 in this contract. Harvesting based upon provided seed list must begin on time as stated in Section 4.1, Task 2.100% inspection to determine if harvesting has begun on time as stated in Section 4.1, Task 2. (RS-4) See PWS Section 4.1, Task 2Web Harvesting Tasks: As crawling occurs, vendor will provide access to harvested content on a vendor-provided secured website in order for government staff to perform quality assurance checks on harvested content. Harvested content must have metadata added as requested in Section 4.1, Task 2.Access to content must be provided on secured website as content is crawled.Periodic surveillance to determine if access is secure. (RS-5) See PWS Section 4.1, Task 2. Web Harvesting Deliverables: Upon completion of the entire web harvest following sine die adjournment of the Congress, the vendor will provided two (2) copies of harvested content on a sufficient number of hard drives. Content will contain descriptive information specified in Section 4.1, Task 2. Hard drives must be received in a timely manner following sine die adjournment of the Congress, and must contain the information requested in Section 4.1, Task 2.100% Inspection: Hard drives must be received following sine die adjournment and completion of the harvesting and containing the information specific in Section 4.1, Task 2. (RS-6) See PWS Section 4.2, Task 3.Public Internet Access to Harvested Content: Vendor must provide access to harvested content on a public website located at http://www.webharvest.gov. Site must be capable of supporting 250 simultaneous users. Website must contain ahomepage including a description of the content and links to harvested content. Harvested content must appear roughly equivalent to the way content was displayed on the respective website at the time of the harvest. Content must be viewable at http://www.webharvest.gov, and be capable of supporting 250 simultaneous users. Content must appear roughly equivalent to the way it appeared when sites were captured. Periodic surveillance and customer feedback will be used to determine the quality of the websites displayed, as well as the time taken to remedy any noticeable downtime or inability to support the number of users required as stated in Section 4.2, Task 3. (RS-7) See PWS Section 4.2, Task 3. Public accessibility (Search and Section 508 compliance): A search engine must be provided that allows public web searching by full text content and URL. The website, including the search interface must comply with Section 508 compliance guidelines as stated at http://www.section508.gov. Search engine must allow searching based on content as well as URLs. Website must comply with Section 508 guidelines.Periodic surveillance and customer feedback will be used to determine compliance with search functionality and Section 508. ATTACHMENT 1 NON-DISCLOSURE AGREEMENT I, _________________________, acknowledge that confidential and proprietary information may be generated or made available during the course of performance of Contract No. XXXXXXXXX with the National Archives and Records Administration (NARA). I agree not to disclose outside of the personnel assigned to work on the subject contract, any such information, regardless of medium, received or generated under this contract, unless the NARA Contracting Officer has given prior written approval to release the specific information or the information is otherwise in the public domain before the date of release. It is understood that, under this contract, certain proprietary and/or confidential information may be exchanged which shall be protected as described in this agreement. This agreement extends to information that NARA has received under non-disclosure agreements from other entities or organizations. Proprietary or confidential information is defined as written information received from another party that is marked or identified as proprietary or confidential or is verbally identified as proprietary or confidential at the time it was received or generated. By signing below I acknowledge I have been provided a copy of this non-disclosure agreement and I fully understand its contents and will adhere to its intent. I understand that failure to comply with these requirements could lead to loss of privileges and possible legal action. ACCEPTED: Signature Name (Typed or Printed) Title Date ENCLOSURE 3 CONTRACT ADMINISTRATION 1.VENDOR RESPONSIBILITY The Vendor is responsible for the day-to-day inspection and monitoring of the Vendor work performed to ensure compliance with contract requirements. The results of all the Vendor quality control inspections conducted must be documented on inspection checklists and be made available to the Government during the term of the contract. 2.GOVERNMENT CONTRACT ADMINISTRATION (a)This contract will be administered by: National Archives and Records Administration Acquisitions Branch, Code BCN 8601 Adelphi Road, Room 3340 College Park, MD 20740-6001 (b)Contract Administration: James Newell, Contract Specialist (CS) Telephone: (301) 837-1502 The Contracting Officer (CO) has the overall responsibility for the administration of this contract. Written communication to the Contract Specialist (CS) must make reference to the contract number and must be mailed, postage prepaid, to the above address. (c)Contracting Officer (CO) Any BCN Warranted Contracting Officer (CO) The CO alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify, or deviate from the contract terms, conditions, requirements, specifications, details and/or delivery schedules; make final decisions on disputed deductions from contract payments for non-performance or unsatisfactory performance; terminate the contract for convenience or default; and issue final decisions regarding contract questions or matters under dispute. However, the CO may delegate certain other responsibilities to authorized representatives. 3.DESIGNATION OF CONTRACTING OFFICER'S REPRESENTATIVE (COR) a. COR: TBD National Archives and Records Administration Washington, DC 20804 Phone: 202-357-XXXX Fax: 202-357-XXXX E-Mail: @nara.gov b. The individual named above is designated as the Contracting Officer's Representative (COR) to assist the Contract Specialist (CO) in the discharge of the CO's responsibilities. The COR is responsible for monitoring, giving progress reports to the CO, and overall technical surveillance of services to be performed under this contract and should be contacted regarding questions or problems of a technical nature. In no event will any understanding or agreement, modification, change order, or other matter deviating from the terms of the contract between the Vendor and any person other than the CO be effective or binding upon the Government. c. When, in the opinion of the Vendor, the COR requests effort outside the existing scope of the contract, the Vendor must promptly notify the CO in writing. d. No action will be taken by the Vendor under such technical instruction unless the CO has issued a contractual change. e. The responsibilities of the COR include, but are not limited to, the following: (1) Serve as the point-of-contact through which the Vendor can relay questions or problems of a technical nature to the CS and the CO; (2) Be responsible for the inspection and acceptance of the services performed and determining the adequacy of performance by the Vendor in accordance with the terms and conditions of this contract; (3) Confer with representatives of the Vendor regarding any non-performance or unsatisfactory performance; following through to assure that all non-performance or unsatisfactory performance is performed/corrected or payment adjustment is recommended to the CS and the CO; (4) Review and certify invoices in accordance with invoicing instructions of the contract. Maintain a file with copies of these documents; (5) Review and evaluate Vendor's cost estimates, furnish comments, and recommendations to the CS and the CO; (6) Advise the CS of any performance problems and make recommendations for corrective action to correct performance issues; (7) Furnish the CS with any requests for change, deviation, or waiver (whether generated by Government personnel or Vendor personnel), including all supporting paperwork in connection with such change, deviation, or waiver; and 8) Submit a written evaluation to the CS and the CO within 60 days of contract completion or annually on the anniversary for contracts that include options. The evaluation must include: (i) The quality and timeliness of the Vendor's performance; and (ii) A statement as to the uses made of any deliverables furnished by the Vendor. f. In addition to the specific duties as listed above, you are also responsible for knowing the employment status of the Vendor's employees working at the NARA facility(ies). When you are notified that the Vendor's employee is leaving the contract or the work site has changed, you must notify BX of the new status. You should also ensure that the Vendor's employee returns the NARA issued identification when they no longer need access to the buildings. Your signature is required on the Vendor's Identification Card Authorization in order for the Vendor's employee to be issued a NARA identification badge and a proximity card. An identification badge a proximity card will not be issued without a signed Authorization that includes an expiration date. Please refer to NARA Directive 275 for more information on Vendor's employees' identification badge issuance. 4.INVOICE SUBMISSION REQUIREMENTS a. The preferred method for invoicing is through the Invoice Processing Platform (IPP) which is a secure web-based electronic invoicing and payment information system. This service is provided by the U.S. Treasury's Bureau of the Fiscal Service free of charge to federal agencies and Vendors. IPP allows Vendors to view information regarding their contracts and orders, electronically submit invoices and view payment information. b. The IPP website address is https://www.ipp.gov. Vendors can obtain enrollment assistance by contacting the Fiscal Service Accounts Payable Help Desk via e-mail at AccountsPayable@bpd.treas.gov or by phone at 304-480-8000, Option 7. c. Vendors that are not able to utilize the IPP system for submitting payment requests may submit invoices electronically by e-mail to NAR@bpd.treas.gov. Microsoft Excel, Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are acceptable formats. d. Invoices for services shall be submitted monthly unless otherwise stated elsewhere in the contract. e. For invoice and payment questions call the Fiscal Service AP Help Desk at 304-480-8000, Option 7. 5. INVOICE CERTIFICATION a.The COR will review a copy of each invoice for correctness, services performed, etc. The COR will certify the invoice and: (1)Submit it to the payment office for payment; or (2)Authorize reimbursement by Government purchase card. b.If the COR disagrees with the invoice, the COR will immediately: (1)Notify the Contracting Officer and paying office; (2)Withhold certification or, if applicable, Government purchase card reimbursement; (3)Contact the Vendor to resolve any discrepancies; (4)Obtain a corrected invoice; as appropriate; and (5)Forward the corrected invoice to the paying office or authorize Government purchase card reimbursement. c.If only a portion of the invoice costs are in dispute, the CO or COR, if assigned, will certify only the undisputed costs and, as appropriate, submit the invoice to the payment office for partial payment or authorize only partial Government purchase card payment. The COR will work with the Vendor to resolve any remaining disputed costs. d.If the COR cannot resolve the invoice discrepancy with the Vendor, or if a problem has been noted with the Vendor's performance, the COR must notify the Contracting Officer, in writing, with details of the problem. 6.PAYMENT (a)Payments must be made on a calendar month basis in arrears of services rendered upon submission of a proper invoice. Payments will be due on the 30th calendar day after receipt of a proper invoice, or on the 30th calendar day after the date the services were accepted by the government, whichever is later. (1)No contract payments will be made by check. Invoice payments will be made electronically in accordance with FAR 52.232-33, Payment by Electronic Funds Transfer-Central Vendor Registration. (2)The date of payment by wire transfer through the Treasury Financial Communications System must be considered to be the date payment is made. (b)The Vendor will be paid for the work called for in Enclosure 2 and identified and set forth in the "Line Item Description" located in Enclosure 1 of this contract. Payment for completed services will be made monthly upon submission of the Vendor's properly certified invoice. 7.FINAL PAYMENT Before final NARA payment is made, the Vendor must furnish to the CO a written release of all claims against the Government arising by virtue of the contract, other than claims in stated amounts as may be specifically excluded by the Vendor from the operation of the release. If the Vendor'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. 203, 41 U.S.C. 15), a release may also be requested of the assignee. To ensure that all necessary adjustments for non-performance or unsatisfactory performance have been made and a release of claims has been submitted before the contract is closed out, the final NARA payment will be made in thirty (30) calendar days after receipt of a proper invoice, date of completion of performance, or receipt of release of claims by the CO, whichever is later. 8. 52.217-8 -- Option to Extend Services. (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within sixty (60) days. (End of Clause) 9. 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 thirty (30) prior to expiration provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) 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 sixty (60) months or five (5) years. (End of Clause) 10. 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 the full text available. a.FAR 52.217-5 EVALUATION OF OPTIONS (JUL 1990) b.FAR 52.223-18 CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING (SEP 2010) c.FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Applicable to Options I, II and III d.FAR 52.243-1ii CHANGES - FIXED PRICE SERVICES (AUG 1987) e. FAR 52.246-4 INSPECTION OF SERVICES - FIXED PRICE (AUG 1996) f. FAR 52.242-15: STOP WORK ORDER. (AUG 1989) g. FAR 52.249-14 EXCUSABLE DELAYS (APR 1984) The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffar1.htm. ENCLOSURE 4 ADDITIONAL TERMS AND CONDITIONS 1.KEY PERSONNEL a.The Vendor agrees to assign to the contract those key persons whose resumes were submitted with the Vendor's quotation as required to fill the requirements of the contract. No substitution or addition of personnel will be made except in accordance with this clause or by written permission by the Contracting Officer. b.The Vendor agrees that during the first 12 months of the contract, no personnel substitutions will be permitted, unless such substitutions are necessitated by an individual's sudden illness, death or termination of employment. In any of these events, the Vendor shall promptly notify the Contracting Officer and provide the information required by paragraph (d) below. c.If key personnel, for whatever reason, become unavailable for work under this contract for a continuous period exceeding thirty (30) working days, or are expected to devote substantially less effort to the work than indicated in its quotation, the Vendor shall propose a substitution of such personnel, in accordance with paragraph (d) below. d.All proposed key personnel substitutions shall be submitted, in writing, to the Contracting Officer at least thirty (30) days, or ninety (90) days if a security clearance is to be obtained, in prior to the proposed substitution. Each request shall provide a detailed explanation of the circumstances necessitating the proposed substitution; a complete resume(s) for the proposed substitute(s); and any other information required by the Contracting Officer to approve or disapprove the proposed substitution(s). Resumes for key personnel substitutions must be submitted in accordance with vendor format. All proposed substitutes (no matter when they are proposed during the performance period) shall have qualifications that are equal to or higher than the qualifications of the person being replaced. e.In the event the Vendor designates additional key personnel as deemed appropriate for the requirement, the Vendor shall submit to the Contracting Officer for approval the information required in paragraph (d) above. f.The Contracting Officer shall evaluate requests for substitution and addition of personnel and promptly notify the Vendor, in writing, whether a request is approved or disapproved. g.If the Contracting Officer determines that suitable and timely replacement of key personnel who have been reassigned, terminated, or have otherwise become unavailable to perform under the contract is not reasonably forthcoming, or that a resultant reduction of productive effort would impair the successful completion of the contract, the contract may be terminated by the Contracting Officer for default or for the convenience of the Government, as appropriate. Alternatively, at the Contracting Officer's discretion, if the Contracting Officer finds the Vendor to be at fault for the condition, the CO may equitably adjust (downward) the contract price to compensate the Government for any delay, loss or damage as a result of the Vendor's action. 2.STANDARDS OF CONDUCT a.The Vendor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity. The Vendor is also responsible for ensuring that its employees and those of its subcontractor(s) do not disturb papers on desks, open desk drawers or cabinets, use Government telephones, except as authorized, or otherwise jeopardize the security and the privacy of Government employees, its clientele, and the contents and property of the federal building(s) in which the contract work is performed. Each employee or supervisor of the Vendor is expected to adhere to standards of behavior that reflect credit on themselves, their employer, and the Federal Government. b.The Vendor shall be responsible for taking such disciplinary action, including suspension without pay or removal from the worksite, with respect to its employees, as may be necessary to enforce those standards. c.Where applicable, the requirements of this clause shall be expressly incorporated into subcontract(s) and shall be applicable to all subcontractor employees who may perform recurring services or work at the federal building and grounds of this contract. d.The Government retains the right to permanently remove any employee of the Vendor from performing duties assigned under this contract at the federal building or grounds should the employee's performance so warrant. The Government will request the Vendor to immediately remove any employee of the Vendor from the federal building/work-site should it be determined by the Contracting Officer that the individual employee of the Vendor is "unsuitable" for security reasons or for otherwise being found to be unfit for performing his assigned duty at a federal building. The following areas (not all inclusive) are considered justification for requesting the Vendor to immediately remove an employee from a federal building/work site: (1)Neglect of assigned duty and refusing to render assistance or cooperate in upholding the integrity of the security programs at the worksite; (2)Falsification or unlawful concealment, removal, mutilation, or destruction of any official documents or records, or concealment of material facts by willful omissions from official documents or records; (3)Disorderly conduct, use of abusive or offensive language, quarreling, intimidation by words or actions, or fighting; participation in disruptive activities which, interfere with the normal and efficient operations of the Government; (4)Theft, vandalism, immoral conduct, or any other criminal actions; (5)Selling, consuming, or being under the influence of intoxicants, drugs, or controlled substances which produce similar effects; (6)Improper use of official authority or credentials, as a supervisor or employee of the Vendor; (7)Violation of Agency anti-discrimination and anti-harassment policies, including but not limited to NARA 396; (8)Violation of Agency and Vendor security procedures and regulations; and (9)Violation of the rules and regulations governing federal public buildings and grounds set forth in 41 CFR Subpart 102-74 Conduct on Federal Property. e.Following a recommendation from an Agency program official or security officer, the Contracting Officer will make all determinations regarding the removal of any employee of the Vendor from and denial/termination of clearance and access to the federal building worksite for non-performance, misconduct, or failure to abide by all laws and regulations. The Contracting Officer will verbally inform the Vendor about the employee, followed by a written confirmation or determination. Specific reasons for the removal of an employee will be provided to the Vendor in writing. In the event of a dispute, the Contracting Officer will make a final determination. f.Upon a determination of the Government that an employee of the Vendor be removed from or denied access to a federal building worksite, the employee's clearance and access to the federal building shall be immediately revoked or otherwise terminated. Furthermore, if applicable, the building pass and/or other access device(s) previously given to the employee shall be immediately surrendered, returned, or delivered to the security officer of the federal building. g.During the course of this contract, the Vendor may come into contact with data files subject to the Privacy Act. If this situation occurs, Privacy Act data must conform to the Privacy Act of 1974, 5 U.S.C. 552a, as amended. The Vendor also may come into contact with confidential documents and confidential information about documents and proposed Federal Agency actions. The Vendor, including Vendor's personnel, Subcontractors, and consultants must not divulge or release data or information developed or obtained in performance of this contract except to Authorized Government personnel or upon written approval of the Contracting Officer. The Vendor must not use, disclose, or reproduce proprietary data, which bears a restrictive legend, other than as required in the performance of this contract. The limitations above do not apply to data or information that has been made public by the Government. 3. SECURITY OF SYSTEMS HANDLING AND PROTECTION OF PERSONALLY IDENTIFIABLE INFORMATION (SEPTEMBER 2014) (a) Applicability This clause applies to all personally identifiable information, as defined in Section B, regardless of the medium in which it is found and includes paper records. (b) Definitions. As used in this clause: "Breach" means the loss of control, compromise, unauthorized disclosure, unauthorized acquisition, unauthorized access, or any similar situation where persons other than authorized users, and for other than authorized purpose, have access or potential access to personally identifiable information, in usable form whether physical or electronic. "Personally identifiable information (PII)" means any information that permits the identity of an individual to be directly or indirectly inferred, including any other information that is linked or linkable to that individual regardless of whether the individual is a citizen of the United States, legal permanent resident, or a visitor to the United States. Examples of PII include the following: (1)Name. (2)Date of birth. (3)Mailing address. (4)Telephone number. (5)Social Security Number. (6)Email address. (7)Zip code. (8)Account numbers. (9)Certificate/license numbers. (10) Vehicle identifiers including license plates. (11) Uniform resource locators (URLs). (12) Internet protocol addresses. (13) Biometric identifiers (e.g., fingerprints). (14) Photographic facial images. (15) Any other unique identifying number or characteristic. (16) Any information where it is reasonably foreseeable that the information will be linked with other information to identify the individual. "Sensitive personally identifiable information (sensitive PII)" means a subset of PII, which if lost, compromised or disclosed without authorization, could result in substantial harm, embarrassment, inconvenience, or unfairness to an individual. (1) Complete social security numbers, alien registration numbers (A-number) and biometric identifiers (such as fingerprint, voiceprint, or iris scan) are considered sensitive PII even if they are not coupled with additional PII. (2) Additional examples include any grouping of information that contains an individual's name or other unique identifier plus one or more of the following elements: (i) Driver's license number, passport number, or truncated social security number (such as last 4 digits); (ii) Date of birth (month, day, and year); (iii) Citizenship or immigration status; (iv) Financial information such as account numbers or electronic funds transfer information; (v) Medical information; and/or (vi) System authentication information such as mother's maiden name, account passwords or personal identification numbers. (3) Other PII may be "sensitive" depending on its context, such as a list of employees with less than satisfactory performance ratings or an unlisted home address or phone number. In contrast, a business card or public telephone directory of agency employees contains PII but it is not sensitive. (c) Data Security. (1) The Vendor shall limit access to the data covered by this clause to those employees and subcontractor who require the information in order to perform their official duties under this contract. (2) The, Vendor employees, and subcontractors must physically or electronically secure sensitive PII when not in use and/or under the control of an authorized individual, and when in transit to prevent unauthorized access or loss. (3) When sensitive PII is no longer needed or required to be retained under applicable Government records retention policies, it must be destroyed, as specified in the contract, or if not specified in the contract, through means that will make the sensitive PII irretrievable. (4) The Vendor shall only use sensitive PII obtained under this contract for purposes of the contract; it shall not be disclosed, released, disseminated, or published without the prior written consent of the Contracting Officer. (5) If it is established elsewhere in this contract that information to be utilized under this contract, or a portion thereof, is subject to the Privacy Act, The Vendor shall follow the rules and procedures of disclosure set forth in the Privacy Act of 1974, 5 U.S.C. 552a, and implementing regulations and policies, with respect to systems of records determined to be subject to the Privacy Act. (6) At expiration or termination of this contract, the Vendor shall turn over all sensitive PII obtained under the contract that is in its possession. (d) Systems Access. Work to be performed under this contract may require the handling of PII. The Vendor shall provide the Government access to, and information regarding those systems handling sensitive PII for the Government under the contract, when requested by the Government, as part of the Vendor's responsibility to ensure compliance with security requirements, and shall otherwise cooperate with the Government in assuring compliance with such requirements. Government access shall include independent testing of controls, system penetration testing by the Government, Federal Information Security Management Act data reviews, and access by agency Inspectors General (IG) for IG reviews. (e) Systems Security. (1) In performing its duties related to management, operation, and/or access of systems containing PII under this contract, the Vendor, its employees and subcontractors shall comply with all applicable security requirements and rules of conduct applicable to the agency's systems as described in: i) NARA Directive 1608 (http://www.archives.gov/foia/directives/nara1608.pdf); ii) NARA Notice 2010-045; iii) NARA Penalty Guide (Personnel 300, Appendix 752A - Penalty Guide); and iv) NARA's Media Protection Methodology (2) In addition, the use of Vendor-Owned laptops or other portable storage devices to process or store sensitive PII is prohibited under this contract until the Vendor provides, and the Contracting Officer, in coordination with the Senior Agency Official for Privacy or the SAOP's designee, approves the Vendor's written acknowledgment that the following requirements are met: (i) Laptops and other portable storage devices must employ encryption that is NIST Federal Information Processing Standard (FIPS) 140-2 validated (or its successor) (http://csrc.nist.gov/publications/PubsFIPS.html) and approved; (ii) The Vendor has developed and implemented a process to ensure that security and other applications software are kept current; (iii) Mobile computing devices utilize anti-virus software and a host-based firewall mechanism; (iv) Removable media, such as hard drives, flash drives, devices with flash memory, CDs and floppy disks containing sensitive PII shall not be removed from a Government facility unless they are encrypted using a NIST FIPS 140-2 or successor approved product; (v) When no longer needed, all removable media, hard drives, and flash memory shall be destroyed in accordance with Government security requirements identified in NARA's Media Protection Methodology; (vi) The Vendor shall maintain an accurate inventory of devices used in the performance of this contract; (vii) Vendor employee annual training and rules of conduct/behavior shall be developed by NARA as part of its annual PII training program. This training will be completed within 30 days of contract employees beginning work on a sensitive PII project and thereafter annually. Such completion will be acknowledged by employees in writing and reported to NARA's Senior Agency Official for Privacy or the SAOP's designee (viii) All sensitive PII obtained under this contract shall be removed from Vendor-Owned information technology assets upon termination or expiration of Vendor work. Removal must be accomplished in accordance with NARA's Media Protection Methodology, which the Contracting Officer will provide at the outset of work and later upon request. Certification of data removal will be performed by the Vendor's Project Manager and written notification confirming acknowledgment will be delivered to the Contracting Officer within 30 days of termination/expiration of Vendor work. (ix) Back up of any systems or files containing PII shall be treated in the same manner as the original data containing PII, with the same protections and obligations. (3) The Vendor shall require FIPS 140-2 (or successor) encryption of any sensitive PII when transmitted electronically across the Internet or other public works. (f) Breach Notification to Government. (1) The Vendor has been provided with: NARA Directive 1608, and is aware of its roles, responsibilities, and relationship with the Government in case of data breach. (2) In the event of any actual or suspected breach of sensitive PII, the Vendor shall immediately, and in no event later than one hour of discovery, report the breach to the Contracting Officer, the COR, the Senior Agency Official for Privacy (currently NARA's General Counsel garymstern@nara.gov) and the Chief Information Officer (only for IT requirements) in accordance with NARA Directive 1608. (3) The Vendor is responsible for positively verifying that notification is received and acknowledged by appropriate Government parties identified in subparagraph (2) above. (g) Flow down of security requirements to subcontractors. (1) The Vendor shall incorporate the substance of this clause, its terms and requirements including this paragraph (g), in all subcontracts under this contract, and require written subcontractor acknowledgement of same. (2) Violation by a subcontractor of any provision set forth in this clause will be attributed to the Vendor. 4. NARA VENDOR PERSONAL IDENTITY VERIFICATION PROCEDURES Identification/Building Pass Photo Identification Badges will be provided to those that meet the below Physical Access Suitability requirements. The Vendor shall make its personnel available for photo identification badges on a schedule to be determined by the Contracting Officer's Representative (COR). The badges will be made by the Government utilizing supplies, materials and equipment provided by the Government. Each Vendor employee shall sign the appropriate badge at the time of photographing. (a) Vendor personnel designated to receive an ID/Building Pass will be subjected to NACI background investigation and must be approved in accordance with Homeland Security Presidential Directive-12 (HSPD-12) and OMB guidance M-05-24. (b) The Vendor is responsible for ensuring that each of its employees performing work under this contract display their photo-identification badges at all times they are present on-duty in the building. Refusal or repeated neglect to display the photo-identification may result in an unsuitable determination. (c) Upon termination, resignation or other event leading to a contract employee leaving duty under this contract, the Vendor is responsible for returning all Government identification, building passes, keys, and other Government property issued to that employee. Failure on the part of the Vendor may result in the Vendor's liability for all costs associated with correcting the resultant breech in building security. (d) The Vendor shall notify the COR when the employee badges are lost. It shall be the responsibility of the Vendor to pay for replacement badges at the current replacement cost per badge. (e) The requirements of this clause are applicable to and shall be flowed down to all subcontractors who will work on this requirement. Physical Access Suitability (a) The Government will have, and will exercise, full and complete control over granting, denying, withholding or terminating suitability determinations for all contract employees granted access to Government facilities. All employees assigned to positions requiring access to NARA facilities under this contract shall be subject to background investigations at the "National Agency Check with Inquiries" (NACI) level. Vendor personnel with access to NARA Desktop Common Productivity Tools shall also be required to comply with this requirement. The Government may, as it deems appropriate, authorize and grant temporary access to employees of the Vendor and its subcontractors. However, the granting of temporary access to any such employee will not be considered as assurance that full suitability determination will follow as a result or condition thereof. The granting of either temporary or full access will in no way prevent, preclude, or bar the withdrawal or termination of any such suitability determination by the Government as deemed necessary to protect facilities. (b) Unless otherwise specified, the Vendor must submit to the COR, as soon as possible, but not later than ten (10) working days before contract performance is required to begin, one (1) completed Form FD 258, Fingerprint Chart; one (1) background investigation form (SF 85, SF-85-P or SF-86, as applicable)((this may be through e-QIP system with prior coordination with the NARA Personnel Security Office); one (1) Form I-9, Employment Eligibility Verification; and one (1) Declaration for Federal Employment, Optional Form 306 (OF 306) for those officers of the firm who may visit the worksite during the period of this contract and for all employees who have access to the buildings in the performance of the contract work. These forms must be submitted for replacement employees (10) days before entrance on duty. The Government will be responsible for processing these forms and adjudicating the results of the investigations. If the Government receives an unsuitable report on any employee after processing these forms, The Vendor shall be advised immediately that such employee cannot continue to work, or be assigned to work, under this contract. Vendors, who hire employees investigated and determined suitable during employment with preceding Vendors, are not required to submit another set of these forms, if the employee has been determined suitable within the past three (3) years, unless specifically requested to do so by the COR. (c) During the course of this contract, regardless of where the work is being performed, in a NARA facility or another location authorized by the contract, the Vendor may come into contact with data files subject to the Privacy Act. If this situation occurs, Privacy Act data must conform to the provisions of the Privacy Act of 1974, 5 U.S.C. 552a, as amended. The Vendor also may come into contact with sensitive documents and sensitive information about documents and quoted Federal Agency actions. The Vendor, including Vendor's personnel, Subcontractors, and consultants must not divulge or release data or information developed or obtained in performance of this task except to authorized Government personnel or upon written approval of the Contracting Officer. The Vendor must not use, disclose, or reproduce proprietary data, which bears a restrictive legend, other than as required in the performance of this task. The limitations above do not apply to data or information that has been made public by the Government. (d) If Vendor Personnel have a completed NACI from another Federal Agency, verification of the completed NACI must be forwarded to the NARA Personnel Security Officer. This may require obtaining a copy of the completed investigation. If Vendor Personnel possess a National Security Clearance through another Federal Agency, the granting agency must provide verification of the Clearance to the NARA Personnel Security Officer. A National Security Clearance shall suffice in the event the personnel are performing work at NARA that only requires an investigation below that required for a National Security Clearance. (e) The requirements of this clause are applicable to, and must flow down, to all subcontractors who will work at NARA facility(ies). 5.INSURANCE REQUIREMENTS. The Vendor must acquire and maintain during the entire performance period of this contract insurance of at least the following kinds and minimum amounts and other insurance as required by the Contracting Officer. MINIMUM TYPES OF INSURANCEAMOUNT Workmen's Compensation and allAs required by occupational diseaseState and Local Law Employee's Liability Insurance and all$100,000 per occupational disease when not coveredaccident by Workmen's Compensation above General Liability Insurance (Comprehensive) Bodily Injury per occurrence$500,000 Property Damage per occurrence$50,000 6.COOPERATION WITH OTHER ON-SITE CONTRACTORS (a) When the Government undertakes or issues other contracts for additional work at the facilities, the Vendor must: (1) fully cooperate with the other Contractors and Government employees, and (2) carefully fit its own work to such other additional contracted work as may be directed by the COR. The Vendor must not commit or permit any act that will interfere with the performance of work awarded to another Contractor or with the performance of other Government employees. (b) In any case where, in the course of fulfilling the contract requirements, the Vendor disturbs any work guaranteed under another separate contract, the Vendor must restore such disturbed work to a condition satisfactory to the COR and guarantee such restored work to the same extent as it was guaranteed under the other contract. 7.CONFIDENTIALITY OF INFORMATION (a) Confidential information is any information that, if subject to unauthorized access, modification, loss, or misuse could adversely affect the national interest, the conduct of Federal programs, or the privacy of individuals, but has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense or foreign policy. Confidential information also includes proprietary data and information for which other restrictions on access apply. (b) The Contracting Officer and the Vendor may, by mutual consent, identify elsewhere in this contract specific information and/or categories of information which the Government will furnish to the Vendor or that the Vendor is expected to generate which is confidential. Similarly, the Contracting Officer and the Vendor may, by mutual consent, identify such confidential information from time to time during the performance of the contract. Failure to agree will be settled pursuant to the "Disputes" clause. (c) While in the course of performance of this contract, the Vendor may have access to confidential information and communications, including but not limited to Personally Identifiable Information (PII). Confidential information may be contained in printed material or on electronic media. The Vendor shall preserve the confidentiality of all such information and communications and agrees not to disclose, release, disseminate, or publish any such information or communications for any purposes whatsoever without the prior approval of the Contracting Officer. Failure to comply with the provisions of this Paragraph will be grounds for Termination for Default and the Vendor may be liable for damages. This provision shall survive the expiration or termination of the period of performance of this contract. (d) If it is established elsewhere in this contract that information to be utilized under this contract, or a portion thereof, is subject to the Privacy Act, The Vendor shall follow the rules and procedures of disclosure set forth in the Privacy Act of 1974, 5 U.S.C. 552a, and implementing regulations and policies, with respect to systems of records determined to be subject to the Privacy Act. (e) During the course of the performance of this contract, the Vendor may have access to and use of data and information which may be considered proprietary by other Vendors, or which may otherwise be of such a nature that its dissemination or use, other than in performance of this contract, would be adverse to the interest of NARA and these other Vendors. (f) Except as may be otherwise agreed to with these other Vendors, the Vendor agrees that it will not use, disclose or reproduce proprietary data and information belonging to these other Vendors other than as required in the performance of this contract; provided, however, that nothing herein shall be construed as: (1) precluding the use of any such data or information independently acquired by the Vendor without such limitation; or (2) prohibiting an agreement at no cost to NARA between the Vendor and these Vendors which provides for greater rights to the Vendor. (g) When considering a request to disclose, release, disseminate, or publish confidential information, the Contracting Officer will consult with appropriate program and legal officials. (h) At the discretion of the Contracting Officer, the Vendor's employees may be required to sign a non-disclosure agreement prior to performing any work under this contract. (i) The terms of this paragraph apply to all Vendor employees, subcontractors and consultants and must be incorporated into any subcontract. 8.NARA PROTECTION OF PII AND KEEP HARD DRIVE: (a) In accordance with NARA policy, NARA will take title to all electronic storage devices, including but not limited to hard drives that may contain Personally Identifiable Information (PII). NARA will not allow the removal of any electronic storage device that may contain PII data from its facilities by a contractor, including individuals performing maintenance on equipment, devices or systems. This provision applies even in the event the equipment is leased. NARA will handle the destruction of this hardware internally. This provision must flow down to all subcontracts, including those for maintenance. (b) If the Vendor comes into possession of an electronic storage device that may contain PII, the Vendor will immediately notify the Contracting Officer and return the electronic storage device to NARA. Vendor will protect the confidentiality of the electronic storage device and will not access, disclose, release, disseminate, or publish any of the information on the electronic storage device. 9. SECTION 508 COMPLIANCE: a. Program Need: Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: "Application/Operating System Software." b. Product Requirements: Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Electronic and Information Technology (EIT) deliverables meet at least information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). c. Evaluation Factors: Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. a completed GPAT, VPAT or equivalent and supporting documentation) will be eligible for any additional merit consideration. d. Acceptance Criteria: Software Application delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Application/Operating System Software delivered must include a completed GPAT, a sample of which is included as a part of this solicitation. (Attached as separate document). 10. SAFETY. The Vendor shall establish procedures to ensure all operations are performed in a safe manner, in accordance with NARA, Federal, state, and local requirements, including applicable safety & health standards; industry best practices; and other applicable standards. The vendor's safety procedures will include methods that ensure continuous strict adherence to proper safety procedures, particularly firearms safety. 11. 52.212-4 Contract Terms and Conditions Commercial Items (May 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 -- (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; (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 Transfer- System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer-Other 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) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (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, 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. (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 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 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, and Unauthorized Obligations paragraphs of this clause. (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (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 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 End Use License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any 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 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 EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or 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. (iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or 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. (End of Clause) Alternate I (May 2014) When a time-and-materials or labor-hour contract is contemplated, substitute the following paragraphs (a), (e), (i), (l), and (m) for those in the basic clause. (a) Inspection/Acceptance. (1) The Government has the right to inspect and test all materials furnished and services performed under this contract, to the extent practicable at all places and times, including the period of performance, and in any event before acceptance. The Government may also inspect the plant or plants of the Contractor or any subcontractor engaged in contract performance. The Government will perform inspections and tests in a manner that will not unduly delay the work. (2) If the Government performs inspection or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish and shall require subcontractors to furnish all reasonable facilities and assistance for the safe and convenient performance of these duties. (3) Unless otherwise specified in the contract, the Government will accept or reject services and materials at the place of delivery as promptly as practicable after delivery, and they will be presumed accepted 60 days after the date of delivery, unless accepted earlier. (4) At any time during contract performance, but not later than 6 months (or such other time as may be specified in the contract) after acceptance of the services or materials last delivered under this contract, the Government may require the Contractor to replace or correct services or materials that at time of delivery failed to meet contract requirements. Except as otherwise specified in paragraph (a)(6) of this clause, the cost of replacement or correction shall be determined under paragraph (i) of this clause, but the "hourly rate" for labor hours incurred in the replacement or correction shall be reduced to exclude that portion of the rate attributable to profit. Unless otherwise specified below, the portion of the "hourly rate" attributable to profit shall be 10 percent. The Contractor shall not tender for acceptance materials and services required to be replaced or corrected without disclosing the former requirement for replacement or correction, and, when required, shall disclose the corrective action taken. [Insert portion of labor rate attributable to profit.] (5) (i) If the Contractor fails to proceed with reasonable promptness to perform required replacement or correction, and if the replacement or correction can be performed within the ceiling price (or the ceiling price as increased by the Government), the Government may- (A) By contract or otherwise, perform the replacement or correction, charge to the Contractor any increased cost, or deduct such increased cost from any amounts paid or due under this contract; or (B) Terminate this contract for cause. (ii) Failure to agree to the amount of increased cost to be charged to the Contractor shall be a dispute under the Disputes clause of the contract. (6) Notwithstanding paragraphs (a)(4) and (5) above, the Government may at any time require the Contractor to remedy by correction or replacement, without cost to the Government, any failure by the Contractor to comply with the requirements of this contract, if the failure is due to-- (i) Fraud, lack of good faith, or willful misconduct on the part of the Contractor's managerial personnel; or (ii) The conduct of one or more of the Contractor's employees selected or retained by the Contractor after any of the Contractor's managerial personnel has reasonable grounds to believe that the employee is habitually careless or unqualified. (7) This clause applies in the same manner and to the same extent to corrected or replacement materials or services as to materials and services originally delivered under this contract. (8) The Contractor has no obligation or liability under this contract to correct or replace materials and services that at time of delivery do not meet contract requirements, except as provided in this clause or as may be otherwise specified in the contract. (9) Unless otherwise specified in the contract, the Contractor's obligation to correct or replace Government-furnished property shall be governed by the clause pertaining to Government property. (e) Definitions. (1) The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. As used in this clause- (i) Direct materials means those materials that enter directly into the end product, or that are used or consumed directly in connection with the furnishing of the end product or service. (ii) Hourly rate means the rate(s) prescribed in the contract for payment for labor that meets the labor category qualifications of a labor category specified in the contract that are- (A) Performed by the contractor; (B) Performed by the subcontractors; or (C) Transferred between divisions, subsidiaries, or affiliates of the contractor under a common control. (iii) Materials means- (A) Direct materials, including supplies transferred between divisions, subsidiaries, or affiliates of the contractor under a common control; (B) Subcontracts for supplies and incidental services for which there is not a labor category specified in the contract; (C) Other direct costs (e.g., incidental services for which there is not a labor category specified in the contract, travel, computer usage charges, etc.); (D) The following subcontracts for services which are specifically excluded from the hourly rate: [Insert any subcontracts for services to be excluded from the hourly rates prescribed in the schedule.]; and (E) Indirect costs specifically provided for in this clause. (iv) Subcontract means any contract, as defined in FAR Subpart 2.1, entered into with a subcontractor to furnish supplies or services for performance of the prime contract or a subcontract including transfers between divisions, subsidiaries, or affiliates of a contractor or subcontractor. It includes, but is not limited to, purchase orders, and changes and modifications to purchase orders. (i) Payments. (1) Work performed. The Government will pay the Contractor as follows upon the submission of commercial invoices approved by the Contracting Officer: (i) Hourly rate. (A) The amounts shall be computed by multiplying the appropriate hourly rates prescribed in the contract by the number of direct labor hours performed. Fractional parts of an hour shall be payable on a prorated basis. (B) The rates shall be paid for all labor performed on the contract that meets the labor qualifications specified in the contract. Labor hours incurred to perform tasks for which labor qualifications were specified in the contract will not be paid to the extent the work is performed by individuals that do not meet the qualifications specified in the contract, unless specifically authorized by the Contracting Officer. (C) Invoices may be submitted once each month (or at more frequent intervals, if approved by the Contracting Officer) to the Contracting Officer or the authorized representative. (D) When requested by the Contracting Officer or the authorized representative, the Contractor shall substantiate invoices (including any subcontractor hours reimbursed at the hourly rate in the schedule) by evidence of actual payment, individual daily job timecards, records that verify the employees meet the qualifications for the labor categories specified in the contract, or other substantiation specified in the contract. (E) Unless the Schedule prescribes otherwise, the hourly rates in the Schedule shall not be varied by virtue of the Contractor having performed work on an overtime basis. (1) If no overtime rates are provided in the Schedule and the Contracting Officer approves overtime work in advance, overtime rates shall be negotiated. (2) Failure to agree upon these overtime rates shall be treated as a dispute under the Disputes clause of this contract. (3) If the Schedule provided rates for overtime, the premium portion of those rates will be reimbursable only to the extent the overtime is approved by the Contracting Officer. (ii) Materials. (A) If the Contractor furnishes materials that meet the definition of a commercial item at FAR 2.101, the price to be paid for such materials shall not exceed the Contractor's established catalog or market price, adjusted to reflect the-- (1) Quantities being acquired; and (2) Any modifications necessary because of contract requirements. (B) Except as provided for in paragraph (i)(1)(ii)(A) and (D)(2) of this clause, the Government will reimburse the Contractor the actual cost of materials (less any rebates, refunds, or discounts received by the contractor that are identifiable to the contract) provided the Contractor- (1) Has made payments for materials in accordance with the terms and conditions of the agreement or invoice; or (2) Makes these payments within 30 days of the submission of the Contractor's payment request to the Government and such payment is in accordance with the terms and conditions of the agreement or invoice. (C) To the extent able, the Contractor shall- (1) Obtain materials at the most advantageous prices available with due regard to securing prompt delivery of satisfactory materials; and (2) Give credit to the Government for cash and trade discounts, rebates, scrap, commissions, and other amounts that are identifiable to the contract. (D) Other Costs. Unless listed below, other direct and indirect costs will not be reimbursed. (1) Other direct Costs. The Government will reimburse the Contractor on the basis of actual cost for the following, provided such costs comply with the requirements in paragraph (i)(1)(ii)(B) of this clause: [Insert each element of other direct costs (e.g., travel, computer usage charges, etc. Insert "None" if no reimbursement for other direct costs will be provided. If this is an indefinite delivery contract, the Contracting Officer may insert "Each order must list separately the elements of other direct charge(s) for that order or, if no reimbursement for other direct costs will be provided, insert ‘None'."] (2) Indirect Costs (Material handling, Subcontract Administration, etc.). The Government will reimburse the Contractor for indirect costs on a pro-rata basis over the period of contract performance at the following fixed price: [Insert a fixed amount for the indirect costs and payment schedule. Insert "$0" if no fixed price reimbursement for indirect costs will be provided. (If this is an indefinite delivery contract, the Contracting Officer may insert "Each order must list separately the fixed amount for the indirect costs and payment schedule or, if no reimbursement for indirect costs, insert ‘None'."] (2) Total cost. It is estimated that the total cost to the Government for the performance of this contract shall not exceed the ceiling price set forth in the Schedule and the Contractor agrees to use its best efforts to perform the work specified in the Schedule and all obligations under this contract within such ceiling price. If at any time the Contractor has reason to believe that the hourly rate payments and material costs that will accrue in performing this contract in the next succeeding 30 days, if added to all other payments and costs previously accrued, will exceed 85 percent of the ceiling price in the Schedule, the Contractor shall notify the Contracting Officer giving a revised estimate of the total price to the Government for performing this contract with supporting reasons and documentation. If at any time during the performance of this contract, the Contractor has reason to believe that the total price to the Government for performing this contract will be substantially greater or less than the then stated ceiling price, the Contractor shall so notify the Contracting Officer, giving a revised estimate of the total price for performing this contract, with supporting reasons and documentation. If at any time during performance of this contract, the Government has reason to believe that the work to be required in performing this contract will be substantially greater or less than the stated ceiling price, the Contracting Officer will so advise the Contractor, giving the then revised estimate of the total amount of effort to be required under the contract. (3) Ceiling price. The Government will not be obligated to pay the Contractor any amount in excess of the ceiling price in the Schedule, and the Contractor shall not be obligated to continue performance if to do so would exceed the ceiling price set forth in the Schedule, unless and until the Contracting Officer notifies the contractor in writing that the ceiling price has been increased and specifies in the notice a revised ceiling that shall constitute the ceiling price for performance under this contract. When and to the extent that the ceiling price set forth in the Schedule has been increased, any hours expended and material costs incurred by the Contractor in excess of the ceiling price before the increase shall be allowable to the same extent as if the hours expended and material costs had been incurred after the increase in the ceiling price. (4) Access to records. At any time before final payment under this contract, the Contracting Officer (or authorized representative) will have access to the following (access shall be limited to the listing below unless otherwise agreed to by the Contractor and the Contracting Officer): (i) Records that verify that the employees whose time has been included in any invoice met the qualifications for the labor categories specified in the contract. (ii) For labor hours (including any subcontractor hours reimbursed at the hourly rate in the schedule), when timecards are required as substantiation for payment- (A) The original timecards (paper-based or electronic); (B) The Contractor's timekeeping procedures; (C) Contractor records that show the distribution of labor between jobs or contracts; and (D) Employees whose time has been included in any invoice for the purpose of verifying that these employees have worked the hours shown on the invoices. (iii) For material and subcontract costs that are reimbursed on the basis of actual cost- (A) Any invoices or subcontract agreements substantiating material costs; and (B) Any documents supporting payment of those invoices. (5) Overpayments/Underpayments. Each payment previously made shall be subject to reduction to the extent of amounts, on preceding invoices, that are found by the Contracting Officer not to have been properly payable and shall also be subject to reduction for overpayments or to increase for underpayments. The Contractor shall promptly pay any such reduction within 30 days unless the parties agree otherwise. The Government within 30 days will pay any such increases, unless the parties agree otherwise. The Contractor's payment will be made by check. If the Contractor becomes aware of a duplicate invoice payment or that the Government has otherwise overpaid on an 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) (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, and then at the rate applicable for each six month period as established 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. (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 in a timely manner; (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 FAR 32.60702). (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. (viii) Upon receipt and approval of the invoice designated by the Contractor as the "completion invoice" and supporting documentation, and upon compliance by the Contractor with all terms of this contract, any outstanding balances will be paid within 30 days unless the parties agree otherwise. The completion invoice, and supporting documentation, shall be submitted by the Contractor as promptly as practicable following completion of the work under this contract, but in no event later than 1 year (or such longer period as the Contracting Officer may approve in writing) from the date of completion. (7) Release of claims. The Contractor, and each assignee under an assignment entered into under this contract and in effect at the time of final payment under this contract, shall execute and deliver, at the time of and as a condition precedent to final payment under this contract, a release discharging the Government, its officers, agents, and employees of and from all liabilities, obligations, and claims arising out of or under this contract, subject only to the following exceptions. (i) Specified claims in stated amounts, or in estimated amounts if the amounts are not susceptible to exact statement by the Contractor. (ii) Claims, together with reasonable incidental expenses, based upon the liabilities of the Contractor to third parties arising out of performing this contract, that are not known to the Contractor on the date of the execution of the release, and of which the Contractor gives notice in writing to the Contracting Officer not more than 6 years after the date of the release or the date of any notice to the Contractor that the Government is prepared to make final payment, whichever is earlier. (iii) Claims for reimbursement of costs (other than expenses of the Contractor by reason of its indemnification of the Government against patent liability), including reasonable incidental expenses, incurred by the Contractor under the terms of this contract relating to patents. (8) 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. (9) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (10) 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 that appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (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 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 an amount for direct labor hours (as defined in the Schedule of the contract) determined by multiplying the number of direct labor hours expended before the effective date of termination by the hourly rate(s) in the contract, less any hourly rate payments already made to the Contractor plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system that 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 that 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 written request, with adequate assurances of future performance. Subject to the terms of this contract, the Contractor shall be paid an amount computed under paragraph (i) Payments of this clause, but the "hourly rate" for labor hours expended in furnishing work not delivered to or accepted by the Government shall be reduced to exclude that portion of the rate attributable to profit. Unless otherwise specified in paragraph (a)(4) of this clause, the portion of the "hourly rate" attributable to profit shall be 10 percent. In the event of termination for cause, 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. (DoD components, see SPS Deviation below) End of Clause 12. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (May 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] x__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). x__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). x__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub.L. 111-117, section 743 of Div. C). x__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). x__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] ___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. x__ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2014) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (Oct 2014) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). x__ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). ___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). x__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). x__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). x__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). x__ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). x__ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). x__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). x__ (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). x__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). x__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). x__ (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (36) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Jun 2014) of 52.223-13. ___ (37) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (39) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. x__ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). x__ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). x__ (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. x__ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). x__ (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). x__ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (51) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). x__ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (54) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] x__ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) ___ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). ___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). x__ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). x__ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). ___ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Alternate I (Feb 2000). As prescribed in 12.301(b)(4)(i), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to "paragraphs (a), (b), (c), or (d) of this clause" in the redesignated paragraph (d) to read "paragraphs (a), (b), and (c) of this clause". Alternate II (Apr 2015). As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (d)(1) and (e)(1) for paragraphs (d)(1) and (e)(1) of the basic clause as follows: (d) (1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to- (i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and (ii) Interview any officer or employee regarding such transactions. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than- (i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and (ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (A) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (C) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (D) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (E) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (F) 52.222-35, Equal Opportunity for Veterans (Jul 2010) (38 U.S.C. 4212). (G) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (H) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (I) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (J) ____ (1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (2) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (K) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (L) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). (M) 52.222-54, Employment Eligibility Verification (Aug 2013). (N) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E. O. 13658). (O) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (P) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. [Class Deviation- 2013-O0019, Commercial Item Omnibus Clauses for Acquisitions Using the Standard Procurement System. This clause deviation is effective on Sep 25, 2013, and remains in effect for five years, or until otherwise rescinded. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jul 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) x___ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Alternate I (2013-O0019) (Jul 2014). As prescribed in 12.301(b)(4), delete paragraph (a) from the basic clause, redesignate paragraph (b)(1) as paragraph (a), and redesignate paragraphs (b)(1)(i) through (b)(1)(xiv) as paragraphs (a)(1) through (a)(14) and redesignate paragraph (b)(2) as paragraph (b). Alternate II (2013-O0019) (Apr2015). As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (a)(1) and (b)(1) for paragraphs (a)(1) and (b)(1) of the basic clause as follows: (a) (1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to- (i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and (ii) Interview any officer or employee regarding such transactions. (b) (1) Notwithstanding the requirement of any other clause in this contract, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than- (i) Paragraph (a) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (a)(1)(ii) does not flow down; and (ii) Those clauses listed in this paragraph (b)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (A) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (C) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (D) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (E) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (F) 52.222-35, Equal Opportunity for Veterans (Jul 2010) (38 U.S.C. 4212). (G) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (H) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (I) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (J) ____ (1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (2) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (K) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (L) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). (M) 52.222-54, Employment Eligibility Verification (Aug 2013). (N) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E. O. 13658). (O) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (P) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. 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 that reasonably could have been avoided. (g) 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. (h) 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. (End of Clause) 14. STOP WORK CANCELLATION The Vendor is required to report to work and resume full contract performance within six (6) hours of receiving notifications of the stop work cancellation unless otherwise instructed by the CO and/or COR. 15. CONTRACTOR NOTICE TO THE GOVERNMENT OF DELAYS: In the event the contractor encounters difficulty in meeting performance requirements, or when he/she anticipates difficulty in complying with the contract schedule, 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 must immediately notify the Contracting Officer and the COR, in writing, giving the pertinent details. However, the contractor's data must be informational only in character. This provision must not be construed as a waiver by the Government of any delivery schedule or date, or any rights or remedies provided by law or under this contract. SOLICITATION PROVISITIONS: (a) The Vendor must provide the Taxpayer Identification Number in accordance with FAR 52.204-3. (B) The Vendor must provide the Contractor Identification Number - Data Universal Numbering System (DUNS) FAR 52.204-6. (c) Exceptions Taken to any Terms and Conditions Stated in the RFQ. Complete rationale, justification, and cost impact must be included. The Government advises Vendors that it intends to evaluate quotations and award an order without discussions. Questions regarding terms and conditions should be submitted in writing to the Contract Specialist not later than 15 June 2015. ENCLOSURE 5 QUOTATION SUBMISSION INSTRUCTIONS The National Archives and Records Administration (NARA) requires vendors to provide a written quotation to NARA officials for the purposes of assuring that the prospective Vendor fully understands the scope of this contract and has the capability to complete all requirements in the Performance Work Statement (PWS). NARA intends to issue a contract based on initial quotations. NARA will incorporate the written quotation into the contract. 1. Content of the Technical Quotation. The Vendor's technical quotation to the Government must demonstrate the Vendor's technical understanding and approach, management and quality control and relevant past performance as shown separately below. The purpose of the technical quotation is to enable the Government to assess and determine the soundness of each vendor's capabilities in accordance with the Evaluation Factors for Award contained in Enclosure 8. As such, it is in the Vendor's interest to refrain from using statements such as "the Vendor understands", "the Vendor can and will comply with the requirements", "standard procedures will be used", "well known techniques will be used", or statements that paraphrase/re-state the Performance Work Statement in whole or in part. The technical quotation must not include any price orcost information. However, resource information such as data concerning labor hours, categories, material, and subcontracts must be contained in the quotation so that the Vendor's understanding of the PWS can be evaluated in accordance with the Evaluation Factors for Award contained in Enclosure 8. a. Technical Understanding and Approach. (Volume 1) The Government will assess the Vendor's demonstrated technical knowledge and competence with regard to the Government's requirements and program objectives; understanding of, and approach to the work that the Vendor would have to perform under the prospective contract. The Government will assess whether the Vendor exhibits adequate techniques and approaches to meet contract needs and provide effective and efficient support services. b. Management and Quality Control. (Volume 1) The Government will assess the suitability of the Vendor's management and personnel who will work with the Government project manager as well as the management of challenges and risks, such as staffing (i.e. qualifications and experience). The Government will also assess whether the Vendor exhibits adequate management capability and effective quality control procedures to accomplish the overall objectives of this contract. The Government will assess the Vendor's draft quality control plan. i. Resumes. The Vendor must submit a formal written resume showing all relevant training, education, and work history that are pertinent to this contract for all key personnel being quoted to work under this contract. The Government expects that all personnel meet the performance requirements contained in the PWS. To help ensure the key personnel quoted will be those that will perform should the vendor receive the contract, NARA request the vendor submit commitment letters for those listed as key personnel. Commitment letters should be submitted with resumes. 2. Relevant Past Performance Information. The Vendor will be evaluated to assess the demonstrated quality of performance on similar work, to include the ability to control the quality and cost of work, timeliness of performance, and effectiveness at accomplishing the goals of previous work. Evaluation of past performance is not limited to information supplied by the Vendor or on behalf of the Vendor. The Government may consider past performance information from various sources including, but not limited to CPARS (Contractor Performance Assessment Reports System), PPIRS (Past Performance Information Retrieval System), other government sources, agency records and information, or publicly available information. a. Relevant Past Performance. (Volume 2) The Vendor shall submit no more than four references for relevant past performance during the last five years. The quotation must describe the Vendor's recent and relevant corporate performance on contracts related to the description of services. Relevant contracts are those contracts that are of similar scope, magnitude, nature, and work. The Vendor's relevant past performance information must include the following: (i) Contract Number(s); type of contract; period of performance; total original, present, or final contract dollar value; and specify whether the Vendor was the prime Contractor or the subcontractor. (Please verify the telephone numbers provided are current and correct). (ii) Company or Agency's name, address, e-mail address, telephone and fax numbers (both contractual and technical personnel) at the Federal, State, Local Government, or Commercial entity for which the contract was performed. If Vendor was performing as a subcontractor on the contract, they must clearly indicate the extent of involvement of subcontractor work in the effort such as 40% of the total labor hours or total contract dollar value. (iii) Detailed description of the work performed and comparability to the quoted effort. Rationale must be provided to demonstrate how contract work is comparable to quoted effort. (iv) Clear statements describing whether the contract services and schedules were completed on time, with a quality product conforming to the contract, without any degradation in performance or customer satisfaction. Provide an assessment of the performance (technical and schedule) on these past programs and support these assessments with metrics, such as award or incentive fees earned. (v) The number; type; frequency; duration and impact of any quality, delivery or cost problems in performing the contract; the corrective action taken, if any; and the effectiveness of the corrective action. (vi) Vendors must submit similar past performance information on quoted significant or critical subcontractors. Subcontractor past performance must be relevant to that required under this RFQ and to the work to be subcontracted. The quote must describe the amount of work and criticality of the work to be subcontracted. Such subcontractor work must clearly indicate the extent of involvement of the subcontractor(s) in the quoted effort such as 40% of the total labor hours and why such subcontractor experience is relevant considering the subcontractor effort quoted. b. The Government requests that Enclosure 9, Relevant Past Performance Questionnaire be forwarded to your references, completed by your references, and returned by your references directly to the NARA Contract Specialist shown below by the quotation due date and time. Mr. James Newell, Contract Specialist james.newell@nara.gov It is the responsibility of the Vendor to ensure that the references submit the completed surveys in a timely manner. Vendors are encouraged to verify that references are willing to provide the service prior to designating the person/agency as a reference. Note: Failure to submit the required Relevant Past Performance Information (Relevant Past Performance Volume and Relevant Past Performance Questionnaires) by the due date and time may result in rejection of the quote unless the vendor has certified that it has no relevant, directly related or similar past performance experiences. If a vendor has no relevant past performance it MUST submit a statement affirming it has no relevant past performance. 3. Price Quotation. (Volume 3) Since all of the vendors are on a current GSA schedule, they must submit their price quotation with all applicable discounts in accordance with the terms of the schedule. Submission of certified cost or pricing data is not required. In addition, vendors are encouraged to discount their prices. a. Performance is for the base year and three (3) option years. For pricing purposes, the Vendor must use a start date of July 15, 2015. b. The Vendor must provide the following information on the first page of the pricing quotation: (i) RFQ Number; (ii) Name and address of Vendor; (iii) Name and telephone number of point of contact; (iv) Name of contract administration office (if available); (v) Type of order; and (vi) Quoted prices per the Schedule of Prices - best prices offered to the Government (See Enclosure 1). c. The Vendor must provide a copy of their GSA Schedule contract and their GSA Schedule Price List with Labor Category definitions. d. All other direct costs (ODCs) items must be separately identified and explained. e. In order to expedite review of the quotation, vendors shall submit an electronic copy via email or on CD in a format compatible with the Microsoft Excel 2007 software program. NARA utilizes this information during the review of quoted prices for such things as math checks, the use of correct escalation, and other evaluation procedures. Vendors must include the formulas and factors used in calculation of the data. 4. Exceptions. Exceptions taken to any terms and conditions stated in the RFQ must be clearly outlined on a separate page of the Vendor's quotation entitled "Exceptions". The Vendor must also include complete rationale, justification, and the cost impact of each exception noted. 5. Submission. a. Quotations are to be submitted in three volumes: Volume 1, Technical Quotation, Volume 2, Relevant Past Performance, and Volume 3, Price Quotation. b. NARA requests that quotations be submitted electronically to Mr. James Newell at james.newell@nara.gov. Include the solicitation number in the subject line and allow extra time for delivery and receipt, as the email will need to pass through IT security. Failure to submit a quotation by the due date and time may result in rejection of the quotation as untimely. c. Quotations, however, may be submitted via mail to the address listed below. Drop-off deliveries made by the vendor will not be accepted. National Archives and Records Administration Loading Dock Attn: Mr. James Newell (BCN) 3301 Metzerott Road College Park, MD 20740 d. If submitting the quotation via mail, all volumes can be submitted as separate documents on the same CD. Note: CDs will not be returned to vendors. Volume 1 - Email or mail on CD the technical quotation (also see Enclosure 7, paragraph 1, Content of the Technical Quotation); Volume 2 - Email or mail on CD relevant past performance (also see Enclosure 7, paragraph 2, Relevant Past Performance Information); and Volume 3 - Email or mail on CD a Microsoft Excel software file of the Schedule of Prices including supporting price data (see Enclosure 1 and Enclosure 7, paragraph 3, Price Quotation). Also include a copy of your GSA Federal Supply Schedule contract you are quoting against and your price list with labor categories and definitions. ENCLOSURE 6 EVALUATION FACTORS FOR AWARD The Vendor's technical quotation requirements described in the solicitation will be evaluated in accordance with FAR 8.405-2(d) using the following evaluation factors. Vendor selection will be based on the best overall value to the Government. I. TECHNICAL FACTORS All technical factors are of equal importance. 1.Technical Understanding and Approach. The Government will assess the Vendor's demonstrated technical knowledge and competence with regard to the Government's requirements and program objectives; understanding of, and approach to the work that the Vendor would have to perform under the prospective contract. The Government will assess whether the Vendor exhibits adequate techniques and approaches to meet contract needs and provide effective and efficient support services. 2.Management and Quality Control. The Government will assess the suitability of the Vendor's management and personnel who will work with the Government project manager as well as the management of challenges and risks, such as staffing (i.e. qualifications and experience). The Government will also assess whether the Vendor exhibits adequate management capability and effective quality control procedures to accomplish the overall objectives of this contract. The Government will assess the Vendor's draft quality control plan. 3.Relevant Past Performance. The Vendor will be evaluated to assess the demonstrated quality of performance on similar work, to include the ability to control the quality and cost of work, timeliness of performance, and effectiveness at accomplishing the goals of previous work. II. PRICE All evaluation factors other than cost or price, when combined, are more important than cost or price. Selection of the firm to perform this contract will be based on NARA's assessment of the best overall value to the Government. ENCLOSURE 7 Government Product Accessibility Template for Data Services or Information Retrieval Systems Summary ●Column one involves consideration of all the Sections of the Standard that might apply to any deliverable. The total number of provisions within each Section of the Standard is shown in parentheses. ●Column two identifies the total number of provisions that typically apply to a deliverable of this type. Some of these may not be features of the vendor's deliverable. Conversely, others not noted may be features of the vendor's deliverable. If the deliverable involves consideration of additional features, the accessibility of these features must also be considered. ●Column three is for general notes about the Sections of the Standard. Some apply to all deliverables and some are specific to the deliverable. ●Column four is a summary of the vendor's response to applicable provisions and additional deliverable features from the Sections of the Standard. ●Column five is where the vendor can note explanations for any of the preceding columns, e.g. there are differences between expected applicable provisions and actual product features. CFR 1194 Standard SectionsTotal Number of Possible Applicable ProvisionsNotesTotal Number of Supported ProvisionsPlease explain FullyPartialNot Section 1194.21 Software Applications and Operating Systems (12 provisions) 12Data services or information retrieval systems often include browsers, plug-ins, extensions, etc which are software applications. Accessibility for harvested content should be strived-for where possible. Section 1194.22 Web-based Internet and Intranet Information and Applications (16 provisions)16Data services or information retrieval systems include web-based information and applications. Accessibility for harvested content should be strived-for where possible. Section 1194.23 Telecommunications Products (14 provisions) 0 Section 1194.24 Video and Multi-media Products (5 provisions)0 Section 1194.25 Self-Contained, Closed Products (13 provisions)0 Section 1194.26 Desktop and Portable Computers (4 provisions)0 Section 1194.31 Functional Performance Criteria (6 provisions)6 Section 1194.41 Information, Documentation and Support (3 provisions)3Data services or information retrieval systems services require reports, documents, presentations, etc in electronic formats. These must be accessible. Accessibility for harvested content should be strived-for where possible. Subpart B -- Technical Standards Note: If there is a possibility that the provision applies, the default value is "Yes". ●Column one is the full text of the provision from the Standard. ●Column two documents the agency's accessibility requirement based on common characteristics of the EIT deliverable. Place a Yes or No in this column based on program need and actual characteristics of your expected deliverable (i.e., Is this provision seen as applicable to the expected deliverable?) ●Column three provides explanatory information about the provision to help both the agency in determining applicability and the vendor in providing accessibility information. ●Column four is for the vendor to check off whether the deliverable meets, partially meets or does not meet the specific provision. ●Column five is for the vendor to provide an explanation of how the deliverable meets or does not meet the specific provision. It is also an opportunity to explain why a deliverable does not have an applicable feature or why it has a feature that was not identified as applicable. Section 1194.21 Software applications and operating systems Provision Text Applicable NotesHow does the EIT meet this requirement? Please explain (a) When software is designed to run on a system that has a keyboard, product functions shall be executable from a keyboard where the function itself or the result of performing a function can be discerned textually.YesThis applies to QWERTY keyboards.__Fully __Partially __No (b) Applications shall not disrupt or disable activated features of other products that are identified as accessibility features, where those features are developed and documented according to industry standards. Applications also shall not disrupt or disable activated features of any operating system that are identified as accessibility features where the application programming interface for those accessibility features has been documented by the manufacturer of the operating system and is available to the product developer.Yes__Fully __Partially __No (c) A well-defined on-screen indication of the current focus shall be provided that moves among interactive interface elements as the input focus changes. The focus shall be programmatically exposed so that Assistive Technology can track focus and focus changes.Yes__Fully __Partially __No (d) Sufficient information about a user interface element including the identity, operation and state of the element shall be available to Assistive Technology. When an image represents a program element, the information conveyed by the image must also be available in text.Yes __Fully __Partially __No (e) When bitmap images are used to identify controls, status indicators, or other programmatic elements, the meaning assigned to those images shall be consistent throughout an application's performance.YesIn this requirement, the term "bitmap" refers to a broad number of image formats, such as.bmp,.gif,.jpeg,.tif and.svg.__Fully __Partially __No (f) Textual information shall be provided through operating system functions for displaying text. The minimum information that shall be made available is text content, text input caret location, and text attributes.Yes__Fully __Partially __No (g) Applications shall not override user selected contrast and color selections and other individual display attributes.Yes__Fully __Partially __No (h) When animation is displayed, the information shall be displayable in at least one non-animated presentation mode at the option of the user.YesSelf-scrolling and moving text are considered animation.__Fully __Partially __No (i) Color coding shall not be used as the only means of conveying information, indicating an action, prompting a response, or distinguishing a visual element.YesThis requirement is also addressed in provision 1194.25(g).__Fully __Partially __No (j) When a product permits a user to adjust color and contrast settings, a variety of color selections capable of producing a range of contrast levels shall be provided.YesSee www.lighthouse.org/color_contrast.htm This requirement is also addressed in provision 1194.25(h).__Fully __Partially __No (k) Software shall not use flashing or blinking text, objects, or other elements having a flash or blink frequency greater than 2 Hz and lower than 55 Hz.YesOther elements include turning graphics on and off or changing between images. This requirement is also addressed in provisions 1194.22(j) and 1194.25(i).__Fully __Partially __No (l) When electronic forms are used, the form shall allow people using Assistive Technology to access the information, field elements, and functionality required for completion and submission of the form, including all directions and cues.YesThis requirement is also addressed in provision 1194.22(n). __Fully __Partially __No Section 1194.22 Web-based intranet and Internet information and applications Provision Text Applicable NotesHow does the EIT meet this requirement? Please explain (a) A text equivalent for every non-text element shall be provided (e.g., via "alt", "longdesc", or in element content).Yes__Fully __Partially __No (b) Equivalent alternatives for any multimedia presentation shall be synchronized with the presentation.Yes__Fully __Partially __No (c) Web pages shall be designed so that all information conveyed with color is also available without color, for example from context or markup.Yes__Fully __Partially __No (d) Documents shall be organized so they are readable without requiring an associated style sheet.Yes__Fully __Partially __No (e) Redundant text links shall be provided for each active region of a server-side image map.Yes__Fully __Partially __No (f) Client-side image maps shall be provided instead of server-side image maps except where the regions cannot be defined with an available geometric shape.Yes__Fully __Partially __No (g) Row and column headers shall be identified for data tables.YesThis requirement does not apply to tables used strictly for layout.__Fully __Partially __No (h) Markup shall be used to associate data cells and header cells for data tables that have two or more logical levels of row or column headers.Yes__Fully __Partially __No (i) Frames shall be titled with text that facilitates frame identification and navigationYes__Fully __Partially __No (j) Pages shall be designed to avoid causing the screen to flicker with a frequency greater than 2 Hz and lower than 55 Hz.YesThis requirement is also addressed in provisions 1194.21(k) and 1194.25(i).__Fully __Partially __No (k) A text-only page, with equivalent information or functionality, shall be provided to make a web site comply with the provisions of this part, when compliance cannot be accomplished in any other way. The content of the text-only page shall be updated whenever the primary page changes.YesThis should only be used as a last resort. __Fully __Partially __No (l) When pages utilize scripting languages to display content, or to create interface elements, the information provided by the script shall be identified with functional text that can be read by Assistive Technology.Yes__Fully __Partially __No (m) When a web page requires that an applet, plug-in or other application be present on the client system to interpret page content, the page must provide a link to a plug-in or applet that complies with Section1194.21(a) through (l). Yes__Fully __Partially __No (n) When electronic forms are designed to be completed on-line, the form shall allow people using Assistive Technology to access the information, field elements, and functionality required for completion and submission of the form, including all directions and cues. YesThis requirement is also addressed in provision 1194.21(l).__Fully __Partially __No (o) A method shall be provided that permits users to skip repetitive navigation links. Yes__Fully __Partially __No (p) When a timed response is required, the user shall be alerted and given sufficient time to indicate more time is required.YesThis requirement is also addressed in provision 1194.25(b).__Fully __Partially __No Section 1194.24 Video and multimedia products Provision Text Applicable NotesHow does the EIT meet this requirement? Please explain (a) All analog television displays 13 inches and larger, and computer equipment that involves consideration of analog television receiver or display circuitry, shall be equipped with caption decoder circuitry which appropriately receives, decodes, and displays closed captions from broadcast, cable, video-tape, and DVD signals. As soon as practicable, but not later than July 1, 2002, widescreen digital television (DTV) displays measuring at least 7.8 inches vertically, DTV sets with conventional displays measuring at least 13 inches vertically, and stand-alone DTV tuners, whether or not they are marketed with display screens, and computer equipment that involves consideration of DTV receiver or display circuitry, shall be equipped with caption decoder circuitry which appropriately receives, decodes, and displays closed captions from broadcast, cable, videotape, and DVD signals.No__Fully __Partially __No (b) Television tuners, including tuner cards for use in computers, shall be equipped with secondary audio program playback circuitry.No__Fully __Partially __No (c) All training and informational video and multimedia productions which support the agency's mission, regardless of format, that contain speech or other audio information necessary for the comprehension of the content, shall be open or closed captioned.No__Fully __Partially __No (d) All training and informational video and multimedia productions which support the agency's mission, regardless of format, that contain visual information necessary for the comprehension of the content, shall be audio described.No__Fully __Partially __No (e) Display or presentation of alternate text presentation or audio descriptions shall be user-selectable unless permanent.No__Fully __Partially __No Section 1194.25 Self-contained, closed products Provision Text Applicable NotesHow does the EIT meet this requirement? Please explain (a) Self contained products shall be usable by people with disabilities without requiring an end-user to attach Assistive Technology to the product. Personal headsets for private listening are not Assistive Technology.No__Fully __Partially __No (b) When a timed response is required, the user shall be alerted and given sufficient time to indicate more time is required. No__Fully __Partially __No (c) Where a product utilizes touchscreens or contact-sensitive controls, an input method shall be provided that complies with Section1194.23 (k) (1) through (4).No__Fully __Partially __No (d) When biometric forms of user identification or control are used, an alternative form of identification or activation, which does not require the user to possess particular biological characteristics, shall also be provided.No__Fully __Partially __No (e) When products provide auditory output, the audio signal shall be provided at a standard signal level through an industry standard connector that will allow for private listening. The product must provide the ability to interrupt, pause, and restart the audio at anytime.No__Fully __Partially __No (f) When products deliver voice output in a public area, incremental volume control shall be provided with output amplification up to a level of at least 65 dB. Where the ambient noise level of the environment is above 45 dB, a volume gain of at least 20 dB above the ambient level shall be user selectable. A function shall be provided to automatically reset the volume to the default level after every use.No__Fully __Partially __No (g) Color coding shall not be used as the only means of conveying information, indicating an action, prompting a response, or distinguishing a visual element.No__Fully __Partially __No (h) When a product permits a user to adjust color and contrast settings, a range of color selections capable of producing a variety of contrast levels shall be provided.No__Fully __Partially __No (i) Products shall be designed to avoid causing the screen to flicker with a frequency greater than 2 Hz and lower than 55 Hz.No__Fully __Partially __No (j) (1) Products which are freestanding, nonportable, and intended to be used in one location and which have operable controls shall comply with the following: The position of any operable control shall be determined with respect to a vertical plane, which is 48 inches in length, centered on the operable control, and at the maximum protrusion of the product within the 48 inch length on products which are freestanding, non-portable, and intended to be used in one location and which have operable controls.No__Fully __Partially __No (j)(2) Products which are freestanding, non-portable, and intended to be used in one location and which have operable controls shall comply with the following: Where any operable control is 10 inches or less behind the reference plane, the height shall be 54 inches maximum and 15 inches minimum above the floor.No__Fully __Partially __No (j)(3) Products which are freestanding, non-portable, and intended to be used in one location and which have operable controls shall comply with the following: Where any operable control is more than 10 inches and not more than 24 inches behind the reference plane, the height shall be 40 inches maximum and 15 inches minimum above the floor.No__Fully __Partially __No (j)(4) Products which are freestanding, non-portable, and intended to be used in one location and which have operable controls shall comply with the following: Operable controls shall not be more than 24 inches behind the reference plane.No__Fully __Partially __No Section 1194.26 Desktop and portable computers Provision Text Applicable NotesHow does the EIT meet this requirement? Please explain a) All mechanically operated controls and keys shall comply with Section1194.23 (k) (1) through (4).No__Fully __Partially __No (b) If a product utilizes touchscreens or touch-operated controls, an input method shall be provided that complies with Section1194.23 (k) (1) through (4).No__Fully __Partially __No (c) When biometric forms of user identification or control are used, an alternative form of identification or activation, which does not require the user to possess particular biological characteristics, shall also be provided.No__Fully __Partially __No (d) Where provided, at least one of each type of expansion slots, ports and connectors shall comply with publicly available industry standards.No__Fully __Partially __No Subpart C -- Functional Performance Criteria Section 1194.31 Functional performance criteria Provision Text Applicable NotesHow does the EIT meet this requirement? Please explain (a) At least one mode of operation and information retrieval that does not require user vision shall be provided, or support for Assistive Technology used by people who are blind or visually impaired shall be provided.Yes__Fully __Partially __No (b) At least one mode of operation and information retrieval that does not require visual acuity greater than 20/70 shall be provided in audio and enlarged print output working together or independently, or support for Assistive Technology used by people who are visually impaired shall be provided.Yes__Fully __Partially __No (c) At least one mode of operation and information retrieval that does not require user hearing shall be provided, or support for Assistive Technology used by people who are deaf or hard of hearing shall be provided.Yes__Fully __Partially __No (d) Where audio information is important for the use of a product, at least one mode of operation and information retrieval shall be provided in an enhanced auditory fashion, or support for assistive hearing devices shall be provided.Yes__Fully __Partially __No (e) At least one mode of operation and information retrieval that does not require user speech shall be provided, or support for Assistive Technology used by people with disabilities shall be provided.Yes__Fully __Partially __No (f) At least one mode of operation and information retrieval that does not require fine motor control or simultaneous actions and that is operable with limited reach and strength shall be provided.Yes__Fully __Partially __No Subpart D -- Information, Documentation, and Support Section 1194.41 Information, documentation, and support Provision Text Applicable NotesHow does the EIT meet this requirement? Please explain (a) Product support documentation provided to end-users shall be made available in alternate formats upon request, at no additional charge.Yes__Fully __Partially __No (b) End-users shall have access to a description of the accessibility and compatibility features of products in alternate formats or alternate methods upon request, at no additional charge.Yes__Fully __Partially __No (c) Support services for products shall accommodate the communication needs of end-users with disabilities. Yes__Fully __Partially __No ENCLOSURE 8 RELEVANT PAST PERFORMANCE QUESTIONNAIRE Note: To be completed by your references and returned by your references to the Contract Specialist by the date specified. Failure to do so may result in rejection of your quotation. Your organization has been identified for participation in the past performance evaluation on a current solicitation at the National Archives and Records Administration (NARA), College Park, Maryland. This survey will be used to evaluate the past performance for the Vendor and contracting action identified below. Your candid response to the questions is important to our evaluation effort and may affect the award outcome. Please indicate "N/A" in any area which is not applicable to work performed on your contracting action. The names of individuals supplying past performance information will remain confidential. Please take a moment to complete the enclosed survey and email the completed and signed survey to the contact listed below by 2:00 PM ET on June 15, 2015. A representative of NARA may contact you to arrange a time for a phone interview to review the survey. If you have any questions regarding this survey please contact: Mr. James Newell Email: james.newell@nara.gov The following information is being requested: Contract number: ___________________________ Vendor's name, operating unit and address: _______________________________________ ______________________________________________________________________________ Type of contract: _______________________________________________________________ Program Name: _______________________________________________________________ Contract Initiation date: _________________________________________________________ Contract completion date (including extensions): ____________________________________ Years Remaining: ____________________________ Describe any schedule changes and reasons for schedule changes (if any): ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Award Amount: __________________ Current Contract $ Value (including exercised options and extensions): __________________ Projected Final Contract $ Value (including exercised options and extensions): ______________ Reason why Award Amount and Current or Projected Final Contract $ Value differs (if they differ):________________________________________________________________________ ____________________________________________________________________________________________________________________________________________________________ Description of the work performed (include the size, scope, and complexity of the project): __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Evaluators name, position, organization, and role on the contract: _________________________ ______________________________________________________________________________ Evaluator's phone # and email address: _____________________________________________ ______________________________________________________________________________ Number of month's Vendor performance was monitored by evaluator: __________________ 1. Please rate each item listed below (circling is preferable; Use "1" through "5" with "5" being outstanding and "1" being unsatisfactory; N/O (Not Observed)) and Provide Comments to identify Specific Strengths/Weaknesses in each area A1. Quality of Products or Services: Assess the Vendor's conformance to contract requirements, specifications, and standards of good workmanship (e.g., technical, professional, environmental, or safety and health standards). Issue Anticipation/Prevention54321N/O Process Improvement54321N/O Incorporation of Lessons Learned54321N/O Thoroughness54321N/O Extent deliverables were complete and accurate54321 Overall Quality54321N/O A2. Proficiency in: System Maintenance Services54321N/O Additional Services54321N/O A3. Management of Personnel: Assess the Vendor's success in attracting, selecting and retaining personnel, supporting personnel, managing subcontractor staff, and replacing personnel when necessary. Ability to Attract Qualified Personnel54321N/O Ability to Select the Right Personnel for each Position54321N/O Ability to Retain Qualified Personnel54321N/O Personnel Support (such as training, awarding, counseling)54321N/O Ability to Manage all staff, including Subcontractors54321N/O Willingness and ability to replace Personnel when necessary.54321N/O Comments (List specific strengths and weaknesses): B. Timeliness of Performance - Assess the timeliness of the Vendor against the completion of the contract, contracts, milestones, delivery schedules, administrative requirements (e.g., efforts that contribute to or affect the schedule variance). Extent to which performance objectives were met on schedule54321N/O Extent to which deliverables were provided on time54321N/O Extent to which Invoices were submitted on time 54321N/O Comments (List specific strengths and weaknesses): C. Cost Control - Assess the Vendor's effectiveness in forecasting, managing, and controlling contract costs (*Do not rate this item for Firm Fixed Priced contracts). Performed Within Estimates54321N/O Cost Consciousness54321N/O Comments (List specific strengths and weaknesses): D. Business Relations - Assess the integration and coordination of relationships needed to execute the contract Business/Contracting Relations54321N/O Response to Change54321N/O Subcontract Management54321N/O Interaction with End Users54321N/O Extent of End User Satisfaction54321N/O Responsiveness54321N/O Problem Resolution54321N/O Comments (List specific strengths and weaknesses): 2. Overall Assessment:54321N/O (please circle) Comments (List any major strengths and major weaknesses): 3. Has any adverse past performance information identified above been shared with the Vendor? ( ) Yes: Written or Oral? Date__________ ( ) No: NARA may provide the Vendor with an opportunity to respond to any adverse past performance information. ( ) N/A 4. Would you select this Vendor again? ( ) Yes ( ) No
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-15-Q-0015/listing.html)
 
Place of Performance
Address: Washington, DC 20804, United States
Zip Code: 20804
 
Record
SN03743817-W 20150529/150527235809-f97afb8c26560767e44edf93b4c5aa2b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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