SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have...

76
REQUEST FOR PROPOSAL (RFP) ID11170037 HARDWARE AND SOFTWARE SERVICES in support of: THE DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT GINNIE MAE BY: NATIONAL CAPITAL REGION (NCR) FEDERAL ACQUISITION SERVICE (FAS) 301 7TH & D STREETS, SW – ROOM 6109 WASHINGTON, DC 20407 April 18, 2018 AMENDMENT 01 April 26, 2018 1

Transcript of SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have...

Page 1: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

REQUEST FOR PROPOSAL (RFP) ID11170037

HARDWARE AND SOFTWARE SERVICES

in support of:

THE DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT GINNIE MAE

BY:

NATIONAL CAPITAL REGION (NCR) FEDERAL ACQUISITION SERVICE (FAS) 301 7TH & D STREETS, SW – ROOM 6109

WASHINGTON, DC 20407

April 18, 2018

AMENDMENT 01

April 26, 2018

1

Page 2: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION B – SUPPLIES OR SERVICES AND PRICES/COSTS

B.1 SERVICES TO BE ACQUIRED

The contractor shall provide support to the Department of Housing and Urban Development Ginnie Mae with acquiring and licensing hardware, software, shared services and hosted application services to include maintenance as stated in the Performance Work Statement, Section C.

B.2 CONTRACT TYPE

The Government intends to award a Firm-Fixed Price/Cost reimbursable type of contract for products and services. Tasks 1-7 will be procured on a Firm Fixed price basis. Task 8 – ODCs will be procured on a Cost reimbursable basis.

B.3 PRICING TABLES

CONTRACT LINE ITEMS (CLINs)Proposal must include pricing for all CLINs.

The contractor’s price for each CLIN must include all costs for labor, material, equipment, etc. necessary to perform all requirements issued in the entirety of this request for proposal.

B.3.1 BASE PERIOD:CLIN TASK Quantity Price per Month Total FFP0001 Task 1 through 6 12 $

Task 1-Project ManagementTask 2 - Procurement SupportTask 3 – License ManagementTask 4 – Evaluate Software Licensing and ImpactTask 5 – Shared Services PlatformsTask 6 – Technology Refresh

0002 Task 7 – Transition-Out 1 (Lot) $0003 Task 8 NTE TOTAL CEILING

PRICEODC’s $1,513,829.00

BASE PERIOD TOTAL FIRM FIXED PRICE/COST: $

THE NTE CEILING AMOUNT REPRESENTS THE MAXIMUM AMOUNT OF THE OVERNMENT’S LIABILITY. THE CONTRACTOR EXCEEDS THE CEILING AT ITS OWN RISK.

2

Page 3: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION B – SUPPLIES OR SERVICES AND PRICES/COSTS

B.3.2 OPTION YEAR ONE:CLIN TASK Quantity Price Per Month Total FFP1001 Task 1 through 6 $

Task 1 – Project ManagementTask 2 – Procurement SupportTask 3 – License ManagementTask 4 – Evaluate Software Licensing and ImpactTask 5 – Shared Services PlatformsTask 6 – Technology Refresh

1002 Task 7 – Transition-Out 1 (Lot) $1003 Task 8 NTE TOTAL CEILING

PRICEODC’s $1,663,802.00

OPTION YEAR ONE TOTAL FIRM FIXED PRICE/COST: $

THE NTE CEILING AMOUNT REPRESENTS THE MAXIMUM AMOUNT OF THE GOVERNMENT’S LIABILITY. THE CONTRACTOR EXCEEDS THE CEILING AT ITS OWN RISK.

3

Page 4: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION B – SUPPLIES OR SERVICES AND PRICES/COSTS

3.3.3 OPTION YEAR TWO:CLIN TASK Quantity Price Per Month Total FFP2001 Task 1 through 6 $

Task 1 – Project ManagementTask 2 – Procurement SupportTask 3 – License ManagementTask 4 – Evaluate Software Licensing and ImpactTask 5 – Shared Services PlatformsTask 6 – Technology Refresh

2002 Task 7 – Transition-Out 1 (Lot) $2003 Task 8 NTE TOTAL CEILING

PRICEODC’s $1,828,773.00

OPTION YEAR TWO TOTAL FIRM FIXED PRICE/COST: $

THE NTE CEILING AMOUNT REPRESENTS THE MAXIMUM AMOUNT OF THE GOVERNMENT’S LIABILITY. THE CONTRACTOR EXCEEDS THE CEILING AT ITS OWN RISK.

B.3.4 OPTION YEAR THREE:CLIN TASK Quantity Price Per Month Total FFP3001 Task 1 through 6 $

Task 1 – Project ManagementTask 2 – Procurement SupportTask 3 – License ManagementTask 4 – Evaluate Software Licensing and ImpactTask 5 – Shared Services Platforms

4

Page 5: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION B – SUPPLIES OR SERVICES AND PRICES/COSTS

Task 6 – Technology Refresh

3002 Task 7 – Transition-Out 1 (Lot) $3003 Task 8 NTE TOTAL CEILING

PRICEODC’s $2,010,241.00

OPTION YEAR THREE TOTAL FIRM FIXED PRICE/COST: $

THE NTE CEILING AMOUNT REPRESENTS THE MAXIMUM AMOUNT OF THE GOVERNMENT’S LIABILITY. THE CONTRACTOR EXCEEDS THE CEILING AT ITS OWN RISK.

B.3.5 OPTION YEAR FOUR:CLIN TASK Quantity Price Per Month Total FFP4001 Task 1 through 6 $

Task 1 – Project ManagementTask 2 – Procurement SupportTask 3 – License ManagementTask 4 – Evaluate Software Licensing and ImpactTask 5 – Shared Services PlatformsTask 6 – Technology Refresh

4002 Task 7 – Transition-Out 1 (Lot) $4003 Task 8 NTE TOTAL CEILING

PRICEODC’s $2,209,856.00

OPTION YEAR FOUR TOTAL FIRM FIXED PRICE/COST: $

THE NTE CEILING AMOUNT REPRESENTS THE MAXIMUM AMOUNT OF THE GOVERNMENT’S LIABILITY. THE CONTRACTOR EXCEEDS THE CEILING AT ITS OWN RISK.

5

Page 6: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION C – PERFORMANCE WORK STATEMENT

C.1 Purpose

The purpose of this Performance Work Statement (PWS) is to provide hardware and software maintenance support services to the Department of Housing and Development (HUD)-Ginnie Mae.

C.2 Background

Ginnie Mae is executing its Information Technology (IT) Consolidation Program and requires contractor support to acquire and maintain enterprise-wide maintenance for hardware (HW), software (SW) and shared services.

Ginnie Mae fully supports the goals of the Office of Management and Budget (OMB) memoranda on the Federal Data Center Consolidation Initiative (FDCCI) dated February 26 2010 and July 20, 2011, the Federal Cloud Computing Strategy, dated February 8, 2011, HUD and Federal OCIO asset management and shared services requirements and is well aligned to meet the goals established by the initiatives. Specifically, the resulting contract will assist Ginnie Mae with the following:

• Reducing overall spending on maintenance and services for hardware and software• Consolidating hardware and software maintenance• Improving asset utilization, management and inventory• Improving efficiency, agility, and innovation• Shifting IT investments to more efficient platforms and technologies• Consolidating and reducing software licensing and maintenance costs• Provide access to shared services and cloud hosting and;• Providing general status updates as required by Ginnie Mae

The memo’s referenced above can be found at the following links:

https://www.dhs.gov/sites/default/files/publications/digital-strategy/federal-cloud-computing-strategy.pdf

https://www.whitehouse.gov/sites/whitehouse.gov/files/omb/assets/egov_docs/federal_data_center_consolidation_initiative_02-26-2010.pdf

https://www.whitehouse.gov/sites/whitehouse.gov/files/omb/assets/egov_docs/cio_memo_fdcci_deliverables_van_roekel_3-19-12.pdf

https://datacenters.cio.gov

C.2.1 Current Environment

Ginnie Mae’s application, software and shared services are hosted across a pool of physical

6

Page 7: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION C – PERFORMANCE WORK STATEMENT

and virtual servers which are managed by third-party vendors through the current Infrastructure Consolidation Contract (IBM), Managed Data Center Contract (NaviSite) and Pool Processing Agent (PPA) (Bank of New York Mellon) Contract; at multiple locations in the United States. This contract will support all environments deployed within Ginnie Mae Systems.

C.3 SCOPE

The contractor shall provide support to Ginnie Mae with acquiring, licensing, and managing hardware, software, shared services, hosted application services maintenance support. The work under the resulting contract shall consist of providing user support in the following areas, but not limited to; purchasing, licensing, performing cost/benefit analysis, architecture design, enterprise tool development, integration, deployment, maintenance and upgrades, security, configuration, program and asset management.

Hardware and software maintenance is required to ensure that ad-hoc problems are resolved and that the operating system(s) and database server hardware and software are kept in compliance with patching and tech refreshes.

The effort will include also providing technical support (telephone) to Ginnie Mae on an as needed basis and providing general status updates on a monthly basis.

C.4 TASKS

C.4.1 TASK 1 PROJECT MANAGEMENT

The contractor will provide project management support under this contract. This includes the management and oversight of all activities performed by contractor personnel, including subcontractors, to satisfy the requirements in this Performance Work Statement (PWS). The contractor shall identify a project manager by name who shall provide management, direction, administration, quality control, and leadership of the execution of this contract.

C.4.1.1 SUBTASK 1 COORDINATE A PROJECT KICK-OFF MEETING

The contractor shall schedule and coordinate a Project Kick-Off Meeting at the location approved by the Government (Section F, Deliverable -02). The meeting will provide an introduction between the contractor personnel and Government personnel who will be involved with the contract. The meeting will provide the opportunity to discuss technical and management aspects of the contract. At a minimum, the attendees shall include key contractor personnel, representatives from the directorates, other relevant Government personnel and the General Services Administration (GSA) National Capital Region (NCR) Federal Acquisition Service (FAS) Contracting Officer Representative (COR).

At least three days prior to the Kick-Off Meeting, the contractor shall provide a Kick-Off Meeting Agenda (Section F, Deliverable - 01) for review and approval by the GSA AAS

7

Page 8: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION C – PERFORMANCE WORK STATEMENT

COR and the Ginnie Mae Technical Point of Contact (TPOC) prior to finalizing. The agenda shall include, at a minimum, the following topics/deliverables:

a. Points of contact (POCs) for all partiesb. Draft Project Management Plan (PMP) (Section F, Deliverable- 06) and

discussion including schedule, tasks, etc.c. Security discussion and requirements (i.e., building access, badges, common access

cards (CACs)d. Personnel discussion (i.e., roles and responsibilities and lines of communication

between contractor and Government)e. Staffing Plan and statusf. Invoicing requirementsg. Transition discussion

h. Draft Baseline Quality Control Plan (QCP) (Section F, Deliverable - 09)

Deliverables: Kick-Off Meeting Agenda, Kick-Off Meeting

C.4.1.2 SUBTASK 2 PREPARE A MONTHLY STATUS REPORT (MSR)

The contractor shall develop and provide an MSR (Section J - List of Attachments, Attachment A) (Section F, Deliverable -03). The MSR shall include the following:

a. Activities during reporting period, by task (include on-going activities, new activities, and activities completed, and progress to date on all above mentioned activities). Each section shall start with a brief description of the task.

b. Problems and corrective actions taken. Also include issues or concerns and proposed resolutions to address them.

c. Government actions required.d. Schedule (show major tasks, milestones, and deliverables; planned and actual start

and completion dates for each).e. Accumulated invoiced costs for each CLIN up to the previous month.f. Projected cost of each CLIN for the current month.

Deliverable: Monthly Status Report

C.4.1.3 SUBTASK 3 – CONVENE TECHNICAL STATUS MEETINGSThe contractor PM shall convene a monthly Technical Status Meeting with the Ginnie Mae TPOC, GSA AAS COR, and other Government stakeholders (Section F, Deliverable -04). The purpose of this meeting is to ensure all stakeholders are informed of the monthly activities and MSR, provide opportunities to identify other activities and establish priorities, and coordinate resolution of identified problems or opportunities. The contractor PM shall

8

Page 9: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION C – PERFORMANCE WORK STATEMENT

provide minutes of these meetings, including attendance, issues discussed, decisions made, and action items assigned, to the GSA AAS COR within five workdays following the meeting (Section F, Deliverable-05).

Deliverable: Monthly Technical Status Meeting, Monthly Technical Status Meeting Minutes C.4.1.4 SUBTASK 4 – PREPARE A PROJECT MANAGEMENT PLAN (PMP)The contractor shall document all support requirements in a PMP. The contractor shall provide the Government with a draft PMP (Section F, Deliverable - 06) on which the Government will make comments. The final PMP (Section F, Deliverable-07) shall incorporate the Government’s comments.

The PMP shall:

a. Document the technical approach for delivering the tasks under the requirement.b. Include milestones, tasks, and subtasks required in this contract.c. Provide for an overall Work Breakdown Structure (WBS) with a minimum of three

levels and associated responsibilities and partnerships between Government organizations.

d. Describe in detail the contractor’s approach to risk management under this Contract.e. Describe in detail the contractor’s approach to communications, including

processes, procedures, communication approach, and other rules of engagement between the contractor and the Government.

f. Include the contractor’s Baseline QCP.g. Develop standard operating procedures for all tasks.

Deliverables: Draft Project Management Plan, Final Project Management Plan

C.4.1.5 SUBTASK 5 – UPDATE THE PROJECT MANAGEMENT PLAN (PMP)The PMP is an evolutionary document that shall be updated annually. (Section F, Deliverable-08). The contractor shall work from the latest Government-approved version of the PMP.

Deliverable: Project Management Plan updates

C.4.1.6 SUBTASK 6 – FINAL BASELINE QUALITY CONTROL PLAN (QCP) AND UPDATES

The contractor shall provide a final baseline QCP as required in Section F – Deliverables or Performance (Section F, Deliverable 10.

The contractor shall periodically update the QCP, as required in Section F - Deliverables or Performance (Section F, Deliverable -11), as changes in program processes are identified, at the minimum quarterly.

Within the QCP, the contractor shall identify its approach for providing quality control in meeting the requirements of the contract. The contractor’s QCP shall describe its quality

9

Page 10: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION C – PERFORMANCE WORK STATEMENT

control methodology for accomplishing contract performance expectations. The contractor shall fully discuss its validated processes and procedures that provide high quality performance for each Task Area. The QCP shall describe how the processes integrate with the Government’s requirements.

Deliverables: Final Baseline Quality Control Plan, and Quality Control Plan updates

C.4.2 TASK 2 PROCUREMENT SUPPORT

The Contractor shall provide Procurement Support with the following activities:

a) Complete analysis of current and future licenses, cost, consolidation and benefit.b) Obtain price quotes, develop Bill of Materials (BOM), draft Request for

Information (RFI), in support of the ODC’s.c) Enter hardware, software, or requisitions (purchase requests) into the Ginnie Mae’s

asset tracking systems.d) Prepare and coordinate vendor purchase orders request for Government approval

in a timely manner. Maintain tracking system on purchase order requests including purchase order revisions with all required file documentation for invoicing.

e) Procure infrastructure services and vendor support, secure storage space for those assets.

f) Procure software and hardware maintenance support services.g) Procure Shared Services, hosted applications and services.h) Software licensing and management.i) Support asset management and reporting across all infrastructures.

Deliverables: Monthly Purchase Report, Draft BOM and RFI for every proposed or requested procurement, Asset Inventory

C.4.3 TASK 3 LICENSE MANAGEMENT

The contractor shall centrally manage all aspects of Ginnie Mae specific software licensing that support the technology infrastructure, software such as MS Office, Windows, Adobe, SAS, Informatica, and SAP.

The contractor shall provide support with the following activities:

a) Completing and maintaining a license inventory.b) Ensuring the use of all software products complies with the terms and conditions of

use established by the publisher of the respective products. Software in scope for this activity includes all server resident software including Operating Systems, whether run in a virtualized environment or on bare metal, virtualization software, and software components that together provide a solution architecture and reference architecture such as databases, applications, Lightweight Directory Access Protocol (LDAP) components etc. Licensing compliance shall also ensure that CALs (Client

10

Page 11: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION C – PERFORMANCE WORK STATEMENT

Access Licenses) that are sometimes required for end users to legally access server resident software are maintained and in compliance.

c) Automated reporting. d) Automated Hardware and Software Cataloge) Automated license and maintenance expiration notification.f) License versioning and reporting.g) Progress Reports.h) Software licensing and management.

Deliverables: Asset Inventory, Automated Asset Reporting, Monthly Maintenance Expiration Report, License Usage Report, Catalog of all HW/SW licenses and shared services in place, Progress Reports, Software Versioning Report, License and Maintenance Expiration/Renewal Report.

C.4.4 TASK 4 EVALUATE SOFTWARE LICENSING AND IMPACTS

The contractor shall determine support status of existing licenses (supported, end-of-life), consolidation of licensing across all environments, and evaluate the use of existing licenses in cloud environments.

The contractor shall evaluate software licensing and impacts of licensing consolidation and volume licensing programs across Ginnie Mae environments.

Deliverable: License Impact Report-Hosted and Cloud Services.

C.4.5 TASK 5 SHARED SERVICES PLATFORMS

The contractor shall evaluate current shared services platforms prior to the expiration of the service and recommend either continuation of services or complete an analysis of alternatives and recommendation for replacement. The contractor’s analysis shall address at a minimum; application, storage, cyber security, monitoring and infrastructure services. The contractor shall review all requirements for IT services and propose shared services platforms that will accommodate the requirements.

The current platforms are:

Planview Document Management ITSM ALM (Application Lifecycle Management)

Deliverable: Shared Services Report.

C.4.6 TASK 6 TECHNOLOGY REFRESH

11

Page 12: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION C – PERFORMANCE WORK STATEMENT

The Government is interested in remaining current and knowledgeable in the latest industry trends that affect the information technology provided to their customers.

Minimally, four times a year the contractor shall provide Ginnie Mae with white papers describing specific issues such as areas of possible cost savings or state of the art IT approaches that would improve performance or reduce costs. The contractor shall evaluate licensing models and maintenance models that may change to support the move to cloud services.

Deliverables: White Papers, Technology Refresh Report

C.4.7 TASK 7 TRANSITION–OUT SERVICES

The contractor shall provide Transition-Out support when required by the Government. The Transition-Out Plan shall facilitate the accomplishment of a seamless transition from the incumbent to an incoming contractor/Government personnel at the expiration of the contract. The contractor shall provide a draft Transition-Out Plan within six months of the expiration date. (Section F, Deliverable 12). The Government will work with the contractor to finalize the Transition-Out Plan (Section F, Deliverable -13) in accordance with Section F.

In the Transition-Out Plan, the contractor shall identify how it will coordinate with the incoming contractor and/or Government personnel to transfer knowledge regarding the following:

a. Project management processesb. Points of contactc. Location of technical and project management documentationd. Status of ongoing technical initiativese. Appropriate contractor to contractor coordination to ensure a seamless transition.f. Transition of Key Personnelg. Schedules and milestonesh. Actions required of the Government

The contractor shall also establish and maintain effective communication with the incoming contractor/Government personnel for the period of the transition via weekly status meetings or as often as necessary to ensure a seamless Transition-Out. The contractor shall implement its Transition-Out Plan NLT six months prior to expiration of the contract.

Deliverables: Draft Transition-Out Plan, Final Transition-Out Plan.

C.4.8 – TASK 8 - Other Direct Costs (Brand name or Equal)The Government shall require the contractor to purchase supplies, software licenses and maintenance agreements critical and related to the services being acquired under the contract. If the contractor initiates a purchase within the scope of this contract and the

12

Page 13: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION C – PERFORMANCE WORK STATEMENT

prime contractor has an approved purchasing system, the contractor shall submit to the AAS COR a Request to Initiate Purchase (RIP), (Section J-List of Attachments, Attachment C). If the prime contractor does not have an approved purchasing system at any point during contract performance, the contractor shall submit to the CO Consent to Purchase (CTP), Attachment B. The RIP and CTP shall include the purpose, specific items, brand name rationale if applicable, estimated cost, cost comparison, and rationale. The contractor shall not make any purchases without an approved RIP from the COR or an approved CTP from the CO. See Section J-List of Attachments, Attachment I for the listing of ODC’s.

13

Page 14: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION D – PACKAGING AND MARKING

D.1 PRESERVATION, PACKAGING, PACKING, AND MARKING REQUIREMENTS:

The contractor shall deliver all electronic versions by submission into ITSS https://web.itss.gsa.gov/Login. Identified below are the required electronic formats, whose versions must be compatible with Microsoft 2003 or more recent versions.

Text Microsoft Word Spreadsheets Microsoft Excel Briefings Microsoft PowerPoint Drawings Microsoft Visio Schedules Microsoft Project

D.2 MARKING OF REPORTS:

All reports delivered by the Contractor to the Government under this contract shall be delivered through ITSS and to the Ginnie Mae TPOC which shall be provided at award. The ITSS website is provided below:

ITSS Portal: portal.fas.gsa.gov

D.3 PACKING OF SUPPLIES FOR DOMESTIC SHIPMENT:

Supplies shall be packed for shipment in a manner that will ensure acceptance by common carriers and safe delivery at destination. Containers and closures shall comply with the Interstate Commerce Commission Regulations, Uniform Classification Rules, and regulations of other carriers as applicable to the mode of transportation.

14

Page 15: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION E- INSPECTION AND ACCEPTANCE

E.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates the following clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also the full text of a clause may be accessed electronically at:

http://www.acquisition.gov/far/

FEDERAL ACQUISITION REGULATION (48 CFR CH. 1)

52.246-2 INSPECTION OF SUPPLIES-FIXED-PRICE (AUG 1996)52.246-4 INSPECTION OF SERVICES-FIXED-PRICE (AUG 1996)

E.2 QUALITY ASSURANCE AND SURVEILLANCE PLAN (QASP)

The QASP is a Government developed and applied document used to make sure that systematic quality assurance methods are used in the administration of this Performance Work Statement (PWS) Contract. Performance Standards are identified in the Performance Requirements Summary below in Section E.2.5.1.

The intent is to ensure that the Contractor performs in accordance with the performance metrics set forth, that the Government receives the quality of products/services called for in the contract and that the Government only pays for the acceptable products/services received.

This Quality Assurance Surveillance Plan (QASP) has been developed to evaluate contractor performance of the requirements set forth in the PWS. It is designed to provide an effective and systematic surveillance method of monitoring contractor performance for each Performance Requirements Summary (PRS).

The Contractor, and not the Government, is responsible for management and quality control actions to meet the terms of the contract. The role of the government is to promote quality assurance to ensure PRS standards are achieved.

The Contractor is required to develop a Quality Control Plan (QCP) that describes its method for measuring quality and plan for meeting or exceeding the Performance Requirements Summary (PRS) standards. The QCP will be evaluated and approved by the Contracting Officer within 25 days of contract award and shall provide the measures needed to lead the contractor to success.

15

Page 16: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION E- INSPECTION AND ACCEPTANCE

E.2.1 AUTHORITY

This QASP provides for the inspection and acceptance of products/services required in the contract. Inspection and acceptance will be accomplished by the Contracting Officer or his duly authorized representative.

E.2.2 SCOPE

The QASP contains the basis for inspection and acceptance of all of the products/services required under this contract.

E.2.3 GOVERNMENT RESOURCES

The following definitions for Government resources are applicable to this plan:

Contracting Officer (CO) - A person duly appointed with the authority to enter into, administer or terminate contracts and make related determinations and findings on behalf of the Government.

GSA Contracting Officer Representative (COR)/Client Technical Point of Contact (TPOC)- Individuals serving as the authorized representatives of the CO for the technical administration of the Contract.

E.2.4 RESPONSIBILITIES

The Government resources shall have responsibilities for the implementation of this QASP as follows:

Contracting Officer (CO) - The CO ensures performance of all necessary actions for the compliance with the terms of the task order and safeguards the interests of the United States in the contractual relationships. It is the CO that assures the Government receives impartial, fair and equitable treatment under this task order. The CO is ultimately responsible for the final determination of the adequacy of the Contractor’s performance.

GSA COR - The COR provides detailed technical oversight of the Contractor’s performance. The COR will report to the CO as necessary in a timely, complete and impartial fashion to support the CO in the technical contract administration activities. While the COR may serve as a direct conduit to provide Government guidance and feedback to the Contractor on technical matters, he or she is not empowered to make any contractual commitments or to authorize any contractual changes on the Governments behalf. Any changes that the Contractor deems may affect contract, price, terms or conditions shall be referred to the CO for action.

GSA TPOC – The TPOC represents the GSA Contracting Officer’s Technical Representative for all matters falling under the purview of Ginnie Mae that arise under the referenced

16

Page 17: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION E- INSPECTION AND ACCEPTANCE

contract. This role doesn’t include the right to modify the Contract, or any of its terms and conditions, as only the Contracting Officer may accomplish such actions

E.2.5 METHODS OF QA SURVEILLANCE

The below listed methods of surveillance shall be used in the administration of this contract. In addition to specific instructions that may be mentioned, the appropriate and standardized form that is to be used for documentation of a QA surveillance is the QASP/Surveillance Plan provided below in Section E.2.5.1.

Feedback – Feedback may be obtained either from surveys or from random customer complaints. To be considered valid, complaints must be set forth clearly and in writing the detailed nature of the complaint, must be signed and be forwarded to the CO and to the COR if warranted, The COR will maintain a summary log of all formally received complaints as well as a copy of each complaint in a documentation file. The COR shall also keep the results of all customer surveys on file and shall enter the summary results into the QASP/Surveillance Plan Checklist.

100% Inspection - This level of inspection shall be accomplished by monitoring and documentation. Each month the COR shall review the generated documentation and enter the summary results in the QASP/Surveillance Plan Checklist.

Periodic Inspection – Periodic inspection shall be conducted if and when specified in individual task orders. For the potential tasks that have been identified so far and included in this QASP, the appropriate COR typically performs the periodic inspection on a routine basis.

Random Monitoring – Random monitoring shall be conducted if and when specified in the task order. For the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be performed by the COR and reported to the COR and recorded in the QASP/Surveillance Plan Checklist as appropriate.

17

Page 18: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION E- INSPECTION AND ACCEPTANCE

E.2.5.1 PERFORMANCE REQUIREMENTS SUMMARY

REQUIRED SERVICES (TASKS/DELIVERABLES)

PERFORMANCE STANDARDS

ACCEPTABLE QUALITY LEVELS

METHODS OF SURVEILLANCE

Monthly Status Report 95% of reports accurately depict current status

99% 100% Inspection Document Review

Monthly Technical Status Meeting Minutes

95% of minutes accurately depict current status

99% 100% Inspection Document Review

(Draft) Program Management Plan

80% of Draft PMP is accurate

95% 100% Inspection Document Review

(Final) Program Management Plan

95% of Final PMP is accurate

95% 100% Inspection Document Review

(Draft) Quality Control Plan 80% of Draft QCP is accurate

95% 100% Inspection Document Review

(Final) Quality Control Plan 95% of Final QCP is accurate

95% 100% Inspection Document Review

Transition Out Plan Updates 95% Compliance N/A Periodic Inspections

(Draft) Transition-Out Plan 80% of Draft Transition-In Plan is accurate

95% 100% Inspection Document Review

(Final) Transition-Out Plan 95% of Final Transition-In Plan is accurate

95% 100% Inspection Document Review

Monthly Purchase Report 99% of Monthly Purchase Report is accurate

95% 100% Inspection Document Review

Cost Benefit Analysis 95% of Cost Benefit Analysis is accurate

95% 100% Inspection Document Review

Draft BOM & RFI for every proposed or requested procurement

95% Draft BOM and RFI is accurate

95% 100% Inspection Document Review

Asset Inventory 95% of Asset Inventory is accurate

95% 100% Inspection Document Review

18

Page 19: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION E- INSPECTION AND ACCEPTANCE

Monthly Maintenance Expiration Report

95% Monthly Maintenance Expiration Report is accurate

95% 100% Inspection Document Review

Catalog of all HW/SW licenses and shared services in place.This shall include descriptions of HW/SW and shared services capabilities, license expiration dates, and monthly costs

99% Catalog is accurate 95% 100% Inspection Document Review

License Usage Report 95% License Usage Report is accurate

95% 100% Inspection Document Review

Progress reports including task accomplishments, status and challenges/difficulties experienced

95% Progress Report is accurate

95% 100% Inspection Document Review

Software Versioning Report 80% of Software Versioning Report is accurate

95% 100% Inspection Document Review

License and Maintenance expiration/renewal report

95% of License and Maintenance expiration/renewal report is accurate

95% 100% Inspection Document Review

Technology Refresh Report 95% Technology Refresh Report is accurate

95% 100% Inspection Document Review

Invoices Invoices are accurate (i.e. amounts, backup documentation) and submitted on the 10th of each month

95% of the time Monthly surveillance

Automated Asset Reporting 100% Implementation 100% 100% Inspection File ReviewPeriodic Surveillance

Deliverables and Reports. The contractor submits all deliverables outlined in the contract.

95% accuracy of the final deliverables/reports and are corrected within five business days. The remaining 5% of the documented discrepancies cause no slip in schedule.

95% resolved in 10 days. No slip in schedule.

Periodic surveillance

19

Page 20: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION E- INSPECTION AND ACCEPTANCE

Monthly Evaluation of Contractor’s Performance for

Order ID11170037Contractor_______________________ Evaluation Period: _________Contract #: _________ Method of surveillance: ________________

The contractor shall be evaluated monthly using the following ratings:3 = Excellent: Contractor exceeded performance requirements 2 = Satisfactory: Contractor met performance requirements. 1 = Unsatisfactory: Contractor did not meet all performance requirements.

1. Submittal of Deliverables – Contractor personnel’s work is timely. Rating: 1 _____ 2 _____ 3 _____Comments:

2. Quality of Work of Deliverables – Contractor personnel’s work is complete and accurate. Rating: 1 _____ 2 _____ 3 _____Comments:

3. Contractors’ adherence to security requirements as required in the task order.Rating: 1 _____ 2 _____ 3 _____Comments:

Additional Comments: Name of Evaluator:_________________________Title of Evaluator: __________________________Phone Number: __________________________Signature: __________________________ Date:__________________________

20

Page 21: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION E- INSPECTION AND ACCEPTANCE

E.3 PLACE OF INSPECTION AND ACCEPTANCEInspection and acceptance of all work performance, reports, and other deliverables under this contract will be performed by the GSA AAS COR in conjunction with the Ginnie Mae TPOC.

E.4 SCOPE OF INSPECTIONAll deliverables will be inspected for content, completeness, accuracy, and conformance to contract requirements by the GSA AAS COR and the Ginnie Mae TPOC. Inspection may include validation of information or software through the use of automated tools, testing, or inspections of the deliverables, as specified in the Contract. The scope and nature of this inspection will be sufficiently comprehensive to ensure the completeness, quality, and adequacy of all deliverables.

The Government requires a period NTE 15 workdays after receipt of final deliverable items for inspection and acceptance or rejection.

E.5 BASIS OF ACCEPTANCEThe basis for acceptance shall be in compliance with the requirements set forth in the contract, the contractor’s proposal and relevant terms and conditions of the contract. Deliverable items rejected shall be corrected in accordance with the applicable clauses.

The final acceptance will occur when all discrepancies, errors, or other deficiencies identified in writing by the Government have been resolved, through documentation updates, program correction, or other mutually agreeable methods.

Reports, documents, and narrative-type deliverables will be accepted when all discrepancies, errors, or other deficiencies identified in writing by the Government have been corrected.

If the draft deliverable is adequate, the Government may accept the draft and provide comments for incorporation into the final version.

All of the Government’s comments on deliverables shall either be incorporated in the succeeding version of the deliverable, or the contractor shall explain to the Government’s satisfaction why such comments should not be incorporated.

If the Government finds that a draft or final deliverable contains spelling errors, grammatical errors, or improper format, or otherwise does not conform to the quality assurance requirements stated within this contract, the document may be rejected without further review and returned to the contractor for correction and resubmission. If the contractor requires additional Government guidance to produce an acceptable draft, the contractor shall arrange a meeting with the GSA AAS COR.

21

Page 22: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION E- INSPECTION AND ACCEPTANCE

E.6 DRAFT DELIVERABLESThe Government will provide written acceptance, comments, and/or change requests, if any, within 15 workdays (unless specified otherwise in Section F.3 - Deliverables or Performance) from Government receipt of the draft deliverable. Upon receipt of the Government comments, the contractor shall have ten workdays to incorporate the Government’s comments and/or change requests and to resubmit the deliverable in its final form.

E.7 WRITTEN ACCEPTANCE/REJECTION BY THE GOVERNMENTThe GSA AAS COR will provide written notification of acceptance or rejection of all final deliverables within 15 workdays (unless specified otherwise in Section F – Deliverable Schedule). All notifications of rejection will be accompanied with an explanation of the specific deficiencies causing the rejection.

E.8 NON-CONFORMING PRODUCTS OR SERVICESNon-conforming products or services will be rejected. Deficiencies shall be corrected, by the contractor, within ten workdays of the rejection notice. If the deficiencies cannot be corrected within ten workdays, the contractor shall immediately notify the GSA AAS COR of the reason for the delay and provide a proposed corrective action plan within ten workdays.

If the contractor does not provide products or services that conform to the requirements of this contract, the Government will withhold the fixed price until the non-conforming products or services are remediated.

22

Page 23: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION F – DELIVERIES OR PERFORMANCE

F.1 PERIOD OF PERFORMANCEThe period of performance for this contract is a one-year base period and four, one-year option periods.

F.2 PLACE OF PERFORMANCE

The place of performance shall be at the contractor facility. Meetings shall be held virtually or at the Government facility. No long-distance travel is anticipated to be required in support of this effort.

F.3 DELIVERABLE SCHEDULE AND MILESTONE DATESThe following schedule of milestones will be used by the GSA AAS COR to monitor timely progress under this contract. The following abbreviations are used in this schedule:

NLT: No Later Than All references to Days: Government Workdays

Deliverables are due the next Government workday if the due date falls on a holiday or

weekend. The contractor shall deliver the deliverables listed in the following table on the

dates specified:

DEL.#

MILESTONE/ DELIVERABLE

CLIN RFP REFERENCE

DATE OF COMPLETION/

DELIVERYProject Start At Contract Award

01 Kick-Off Meeting Agenda 0001 C.4.1.1 NLT 3 workdays prior to the Kick-Off Meeting

02 Kick-Off Meeting 0001 C.4.1.1 Within 10 workdays of Contract Award.

03 Monthly Status Report 0001 C.4.1.2 Monthly (10th calendar day of the month)

04 Monthly Technical Status Meeting

0001 C.4.1.3 Monthly (5th calendar day of the month)

05 Monthly Technical Status Meeting Minutes

0001 C.4.1.3 5 workdays of Monthly Technical Status Meeting

06 Draft Project Management Plan

0001 C.4.1.4 Due at Kick-Off Meeting

07 Final Project Management Plan

0001 C.4.1.4 10 workdays after receipt of Government comments

23

Page 24: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION F – DELIVERIES OR PERFORMANCE

DEL.#

MILESTONE/ DELIVERABLE

CLIN RFP REFERENCE

DATE OF COMPLETION/

DELIVERY

08Project Management Plan Updates

1001,2001,3001,4001

C.4.1.5 As project changes occur, annually

09 Draft Baseline Quality Control Plan

0001 C.4.1.6 Due at Kick-Off Meeting

10 Final Baseline Quality Control Plan

0001 C.4.1.6 10 workdays after receipt of Government comments

11 Quality Control Plan Updates

0001,1001,2001,3001,4001

C.4.1.6 As changes in program processes are identified, at the minimum quarterly.

12 Draft Transition-Out Plan 0002, 1002, 2002,3002,4002

C.4.7 Six months before Contract Expiration

13 Final Transition-Out Plan 0002,1002,2002,3002,4002

C.4.7 10 workdays after receipt of Government comments

14 Cost Benefit Analysis for current and future licenses and license consolidation

0001,1001,2001,3001,4001

C.4.2 90 Days after Award, then yearly

15 Monthly Purchase Report 0001,1001,2001,3001,4001

C.4.2 Monthly (no later than the 15th

calendar day of the month)

16 Draft BOM & RFI for every proposed or requested procurement

0001,1001, 2001,3001,4001

C.4.2 Prior r to the execution of any procurement action

17 Asset Inventory 0001,1001,2001,3001,4001

C.4.2C.4.3

60 days after award. Then monthly on the 15th calendar day of the month

24

Page 25: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION F – DELIVERIES OR PERFORMANCE

DEL.#

MILESTONE/ DELIVERABLE

CLIN RFP REFERENCE

DATE OF COMPLETION/

DELIVERY18 Automated Asset

Reporting0001,1001,2001,3001,4001

C.4.3 120 Days after award, then Monthly

19 Monthly Maintenance Expiration Report

0001,1001,2001,3001,4001

C.4.3 60 days after award, then NLT the 15th calendar day of every month

20 License Usage Report 0001,1001,2001,3001,4001

C.4.3 60 days after award, then NLT the 15th calendar day of every month

21 Catalog of all HW/SW licenses and shared services in place. This shall include descriptions of HW/SW and shared services capabilities, license expiration dates, and monthly costs

0001,1001,2001,3001,4001

C.4.3 1st version of catalog due 90 days after contract award, then NLT the 15th calendar day of every month

22 Progress reports including task accomplishments, status and challenges/difficulties experienced

0001,1001,2001,3001,4001

C.4.3 15 calendar days after incident

23 Software Versioning Report

0001,1001,2001,3001, 4001

C.4.3 90 days after award, then quarterly

24 License and Maintenance expiration/renewal report

0001,1001,2001,3001,4001

C.4.3 90 days after award, then NLT the 15th calendar day of every month

25

Page 26: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION F – DELIVERIES OR PERFORMANCE

SECTION F – DELIVERIES OR PERFORMANCE

DEL.

#

MILESTONE/ DELIVERABLE

CLIN RFP REFERENCE

DATE OF COMPLETION/ DELIVERY

25 License Impact Report- Hosted and Cloud Services

0001,1001,2001,3001,4001

C.4.4 60 days after award, then quarterly

26 Hosted/Shared Services Analysis

0001,1001,2001,3001,4001

C.4.5 120 days after award, then per request

27 Shared Services Report to include an Analysis of Alternatives

0001,1001,2001,3001,4001

C.4.5 120 days after award, then yearly

28 White Papers 0001,1001,2001,3001,4001

C.4.6 90 days after award, then quarterly

29 Technology Refresh Report

0001,1001,2001,3001,4001

C.4.6 90 days after award then quarterly.

The contractor shall mark all deliverables listed in the above table to indicate authorship by contractor (i.e., non-Government) personnel; provided, however, that no deliverable shall contain any proprietary markings inconsistent with the Government's data rights set forth in this Contract. The Government reserves the right to treat non-conforming markings in accordance with subparagraphs (e) and (f) of the FAR clause at 52.227-14.

F.4 PUBLIC RELEASE OF CONTRACT DOCUMENTS REQUIREMENTThe contractor agrees to submit, within ten workdays from the date of the GSA AAS CO’s execution of the initial contract, or any modification to the contract (exclusive of Saturdays, Sundays, and Federal holidays), a portable document format (PDF) file of the fully executed document with all proposed necessary redactions, including redactions of any trade secrets or any commercial or financial information that it believes to be privileged or confidential business information, for the purpose of public disclosure at the sole discretion of GSA. The contractor agrees to provide a detailed written statement specifying the basis for each of its proposed redactions, including the applicable exemption under the Freedom of Information Act (FOIA), 5 United States Code (U.S.C.) § 552, and, in the case of FOIA Exemption 4, 5 U.S.C. § 552(b)(4), shall explain why the information is considered to be a trade secret or commercial or financial information that is privileged or confidential. Information provided by the contractor in response to the contract requirement may itself

26

Page 27: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION F – DELIVERIES OR PERFORMANCE

be subject to disclosure under the FOIA. Submission of the proposed redactions constitutes concurrence of release under FOIA.

GSA will carefully consider the contractor’s proposed redactions and associated grounds for nondisclosure prior to making a final determination as to what information in such executed documents may be properly withheld.

F.5 PLACE(S) OF DELIVERYCopies of all deliverables related to this contract shall be submitted in ITSS at: https://web.itss.gsa.gov/Login.

Copies of all deliverables shall also be delivered to the Ginnie Mae TPOC.

TPOC name, address, and contact information will be provided at award.

F.6 NOTICE REGARDING LATE DELIVERY/ PROBLEM NOTIFICATION REPORT (PNR)

The contractor shall notify the GSA AAS COR via a Problem Notification Report (PNR) (Section J– List of Attachments, Attachment D) as soon as it becomes apparent to the contractor that a scheduled delivery will be late. The contractor shall include in the PNR the rationale for late delivery, the expected date for the delivery, and the project impact of the late delivery. The GSA AAS COR will review the new schedule and provide guidance to the contractor. Such notification in no way limits any Government contractual rights or remedies including, but not limited to, termination.

27

Page 28: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION G – CONTRACT ADMINISTRATION DATA

G.1 CONTRACTING OFFICER’S REPRESENTATIVE (COR)The GSA FAS CO will appoint a GSA AAS COR in writing through a COR Appointment Letter (Section 9 – List of Attachments, Attachment E). The GSA AAS COR will receive, for the Government; all work called for by the contract and will represent the GSA FAS CO in the technical phases of the work. The GSA AAS COR will provide no supervisory or instructional assistance to contractor personnel.

The GSA AAS COR is not authorized to change any of the terms and conditions, scope, schedule, and price of the Contract. Changes in the scope of work will be made only by the GSA FAS CO by properly executed modifications to the contract.

6.1.1 CONTRACT ADMINISTRATIONContracting Officer:

Marion Williams GSA FAS301 7th Street, SW Washington, D.C. 20407Telephone: (202) 205-9097 Email: [email protected]

Contract Specialist:

Wendy Wallace GSA FAS301 7th Street, SW Washington, D.C. 20407Telephone: (202) 708-4613 Email: [email protected]

Contracting Officer’s Representative:TBD

Technical Point of Contact:

Will be provided after Award

G.1 INVOICE SUBMISSION:

The contractor shall provide invoice backup data, including labor categories, and rates. The contractor shall submit invoices as follows: Invoices shall be sent to www.finance.gsa.gov, and https://portal.fas.gsa.gov

28

Page 29: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION G – CONTRACT ADMINISTRATION DATA

G.2 INVOICE REQUIREMENTS:

The Contractor shall submit Requests for Payments to be considered proper for payment. In addition, the data elements indicated below shall be included on each invoice.

Contract number: (from GSA Form 1449, Block 2)Paying Number: (REQ./PURCHASE NO.)(From GSA Form 1449 Block 1) NCR Project No.: ID11170037Project Title: Hardware and Software Services – Ginnie Mae

The contractor shall certify with a signed and dated statement that the invoice is correct and proper for payment.

The contractor shall provide invoice backup data in accordance with the contract type.

G.3 FIRM-FIXED-PRICE (FFP) CLINs:

The contractor may invoice for the period of performance as stated in Section B – Supplies or Services and Prices for the FFP CLINs. The invoice shall include the period of performance covered by the invoice (all current charges shall be within the active period of performance) and the CLIN number and title. All prices shall be reported by CLIN element (as shown in Section B– Supplies or Services and Prices) and shall be provided for the current invoice and in total from project inception to date. The contractor shall provide the invoice data in spreadsheet form with the following detailed information:

a. FFP period of performance – as stated in Section B – Supplies or Services and Price/Costs)

b. Total Amount Paid (Lump Sum) by CLIN

The listing shall include separate columns and totals for the current invoice period and the project to date.

G.4 NCR INVOICING INSTRUCTIONS:

A proper invoice shall be submitted not later than 5 work days after acceptance by the Government of the product, services and/or cost item. In the absence of Government acceptance within 30 days, the contractor shall submit an invoice.A separate invoice shall be submitted on official company letterhead with detailed costs for each of the following categories;

For fixed price tasks, products delivered and accepted, listed by deliverable number Total other direct costs (ODC) Total invoice amount Prompt payment discount offered (if applicable)

29

Page 30: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION G – CONTRACT ADMINISTRATION DATAFor fixed price tasks, an invoice reflecting amounts that do not exceed the fixed price approved for that deliverable product or service in the task order shall be submitted for those tangible deliverable products or services that have been accepted by the Government. In addition to the above information, the invoice shall include the following minimum identification:

Contract Number Requisition/Purchase number (assigned by GSA on the Contract, GSA

Form 1449 Block 1) Period of Performance (month services performed for work request

orders, month deliverable completed for contracts). Invoice Number Client name and address

When the paying office is GSA, the original of each invoice, with supporting documentation, invoices shall be submitted electronically as noted within Invoice Submission.

Invoices for final payment must be so identified and submitted when services have been completed and no further charges are to be incurred.

These close-out invoices, or a written notification that final invoicing has been completed, must be submitted to GSA within 30 days of order completion. A copy of the written acceptance of completion must be attached to final invoices. If the Contractor requires an extension of the 30-day period, a request with supporting rationale must be received by GSA prior to the end of the 30-day period.

G.5 OTHER DIRECT COSTS (ODCs)The contractor will be required to purchase on behalf of the Government ODCs in support of this requirement. (Section J-List of Attachments, Attachment I)

The contractor may invoice monthly on the basis of cost incurred for the ODC CLINs. The invoice shall include the period of performance covered by the invoice and the CLIN number and title. In addition, the contractor shall provide the following detailed information for each invoice submitted, as applicable. Spreadsheet submissions, in MS Excel format, are required.

a. ODCs purchasedb. Request to Initiate Purchase (RIP) or Consent to Purchase (CTP) number or identifierc. Date delivery accepted by the Governmentd. Associated CLINe. Project-to-date totals by CLINf. Cost incurred not billed by CLINg. Remaining balance of each CLIN

30

Page 31: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION H – SPECIAL CONTRACT REQUIREMENTS

H.1 KEY PERSONNEL

The following are the minimum personnel who shall be designated as “Key.” The Government does not intend to dictate the composition of the ideal team to perform this contract

a. Project Manager (PM)

It is desired that the Program Manager has a minimum of 3 years’ experience in the following:

1. Managing Technology Based Programs / Projects. 2. Directing and managing the purchasing of hardware and software maintenance.3. Executing strategy and deliverables, as well as write, communicate, facilitate, and

present cogently, to and/or for, all levels of industry audience, clients and internal staff and management, which includes the following: presentation slides, practice marketing materials, change management plans and/or project plans, workshops and training for various internal and external clients and audience levels, practice methodologies and tools, policies and procedures, whitepapers, other standard business communications.

 The Government desires that Key Personnel be assigned for the duration of the TO. Key Personnel may be replaced or removed subject to Section H.2 - Special Contract Requirements, Key Personnel Substitution.

H.2 KEY PERSONNEL SUBSTITUTIONThe contractor shall not replace any personnel designated as Key Personnel without the written concurrence of the GSA AAS CO. Prior to utilizing other than personnel specified in proposals in response to an RFP, the contractor shall notify the GSA AAS CO and COR of the existing contract. This notification shall be no later than ten calendar days in advance of any proposed substitution and shall include justification (including resume(s) and labor category of proposed substitution(s)) in sufficient detail to permit evaluation of the impact on contract performance.

Substitute personnel qualifications shall be equal to, or greater than, those of the personnel substituted. If the GSA AAS CO and COR determine that a proposed substitute personnel is unacceptable, or that the reduction of effort would be so substantial as to impair the successful performance of the work under the contract, the contractor may be subject to default action as prescribed by FAR 52.212-4(m) Termination for Cause.

H.3 GOVERNMENT-FURNISHED PROPERTY (GFP)Government furnished property will not be provided.

H.4 GOVERNMENT-FURNISHED INFORMATION (GFI)

The Government will provide the licensing information.

31

Page 32: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION H – SPECIAL CONTRACT REQUIREMENTSH.5 SECURITY REQUIREMENTSClearances for contractor employees requiring access to buildings: After award of the resulting contract, all Contractor employees shall be required to furnish information for security clearances and shall comply with security regulations as imposed by the occupying agency and the Homeland Security Presidential Directive/HSPD-12. In general, all necessary facility and employee security clearances shall be at the expense of the contractor.

H.6 INFORMATION ASSURANCEThe contractor may have access to sensitive (to include privileged and confidential) data, information, and materials of the U.S. Government. These printed and electronic documents are for internal use only and remain the sole property of the U.S. Government. Some of these materials are protected by the Privacy Act of 1974 (AMENDED) and Title 38. Unauthorized disclosure of Privacy Act or Title 38 covered materials is a criminal offense.

H.8.1 ORGANIZATIONAL CONFLICT OF INTEREST (OCI)a. If a contractor has performed, is currently performing work, or anticipates performing

work that creates or represents an actual or potential OCI, the contractor shall immediately disclose this actual or potential OCI to the GSA AAS CO in accordance with FAR Subpart9.5. The nature of the OCI may involve the prime contractor, subcontractors of any tier, or teaming partners.

b. The contractor is required to complete and sign an OCI Statement. The contractor must represent either that (1) It is not aware of any facts which create any actual or potential OCI relating to the award of this contract, or (2) It has included information in its quote, providing all current information bearing on the existence of any actual or potential OCI and has included a mitigation plan in accordance with paragraph (c) below.

c. If the contractor with an actual or potential OCI believes the conflict can be avoided, neutralized, or mitigated, the contractor shall submit a mitigation plan to the Government for review.

d. In addition to the mitigation plan, the GSA AAS CO may require further information from the contractor. The GSA AAS CO will use all information submitted by the contractor, and any other relevant information known to GSA, to determine whether an award to the contractor may take place, and whether the mitigation plan adequately avoids, neutralizes, or mitigates the OCI.If any such conflict of interest is found to exist, the GSA AAS CO may determine that the conflict cannot be avoided, neutralized, mitigated, or otherwise resolved to the satisfaction of the Government and the contractor may be found ineligible for award. Alternatively, the GSA FAS CO may determine that it is otherwise in the best interest of the U.S. to contract with the contractor and include the appropriate provisions to avoid, neutralize, mitigate, or waive such conflict in the contract awarded.

32

Page 33: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION H – SPECIAL CONTRACT REQUIREMENTSH.9 STATUES, REGULATIONS, POLICY AND GUIDELINES

a. The Contractor shall execute a comprehensive support service program in full conformance and compliance with all applicable statutes, regulations, policy and guidance in support of Ginnie Mae.

b. The Contractor shall conform to Ginnie Mae Enterprise Architecture standards within the Office of Management and Budget Standard Architecture Format and all governing documents associated with the Ginnie Mae infrastructure, as applicable. Contractor shall conform to HUD and Ginnie Mae documentation standards. The link is provided below:

https://www.hud.gov/program_offices/cio/ppm

33

Page 34: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION I – CONTRACT CLAUSES

I.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

FAR Website: www.acquisition.gov/farFAR TITLE DATE

52.202-1 Definitions NOV 201352.203-5 Covenant Against Contingent Fees. MAY 201452.203-6 Restrictions on Subcontractor Sales to the Government. SEPT 200652.203-7 Anti-Kickback Procedures. MAY 2014

52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014

52.204-7 System for Award Management OCT 201652.204-9 Personal Identity Verification of Contractor Personnel JAN 201152.211-5 Material Requirements AUG 200052.211-6 Brand Name or Equal AUG 199952.212-1 Instructions to Offerors—Commercial ItemsInstructions to

Offeorors -- Commercial ItemsJAN 2017

52.212-3 Offeror Representations and Certifications -- Commercial Items

JAN 201752.212-4 Contract Terms and Conditions-Commerical Items JAN 201752.217-5 Evaluation of Options JUL 1990

52.222-50 Combating Trafficking in Persons MAR 2015

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 2011

52.225-13 Restrictions on Certain Foreign Purchases. JUN 200852.225-25 Prohibition on Contracting With Entities Engaging in Certain

Activities or Transactions Relating to Iran—Representation and Certifications

OCT 2015

52.227-14 Rights in Data – General MAY 201452.232-1 Payments APR 1984

52.233-3 Protest after Award. AUG 1996

52.239-1 Privacy or Security Safeguards AUG 199652.233-4 Applicable Law for Breach of Contract Claim OCT 200452.243-1 Changes-Fixed Price AUG 1987

34

Page 35: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION I – CONTRACT CLAUSES

52.244-6 Subcontracts for Commercial Items. NOV 2017

52.246-25 Limitation of Liability-Services FEB 1997

52.249-2 Termination for Convenience of the Government(Fixed-Price)

APR 2012

52.249-8 Default (Fixed-Price Supply and Service APR 1984

52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jul 2012)

(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) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(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) (Pub. L. 108-77, 108-78).

(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:

_x (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10

U.S.C. 2402).

_x (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L.

110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).

35

Page 36: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION I – CONTRACT CLAUSES

(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).

x (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note).

(5) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Jul 2010) (Pub. L. 111-5).

_x (6) 52.209-6, Protecting the Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note).

_x (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313).

_x (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161).

(9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15U.S.C. 657a).

(10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).

(11) [Reserved]

_X (12) (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).

(13) (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.

36

Page 37: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION I – CONTRACT CLAUSES

_X (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C.637(d)(2) and (3)).

(15) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (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 (July 2010) of 52.219-9.

_X (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).

_X (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).

(18) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C.637(d)(4)(F)(i)).

(19) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).

(ii) Alternate I (June 2003) of 52.219-23.

(20) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C.2323).

(21) 52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).

(22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).

(23) 52.219-28, Post Award Small Business Program Representation (Apr 2012)(15 U.S.C. 632(a)(2)).

(24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)).

(25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)).

37

Page 38: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION I – CONTRACT CLAUSES

_x (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

(27) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126).

x (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).

_x (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

_x (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).

_x (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29U.S.C. 793).

_x (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).

_x (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

_x (34) 52.222-54, Employment Eligibility Verification (Jul 2012). (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) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42U.S.C. 8259b).

(37) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).

(ii) Alternate I (Dec 2007) of 52.223-16.

_x (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011).

(39) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d).

(40) (i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act

38

Page 39: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION I – CONTRACT CLAUSES

(May 2012) (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, Pub. L. 108-77, 108-78, 108-286,

108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42).

(ii) Alternate I (Mar 2012) of 52.225-3.

(iii) Alternate II (Mar 2012) of 52.225-3.

(iv) Alternate III (Mar 2012) of 52.225-3.

(41) 52.225-5, Trade Agreements (May 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301note).

(42) 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).

(43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C.5150).

(44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

(45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).

(46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C.255(f), 10 U.S.C. 2307(f)).

_x (47) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332).

(48) 52.232-34, Payment by Electronic Funds Transfer—Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332).

(49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332).

(50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

(51) (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).

39

Page 40: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION I – CONTRACT CLAUSES

(ii) Alternate I (Apr 2003) of 52.247-64.

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.]

(1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C.206 and 41 U.S.C. 351, et seq.).

(3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.).

(4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

(5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).

(6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.).

(7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247).

(8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C.5112(p)(1)).

c. 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,

40

Page 41: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION I – CONTRACT CLAUSESmaterials, 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) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).

(ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (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) [Reserved]

(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).

(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

(vii) 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.

(viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)

(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).

41

Page 42: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION I – CONTRACT CLAUSESAlternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.)

(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.)

(xii) 52.222-54, Employment Eligibility Verification (Jul 2012).

(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xiv) 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.

FAR CLAUSES INCORPORATED BY FULL TEXT

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. 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 30 days.FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

a. The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to expiration; 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 60 months.

42

Page 43: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION J- LIST OF ATTACHMENTS

J.1 List of Attachments

ATTACHMENT TITLEA MONTHLY STATUS REPORTB CONSENT TO PURCHASEC REQUEST TO INITIATE PURCHASED PROBLEM NOTIFICATION REPORTE

COR APPOINTMENT LETTERF 52.212-3 OFFEROR REPRESENTATIONS AND

CERTIFICATIONS -COMMERCIAL ITEMS (MAY 2014)

G PAST PERFORMANCE QUESTIONNAIRE

H SF 1449

I ODC’s

43

Page 44: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION K REPRESENTATIONS, CERETIFICATIONS AND OTHER STATEMENTS OF OFFEREORS

REFERENCE ATTACHMENT F

FOR

52.204-8 Annual Representations and Certifications (JAN 2018)

44

Page 45: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS

L.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

http://acquisition.gov/far/index.html

52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (APR 2008)

52.253-1COMPUTER GENERATED FORMS (JAN 1991)

L.2 52.216-1 TYPE OF CONTRACT (APR 1984)

The contract will be Hybrid Firm-Fixed Price/Cost Reimbursable contract for Hardware and Software Services for Ginnie Mae. Tasks 1-7 will be procured on a Firm Fixed Price basis. Task 8 – ODCs will be procured on a cost reimbursable basis.

L.3 DISCUSSIONS WITH THE OFFEROR

The Contracting Officer is the ONLY person who is authorized to conduct formal discussions with the Offeror from release of this solicitation through the time of contract award

L.4 GENERAL INSTRUCTIONSa. The Standard Form (SF) 1449 must be executed by a representative of the

Offeror authorized to commit the Contractor to contractual obligations.

b. Contractors are expected to examine this entire solicitation document including the Attachments. Failure to do so will be at the Contractor's own risk.

c. The Government intends to may make award based on initial proposals received, without discussion. Proposals shall set forth full, accurate, and complete information as required by this solicitation package (including Attachments). The penalty for making false statements in proposals is prescribed in 18 U.S.C. 1001.

d. Contractors who include in their proposals data they do not want disclosed to the

45

Page 46: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS

public for any purpose or used by the Government except for evaluation purposes, shall –

Mark the title page with the following legend:

"This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used or disclosed--in whole or in part--for any purpose other than to evaluate this proposal or quotation. If, however, a Contract is awarded to this contractor as a result of--or in connection with--the submission of this data, and the Government incorporates the proposal as part of the award, the Government shall have theright to duplicate, use, or disclose the data. Also, this restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to the restriction is contained in sheets (insert numbers or other identification of sheets)"; and

Mark each sheet of data it wishes to restrict with the following legend:

"Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal or quotation."

e. The Government assumes no liability for disclosure or use of unmarked data and may use or disclose the data for any purpose. Unless restricted, information submitted in response to this request may become subject to disclosure to the public pursuant to the provisions of the Freedom of Information Act (5 U.S.C. 551).

L.4.1 SUBMISSION OF QUESTIONS

Vendors are requested to submit their questions grouped by solicitation section and make reference to the particular Section/subsection number. Questions must be received by 10:00 a.m. on 4/25/2018. Questions or requests for extension submitted after the cut-off date will not be considered. Questions are to be submitted to: [email protected] with a cc to:[email protected].

Any information given to a prospective Vendor concerning this solicitation will be furnished promptly to other prospective Vendors as an amendment to the solicitation.

L.5 SUBMISSION OF THE PROPOSAL

The proposal shall be received no later than 10:00 am, Eastern Standard Time (EST) on the date specified for receipt of proposal on the SF 1449. Proposals should be electronically mailed to Marion Williams at [email protected] and Wendy Wallace at [email protected]

46

Page 47: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS

IMPORTANT NOTE:  In order to be considered for award, all vendors must be registered in the IT Solutions System.  Contractor's can register at: https://web.itss.gsa.gov/itss/v41_helpdocs.nsf/HomeTellMeRegAbout/About+Contractor+Registration?OpenDocument

L.5.1 PROPOSAL PARTS

The proposal shall be in two parts.

Part I is the written Price proposal and shall contain the following:a. Solicitation, Offer and Award (SF 1449) (TAB A)b. Section B –Services and Prices (TAB B)c. Price Supporting Documentation (TAB C)d. Organizational Conflict of Interest Statement (TAB D)e. Offeror Representations and Certifications (TAB E)

Part II is the written Technical Proposal and shall contain the following:

Factor 1 - Technical ApproachFactor 2 - Past Experience

L.6 SUBMISSION OF THE WRITTEN PRICE PROPOSAL (PART I)

There is no page limit for the price proposal.

The contractor shall fully support all proposed costs. A contractor’s proposal is presumed to represent the contractor’s best efforts in response to the solicitation. Any inconsistency, whether real or apparent, between promised performance, and price, shall be explained in the proposal.

The Price Proposal shall be submitted as an electronic copy. The contractor shall submit all proposed costs using Microsoft Excel software utilizing the formats without cells locked and include all formulas.

The contractor shall include adequate information which will allow the Government to perform the required Price Analysis. The price proposal shall contain the following tabs:

a. Solicitation/Offer and Award (SF 1449 ) (Tab A). When completed and signed by the Contractor constitutes the Contractor's acceptance of the terms and conditions of the contract. Therefore, the form must be executed by representatives of the Contractor authorized to commit the Contractor to contractual obligations. The Contractor shall sign the SF 1449 in Block #30a.

b. Completed Pricing Tables provided in Section B – Services and Prices (Tab B). The Contractor shall indicate the price to be charged for CLIN in the pricing tables

47

Page 48: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS

provided in Section B. Failure to accurately and completely fill-in the provided pricing tables will result in rejection of the proposal.

c. Price Supporting Documentation (Tab C). The information requested in the proposal is required to enable the Government to perform price analysis. The Contractor shall prepare a summary which provides the Total Firm Fixed Price for each CLIN and the Total Firm Fixed Price of the contract. The Contractor is required to provide full back-up documentation for each CLIN and Task Area. The back-up documentation shall detail the labor categories to be used, labor hours proposed by category, and the fully burdened labor rate for all proposed labor categories and all projected rates for all option years.

d. Organizational Conflict of Interest Statement (TAB D). The contractor shall complete and sign an Organizational Conflict of Interest Statement in which the Contractor (and any Subcontractors, consultants or teaming partners) disclose information concerning the actual or potential conflict with any response for anysolicitation relating to any work in this solicitation. The statement shall be accompanied by the contractor’s plan for mitigation, avoidance, or neutralization,if appropriate. All actual or potential OCI situations shall be handles in accordance with FAR Subpart 9.5.

-e. Offeror Representations and Certifications Commercial Items (TAB E). The

contractor shall complete the Offeror Representations and Certifications Commercial Items (Section J, Attachment F).

NOTE: No Assumptions, Conditions, Exceptions are permitted. All responses containing Assumptions, Conditions, or Exceptions will be rejected and be ineligible for award.

L.7 SUBMISSION OF THE WRITTEN TECHNICAL PROPOSAL, PART II

The offeror shall submit all information described in the following paragraphs. Written Technical Proposals shall be submitted as an electronic copy only. The technical proposal must not exceed 25 pages. Unless otherwise specified, pages must be 8.5x11 inch. Cover pages, table of contents, acronym lists, charts/graphics, key personnel resume and past experience descriptions will not count towards the page number limitations. Text must be in a font equivalent to Times New Roman, Font 11, or larger. Tables may be no less than 10pt font and 8pt for graphics.

The technical proposal shall contain the following:

L.7.1 FACTOR 1 - TECHNICAL APPROACH

The offeror shall identify and describe the technical approach and solutions to be used in fulfilling the technical requirements identified in the RFP. The offeror shall tailor the technical

48

Page 49: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS

approach to achieve the requirements, deliverables, and performance standards as identified in the RFP.

The Contractor shall also identify at a minimum the key personnel position of a Project Manager to serve as the Government’s major point-of-contact and to provide overall leadership and guidance for all Contractor personnel assigned to the Contract in accordance with H.1. The resume shall be included for the key personnel.

L.7.2 FACTOR 2 - PAST PERFORMANCE

The offeror shall provide past performance for two (2) projects performed within the last three (3) years by the business unit that will perform this effort.

These two projects shall be similar in size, scope, and complexity to the requirements identified in Section C. The past performance information shall be submitted using one of the following methods: 1) the format provided in Attachment G. Each project is limited to five pages and identify the Point of Contacts (POCs); or 2) the contractor can provide a completed CPARS.

L.8 SERVICE OF PROTEST (SEP 2006)

(a) Protests, as defined in Part 33 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgment of receipt from Marion Williams, Contracting Officer at:

U.S. General Services Administration Assisted Acquisition Services – Room 6109 301 7th & D Streets S.W.Washington, DC 20407

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

49

Page 50: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION M-EVALUATION FACTORS FOR AWARD

M.1 METHOD OF AWARD

Award will be made to the Offeror(s) who is deemed responsible in accordance with Federal Acquisition Regulation (FAR), whose proposal conforms to the solicitation requirements, and whose proposal, judged by an overall assessment of the evaluation criteria and other considerations specified in this solicitation, represents the Lowest Priced Technically Acceptable offer. 

In order for a proposal to be considered awardable, there must be an “Acceptable” rating in all non-price factors. Trade-offs between price and non-price factor are not permitted. An unbalanced, or incomplete price proposal may be grounds for eliminating a proposal from competition. The Government will evaluate proposed prices for reasonableness using price analysis techniques. Proposed prices evaluated as unreasonable may be grounds for eliminating a proposal from competition.

Award will be made on all or none basis. Award shall be made to a single contractor. Offers must include prices for each CLIN listed in order that offers may be properly evaluated. Failure to do so shall be cause for the offeror to be not considered for award.

The following factors shall be used to evaluate offers:

1. Technical 2. Past Performance 3. Price

This requirement is set aside 100% for small business concerns.

M.2 PRICE PROPOSAL EVALUATION

The contractor’s written price proposal (Section L.6, Part I, Tabs A through C) will be evaluated to determine price reasonableness.

M.2.1 EVALUATION OF PRICING FOR FAR 52.217-8 OPTION TO EXTEND SERVICES

To determine a total evaluated price, the Government will take the price for all CLINs of the final option, determine a six-month value, and add the value to the sum of the base and all option periods. Offerors shall not submit for the potential six-month extension of services.

M.2.2 ORGANIZATIONAL CONFLICT OF INTEREST

Tab D will be evaluated to assess whether or not an actual or potential Organizational Conflict of Interest (OCI) exists as defined by FAR Part 9.5. If an actual or potential conflict of interest is identified that cannot be feasibly mitigated, avoided, or resolved in accordance with FAR Part 9.5, that contractor may be ineligible for award.

50

Page 51: SECTION M-EVALUATION FACTORS FOR AWARD Government...  · Web viewFor the potential tasks that have been identified so far and included in this QASP, the random monitoring shall be

SECTION M-EVALUATION FACTORS FOR AWARD

M.3 TECHNICAL EVALUATION FACTORS

The Government will evaluate the technical proposal – L.7, Part II based on the factors shown below:Factor 1: Technical ApproachFactor 2: Past Performance

The technical proposal evaluation factors are of equal importance.

M.3.1 FACTOR 1 - TECHNICAL APPROACH

The Government will evaluate the technical approach on the comprehensiveness of the methodology for accomplishing each task and the degree to which the proposal meets all the requirements of this solicitation. The technical approach shall not be a reiteration and acceptance of the solicitation, but shall demonstrate that the Contractor has a sound and thorough understanding of the requirements, providing a reasonable, well-thought-out approach. The Government shall evaluate the key personnel based on the degree of relevance of the stated qualifications, experience, skills, and roles to meet the requirements of the solicitation. M.3.2 FACTOR 2 – PAST PERFORMANCE

The Government shall evaluate the quality of the past performance information of the two (2) projects submitted by the contractor to determine if the projects were:

1) Performed within the last three (3) years by the business unit that will perform this effort and;

2) Similar in size, scope, and complexity to the requirements identified in Section C.

No Assumptions, Conditions, Exceptions are permitted. Any response containing Assumptions, Conditions, or Exceptions will be rejected and is ineligible for award.

(END OF SOLICITATION)

51