W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE...

67
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS Offeror To Complete Block 12, 17, 23, 24, & 30 1. Requisition Number Page Of 2. Contract No. 3. Award/Effective Date 4. Order Number 5. Solicitation Number 6. Solicitation Issue Date 7. For Solicitation Information Call: A. Name B. Telephone Number (No Collect Calls) 8. Offer Due Date/Local Time 9. Issued By Code 10. This Acquisition is Unrestricted OR Set Aside: % For: Small Business Women-Owned Small Business (WOSB) Eligible Under the Women-Owned Small Business Program Hubzone Small Business EDWOSB Service-Disabled Veteran-Owned Small Business NAICS: Email: 8(A) Size Standard: 11. Delivery For FOB Destination Unless Block Is Marked 12. Discount Terms 13a. This Contract Is A Rated Order Under DPAS (15 CFR 700) 13b. Rating See Schedule 14. Method Of Solicitation RFQ IFB RFP 15. Deliver To Code 16. Administered By Code Telephone No. 17a. Contractor/Offeror Code Facility 18a. Payment Will Be Made By Code Telephone No. 17b. Check If Remittance Is Different And Put Such Address In Offer 18b. Submit Invoices To Address Shown In Block 18a Unless Block Below Is Checked See Addendum 19. Item No. 20. Schedule Of Supplies/Services 21. Quantity 22. Unit 23. Unit Price 24. Amount (Use Reverse and/or Attach Additional Sheets As Necessary) 25. Accounting And Appropriation Data 26. Total Award Amount (For Govt. Use Only) 27a.Solicitation Incorporates By Reference FAR 52.212-1, 52.212-4. FAR 52.212-3 And 52.212-5 Are Attached. Addenda Are Are Not Attached. 27b.Contract/Purchase Order Incorporates By Reference FAR 52.212-4. FAR 52.212-5 Is Attached. Addenda Are Are Not Attached. 28. Contractor Is Required To Sign This Document And Return _________ 29. Award Of Contract: Ref. Offer Copies to Issuing Office. Contractor Agrees To Furnish And Deliver All Items Set Forth Or Otherwise Identified Above And On Any Additional Sheets Subject To The Terms And Conditions Specified. Dated . Your Offer On Solicitation (Block 5), Including Any Additions Or Changes Which Are Set Forth Herein, Is Accepted As To Items: 30a. Signature Of Offeror/Contractor 31a. United States Of America (Signature Of Contracting Officer) 30b. Name And Title Of Signer (Type Or Print) 30c. Date Signed 31b. Name Of Contracting Officer (Type Or Print) 31c. Date Signed Authorized For Local Reproduction Previous Edition Is Not Usable Standard Form 1449 (Rev. 2/2012) Prescribed By GSA-FAR (48 CFR) 53.212 SEE SCHEDULE W52P1J-17-D-0006 TIMOTHY W. VOLKERT (309)782-1956 [email protected] W52P1J ARMY CONTRACTING COMMAND - RI ROCK ISLAND, IL 61299-8000 BLDGS 60 & 62 X 334111 12500 X NONE X SEE SCHEDULE W52P1J ARMY CONTRACTING COMMAND - RI ROCK ISLAND ARSENAL ROCK ISLAND IL 61299 6R517 SRA INTERNATIONAL, INC. 15036 CONFERENCE CENTER DR CHANTILLY, VA 20151-3848 HQ0490 DFAS-INDY VP GFEBS 8899 E. 56TH STREET INDIANAPOLIS IN 46249-3800 X SEE SCHEDULE $0.00 X X X 2 AMANDA K. STRUVE [email protected] (309)782-1150 1 66 12/19/2016 Huma A. Anwar, Contracts Advisor 2016DEC19 2016DEC19

Transcript of W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE...

Page 1: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMSOfferor To Complete Block 12, 17, 23, 24, & 30

1. Requisition Number Page Of

2. Contract No. 3. Award/Effective Date 4. Order Number 5. Solicitation Number 6. Solicitation Issue Date

7. For Solicitation Information Call:

A. Name B. Telephone Number (No Collect Calls) 8. Offer Due Date/Local Time

9. Issued By Code 10. This Acquisition is Unrestricted OR Set Aside: % For:

Small Business Women-Owned Small Business (WOSB) Eligible Under the Women-Owned Small Business Program

Hubzone Small Business EDWOSB

Service-Disabled Veteran-Owned Small Business NAICS:

Email: 8(A) Size Standard:

11. Delivery For FOB Destination Unless Block Is Marked

12. Discount Terms 13a. This Contract Is A Rated Order Under DPAS (15 CFR 700) 13b. Rating

See Schedule 14. Method Of Solicitation RFQ IFB RFP

15. Deliver To Code 16. Administered By Code Telephone No. 17a. Contractor/Offeror Code Facility 18a. Payment Will Be Made By Code Telephone No.

17b. Check If Remittance Is Different And Put Such Address In Offer

18b. Submit Invoices To Address Shown In Block 18a Unless Block Below Is Checked See Addendum

19. Item No.

20. Schedule Of Supplies/Services

21. Quantity

22. Unit

23. Unit Price

24. Amount

(Use Reverse and/or Attach Additional Sheets As Necessary) 25. Accounting And Appropriation Data 26. Total Award Amount (For Govt. Use Only)

27a.Solicitation Incorporates By Reference FAR 52.212-1, 52.212-4. FAR 52.212-3 And 52.212-5 Are Attached. Addenda Are Are Not Attached.

27b.Contract/Purchase Order Incorporates By Reference FAR 52.212-4. FAR 52.212-5 Is Attached. Addenda Are Are Not Attached.

28. Contractor Is Required To Sign This Document And Return _________ 29. Award Of Contract: Ref. Offer Copies to Issuing Office. Contractor Agrees To Furnish And Deliver All Items Set Forth Or Otherwise Identified Above And On Any Additional Sheets Subject To The Terms And Conditions Specified.

Dated . Your Offer On Solicitation (Block 5), Including Any Additions Or Changes Which Are Set Forth Herein, Is Accepted As To Items:

30a. Signature Of Offeror/Contractor 31a. United States Of America (Signature Of Contracting Officer) 30b. Name And Title Of Signer (Type Or Print) 30c. Date Signed 31b. Name Of Contracting Officer (Type Or Print) 31c. Date Signed Authorized For Local Reproduction Previous Edition Is Not Usable

Standard Form 1449 (Rev. 2/2012) Prescribed By GSA-FAR (48 CFR) 53.212

SEE SCHEDULE

W52P1J-17-D-0006

TIMOTHY W. VOLKERT (309)782-1956

[email protected]

W52P1J

ARMY CONTRACTING COMMAND - RI

ROCK ISLAND, IL 61299-8000

BLDGS 60 & 62

X

334111

12500

X

NONE

X

SEE SCHEDULEW52P1J

ARMY CONTRACTING COMMAND - RI

ROCK ISLAND ARSENAL

ROCK ISLAND IL 61299

6R517SRA INTERNATIONAL, INC.15036 CONFERENCE CENTER DRCHANTILLY, VA 20151-3848

HQ0490DFAS-INDY VP GFEBS8899 E. 56TH STREETINDIANAPOLIS IN 46249-3800

X

SEE SCHEDULE

$0.00

X X

X 2

AMANDA K. [email protected] (309)782-1150

1 66

12/19/2016Huma A. Anwar, Contracts Advisor

2016DEC19

2016DEC19

Page 2: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

19. Item No.

20. Schedule Of Supplies/Services

21. Quantity

22. Unit

23. Unit Price

24. Amount

32a. Quantity In Column 21 Has Been

Received Inspected Accepted, And Conforms To The Contract, Except As Noted: _________________________________________________ 32b. Signature Of Authorized Government Representative 32c. Date 32d. Printed Name and Title of Authorized Government Representative 32e. Mailing Address of Authorized Government Representative 32f. Telephone Number of Authorized Government Representative 32g. E-Mail of Authorized Government Representative 33. Ship Number 34. Voucher Number 35. Amount Verified 36. Payment 37. Check Number Correct For Partial Final Complete Partial Final

38. S/R Account No. 39. S/R Voucher Number 40. Paid By 41a. I Certify This Account Is Correct And Proper For Payment 42a. Received By (Print) 41b. Signature And Title Of Certifying Officer 41c. Date 42b. Received At (Location) 42c. Date Rec’d (YY/MM/DD) 42d. Total Containers Standard Form 1449 (Rev. 2/2012) Back

Page 3: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

SUPPLEMENTAL INFORMATION

Buyer Name: TIMOTHY W. VOLKERT

Buyer Office Symbol/Telephone Number: CCRC-IT/(309)782-1956

Type of Contract 1: Firm Fixed Price

Kind of Contract: Supply Contracts and Priced Orders

Type of Business: Large Business Performing in U.S.

Surveillance Criticality Designator: C

Contract Expiration Date: 2024DEC18

*** End of Narrative A0000 ***

1. In support of the AMIS (Automated Movement and Identification Solutions) mission, ACC-RI (Army Contracting Command - Rock Island)

hereby awards the pRFID (Passive Radio Frequency Identification) III, five year, IDIQ (Indefinite Delivery/Indefinite Quantity) contract

to SRA International, Inc., a CSRA Company, here on out referred to as SRA.

The Hardware Table (Volume 1-1-1, Paragraph 1.11) and Software Table (Volume 1-1-3 (Rev 2), Paragraph 3.6) are hereby incorporated into

this contract.

The pRFID III Price Matrix (Attachment 0004 - pRFID III Price Matrix) is hereby incorporated into this contract.

This commercial IDIQ contract vehicle is decentralized and available to DoD (Department of Defense), USCG (United States Coast Guard),

NATO (North Atlantic Treaty Organization), Coalition Partners, other FMS (Foreign Military Sales), other Federal Agencies, and

contractors in support of DoD activities. All Federal Contracting Officers are delegated procurement authority to place Task

Orders/Delivery Orders against this IDIQ contract. All Contracting Officers seeking to place orders against the contract shall comply

with the terms and conditions of this base IDIQ contract.

The pRFID III contract provides a common, integrated structure for logistics tracking, locating, and monitoring of assets via

commercially available pRFID technology communications hardware, software, documentation, and incidental services, as well as,

incidental services such as training, warranty and maintenance services, and turnkey solutions via technical engineering services (TES).

2. DELIVERY ORDER 0001: DO0001 will be issued concurrently, which obligates the guaranteed minimum as stated in the solicitation.

Consequently, the Government is under no further obligation to place any additional orders.

The maximum total value of all orders shall not exceed $25,494,600.35. There is no guarantee that the Government will order the maximum

value under this procurement.

3. ORDER: All orders placed against this contract will be issued in accordance with the Performance Work Statement (PWS), which is

located in the "Descriptions/specifications/Work Statement Section of this contract, as well as the decentralized Ordering Guide

Procedures, which can be found as Attachment 0001, "pRFID III Ordering Guide."

a. Prices are FOB Destination in U.S. currency

b. Government Ordering Officers shall issue a solicitation to the Contractor for individual Task Orders using the TES CLIN. Each

individual Task Order will be accompanied by its own unique Task Order PWS that will align with the PWS found in this contract.

4. ORDERING PERIOD: The ordering periods for this pRFID III contract are as follows:

Ordering Period 1: 20 December 2016 to 19 December 2017

Ordering Period 2: 20 December 2017 to 19 December 2018

Ordering Period 3: 20 December 2018 to 19 December 2019

Ordering Period 4: 20 December 2019 to 19 December 2020

Ordering Period 5: 20 December 2020 to 19 December 2021

5. SUBCONTRACTING PLAN: SRAs commercial Small Business Subcontracting Plan is accepted and incorporated into this contract.

6. INVOICING INSTRUCTIONS: ACC-RI uses the WAWF Program. SRA must have the ability to comply with DFARS Clause 252.232-7006, Wide Area

Workflow Payment Instructions and DFARS 252.232-7003, Electronic Submission of Payment Requests.

7. CONTRACTOR MANPOWER REPORTING: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains

a secure Army data collection site where the contractor shall report all contractor labor hours (including subcontractor labor hours)

required for performance of services provided under this contract via a secure data collection site. The contractor is required to

completely fill in all required data fields using the following Web address: http://www.ecmra.mil/, and then click on "Department of the

Army CMRA" or the icon of the DoD organization that is receiving or benefitting from the contracted services.

2 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 4: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

8. CONTRACTOR PERFORMANCE: You are hereby advised that after contract award your performance under this contract will be subject to an

assessment(s) in accordance with FAR 42.15 and AFARS 5142.1503-90. The DoD CPARS (Contractors Performance Assessment Reporting System)

will be used to maintain the performance report(s) generated on this contract. You must register within ten (10) days of the date of

award notification. Please ensure that you complete all information required on the registration form.

9. GOVERNMENT POINTS OF CONTACT:

Contracting Officer:

Amanda Struve (ACC-RI)

Email: mailto:[email protected]

Phone: 309-782-1150

Contract Specialist:

Tim Volkert (ACC-RI)

Email: mailto:[email protected]

Phone: 309-782-1956

Contracting Officer Representative (COR):

Bryan Keys (AMIS)

Email: mailto:[email protected]

Phone: 703-806-0541.

*** END OF NARRATIVE A0006 ***

3 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 5: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

SUPPLIES OR SERVICES AND PRICES/COSTS

At time of award for each Delivery Order (hardware/software) and Task Order (service) the CLIN/SLIN assignment is to be made in

accordance with Attachment 0004, "User & Pricing Guide."

See Attachment 0004 for all CLINs/SLINs available, including applicable ancillary items and model numbers.

*** END OF NARRATIVE B0001 ***

4 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 6: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETPIIN/SIIN

Page of

Name of Offeror or Contractor:

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

Reference No. of Document Being Continued

MOD/AMD

0001 FIRM FIXED PRICE - HARDWARE/SOFTWARE ____________________________________

SERVICE REQUESTED: HARDWARE/SOFTWARE

CLIN CONTRACT TYPE:

Firm Fixed Price

SECURITY CLASS: Determined at Delivery/Task Order

Level.

The following SLINs are to provide pRFID III hardware

and software on a Firm Fixed price basis in

accordance with the pRFID III Price Matrix:

SLIN series 0001, 0003, 0005, 0007, 0009, 0011, 0013,

and 0015

Specific requirements and pricing shall be set forth

under individual Delivery or Task Orders.

The pricing will be based on the established pricing

listed in the pRFID III Price Matrix.

Inspection, Acceptance, and FOB Point shall be

specified by incorporating the appropriate clauses

from Sections E and F on each individual Delivery

Order.

The delivery or performance schedule shall be

determined on each individual Delivery/Task Order.

(End of narrative B001)

0017 INCIDENTAL MATERIALS - "COST REIMBURSABLE" __________________________________________

SERVICE REQUESTED: COST REIMBURSABLE

CLIN CONTRACT TYPE:

Firm Fixed Price

Cost Reimbursable CLIN

SECURITY CLASS: Determined at Delivery/Task Order

Level.

SLIN 0017AA is to provide pRFID III Incidental

Materials under a cost basis in accordance with the

PRFID III Performance Work Statement (PWS).

Specific requirements and pricing shall be set forth

under individual Delivery or Task Orders.

Inspection, Acceptance, and FOB Point shall be

specified by incorporating the appropriate clauses

5 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 7: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETPIIN/SIIN

Page of

Name of Offeror or Contractor:

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

Reference No. of Document Being Continued

MOD/AMD

from Sections E and F on each individual Delivery

Order.

The delivery or performance schedule shall be

determined on each individual Delivery/Task Order.

(End of narrative B001)

0019 LABOR CATEGORIES/TECHNICAL ENGINEERING SERVICES _______________________________________________

SERVICE REQUESTED: LABOR/TECH ENGIN SVC

CLIN CONTRACT TYPE:

Firm Fixed Price

SECURITY CLASS: Determined at Delivery/Task Order

Level.

The SLIN 0019 series provides pRFID III Labor

Categories/Technical Engineering Services on a Firm

Fixed price basis in accordance with the pRFID III

Performance Work Statement (PWS) on a Firm Fixed

price basis in accordance with the pRFID III Price

Matrix.

The delivery or performance schedule shall be

determined on each individual Delivery/Task Order.

(End of narrative B001)

0021 TRAVEL - "COST REIMBURSABLE" ____________________________

SERVICE REQUESTED: "COST REIMBURSABLE"

CLIN CONTRACT TYPE:

Firm Fixed Price

Cost Reimbursable CLIN

SLIN 0021 provides for travel costs for travel

incurred during execution of the pRFID III contract,

to include on-call maintenance warranty services.

Allowable travel and per diem costs are governed by

FAR Part 31, and are reimbursable by the ordering

agency. Travel will only be reimbursable to the

extent authorized by the ordering agency. All costs

associated with travel and per diem will not include

any type of fee.

The delivery or performance schedule shall be

6 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 8: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETPIIN/SIIN

Page of

Name of Offeror or Contractor:

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

Reference No. of Document Being Continued

MOD/AMD

determined on each individual Delivery/Task Order.

(End of narrative B001)

0022 MAINTENANCE SERVICES ____________________

SERVICE REQUESTED: MAINTENANCE SERVICES

CLIN CONTRACT TYPE:

Firm Fixed Price

SECURITY CLASS: Determined at Delivery/Task Order

Level.

The following SLINs are to provide pRFID III on a

Firm Fixed price basis in accordance with the pRFID

III Price Matrix:

SLIN series 0022, 0023, 0024, 0025, 0026, and 0027.

The maintenance CLIN may be used in conjunction with

the travel CLIN, CLIN 0017, for travel associated

when on-call maintenance is required.

Specific requirements and pricing shall be set forth

under individual Delivery or Task Orders.

The pricing will be based on the established pricing

listed in the pRFID III Price Matrix.

Inspection, Acceptance, and FOB Point shall be

specified by incorporating the appropriate clauses

from Sections E and F on each individual Delivery

Order.

The delivery or performance schedule shall be

determined on each individual Delivery/Task Order.

(End of narrative B001)

0028 CONTRACTOR MANPOWER REPORTING $ ** NSP ** _____________________________ __________________

SERVICE REQUESTED: CONTRACTOR MANPOWER REPORTING

CLIN CONTRACT TYPE:

Firm Fixed Price

7 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 9: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

PASSIVE RADIO FREQUENCY IDENTIFICATION (pRFID) III

PERFORMANCE WORK STATEMENT (PWS)

Table of Contents

1 SCOPE

1.1 PROJECT OBJECTIVEs

1.2 DESCRIPTION AND SPECIFICATION

1.3 GENERAL

1.4 PASSIVE RFID APPLICATION

1.5 GEOGRAPHIC LOCATIONS

1.6 RESTRICTION OF HAZARDOUS SUBSTANCES (ROHS)

1.7 OFFICIAL HOURS OF OPERATION

1.8 ATTACHMENTS AND EXHIBITS

2 APPLICABLE DOCUMENTS, DEFINITIONS, AND ACRONYMS

2.1 FEDERAL INFORMATION PROCESSING STANDARDS

2.2 ELECTRONIC PRODUCT CODE (EPC) GLOBAL STANDARDS

2.3 FEDERAL COMMUNICATION COMMISSION (FCC) REGULATIONS

2.4 UID AND IUID POLICY REGULATIONS

2.5 ARMY SECURITY POLICY REGULATIONS

2.6 DOD SECURITY POLICY REGULATIONS AND DFARS

2.7 OMB CIRCULAR NO. A-130 REVISED

2.8 DEFINITION OF TERMS

2.9 ACRONYMS

3 PASSIVE RFID TECHNOLOGY REQUIREMENTS

3.1 GENERAL

3.2 DEFENSE INFORMATION STANDARDS REGISTRY (DISR) COMPLIANCE

3.3 OPERATING ENVIRONMENTS

3.3.1 Electromagnetic Environment

3.3.2 Electrostatic Discharge

3.3.3 Hazardous Environment

3.3.4 Ordnance Environment

3.3.5 Testing

3.3.6 Safety

3.3.7 Device Labels

3.3.8 Radio Regulatory Compliance

3.3.9 Rugged Environment

3.4 BAR CODE REQUIREMENTS

3.5 ORIGINAL EQUIPMENT MANUFACTURER ENGINEERING CHANGES

3.6 CONNECTIVITY TO GOVERNMENT-OWNED COMPUTERS

3.7 AC/DC POWER REQUIREMENTS

3.7.1 Power Requirements

3.7.2 Battery Operated pRFID Readers

3.7.3 Rechargeable Batteries

3.7.4 Internal Back-up Power

3.7.5 Battery Protection

3.7.6 Hand-Held Reader (HHR) Low-Power Operation

3.8 ACCESSIBILITY

3.9 EQUIPMENT DELIVERY REQUIREMENTS

3.10 EXPEDITED DELIVERY REQUIREMENTS

3.11 UNIQUE IDENTIFICATION

3.12 IPV6 CAPABLE ASSETS

3.13 HAZARDS OF ELECTROMAGNETIC RADIATION TO PERSONNEL (HERP)

4 PRFID EQUIPMENT REQUIREMENTS

4.1 PRFID REQUIREMENTS

4.2 PRFID FUNCTIONAL/DEVICE REQUIREMENTS

4.2.1 pRFID Fixed Reader

4.2.2 pRFID Vehicle Mount Fixed Reader

4.2.3 pRFID Smart Table

4.2.4 pRFID Hand-Held Reader

4.2.5 pRFID Tags

8 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 10: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

4.2.6 pRFID Enabled Bar Code Label Printer

4.3 RADIO FREQUENCY DATA COMMUNICATION CONFIGURATIONS

4.3.1 Technical Requirements

4.3.2 RF Access Point

4.3.3 RF Gateway

5 SOFTWARE, FIRMWARE, AND SECURITY REQUIREMENTS

5.1 SOFTWARE REQUIREMENTS

5.1.1 Environment

5.1.2 Graphical User Interface

5.1.3 Capability

5.2 CONFIGURATION/OPERATIONAL SOFTWARE FOR FIXED READER PC

5.3 CONFIGURATION/OPERATIONAL SOFTWARE FOR HHR

5.4 APPLICATION DEVELOPMENT SOFTWARE

5.4.1 pRFID Application Development Software

5.4.2 Separately Orderable Components

5.4.3 HHR Software Development Kit

5.5 PASSIVE RFID ENABLED PRINTER SOFTWARE

5.6 FIRMWARE REQUIREMENTS

6 SECURITY

6.1 HHR AND HHT ACCESS PROTECTION

6.2 SECURITY STANDARDS

6.3 DOD INFORMATION ASSURANCE REQUIREMENTS

6.4 DOD WIRELESS DEVICE SECURITY REQUIREMENTS

6.5 ARMY WIRELESS DEVICE SECURITY REQUIREMENTS

6.6 COMMON CRITERIA COMPLIANCE REQUIREMENTS

6.7 SECURITY CERTIFICATION AND ACCREDITATION SUPPORT

6.8 SECURITY MAINTENANCE SERVICES

6.9 GOVERNMENT EVALUATION

7 MANAGEMENT

7.1 PRFID PROGRAM MANAGEMENT

7.1.1 Points of Contact

7.1.2 pRFID III Contract Program Manager

7.2 USER GUIDE (UG)

7.2.1 Purpose

7.2.2 User Guide Review

7.2.3 User GuideApproval and Posting

7.3 PRFID III MANAGEMENT PLAN

7.3. Integrated Product Teams

7.3.2 Project Progress Reviews

7.3.3 Status Report

7.3.4 Contractor Manpower Reporting

7.4 CONFIGURATION MANAGEMENT

7.4.1 pRFID III Configuration Management Plan

7.4.2 Changes and Modifications

7.4.3 Changes to Software

7.4.4 Notification of Software Changes

7.4.5 Correction of Safety Hazards or Equipment Malfunctions

7.4.6 Configuration Audits

7.4.7 Physical Configuration Audit

7.4.8 Functional Configuration Audit

7.5 RISK MANAGEMENT

7.6 MONTHLY EQUIPMENT AND SERVICE REPORT

7.7 WARRANTY STATUS REPORT

7.8 KEY PERSONNEL

8 EQUIPMENT RETURN AND TRACKING

9 CUSTOMER SUPPORT

9.1 TECHNICAL ASSISTANCE

9.1.1 Toll-Free Customer Support Help Desk

9.1.2 Website

9 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 11: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

10 WARRANTY

10.1 WARRANTY SUPPORT

10.2 WARRANTY MAIL-IN PROCEDURES

10.3 COMPONENT RETURN AND TRACKING

10.4 WARRANTY REPLACEMENT PARTS

10.5 WARRANTY ON-CALL PROCEDURES

11 MAINTENANCE

11.1 MAINTENANCE TURN-AROUND TIME

11.1.1 pRFID Component Return and Tracking

11.1.2 Mail-In Maintenance

11.1.3 On-Call Maintenance

11.1.4 Maintenance Procedures

11.1.5 Maintenance Replacement Parts

11.1.6 Software Maintenance

11.2 PREVENTIVE MAINTENANCE

11.3 TRANSPORTATION

12 TECHNICAL ENGINEERING SERVICES

12.1 GENERAL

12.1.1 Proposal Request for TES

12.1.2 Travel

12.1.3 TES Trip Report

12.1.4 TES Response Time

12.1.5 Software Development Services

12.2 INSTALLATION/DE-INSTALLATION/RELOCATION

12.2.1 Site Surveys and Installation Plans

12.2.2 Installation/De-installation

12.2.3 Relocation of Passive RFID Components

12.2.4 Installation Plans

12.3 CONTRACT SUPPORT PERSONNEL

13 DOCUMENTATION REQUIREMENTS

13.1 GOVERNMENT RIGHTS

13.2 COMMERCIAL USER MANUALS

13.3 SOFTWARE REFERENCE DOCUMENTATION

14 TRAINING REQUIREMENTS

14.1 WEB-BASED AND CD-ROM TRAINING

14.1.1 Target Audiences and Areas

14.1.2 Training

14.1.3 Special Training Materials

14.1.4 Training Deliverables

14.1.5 Training Package Updates

15 CERTIFICATION

15.1 PASSIVE RFID CERTIFICATIONS

15.1.1 Energy Star

15.1.2 Non-incendive Certification

15.1.3 Product Safety Certification

15.1.4 Electromagnetic Compatibility (EMC) Compliance and Hazards of Electromagnetic Radiation to Ordnance (HERO) Compliance

15.1.5 Self-Certification

16 BACKGROUND INVESTIGATIONS FOR CONTRACTOR PERSONNEL

16.1 BACKGROUND

16.2 NAC FILE RECORDS

16.3 CONTINUED PERFORMANCE DURING SUPPORT OF CRISIS SITUATIONS, CONTINGENCY OR EXERCISE

17 ORGANIZATION CONFLICT OF INTEREST (OCI)

17.1 NON-DISCLOSURE AGREEMENT

18 ANTI-TERRORISM/OPERATIONS SECURITY REQUIREMENTS

-----------------------------------

1. SCOPE

10 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 12: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

-----------------------------------

The Mission of Automated Movement and Identification Solutions (AMIS) is to provide a single point of contact for procurement and

technical expertise across the suite of Automatic Identification Technology (AIT) enabling technologies that support focused logistics,

Total Asset Visibility (TAV), and the integration of global supply chains. The Passive Radio Frequency Identification (pRFID) III

Contract will provide hardware, software, documentation, and, incidental services to authorized users worldwide. Incidental services

include training, warranty and maintenance services, and technical engineering services (TES). All Passive RFID hardware will conform

to the EPC Global Standards/Specifications for each Class of Tags. In addition, future requirements involving portal readers, extended

memory Tags, sensor enabled Tags, and smart fixed readers will be reviewed on a biannual basis to determine applicability with regard to

Government use and implementation. Hardware and software delivery and installation, as well as performance of associated training and

warranty and maintenance services, will be required at CONUS and OCONUS Government sites. Performance of TES will be required at CONUS

and OCONUS Government sites, and the Contractor facility.

-----------------------------------

1.1 PROJECT OBJECTIVES

-----------------------------------

The objective of the pRFID III acquisition is to provide a state-of-the-art, common, integrated structure for logistic identification,

tracking, locating, and monitoring of commodities and assets. In addition, Item Unique Identification (IUID) marking, data collection,

storage information, retrieval methods, information processing, and transmission of Tag data will greatly enhance systems within the

Department of Defense (DoD), United States Coast Guard, other Federal Agencies, North Atlantic Treaty Organization (NATO), Coalition

Partners and, other Foreign Military Sales (FMS). Passive RFID technology will provide standardization and interoperability amongst

Government Users of Passive RFID equipment and incidental services acquired from the pRFID III Contract.

-----------------------------------

1.2 DESCRIPTION AND SPECIFICATION

-----------------------------------

This Description and Specification sets forth the requirements for the pRFID III Contract.

The Contracts shall provide for commercially available Passive RFID technology communications hardware, software, TES, documentation,

training, and warranty and, maintenance services, to provide a common, integrated structure for logistics tracking, locating, and

monitoring of assets for all Users.

The definition of Passive RFID (also referred to as pRFID) components for the purposes of this Contract are those commercial products

necessary for Passive Radio Frequency Identification, the tracking of tagged commodities and assets, data collection, keyless data

entry, data processing, data storage, and retrieval. The standalone terms Passive RFID and pRFID as used in this Contract initially

refer to Passive technology.

The pRFID III Contract will provide pRFID hardware and software that will be used in fixed and mobile locations. The pRFID III

requirements include, but are not limited to, microprocessor-based RFID hardware, software, data communications, and turnkey integration

services to include: pRFID Tags, pRFID Fixed Readers; pRFID Enabled Printers; pRFID Hand-Held Readers; pRFID Vehicle Mount Readers;

pRFID Smart Tables; Rechargeable Batteries and Battery Chargers; Software Configuration/Operational Software for PC,

Configuration/Operational Software for Hand-Held Reader, Application Development Software and Special Software Development Tool

Kits/Utility Libraries, Integration Software, pRFID Enabled Printer Software); upgrades and updates to all delivered Software;

Separately Orderable Components; TES (Installation, De-installation, and Relocation of pRFID components); Software Development Services;

Middleware Development Services for Task Orders; Commercially available Middleware for Task Orders; System Integration; IUID marking and

Implementation Support; Warranty; Maintenance; Program Management; and Training.

Turnkey solutions integrating technology purchased under the pRFID III Contract with existing Government provided AIT shall be provided

under TES Task Orders to provide a transparent solution to the User. The pRFID Tags provided under this Contract shall have 100%

readability in an optimal environment, as defined by the Contractor, when applied to but not limited to the following materials:

metals, fiberboard, plastic, wood, and glass. pRFID Tags (available in roll form) provided on this Contract shall be compatible with

the Printer provided under this Contract. pRFID Printers shall write to and correctly verify programmed Tags after printing/encoding.

pRFID technologies are applied to areas such as inventory and warehousing environments; supply chain tracking, control of maintenance,

repair, and tracking facilities; control of entry and exit points of military facilities, and roadside installations; control of

transactions at custody exchange points (e.g., weapons issue facilities); the military transportation community (e.g., seaports and

aerial ports); the handling of hazardous explosives; and for other regulated materials.

The Government reserves the right to add a transit case(s) to the Contract to support missions that require rapid deployment worldwide

of groups of pRFID equipment. In the event the Government has a requirement to add a transit case(s) to the Contract, the Contracting

officer will request a CCP, and the Contractor shall submit a CCP in accordance with the paragraphs Current Technology Substitutions and

Additions and Contract Change Proposal (CCP) Response Time stated in the Special Contract Requirements section of the base IDIQ

contract.

-----------------------------------

1.3 GENERAL

-----------------------------------

11 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 13: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

The Government shall utilize pRFID technologies in applications that demand performance on a higher level than that available with bar

code and other automated data storage and retrieval technologies. Passive RFID Tags will be affixed to pallets, cases, and assets or

other objects of interest to capture and transmit varying amounts of data, which can be stored (either permanently or temporarily) and

processed. The Government requires pRFID Readers that shall be programmable to read pRFID, Tags. The Reader shall read and write

information to pRFID Tags. This feature shall enable a User to locate, track, and monitor the status of a Tag and its associated

commodity and asset, or to alter the data stored on a Tag.

-----------------------------------

1.4 PASSIVE RFID APPLICATIONS

-----------------------------------

Some anticipated applications of pRFID technology include, but are not limited to the following:

a. Inventory and warehousing environments;

b. Supply chain tracking;

c. Large open-area storage facilities (austere marshaling areas, and staging and assembly areas), with or without electrical power or

an established communications infrastructure;

d. The control of maintenance, repair, and tracking facilities;

e. The control of entry and exit points of military facilities, and roadside installations;

f. Restricted office and laboratory environments;

g. The control of transactions at custody exchange points (for example, weapons issue facilities);

h. The military transportation community (for example, seaports and aerial ports), and petroleum distribution points (including fueling

operations at airports, in-flight, and at sea);

i. The handling of hazardous, explosive, or otherwise regulated materials; and

j. The control of military convoys.

-----------------------------------

1.5 GEOGRAPHIC LOCATIONS

-----------------------------------

The Government requires equipment that can be used worldwide in accordance with the EPC global Standard, Version 2.0 (excluding Japan).

-----------------------------------

1.6 RESTRICTION OF HAZARDOUS SUBSTANCES (ROHS)

-----------------------------------

All hardware provided under the Contract shall comply with the Directive 2002/95/EC of the European Parliament and of the Council of 27

January 2003 on the restriction of the use of certain hazardous substances in electrical and electronic equipment: http://eur-

lex.europa.eu/LexUriServ/LexUriServ.do?uri=CELEX:32002L0095:EN:HTML.

-----------------------------------

1.7 OFFICIAL HOURS OF OPERATION

-----------------------------------

The Contractor shall provide support during local Official Hours of Operation (defined in paragraph Definition of Terms in this Part),

based on the geographic location of the Government site at which the support will be provided except for Hours of Operation requirements

that are specified in paragraphs Toll-Free Customer Support Help Desk and On-Call Maintenance in this Part.

-----------------------------------

1.8 ATTACHMENTS AND EXHIBITS

-----------------------------------

The following exhibits are contained in Section J:

a. Exhibit A - Safe Separation Distance between a RF Source and Unshielded Munitions Containing 10 mA No-fire Current Electro-explosive

Devices (EEDs).

b. Exhibit B - pRFID III Contract Status Report.

-----------------------------------

2. APPLICABLE DOCUMENTS, DEFINITIONS, AND ACRONYMS

-----------------------------------

12 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 14: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

-----------------------------------

2.1 FEDERAL INFORMATION PROCESSING STANDARDS

-----------------------------------

Copies of the Federal Information Processing Standards (FIPS) may be obtained from the following:

U.S. Department of Commerce

National Technical Information Service

5301 Shawnee Road

Alexandria, VA 22312

Telephone: 1-800-553-6847

Website: http://www.ntis.gov/

-----------------------------------

2.2 ELECTRONIC PRODUCT CODE (EPC) GLOBAL STANDARDS

-----------------------------------

Copies of the EPCglobal Standards may be obtained from the following:

EPCglobal US

Princeton Pike Corporate Center

1009 Lenox Drive, Suite 202

Lawrenceville, NJ 08648

Phone: 609.620.4671

Fax: 609.620.0255

Website: http://www.gs1us.org/resources/standards

-----------------------------------

2.3 FEDERAL COMMUNICATION COMMISSION (FCC) REGULATIONS

-----------------------------------

Federal Communications Commission (FCC) Regulations can be obtained from the Government Printing Office website listed below:

http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title47/47tab_02.tpl

International Transcription Services

732 North Capitol Street, NW

Washington, DC 20401-0001

Telephone Ordering: 202-512-1800

-----------------------------------

2.4 UID AND IUID POLICY REGULATIONS

-----------------------------------

Updates to Policy and associated Guides for Unique Identification (UID) and IUID of Tangible Items can be obtained from the following:

http://www.uidforum.com/

http://www.acq.osd.mil/dpap/pdi/uid/index.html

-----------------------------------

2.5 ARMY SECURITY POLICY REGULATIONS

-----------------------------------

http://www.army.mil/usapa/epubs/25_Series_Collection_1.html

-----------------------------------

2.6 DOD SECURITY POLICY REGULATIONS AND DFARS

-----------------------------------

Security Policy Regulations: http://www.dtic.mil/

DFARS: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

-----------------------------------

2.7 OMB CIRCULAR NO. A-130 REVISED

-----------------------------------

http://www.whitehouse.gov/omb/circulars/a130/a130trans4.html

-----------------------------------

2.8 DEFINITION OF TERMS

13 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 15: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

-----------------------------------

THE FOLLOWING ARE DEFINITIONS OF TERMS USED IN THIS SPECIFICATION. ALL OTHER DEFINITIONS AND MEANINGS USED IN THIS SPECIFICATION WILL

BE THOSE THAT ARE COMMONLY USED IN THE RADIO FREQUENCY IDENTIFICATION TECHNOLOGY INDUSTRY.

a. Continental United States (CONUS): All locations and sites within the 48 contiguous States.

b. Industrially Hardened Components: Components that can operate in a warehouse or manufacturing setting and are capable of surviving

the rough treatment and handling often found in shipping areas, loading docks, catwalks, ladders, or on the floor of a manufacturing

facility.

c. Non-incendive: See paragraph entitled Hazardous Environment.

d. Outside Continental United States (OCONUS): All locations outside the 48 contiguous States of the U.S. OCONUS locations include,

but are not limited to, Alaska, Hawaii, U.S. Territories and Possessions, Europe, Asia, and Australia.

e. Official Hours of Operation: Official hours of operation are from 8:00 a.m. to 5:00 p.m. local time, Monday through Friday,

excluding Federal holidays, for each Government facility possessing Passive RFID components.

f. Return Material Authorization (RMA): This is a number that shall be assigned by the Contractor for tracking Passive RFID EPCglobal

components returned for warranty or maintenance service. This number shall be furnished to the RFID user to assist in ascertaining the

status of those components.

-----------------------------------

2.9 ACRONYMS

-----------------------------------

The following are acronyms used in this Specification:

AC Alternating Current

AIS Automated Information System

ANSI American National Standards Institute

CLIN Contract Line Item Number

CONUS Continental United States

COR Contracting Officers Representative

DC Direct Current

DoD Department of Defense

EIT Electronic and Information Technology

EPC Electronic Product Code

FCA Functional Configuration Audit

FCC Federal Communications Commission

FIPS Federal Information Processing Standard

FMS Foreign Military Sales

HERO Hazards of Electromagnetic Radiation to Ordnance

HHR Hand-Held Reader

IA Information Assurance

IEEE Institute of Electrical and Electronics Engineers

IPT Integrated Product Team

IUID Item Unique Identification

DISR Defense Information Standards Registry

MESR Monthly Equipment Service Report

NI Non-incendive

NIAP National Information Assurance Partnership

NIST National Institute of Standards and Technology

NTIA National Telecommunications and Information Administration

OCONUS Outside Continental United States

OEM Original Equipment Manufacturer

OG Ordering Guide

PC Personal Computer

PCA Physical Configuration Audit

PM Product Manager

PPR Project Progress Review

PWS Performance Work Statement

RC Repair Center

RFID Radio Frequency Identification

RMA Return Material Authorization

SLIN Sub-Line Item Number

14 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 16: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

TCP/IP Transmission Control Protocol/Internet Protocol

TES Technical Engineering Services

WLAN Wireless Local Area Network

UID Unique Identification

UL Underwriters Laboratory

USB Universal Serial Bus

-----------------------------------

3. PASSIVE RFID TECHNOLOGY REQUIREMENTS

-----------------------------------

-----------------------------------

3.1 GENERAL

-----------------------------------

The Contractor shall provide all necessary hardware, software, data communications, cables, connectors, peripherals, training,

installation support services, TES, and documentation (e.g., User Manuals) to operate and maintain the pRFID technologies as stated in

this Specification. Due to the diversity of applications, the Contractor shall provide the TES necessary to configure, install,

interface, and integrate, the appropriate hardware and software to satisfy specified applications, which will identified in the TES Task

Order. The Government requires equipment that supports the requirements of the Joint Technical Architecture, if applicable. The

Government requires Contractor support during Official Hours of Operations except for Hours of Operation requirements that are specified

in paragraphs Toll-Free Customer Support Help Desk and On-Call Maintenance in this Part. The Government requires commercial software

packages and software for application development. Program Management is required to support the Governments efficient execution of

this Contract. Warranty services are required to ensure the operational availability of pRFID equipment. TES/Turnkey solutions are

required to help the Government incorporate pRFID equipment into various Automated Information Systems (AIS). Training and

documentation are required to inform and educate the Government User.

-----------------------------------

3.2 DEFENSE INFORMATION STANDARDS REGISTRY (DISR) COMPLIANCE

-----------------------------------

The DISR is the minimal set of rules governing the arrangement, interaction, and interdependence of the parts or elements that together

form an information system. Its purpose is to ensure that DoD systems are interoperable, scalable, and portable. The pRFID III

equipment specified in this Contract is not considered by DoD to be a system. Rather, pRFID III equipment is used to provide data entry

front-ends for DoD systems. This Specification includes small computer platforms and components that may be proprietary, or that have

neither the capacity nor the scope to satisfy DISR requirements. For example, the operating systems for hand held terminals do not meet

Common Operating Environment requirements. DISR requirements for modeling and designing a system are also not required by this

Contract. Systems developers incorporating pRFID III equipment purchased from this Contract will address product modeling and design

requirements in their system models and designs. The DISR requirement for purposes of this Contract is for pRFID III equipment to

interface with supported systems. Interface requirements for pRFID III equipment are part of the specifications for these components.

For each component provided by the Contractor, the Contractor shall identify each external interface of the component for which a

standard interface specified in the DISR applies, and shall certify that each interface is compliant with a DISR standard.

-----------------------------------

3.3 OPERATING ENVIRONMENTS

-----------------------------------

The pRFID III equipment may be subject to operating in diverse/rugged environments, and under a full spectrum of climatic conditions

(desert and Arctic areas). The pRFID III equipment may be subject to rough handling, shock, and vibration during transportation, setup,

and dismantling. The pRFID III equipment shall be capable of use in industrial, hazardous, and ordnance environments, on board surface

and subsurface naval vessels, aircraft, tanks, in conditions that range from protected and controlled (office settings) to extremely

harsh and severe environments and in areas with high levels of electromagnetic noise and interference. All components acquired from

this Contract shall meet applicable Environmental Protection Act requirements. The Government requires pRFID equipment that shall

operate in the following environments: electromagnetic, hazardous, ordnance and radio frequency environments. The Government requires

pRFID equipment that shall operate, at a minimum, in the following temperature ranges:

pRFID Fixed Reader

Operating Temperature: -4 to 120 degrees F

Storage Temperature: -4 to 140 degrees F

pRFID Hand Held Reader

Operating Temperature: 32 to 120 degrees F

Storage Temperature: -4 to 140 degrees F

pRFID Enabled Bar Code Label Printer

Operating Temperature: 45 to 95 degrees F

Storage Temperature: 25 to 100 degrees F

15 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 17: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

-----------------------------------

3.3.1 Electromagnetic Environment

-----------------------------------

Commercial pRFID equipment may be used in vicinity with spectrum-dependent devices that receive low-level signals and/or transmit high-

level signals (See MIL-STD-464C: Interface Standard for Systems Electromagnetic Environmental Effects). In order to certify the use of

commercial pRFID equipment in these environments, the Government may subject representative categories of equipment to radiated emission

and susceptibility tests (See MIL-STD 461F: Requirements for the Control of Electromagnetic Interference Emissions and Susceptibility).

The Contractor shall provide timely support for Government-testing efforts by providing technical data sheets and responding to

Contracting Officers Representative requests for additional data.

-----------------------------------

3.3.2 Electrostatic Discharge

-----------------------------------

Commercial pRFID packaging of the Tags shall control and dissipate the effects of electrostatic discharge, minimally 5kV, with regard to

the degradation or damage to the electronics, which make up the components of the Tag.

-----------------------------------

3.3.3 Hazardous Environment

-----------------------------------

The Contractor shall provide, no later than 90 days after the Notice to Proceed, equipment that is identified and certified as Non-

incendive (NI) for operation in environments where flammable and explosive gases and vapors may be present, where specifically required

in this Specification. The following minimum NI requirements shall be met:

1. Class 1 and 2 (Gases and Vapors)

Division 2 (Not present in normal operation)

Groups

A (Acetylene)

B (Hydrogen)

C (Ethyl Ether, Ethylene)

D (Acetone, Ammonia, Benzene, Butane, Cyclopropane, Ethanol, Gasoline, Hexane, Methanol, Methane, Natural Gas, Naphtha, Propane)

2. Class 2 (Combustible Dust)

Division 2 (Not present in normal operation)

Groups

F (Combustible carbonaceous dusts)

G (All other combustible dusts, such as grain dust)

3. Class 3 (Easily Ignitable Fibers)

Division 2 (Not present in normal operation)

NI is a rating classification of equipment specifically defined in the National Electrical Code (NEC). In order to receive a NI rating,

the Contractor shall have demonstrated under normal operation equipment cannot produce a spark or other undesirable effects that might

cause combustion in any potentially hazardous environment. The presence of gases, vapors, flammable liquids, combustible dust, or

ignitable fiber or filings are examples of potentially hazardous environments. Equipment shall be certified by an approved testing

laboratory meeting Occupation Safety Hazards Act standards. Circuits shall not be capable of producing a spark under normal operation.

The pRFID III equipment may be used under conventional, chemical, or biological warfare conditions. The Contractor shall label Passive

RFID III components that are approved for use in a hazardous environment in accordance with governing body markings.

-----------------------------------

3.3.4 Ordnance Environment

-----------------------------------

The pRFID equipment may be used near ordnance susceptible to radiated energy. In order to certify the use of pRFID equipment in these

environments, the Government may subject representative categories of equipment to stringent Hazards of Electromagnetic Radiation to

Ordnance (HERO) environment testing (See MIL-STD 464C). The Contractor shall support HERO testing via a TES Task Order.

-----------------------------------

3.3.5 Testing

-----------------------------------

The Contractor shall support Government-testing efforts by providing technical data sheets and responding to the CORs requests for

additional data.

-----------------------------------

3.3.6 Safety

-----------------------------------

A determination of the required safe separation distance can be made by referring to the graph entitled Safe Separation Distance Between

16 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 18: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

an RF Source and Unshielded Munitions Containing 10 mA No-fire Current Electro-Explosive Devices (EEDs) in Exhibit-A. This graph

relates safe separation distances to irradiate output power as a function of operating frequency. Although many ordnance items have no

EEDs, and other items have EEDs that are less sensitive to RF energy, this requirement represents a worst-case scenario that ensures

safe operation around what frequently is unknown ordnance (unknown to transporters and others).

-----------------------------------

3.3.7 Device Labels

-----------------------------------

All items requiring HERO testing shall have a warning label affixed to each item that clearly indicates the safe separation distance

that must be maintained between ordnance and the irradiating source after HERO evaluation is completed after contract award. The safe

separation distance will be determined after HERO testing is completed (post-award). All separation distances shall be specified and

added to labeling at that time. All equipment shall be clearly marked with applicable pRFID and WLAN operating frequency ranges. All

equipment certified as Non-Incendive shall be marked in accordance with the National Electrical Code. Any CAC Reader that is not

certified for NI operation shall have a label affixed which states Not for use in an NI environment.

-----------------------------------

3.3.8 Radio Regulatory Compliance

-----------------------------------

The Government requires pRFID technologies that operate in worldwide frequency spectrums. DoD will obtain Equipment Frequency

Allocation Guidance approvals for procuring equipment that is designed to either emit or receive electromagnetic (radio frequency)

energy. DoD will also obtain frequency assignments to operate the items at each specific location in CONUS. The Government will

operate equipment acquired under this Contract consistent with Federal regulations governing the use of the electromagnetic spectrum and

the policies and procedures of DoD Directives and Instructions: DoDI 3222.3 Operation of the DoD Electromagnetic Environmental Effects

Program; DoDD 4650.1 Policy for Management and Use of the Electromagnetic Spectrum; DoDD 5000.1 The Defense Acquisition Program; and

DoDI 5000.2 Operation of the Defense Acquisition Program. To facilitate obtaining frequency allocations and assignments in CONUS, the

Government requires equipment that is non-licensed to comply with National Technical Information Association Manual Annex K and with FCC

Part 15, regulations for Government operations. In order to verify the use of pRFID III equipment the Government may subject selected

pieces of equipment to electromagnetic compatibility tests (see MIL-STD-461F). The Contractor shall provide all technical data required

to complete a DD Form 1494, Application For Equipment Frequency Application, after Contract award to support the DoD frequency

allocation-to-equipment process, including information concerning specifications and testing of the transmitter, receiver and antenna

characteristics.

-----------------------------------

3.3.9 Rugged Environment

-----------------------------------

Certain pRFID III equipment will be used by the Government in rugged environments (i.e., industrial and field settings under temperate,

arctic, maritime and desert conditions). The words rugged or ruggedized, when used herein mean that the Government requires that such

pRFID equipment be designed, built, and tested to ensure reliable and continuous performance in all rugged environments. In this

environment, pRFID equipment may be subjected to rough handling, continuous operational use, vibration, dropping onto hard surfaces, and

shock caused by transportation over rough terrain.

-----------------------------------

3.4 BAR CODE REQUIREMENTS

-----------------------------------

When bar code capability is required by this specification, equipment and software shall decode and printers shall print symbologies

that comply with industry standards and specifications for Code 39, Code 128, CODABAR, Interleaved 2 of five, European Article Numbering

System (EAN), Universal Product Code (UPC), PDF 417, and Data Matrix ECC 200. Where bar code capability is required by this

specification, the Contractor-provided equipment shall provide for the printing and decoding of the data printed on the Passive RFID

EPCglobal Enabled Bar Code Labels per these standards. Equipment shall be capable of printing or decoding these symbologies with a

nominal x dimension of 10 mils for linear and PDF (10 mil cell module width for Data Matrix).

-----------------------------------

3.5 ORIGINAL EQUIPMENT MANUFACTURER ENGINEERING CHANGES

-----------------------------------

All Original Equipment Manufacturer (OEM)-sponsored Engineering Changes (ECs) adopted prior to the date of Contract award shall be

incorporated into the hardware and software delivered under this Contract.

-----------------------------------

3.6 CONNECTIVITY TO GOVERNMENT-OWNED COMPUTERS

-----------------------------------

The Government currently uses a wide variety of processor-based computers that will connect with the Contractor-provided pRFID

equipment. Connections shall be in accordance with standard protocols (ex., RS-232, RS-485, USB, TCP/IP, Institute of Electrical and

Electronics Engineers (IEEE) 802.11).

-----------------------------------

17 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 19: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

3.7 AC/DC POWER REQUIREMENTS

-----------------------------------

-----------------------------------

3.7.1 Power Requirements

-----------------------------------

The Contractor shall provide equipment designed and certified to meet quality and safety standards of Underwriters Laboratory (UL) or an

equivalent laboratory. The Contractor shall provide pRFID equipment equipped with power supplies, fuses, adapters, and cables to use

with locally available commercial power. The pRFID equipment shall be compatible with the power supply, and power outlets or

connectors, for the geographic area in which the component is to be operated as specified in the Task Order, Delivery Order, or purchase

card order. Plug Types for various geographic locations are listed on the website:

http://www.interpower.com/ic/guide.html.

-----------------------------------

3.7.2 Battery Operated pRFID Readers

-----------------------------------

Each battery operated Reader shall be delivered with two sets of rechargeable batteries (one complete set of operational batteries and

one complete set of spare batteries) and an AC Adapter (if required for AC operation).

-----------------------------------

3.7.3 Rechargeable Batteries

-----------------------------------

Rechargeable Batteries shall provide sufficient capacity to allow a minimum of four hours of continuous Reader operation. Rechargeable

Batteries shall not require discharge in order to attain full functionality and total rated battery capacity. The Contractor shall

provide rechargeable batteries that are capable of charge operations without removal from pRFID III equipment. All rechargeable

batteries shall be User-replaceable by hand or with the use of commonly available tools. The Contractor shall provide battery chargers

as Separately Orderable Components, and shall replace re-chargeable batteries during the warranty period for batteries that are found

defective (e.g. will not hold four-hour charge). The Contractor may provide battery chargers designed either to charge a single

operating set of batteries, or to charge multiple battery sets concurrently.

-----------------------------------

3.7.4 Internal Back-up Power

-----------------------------------

The Contractor shall provide:

a. A method to maintain the configuration settings within all applicable pRFID III equipment (any Hand-Held Reader (HHR), Reader, or

other products that include firmware);

b. A method for the configuration settings to be maintained for a minimum of 400 hours when the rechargeable battery or the AC Adapter

power (if required for AC operation) is not available; and

c. A method for the rechargeable battery or AC Adapter power (if required for AC operation) source to recharge the internal back-up

power source, if any.

-----------------------------------

3.7.5 Battery Protection

-----------------------------------

The Contractor shall provide a methodology to prevent premature battery depletion while in shipment or in storage before initial use for

any device containing non-rechargeable batteries.

-----------------------------------

3.7.6 Hand-Held Reader (HHR) Low-Power Operation

-----------------------------------

Battery-operated Hand-Held pRFID Readers shall provide the User at a minimum with a low battery power indicator. The low-battery power

indicator shall provide the User with at least five minutes of advanced warning of an automatic shutdown. Battery-operated Hand-Held

Readers shall automatically shut down before battery power is completely exhausted in order to preserve stored data and conserve power.

Battery-operated Hand-Held Readers shall have an automatic, User-definable, time-out capability to conserve battery power during periods

of inactivity. The Government requires a feature that allows the User to terminate the time-out period and restore full operation with

a single command to the Reader.

-----------------------------------

3.8 ACCESSIBILITY

-----------------------------------

The Contractor shall provide a comprehensive list of all provided specific electronic and information technology (EIT) products

(supplies and services) that fully comply with Section 508 of the Rehabilitation Act of 1973, per the 1998 Amendments, and the

Architectural and Transportation Barriers Compliance Boards Electronic and Information Technology Accessibility Standards at 36 CFR Part

18 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 20: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

1194. The Contractor shall clearly indicate where this list with full details of compliance can be found (e.g., Contractor,

subcontractor, vendors, or other exact Web page location). The Contractor shall ensure that the list is easily accessible by a typical

User beginning five calendar days after receipt of the pRFID III Contract award. The Contractor shall maintain this detailed listing of

compliant products for the full Contract term, including all forms of Contract extensions, and shall ensure that the detailed listing is

updated no later than three calendar days of any changes to the Contractors, subcontractors, or vendors product line.

The Contractor shall ensure that all EIT products that are not fully compliant are the most compliant products and services available to

satisfy this pRFID III Contract. The Contractor shall, for every EIT product provided under this pRFID III Contract that does not

comply with 36 CFR Part 1194, make every effort to replace or upgrade it with a compliant product or service, if commercially available

at no additional cost to the Government.

-----------------------------------

3.9 EQUIPMENT DELIVERY REQUIREMENTS

-----------------------------------

The Contractor shall provide all necessary software, cables, power adapters, connectors, drivers, essential accessories, and ancillary

items in order to make each deliverable hardware item fully operational, which meets the intent of this Contract. All wireless products

(such as, but not limited to HHRs, Access Points, Network switches/controllers, etc.) shall include an integrated, certified,

interoperable FIPS 140-2 security solution and shall be WPA2 compliant (certified to the IEEE 802.11i interoperability standard).

-----------------------------------

3.10 EXPEDITED DELIVERY REQUIREMENTS

-----------------------------------

The Contractor shall provide Expedited Delivery for CONUS and OCONUS locations when specified in equipment orders (Delivery Orders and

Government wide Purchase Card Orders). Delivery shall comply with the requirements of the paragraph entitled Expedited Delivery in

Section H of the base IDIQ contract.

-----------------------------------

3.11 UNIQUE IDENTIFICATION

-----------------------------------

Applicable items, as identified in DFARS 252.211-7003, Item Identification and Valuation (Dec 2013), found in Section I of the RFP,

shall be permanently marked in accordance with latest version of Military Standard-130, Department of Defense Standard Practice:

Identification Making of US Military Property and Version 3.0 of the DoD Guide to Uniquely Identifying Items. If an original part number

is used as a component of the Unique Item Identifier (UII), it shall be the identifier assigned by the original design activity or by a

controlling nationally recognized standard. Contractors using Wide Area Workflow (WAWF) shall use the receiving report capability of

WAWF to register the Item Unique Identification (IUID) of those end items (CLINs) requiring IUID but may use alternate methods of

registering other items such as IUID-required components of end items. Contractors not using WAWF will use alternate methods to register

all items requiring IUID. The required Error Correction Code 200 Data Matrix marks containing the data from which the unique item

identifier (UII) is derived shall be verified and validated as prescribed by MIL-STD-130 (latest version). A copy of that validation

and verification report for the first instance of each CLIN, SLIN and component delivered under the contract and designated by DFARS

252.211-7003 as requiring IUID shall be provided to the COR within 7 days of the date the uniquely identified item is shipped. The

contractor shall maintain the additional reports of verification and validation required by DFARS 252.211-7003, subject to Government

examination, for one year. DFARS 252.211-7003 requires that the packaging of uniquely identified items be marked as provided by MIL-STD-

129 (latest version). That version is currently MIL-STD-129R, which requires use of a PDF417 mark and enveloping of UIIs and serial

numbers. Within 60 days of the base IDIQ contract award, contractors shall provide an IUID Marking Activity Validation and Verification

report (DI-MGMT-81894A) assuring the COR that packaging will be marked IAW MIL-STD-129 requirements (IAW CDRL A014).

-----------------------------------

3.12 IPV6 CAPABLE ASSETS

-----------------------------------

The Contractor shall warrant that each item delivered under the pRFID III Contract shall accurately transmit, receive, process, and

function correctly using the Internet Protocol Version 6 (IPv6). Specifically, the Contractor warrants that:

a. each item delivered complies with the current DISR developed IPv6 standards profile;

b. each item delivered maintains interoperability with IPv4 (specifically, shall operate on/coexist on a network supporting IPv4 only,

IPv6 only, or a hybrid of IPv4 and IPv6); and

c. each item delivered is supported by the Contractors IPv6 technical support.

Additionally, as IPv6 evolves, the Contractor shall upgrade or provide an appropriate migration path for each item delivered. The

duration of this warranty and the remedies available to the Government for breach of this warranty shall be as defined in, and subject

to, the terms and limitations of the Contractors standard commercial warranty or warranties contained in this Contract, provided that

notwithstanding any provision(s) to the contrary in such commercial warranty or warranties, the remedies available to the Government

under this warranty shall include repair or replacement of any product whose non-compliance is discovered and made known to the

Contractor no later than one year after acceptance. Nothing in this warranty shall be construed to limit any rights or remedies the

19 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 21: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

Government shall otherwise have under this pRFID III Contract with respect to defects other than IPv6 performance.

-----------------------------------

3.13 HAZARDS OF ELECTROMAGNETIC RADIATION TO PERSONNEL (HERP)

-----------------------------------

The Contractor shall ensure that all equipment provided under the Contract shall comply with all applicable human exposure to RF safety

standards per the following regulations:

a. DODI 6055.11 - Protection of DoD Personnel from Exposure to Radiofrequency Radiation and Military Exempt Lasers;

b. IEEE Standard C95.1, 1999 Edition - IEEE Standard for Safety Levels with Respect to Human Exposure to Radio Frequency

Electromagnetic Fields, 3 kHz to 300 GHz;

c. CFR 47 Chapter I, Part 1, Subpart I, Section 1.1310 - Radiofrequency radiation exposure limits; and

d. NTIA Manual of Regulations and Procedures for Federal Radio Frequency Management - 8.2.28 Radiation Hazards, and Annex K - Technical

Standards for Federal Non-Licensed Devices.

-----------------------------------

4 pRFID EQUIPMENT REQUIREMENTS

-----------------------------------

-----------------------------------

4.1 pRFID REQUIREMENTS

-----------------------------------

a. The Government requires all pRFID Tags be read and written, using a variety of Readers as described in this Part.

b. All pRFID Readers and Printers provided under this Contract shall be furnished with labels clearly indicating:

(1) that the item is approved for use in either of the two frequency ranges specified; and

(2) appropriately marked in accordance with requirements of paragraph 3.3.7 above. The Vendor shall maintain a current and updated

list of countries and frequencies, and provide equipment (by country) approved for use in the country designated in the Government

order. All products shall be marked with the frequency, or in accordance with the host-country regulations.

-----------------------------------

4.2 PRFID FUNCTIONAL / DEVICE REQUIREMENTS

-----------------------------------

-----------------------------------

4.2.1 pRFID Fixed Reader

-----------------------------------

The Contractor shall provide 902-928MHz and 862 MHz-870 MHz pRFID fixed Readers that shall read pRFID tags without any firmware and

software changes. The reading range of Tags shall be attenuable from its maximum operating distance to near contact through the

Reader's firmware or other easily addressable method. The Readers shall include a minimum of two antennas. The Reader shall read a

minimum of 100 tags per second. The write range of Tags shall be attenuable from its maximum operating distance to near contact through

the Reader's firmware or other easily addressable method. The pRFID Fixed Readers shall also be easily upgradeable to accommodate any

future firmware changes. In addition, the pRFID Fixed Readers shall be easily installed by one individual in a location using the

Contractor-provided, separately orderable, Mounting Kit. The Contractor shall provide a Mounting Kit as a Separately Orderable

Component.

-----------------------------------

4.2.2 pRFID Vehicle Mount Fixed Reader

-----------------------------------

The Contractor shall provide 902-928MHz and 862 MHz~870 MHz Passive pRFID Vehicle Mount Readers that shall read pRFID tags without any

firmware and software changes. The reading range of Tags shall be attenuable from its maximum operating distance to near contact

through the Reader's firmware or other easily addressable method. The Vehicle Mount Reader shall include a minimum of two antennas.

The Reader shall read a minimum of 100 tags per second. The Vehicle Mount Reader is intended to read all tags being transported by the

vehicle, from single items to a complete pallet load. The Vehicle Mount Reader is intended only to read Tags transported by the vehicle.

The pRFID Vehicle Mount Readers shall also be easily upgradeable to accommodate any future firmware changes. In addition, the Vehicle

Mount Readers shall include all wiring, power adapters (for forklift power), hardware required for mounting, installation, and operation

on a standard industrial warehouse vehicle.

-----------------------------------

4.2.3 pRFID Smart Table

-----------------------------------

The Contractor shall provide 902-928MHz and 862 MHz~870 MHz pRFID Smart Tables. The Smart Table shall include fixed Readers that shall

20 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 22: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

read/write Class 1, Gen 2, tags without any firmware and software changes. The reading range of Tags shall be attenuable from its

maximum operating distance to near contact through the Reader's firmware or other easily addressable method. The Smart Table shall

include an appropriate antenna configuration to function to its fullest extent. The Reader shall read Tags, which are placed on or

above the table or placed in non-metallic containers or shipping cartons on the table. The Reader shall not read tags that are removed

from the proximity of table. The Reader shall read a minimum of 100 tags per second. The write range of Tags shall be attenuable from

its maximum operating distance to near contact through the Reader's firmware or other easily addressable method. The pRFID Smart Table

shall also be easily upgradeable to accommodate any future firmware changes. The Smart Table shall be suitable for packing and shipping

operations in an industrial warehouse setting, with a minimum working surface of 30 by 48 and a maximum working surface of 48 x 48.

-----------------------------------

4.2.4 pRFID Hand-Held Reader

-----------------------------------

The Contractor shall provide Hand-Held Readers that can read and write to pRFID Tags. The Readers shall be capable of reading a minimum

of 100 tags per second. The reading range of Tags shall be attenuable from its maximum operating distance to within 1/32 of an inch

through the Readers firmware or other easily addressable method. The write range of Tags shall be attenuable from its maximum operating

distance to within 1/32 of an inch through the Readers firmware or other easily addressable method. The pRFID Hand-Held Readers shall

also be easily upgradeable to support future product revisions. The pRFID Hand-Held Readers shall be an ergonomically designed unit

that shall be functionally equivalent to the Fixed Reader. The pRFID Hand-Held Readers shall be User-programmable, and shall provide

the User with assistance or prompts to perform required functions.

The pRFID Hand-Held Readers shall be portable and powered by Rechargeable Batteries. Each pRFID Hand-Held Reader, antenna, power

supply, and any component required for operation shall be integrated to operate as a one-piece Hand-Held unit with a trigger handle.

The pRFID Hand-Held Readers shall have installed Microsoft Windows Mobile 6.x or a later version. The Hand-Held Readers shall have

Common Criteria Certification for Windows Mobile incorporated, and should relevant AIT equipment specific Common Criteria Protection

Profiles be adopted, the Hand Held Readers will be required to be compliant a the Medium Robustness level within one year of Common

Criteria Protection Profile adoption announcement.

The pRFID Hand-Held Readers shall have a manual data input interface as well as User-programmable functions. The manual data input

interface shall be capable of utilizing a full alphanumeric data entry system (26 alphabetic and 10 numeric characters). The pRFID Hand-

Held Readers shall have a User-selectable, night-readable display, capable of displaying at least 80 characters without scrolling. The

Government requires that the pRFID Hand-Held Readers be capable of scanning and decoding the linear and 2D symbologies listed in the

paragraph entitled Bar Code Requirements. The pRFID readers shall operate in rugged environments. The Government desires pRFID Hand-

Held Readers that can operate in a wider temperature range than the environmental temperatures stated in the paragraph entitled

Operating Environments in this Part. Radio Frequency Data Communication capability shall be included in the Hand-Held Reader and shall

conform to the requirements of IEEE 802.11a/b/g, with user ability to configure for a, b, g, or any combination thereof. All IEEE

802.11a/b/g/N products include an integrated, certified, interoperable FIPS 140-2 security solution and shall be WPA2 compliant

(certified to the IEEE 802.11i interoperability standard).

Each Hand Held Reader shall include a communications/charging dock with appropriate power supply and power cable, a complete set of

operational batteries, and a complete set of spare batteries. The communications/charging dock shall be support charging the HHR

operational battery without removal from the HHR and simultaneous charging of the spare battery. The communications dock shall provide

for both USB and Ethernet connectivity of the HHR.

Each Hand Held Reader shall include an integrated memory storage card with a minimum of 2GB.

Hand Held Readers shall include a utility program to monitor and display battery status.

This device, as all hardware items, is subject to the Equipment Delivery Requirements described in paragraph 3.9 and the Security

Standards described in paragraph 6.2, of this document. Hardware is required to be fully operational.

-----------------------------------

4.2.4.1 Separately Orderable Components

-----------------------------------

CAC Reader including CAC Reader software. If the CAC Reader is not certified for NI operation, there shall be a label affixed which

states Not for use in an NI environment. If the CAC Reader utilizes Bluetooth radio communications, the Bluetooth communications must

be FIPS 140 encrypted.

Carrying Device for carrying the Hand Held Reader, which shall be hands-free device (e.g., holster or belt clip).

Rechargeable Battery

AC Adapter

-----------------------------------

4.2.4.2 Hand Held Readers shall be offered in the following configurations:

21 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 23: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

-----------------------------------

-----------------------------------

4.2.4.2.1 A Model, Standard 902-928MHz and 862 MHz~870 MHz

-----------------------------------

Shall meet all requirements as stated in paragraph 4.2.4 above.

-----------------------------------

4.2.4.2.2 B Model, Non-Incendive 902-928MHz and 862 MHz~870 MHz

-----------------------------------

In addition to the requirements stated in paragraph 4.2.4 above, Model B Hand Held Readers shall be certified Non-Incendive as described

in the paragraph titled Hazardous Environments in this document.

-----------------------------------

4.2.5 pRFID Tags

-----------------------------------

The Government requires pRFID Tags. These Tags will be used in industrial, hazardous, and ordnance environments described in this Part.

a. The Government requires pRFID tags integrated with Shipping Labels. The Shipping Labels shall be of synthetic label media for use

with Thermal Transfer resin ribbon. They shall be provided in roll form suitable for use with the pRFID Enabled Bar Code Label Printer.

They shall be provided in 4 by 2 and 4 by 6 label sizes.

b. The Government requires pRFID tags integrated with labels and optimized for tracking of documents. The Document Tracking labels

shall be of paper media for use with Direct Thermal printing (no ribbon). They shall be provided in roll form suitable for use with the

pRFID Enabled Bar Code Label Printer.

c. The Government requires pRFID hardened tags suitable for permanent attachment to office equipment and other assets. The tags shall

be hermetically sealed.

d. The Government requires pRFID hardened tags with an incorporated standoff suitable for permanent use on various materials including

metals and containers holding liquids. The tags shall be hermetically sealed.

e. The Government requires EPCglobal Class 3, Gen 2 battery assisted, hardened tags with an incorporated standoff suitable for

permanent use on various materials including metals and containers holding liquids. The tags shall be hermetically sealed.

-----------------------------------

4.2.5.2 pRFID TAG READABILITY REQUIREMENTS

-----------------------------------

pRFID tags shall meet the following performance requirements as set forth in Military Standard 129P w/Change 4, paragraph 4.9, Passive

Radio Frequency Identification (RFID):

a. The requirement for the palletized unit load passive RFID tags, the pRFID tags on the shipping containers and exterior containers

within the palletized unit load, and the UID item unit pack pRFID tags that are passing through a portal, is that the read distance

shall be at least 3 meters (3.3 yards), reading passive RFID tags at 10 miles per hour (for example, forklift).

b. Conveyor. The requirement for an individual shipping container pRFID tag, an individual exterior container pRFID tag, and the UID

item pack pRFID tag moving on a conveyor, is that the read distance shall be a minimum of 1 meter (1.1 yards), reading pRFID tags

traveling at a speed of 600 feet per minute.

-----------------------------------

4.2.6 pRFID Enabled Bar Code Label Printer

-----------------------------------

The Contractor shall provide 902-928MHz and 862 MHz~870 MHz pRFID Enabled Bar Code Label Printers that concurrently print bar codes,

text, and graphics, as well as write, read, and verify the Tags information. The pRFID Enabled Bar Code Label Printers shall have the

ability to encode Tag information and print the label utilizing embedded Bar Code Label and Form Design Software. The Contractor shall

provide a pRFID Enabled Bar Code Label Printer with the following features and components:

a. Ruggedized construction;

b. Concurrently printing bar code symbols, text, graphics, as well as write/read/verify the Tag;

c. Pre-configured from the factory to print labels and write to/read tags upon delivery;

d. Easily upgradeable to new firmware revisions;

22 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 24: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

e. Print using thermal transfer printing;

f. Print roll-fed continuous Tags;

g. Print bar code symbologies with a minimum resolution of 203 dpi;

h. Print all bar code symbols and densities with at least a Grade A print quality, as defined in ANSI IEEE 802.11g X3.182-1990 (R1995);

i. Print bar codes and nomenclature in all four of the cardinal directions;

j. Store User-designed forms and label formats in printer protected memory comparable in size and data content to the DD Form 1387,

Military Shipment Label;

k. Print the linear (with Human Readable Information) and 2D bar code symbologies listed in the paragraph entitled Bar Code

Requirements, in addition to free text, symbols, and graphics;

l. Have at least the following ports: USB, IEEE 802.3/Ethernet Network Interface Card with 10BaseT connector supporting TCP/IP;

m. A minimum four-inch throat size;

n. Delivered with one 4 wide resin-based printer ribbon;

o. Delivered with an Operator Maintenance Kit;

p. Driver support provided for all Microsoft supported versions of Microsoft Operating Systems; and

q. Non-operational Tags shall not be utilized and shall be marked accordingly.

-----------------------------------

4.2.6.1 Separately Orderable Components

-----------------------------------

The Contractor shall provide the following Separately Orderable Components for the pRFID Enabled Bar Code Label Printer:

a. Operators Maintenance Kit; and

b. Replacement Print Head.

-----------------------------------

4.2.6.2 Consumable Supply

-----------------------------------

The Contractor shall provide a Resin-based printer ribbon as a Consumable Supply for the pRFID Enabled Bar Code Label Printer.

-----------------------------------

4.3 RADIO FREQUENCY DATA COMMUNICATION CONFIGURATIONS

-----------------------------------

The Contractor shall provide UC-APL approved Radio Frequency Data Communication (RFDC) configurations components that use spread

spectrum transmission for linking information to material flow in various applications, for example, in yard, warehouse, and retail

operations. Configuration components are access points and gateways.

NOTE: Access Points and Gateways are to be ordered only in conjunction with turn-key solutions being stood up through pRFID III Task

Orders. Access Points and Gateways will not be separately orderable items on the pRFID III.

-----------------------------------

4.3.1 Technical Requirements

-----------------------------------

The Contractor shall provide spread spectrum RFDC equipment conforming to IEEE 802.11standards. The Contractor shall provide components

with field-electable/adjustable frequency bands. Components shall have an operating range of at least 500 feet in open unrestricted

environments. Since the allowable power and frequency bands configurations vary from country to country, the Contractor shall provide

units with allowable output power and frequency bands consistent with the laws, regulations, and rules of the country stated on the

Delivery Order, or Task Order. These components shall comply with requirements of FCC Part 15, Subparts A, B, and C for Class A digital

devices. In order to certify the use of pRFID equipment in these environments, the Government may subject representative categories of

equipment to radiated emission and susceptibility tests (See MIL-STD 461D: Requirements for the Control of Electromagnetic Interference

Emissions and Susceptibility, and MIL-STD-462D: Measurement of Electromagnetic Interference Characteristics). Components shall maximize

net throughput and conform to IEEE 802.11, Wireless Local Area Networks (WLANs), and provide TCP/IP addressing.

23 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 25: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

-----------------------------------

4.3.2 RF Access Point

-----------------------------------

RF access points are small transceivers that are wired into network configurations (combined transceiver, controller, and bridge between

wireless and wired communication). These access points permit two-way communications between mobile RF data collection terminals, and a

PC or LAN. The Contractor shall provide RF access points that provide IEEE 802.11 spread spectrum communications. The RF access points

shall be provided with appropriate antenna(s). The RF access points shall have a direct interface for communicating with a host

computer. The access point shall be provided with an IEEE 802.3/Ethernet interface card with a 10BaseT connector and shall implement

TCP/IP addressing and shall provide Simple Network Management Protocol, and Management Information Base (MIB) I and MIB II reporting.

IEEE 802.3af Power over Ethernet function shall be provided. Access Points shall be user configurable by both serial and IP connection.

User Configuration function shall allow complete integration into new and existing IEEE 802.11 Wireless Networks.

The Contractor shall provide the following models of the RF Access Point:

a. Access Point, Protected Environment, these RF Access Points shall be sufficiently ruggedized for use in industrial warehouse and

warehouse docking areas when mounted under-cover and shall comply with the IEC 60529 IP54 (minimum) rating requirement; and

b. Access Point for worldwide indoor/outdoor use, these RF Access Points shall be sufficiently ruggedized and weatherproof (rain, wind,

etc.) for use in outdoor locations and shall comply with the IEC 60529 IP66 (minimum) rating requirement.

-----------------------------------

4.3.3 RF Gateway

-----------------------------------

RF gateways provide a communications point between access points and a PC or LAN. The Contractor shall provide RF gateways that provide

IEEE 802.11 conformant spread spectrum communications. The RF gateways shall have a direct interface for communicating with a host

computer. The RF gateways shall be provided with an IEEE 802.3/Ethernet interface card with a 10BaseT connector and shall implement

TCP/IP addressing and shall provide Simple Network Management Protocol, and Management Information Base (MIB) I and MIB II reporting.

The Contractor shall provide a Federal Information Processing Standard (FIPS 140) gateway solution to communicate securely with

associated FIPS 140 Hand Held Bar Code Terminal Client. The gateway solution shall be a minimum: FIPS 140-2 Level 2 Compliant and

Certified, accommodate 30 LAN-connected APs, accommodate 125 Remote APs, provide Wireless Intrusion detection and Licenses (if

applicable), contain software to enforce role based access and security policies to each user or device, and eight (8) AP Licenses (if

applicable). Gateway IA Solution procured must be on the Department of Defense Unified Capabilities Approved Products List (DoD UC APL)

(https://aplits.disa.mil/processAPList.do). The gateway Information Assurance (IA) Solution shall be preloaded and configured on a

hardware appliance device prior to delivery to the Government.

-----------------------------------

5 SOFTWARE, FIRMWARE, AND SECURITY REQUIREMENTS

-----------------------------------

-----------------------------------

5.1 SOFTWARE REQUIREMENTS

-----------------------------------

-----------------------------------

5.1.1 Environment

-----------------------------------

The Contractor shall provide Software that shall support, at a minimum, PCs using Microsoft operating systems. Hand-Held readers shall

be provided with an industry standard operating system, which allows users to execute applications on the Hand-Held reader. The

operating system on the handheld shall be an IA compliant Windows Operating System Win Mobile 6.x or the most current version of the

operating system. The Contractor shall provide as a minimum, Configuration/Operational Software to utilize all components that make up

the pRFID Class of devices for each technology for the Desktop PCs and Hand-Held readers, Software Development Kit license, and

Application Development Software. All software offered will include; upgrades, fixes, inherent capabilities, revisions, and peripheral

connectivity to maintain the operability, usability, and expansion of the intended software requirement.

-----------------------------------

5.1.2 Graphical User Interface

-----------------------------------

All Contractor-provided software for Desktop PCs shall provide a Graphical User Interface (GUI), which shall be the industry-based

application software package that supports pRFID technology. The Government requires a GUI that is integrated on the pRFID Hand-Held

Readers.

-----------------------------------

5.1.3 Capability

-----------------------------------

All pRFID software shall be provided on CD ROM or DVD. The Governments requirement is to have the necessary software to enable the

Government User to perform the technical, functional, and operational requirements of the Passive RFID hardware offered.

24 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 26: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

-----------------------------------

5.2 CONFIGURATION / OPERATIONAL SOFTWARE FOR FIXED READER PC

-----------------------------------

The Contractor shall provide Configuration / Operational Software for PC that, as a minimum, shall provide the Government User with the

necessary software utilities to set up, control, and operate the pRFID equipment in actual operational environments. The Government

requires software that is user programmable utilizing High Order programming languages. The Contractor shall provide Configuration /

Operational Software for PC and shall add, delete, revise, configure, and test Readers / Tags in the operating environment and provide

operational status of all pRFID system components and indicate which components need attention, and provide selective addition and

deletion of data. pRFID software shall schedule Reader time management and report low battery power conditions for Readers that are

battery powered. pRFID software shall perform ad hoc and global searching for specific Tag data stored in a database and subsequently,

paste the data into an Microsoft Word or Excel document; manage queried data via database functions; import and export data to database

files; and print reports from data gathered from the RFID System, such as manifests, and lists of Tags and Readers present in the

operating environment. The Fixed Reader Configuration/Operational Software and all required documentation (in accordance with Paragraph

13, Documentation Requirements, in Section H of the base IDIQ contract) shall be provided to the Government for installation on a PC

with the fixed reader and shall not be separately priced.

-----------------------------------

5.3 CONFIGURATION / OPERATIONAL SOFTWARE FOR HHR

-----------------------------------

The Contractor shall provide Configuration Software for the HHR that allows the User to manage the pRFID hardware when away from the

host computer, which includes data collection pRFID reading and writing to tags, and if wireless communications are included,

communication with a host computer. As a minimum, the Configuration Software for HHR shall provide the Government User with the

software utilities to set up, control, and operate the pRFID hardware in actual operational environments. The Government understands

that some software functions on the HHR are developed as part of the firmware; however, the Government requires the capability to

execute code using High Order programming languages. The Configuration Software for the HHR shall add, delete, revise, configure, and

test Readers/Tags in the operating environment and provide operational status of all pRFID system components and provide selective

addition and deletion of data. pRFID software shall schedule Reader time management and report low battery power conditions for Readers

that are battery powered. The HHR Configuration Software shall be installed on the HHR prior to delivery to the Government and shall

not be separately priced. All required documentation (in accordance with Paragraph 13 Documentation Requirements, in this Part D) shall

be included and shall not be separately priced.

-----------------------------------

5.4 APPLICATION DEVELOPMENT SOFTWARE

-----------------------------------

-----------------------------------

5.4.1 pRFID Application Development Software

-----------------------------------

The Contractor shall provide Application Development Software that shall support, at a minimum, PCs with Microsoft supported versions of

Microsoft Operating Systems. The Government requires the ability to program, develop, and execute code to support the pRFID

Configuration Software. Some of the desired features of the Application Development Software include the ability to download executable

code to other devices; tools, libraries, and executive software needed to generate executable code; ASCII file import and export

capability; and Structured Query Language capability.

-----------------------------------

5.4.2 Separately Orderable Components

-----------------------------------

The Contractor shall provide any special tool kits or utility libraries as Separately Orderable Components.

-----------------------------------

5.4.3 HHR Software Development Kit

-----------------------------------

The HHR software development kit (SDK) shall support all of the features of the HHR. Software development kit libraries provided by the

Contractor shall interface with Basic, .NET, and C/C++ language compilers and program development environments. Library routines shall

be callable by programs developed with standard languages, including Basic, .NET, and C/C++. The SDK shall include all necessary

library routines, run time support, and distribution rights to permit full functionality of developed software using the SDK on all

deployed platforms, including scanner/imager, pRFID Reader, screen backlight, and other device-specific features.

-----------------------------------

5.5 PASSIVE RFID ENABLED PRINTER SOFTWARE

-----------------------------------

The Contractor shall provide pRFID Enabled Printer Software that combines the features of bar code printing with encoding pRFID embedded

labels. The pRFID Enabled Printer Software shall automatically test each RFID label and the encoded data before actually printing the

label. If the RFID label is deemed non-operational, the label shall not be utilized and shall be marked accordingly. The process of

verifying each label and printing shall continue with the next usable label. In addition, the pRFID Enabled Printer Software shall

25 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 27: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

provide bar code label, form design, and printing software with graphic support, as well as ISO 9075 SQL Call-Level Interface (open

database connectivity). The software shall be capable of generating low, medium, and high density bar codes, as well as 2D Symbology

(as a minimum, PDF 417, Data Matrix ECC 200, etc.), in addition to free text, symbols, and graphics. The software shall generate the DD

1387 form. The Contractor shall provide software that allows rapid label and form design without requiring the User to learn the

complexities of bar code symbologies and printer control languages, displays a what-you-see-is-what-you-get editor for designing bar

code labels and forms, and allows viewing of the bar code labels and forms prior to printing. The software shall also permit the use of

fixed or variable data for label, form text, and bar codes, and shall import information to be utilized with labels and forms from

databases. The pRFID Enabled Printer Software shall execute under all supported versions of Microsoft Windows software and Microsoft

Operating Systems. The pRFID Enabled Printer Software shall be supplied preinstalled with the printer and shall not be separately

priced.

-----------------------------------

5.6 FIRMWARE REQUIREMENTS

-----------------------------------

The Contractor shall provide all necessary firmware required for the operation of the pRFID equipment configuration and components.

Firmware shall reflect the baseline configuration and all subsequent Government-approved Engineering Changes. All firmware provided

shall be easily implemented by methods determined by the Contractor and approved by the Government. All firmware shall be installed

prior to equipment delivery.

-----------------------------------

6 SECURITY

-----------------------------------

-----------------------------------

6.1 HHR AND HHT ACCESS PROTECTION

-----------------------------------

All HHR and HHT devices shall have the capability to protect access or lock the device.

-----------------------------------

6.2 SECURITY STANDARDS

-----------------------------------

All software and hardware provided on the pRFID Contract shall conform to all applicable Army and DoD security requirements to include

the requirement that all specified products shall adhere to the requirements of the Unified Capabilities Approved Products List located

at: https://aplits.disa.mil/ (requires CAC for access). The contractor shall ensure that all contractor personnel accessing information

systems are properly trained and certified as required. The Contractor shall comply with the following standards, and Government

guidelines to include all new versions, amendments, and modifications made to the listed documents and standards, as applicable.

a. Office of Management and Budget (OMB) Circular No. A-130 Revised, (Transmittal Memorandum No. 4) Management of Federal Information

Resources Appendix III, Security of Federal Automated Information Resources, 28 November 2002.

b. National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) Publication 140 2, Security

Requirements for Cryptographic Modules, 25 May 2001, w/ Change Notices 12-03-2002.

c. Department of Defense Directive (DoDD) 8100.2, Use of Commercial Wireless Devices, Services, and Technologies in the Department of

Defense (DoD) Global Information Grid (GIG), 14 April 2004.

d. Assistant Secretary of Defense Memorandum, Use of Commercial Wireless Local-Area Network (WLAN) Devices, Systems, and Technologies

in the Department of Defense (DoD) Global Information Grid (GIG), 02 June 2006.

e. Department of Defense Directive (DoDD) 8500.01E, Information Assurance (IA), 24 October 2002, current as of April 24, 2007.

f. Department of Defense Instruction (DoDI) 8500.2, Information Assurance (IA) Implementation, 06 February 2003.

g. Department of Defense Instruction (DoDI) 8510.01, DoD Information Assurance Certification and Accreditation Process (DIACAP),

November 28, 2007.

h. Army Regulation (AR) 25-2, Information Assurance, 23 March 2009.

i. Best Business Practice 03-EC-M-0003, Wireless Security Standards, Version 2.0, 15 June 2007.

j. DFARS Clause 252.239-7001.

After award, the contractor may propose alternatives at no additional cost to the Government that meet or exceed the provisions of the

listed standards.

-----------------------------------

26 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 28: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

6.3 DOD INFORMATION ASSURANCE REQUIREMENTS

-----------------------------------

All devices and/or systems provided by the Contractor that receive, process, store, display or transmit information shall comply with

the applicable Information Assurance (IA) requirements specified in Department of Defense Directive 8500.1E, Information Assurance (IA)

(reference g) and Department of Defense Instruction 8500.2, Information Assurance (IA) Implementation (reference h). Examples of

systems which must meet these IA requirements include but are not limited to: stand-alone information systems; networked computers and

servers; mobile computing devices such as laptops, handhelds, and personal digital assistants operating in either wired or wireless

mode; and other information technologies as may be developed and/or proposed by the Contractor.

-----------------------------------

6.4 DOD WIRELESS DEVICE SECURITY REQUIREMENTS

-----------------------------------

pRFID implementations that utilize Institute of Electrical and Electronics Engineers (IEEE) Standard 802.11 Wireless Local Area Network

(WLAN) products to store, process, or transmit unclassified information shall comply with the requirements specified in Assistant

Secretary of Defense Memorandum, Use of Commercial Wireless Local-Area Network (WLAN) Devices, Systems, and Technologies in the

Department of Defense (DoD) Global Information Grid (GIG) (reference d).

-----------------------------------

6.5 ARMY WIRELESS DEVICE SECURITY REQUIREMENTS

-----------------------------------

Army pRFID implementations that utilize Institute of Electrical and Electronics Engineers (IEEE) Standard 802.11 Wireless Local Area

Network (WLAN) products or other wireless technologies to store, process, or transmit unclassified information shall comply with the

applicable requirements specified in Army Regulation (AR) 25-2, Information Assurance (reference h) and Army Best Business Practice 03-

EC-M-003, Wireless Security Standards (reference i). Other Services (e.g., USAF, USN) pRFID implementations that may include wireless

devices will have the security requirements stated in the individual contract order.

-----------------------------------

6.6 COMMON CRITERIA COMPLIANCE REQUIREMENTS

-----------------------------------

Common Criteria compliance is determined and verified by favorable product testing against a Common Criteria Protection Profile (CCPP).

CCPPs are developed under sponsorship of the National Security Agency (NSA). Common Criteria tests are conducted by a Common Criteria

Test Laboratory (CCTL) that has been approved and accredited by the National Information Assurance Partnership (NIAP). NIAP is a

partnership agreement between NSA and the National Institute of Standards and Technology (NIST). No such CCPP currently exists for

pRFID technology. Therefore, upon approval and adoption of a CCPP for pRFID technology, the Contractor shall no later than six months

after the adoption of a relevant CCPP submit product(s) with documentation to a designated CCTL for Common Criteria testing.

Subsequently, only products tested and compliant at the Medium Robustness level (as defined in the CCPP standard) shall be permitted

through this Contract. Information regarding Common Criteria Compliance can be obtained from the following website:

http://www.commoncriteriaportal.org/.

-----------------------------------

6.7 SECURITY CERTIFICATION AND ACCREDITATION SUPPORT

-----------------------------------

The Contractor shall support all Government efforts to obtain Certification and Accreditation (C&A) for the products provided under this

Contract in accordance with the guidance contained in the Interim Department of Defense (DoD) Certification and Accreditation (C&A)

Process Guidance (reference j) and DoD Instruction 8510.bb, DoD Information Assurance Certification and Accreditation Process (DIACAP)

(reference i). In support of the Governments C&A activities, the Contractor shall provide copies in vendor format of component design

specifications, component user manuals, results of any security tests already completed, and component vulnerability assessments. For

testing in support of certification and accreditation, the Contractor shall provide the Government with access to Contractor personnel

involved with design, engineering, operations, and security attributes of the products.

-----------------------------------

6.8 SECURITY MAINTENANCE SERVICES

-----------------------------------

The Contractor shall ensure that the devices and/or systems provided under this contract comply with all new versions, amendments, and

modifications made to the security documents and standards cited in this Solicitation, when applicable and commercially available. To

ensure continued compliance, the Contractor shall perform the necessary configuration changes, as approved by the Government. These

configuration changes may include, but are not limited to: performing system configuration changes, installing patches and bug fixes;

conducting hardware/software upgrades, updates, and replacements.

-----------------------------------

6.9 GOVERNMENT EVALUATION

-----------------------------------

The Contractor shall support Government compliance verification evaluation and security certification and accreditation of the products

provided under this Contract. The Government will coordinate the scheduling of any evaluation with the Contractor. The Contractor

shall cooperate with Government personnel and Government representatives who plan, conduct, and report any Government testing. Support

27 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 29: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

of Government testing, when requested, includes Government or its agents access to Contractor facilities, documentation, and/or

personnel used by the Contractor to produce the products provided under this Contract. The Contractor shall assist in resolving any

problems resulting from the Government verification evaluations and security certification and accreditation process. This shall

address problem reports, technical investigations, and any testing performed.

-----------------------------------

7 MANAGEMENT

-----------------------------------

The requirements found in this section 7 Management, shall not be separately priced.

-----------------------------------

7.1 pRFID PROGRAM MANAGEMENT

-----------------------------------

a. The Contractor shall provide the following pRFID Program Management activities and services:

1. Two-work day response to program issues and problems associated with the execution of the Contract as identified by AMIS;

2. Support by means of Electronic Commerce/Electronic Document Interchange (EC/EDI), Web access for Contractor-provided information and

data;

3. Maintain accurate records;

4. Provide response within one workday to questions or problems;

5. Provide information to various Services and Agencies with the approval of AMIS;

6. Receive and process customer Delivery Orders, purchase card orders, and Task Orders;

7. Develop, update, and maintain the Ordering Guide as per CDRL A002;

8. Coordinate shipments and deliveries;

9. Report order and delivery status as per CDRL A001;

10. Provide the requisite Repair Center(s) (RC) to perform all warranty and maintenance services required by this Contract;

11. Maintain warranty and maintenance records;

12. Provide access for pRFID Users to an identified database location for this Contract;

13. Develop and execute a management plan that incorporates configuration management and risk management, and provide a pRFID

Management Plan as per CDRL A003;

14. Schedule project reviews and internal seminars and conferences, and present Contractors vision of new technology;

15. Schedule and perform demonstrations;

16. Conduct quarterly Project Progress Reviews (PPR) year 1 and quarterly thereafter as per CDRL A004;

17. Provide Status Reports to include Warranty Status Reports as per CDRL A009;

18. Provide Monthly Equipment and Service Reports (MESR) as per CDRL A008; and

19. Report Contractor Manpower Information in accordance with the paragraph entitled Contractor Manpower Reporting in this Part.

b. The Government desires Contractors, and their respective subcontractors, teaming partners and commercial manufacturers who currently

hold and maintain commercial quality certifications, e.g. ISO certifications, Lean Six Sigma, Capability Maturity Model Integration

(CMMI), over the life of the Contract.

-----------------------------------

7.1.1 Points of Contact

-----------------------------------

The Contractor shall provide a list of Contractor points-of-contact to the Contracting Officers Representative (COR) no later than 10

workdays after the effective date of the Contract. The list shall include names, telephone numbers, facsimile numbers, e-mail

addresses, and areas of responsibility for the pRFID Contract. The Contractor shall notify the COR no later than five workdays of

28 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 30: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

replacement of a point-of-contact.

-----------------------------------

7.1.2 pRFID III Contract Program Manager

-----------------------------------

a. The Contractor shall identify to the Government a Program Manager for the pRFID III Contract as per CDRL A012. The Program Manager

shall at no additional cost to the Government be available with a 24 hours notice to meet with the Government at Fort Belvoir at 1420

Jackson Loop, Fort Belvoir, VA 22060. The pRFID III Contract Program Manager shall address and resolve pRFID III programmatic issues,

facilitate information exchange with the Government, and enhance management coordination.

b. The Contractors pRFID III Program Manager shall manage all Delivery Orders, Task Orders, and purchase card orders, and shall be the

Contractors authorized point-of-contact for the AMIS, the COR, and the point-of-contact for Delivery Orders, Task Orders and purchase

card orders as per CDRL A012. The Contractors pRFID III Program Manager shall be responsible for formulating and enforcing work

standards, assigning schedules, and reviewing work discrepancies, communicating policies, purposes, and goals of the organization to the

assigned Contractor personnel for performance of this Contract. The Contractors pRFID III Program Manager shall manage Delivery Order

and Task Order performance.

-----------------------------------

7.2 USER GUIDE (UG)

-----------------------------------

-----------------------------------

7.2.1 Purpose

-----------------------------------

The Contractor shall develop and provide to the Government an User Guide (UG), to assist Government personnel in determining the system

configuration that will best meet their Passive RFID operational requirements. The Contractor shall provide the UG no later than 30

calendar days after issuance of the base IDIQ contract and be available to Users on the Contractors website. The UG shall be a

comprehensive tool that aligns with the Pricing CLIN structure to enable prospective Users to formulate a workable process as to

potential solutions utilizing the CLINS within the Contract which best meets their operational requirements.

-----------------------------------

7.2.2 User Guide Review

-----------------------------------

The Contractor shall provide a draft UG electronically to the COR of the AMIS, and Contracting Officer for review no later than 30

calendar days after issuance of the base IDIQ contract. The Contracting Officer will either approve the UG or provide comments to the

Contractor for incorporation into the UG. The Contractor shall then have 15 workdays to edit the UG based on Government comments. Upon

Government acceptance and approval by the Contracting Officer of the draft, the Contractor shall make the UG available to Users on the

Contractors website.

-----------------------------------

7.2.3 User Guide Approval and Posting

-----------------------------------

The Contracting Officer must approve the initial UG prior to making the UG available to the Government personnel on the Contractors

website. Subsequent UG revisions resulting from a formal Contract modification shall be made available to the Government personnel on

the website no later than five workdays of issuance of the Contract modification. The Contractor shall update the UG for other changes

(e.g., Government points of contact) within five workdays after the receipt of a request from the COR. The Contractor shall post

Contractor-related administrative changes within five workdays of the change.

The UG shall be divided into logical sections for ease of use. The sections shall provide a User with a complete User list, with a

detailed description of features and prices for User of all hardware, hardware cables, software, user procedures, recommended equipment

configurations, technical engineering services (TES), training, warranty, maintenance, CLIN price list, and any additional information

that the Contractor includes to simplify the implementation of a Passive RFID solution. The UG shall be a simple, easy to understand

document that allows Users to order and build configurations that meet their needs. The Contractor shall provide access for authorized

Government Users with .MIL email addresses to the UG via the World Wide Web.

-----------------------------------

7.2.3.1 Sections

-----------------------------------

Each section of the UG shall be technically accurate, align with the Pricing CLIN structure and complete with descriptions of the

hardware (to include pictures), software, and technical engineering services. CLINs shall be used throughout the document to facilitate

the Users ability to properly identify and order the appropriate item(s). CLINs shall be clearly annotated on drawings, charts, product

descriptions, specification sheets, etc. When a product requires additional equipment to make a complete workable product, the

additional equipment and CLINs, if applicable, shall be clearly identified in the description. All references to a geographic area

where products may, or may not, be used shall be clearly annotated in the UG and the CLIN description, if applicable. The UG shall

include, but not be limited to, the sections identified below which address the minimum requirements for each Section.

29 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 31: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

-----------------------------------

7.2.3.2 Hardware

-----------------------------------

The hardware section shall be organized into sub-sections based upon the major types of equipment provided, and shall include a

discussion of the main features of each piece of equipment, including physical dimensions, power requirements (wattage and voltage), and

heat generated by equipment. Precautions, such as the minimum distance between various devices, shall be provided. The UG shall

contain instructions for the User to specify equipment destination to ensure the pRFID equipment is compatible with the commercial power

supply and adapter plugs for the geographic area in which it will be operated.

-----------------------------------

7.2.3.3 Hardware Cables

-----------------------------------

This Section shall list all cables with Model Numbers provided and equipment cable requirements in a chart format that shall allow the

User to identify the correct cables for connecting pRFID devices. CLINs shall be provided on the chart. All cable requirements for

equipment installation shall be described in this section. This Section shall clearly indicate the appropriate cables and interfaces

for the various pRFID components and provide a reference to the applicable parts.

-----------------------------------

7.2.3.4 Software

-----------------------------------

This section shall provide a full description of all software CLINs provided that include a discussion of the primary function, minimum

memory requirements, program capabilities, and major features and benefits. This section shall explain, in non-technical terms, the

recommended software packages for specific applications. The Contractor shall maintain an asset record showing the software version and

configuration installed on all shipped products. The Contractor shall track and update the asset record when the Contractor makes

changes to products and product software when returned for service or when changes are made by the Contractor on fielded systems.

-----------------------------------

7.2.3.5 User Ordering Procedures

-----------------------------------

This section shall contain ordering procedures that provide the User with all the necessary information required to order pRFID products

and Technical Engineering Services. Contractor points-of-contact, telephone numbers, Help Desk access, and addresses shall be included.

-----------------------------------

7.2.3.6 Recommended Equipment Configurations

-----------------------------------

This section shall address the Contractors recommended equipment configurations to meet various Users pRFID requirements with easy to

understand, step-by-step directions, and any physical or facility considerations. The recommended configurations shall represent the

most economical hardware, software, and technical engineering services that meet possible User requirements. This section shall provide

information to assist the Users with building a pRFID configuration that best meets their needs. The configurations shall include the

appropriate CLIN numbers.

-----------------------------------

7.2.3.7 Technical Engineering Services (TES)

-----------------------------------

This Section shall contain procedures that provide the User with all necessary labor categories available with their fixed labor rates

information required to estimate and order TES. All TES CLINs identified shall be addressed in this Section.

-----------------------------------

7.2.3.8 Training

-----------------------------------

This Section shall provide type of Training available and suggested as part of a passive RFID implementation.

-----------------------------------

7.2.3.9 Warranty

-----------------------------------

This Section shall address all warranty provisions of the Contract i.e., how to obtain warranty service, Help Desk telephone number and

hours of operation, warranty repair sites, RMA issue procedure, etc.

-----------------------------------

7.2.3.10 Maintenance

-----------------------------------

This Section shall describe the various maintenance services available to User worldwide with CLIN prices, how to order maintenance

services, and Help Desk instructions for User maintenance support.

-----------------------------------

30 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 32: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

7.2.3.11 CLIN Price List

-----------------------------------

This Section shall provide the contract CLIN Price List with products and services provided for each CLIN/SLIN. The CLIN Price List

will be updated within five days of addition or deletion of a CLIN/SLIN on contract.

-----------------------------------

7.3 pRFID III MANAGEMENT SUPPORT PLAN

-----------------------------------

The Contractor shall manage the Contract in accordance with the Government-approved pRFID Management Support Plan. The plan may be

revised or updated at the request of the Government. The pRFID Management Support Plan shall include, but not be limited to the

following:

a. Management and Reporting Methodology for Gathering, Validating and Generating Reports;

b. pRFID Configuration Management Plan (see Paragraph PWS 7.4 for separate CM Annex/deliverable);

c. Risk Management;

d. Integrated Process Team (IPT) Methodology;

e. Electronic Commerce and Electronic Data Interchange Methodology;

f. Website Methodology;

g. Training Development and Support;

h. Technology Assessment and Control;

i. Logistics Support to include the Contractors approach to satisfying unusual or surge requirements and to deal with crises; and

j. Go to Market strategy to addressing the Contractors approach to sales in the DoD Market.

-----------------------------------

7.3.1 Integrated Product Teams

-----------------------------------

The Contractor shall participate with the Government on pRFID Integrated Product Teams (IPTs) and provide minutes of the meetings no

later than five workdays after each meeting. IPTs will be composed of representatives from all functional disciplines, working together

to identify and resolve issues. IPTs will also make sound and timely decisions, build a successful and balanced program, and make

maximum use of timely input from the entire Team, including customers and suppliers.

-----------------------------------

7.3.2 Project Progress Reviews

-----------------------------------

The Contractor shall conduct Project Progress Reviews (PPRs) for Government personnel at a mutually agreeable facility. The AMIS will

schedule the initial PPR. It is anticipated that the first PPR will occur no later than 90 calendar days after the base IDIQ contract

award effective date specified in the Notice to Proceed. Thereafter, PPRs shall occur on a quarterly basis for the next twelve months

of the Contract, and quarterly thereafter, for the life of the Contract. During each PPR, the Contractor shall present material that

addresses:

a. Status of current technological substitutions and additions;

b. Status of configuration and risk management activities;

c. Status of Task Orders, Delivery Orders and purchase card orders, to include but not limited to, received and processed dates (listed

by ordering agency), scheduled delivery date, and shipped date;

d. Actions under warranty and maintenance;

e. Significant trends (quantities by CLIN, component reliability safety issues, problems, and recommended solutions);

f. Minutes from the previous PPR;

g. Activities determined to be of importance to the Government, such as unanticipated problems, and high visibility issues identified

by the Government;

31 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 33: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

h. Status of significant program events;

i. Customer feedback;

j. Agencies and organizations contacted and initiatives with each; and

k. Reason for delinquent Task Orders, Delivery Orders, and purchase card orders.

The Contractor shall include in each review, a current organizational chart that includes the names and telephone numbers of all key

personnel proposed and included with the pRFID contract, or as may be proposed and used in securing subsequent task orders. All changes

to key personnel changes are to be identified at the time changes are known and explanation included for how the contractor shall

minimize impact of such changes. Key personnel for this Contract are Project Manager and the Contract Program Manager. The Contractor

shall give the Government the right of first refusal for employment openings under the contract in key positions listed within the PWS.

The Contractor shall report to the Contracting Officer the names of individuals identified on the list who are hired within 90 days

after contract performance begins.

The Contractor shall prepare and coordinate with the COR, an agenda for all PPRs at least five workdays before a scheduled PPR. The

Contractor shall provide the briefing charts to the COR electronically three workdays prior to the day of the PPR. The Contractor shall

prepare and coordinate minutes of the PPRs with AMIS no later than five workdays after the PPR. Coordination shall be accomplished

through electronic mail. Upon AMIS approval, the Contractor shall, no later than five workdays, post the minutes on the website

specified in the paragraph Website in this Part. The Contractor shall hotlink the website to the AMIS website.

-----------------------------------

7.3.3 Status Report

-----------------------------------

The Contractor shall prepare and submit a Status Report in Microsoft Office Excel format, monthly as per CDRL A005. The report shall

include all orders placed by the Government and by Government Contractors (reference the paragraph Government Contractors Use of

Contract in User Guide during the reporting period. The Contractor shall submit the first report to the COR on the 10th day of the

month following the one-month period after the Contract effective date specified in the Notice to Proceed. The Contractor shall submit

subsequent reports in monthly increments on the 10th day of the month following the reporting period throughout the performance period

of the Contract. The report shall include, as a minimum, a list of all equipment delivered by:

a. CLIN, with brief description, by month, by Service or Agency, total quantities and dollar amount;

b. Year-to-date, total quantities and dollar amount;

c. Contract-to-date, total quantities and cumulative dollar amount; and

d. The totals for each category (above) shall also reflect the values for products/equipment and services in a summary table.

An example report format is located at Exhibit B in this Part.

-----------------------------------

7.3.4 Contractor Manpower Reporting

-----------------------------------

The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services

provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data

fields using the following Web address: http://www.ecmra.mil/, and then click on "Department of the Army CMRA" or the icon of the DoD

organization that is receiving or benefitting from the contracted services.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs

October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October

31 of each calendar year, beginning with 2017. Contractors may direct questions to the help desk by clicking on "Send an email" which

is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. See

CDRL A013.

-----------------------------------

7.4 CONFIGURATION MANAGEMENT

-----------------------------------

-----------------------------------

7.4.1 pRFID III Configuration Management Plan

-----------------------------------

The pRFID equipment shall be configuration-controlled, accounted for, and audited in accordance with the Contractor developed and

Government-approved, pRFID Configuration Management Plan as per CDRL A006. The Contractor shall provide the pRFID Configuration

Management Plan as an Annex to the pRFID Management Plan, which shall be submitted to the COR for approval no later than 30 calendar

32 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 34: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

days after issuance the Contract effective date specified in the Notice to Proceed. The pRFID Configuration Management Plan shall

reflect best commercial practices and shall be in accordance with accepted industry standards. The Contractor shall submit the initial

Baseline with the Configuration Management Plan. The baseline matrix shall include, at a minimum: Equipment Nomenclature, Manufacture

Model Number, Manufactures Part Number Firmware Version, Date of Implementation, Software Version, Relevant Specification Paragraph, and

any constraints. The matrix shall be in Microsoft Office Excel format. Any changes in hardware or software will be a change to the

baseline and will require Government approval. Once changes to the baseline are reviewed and approved by the Government the Contractor

shall provide configuration updates to the User Guide showing changes in hardware and software versions, date of change, and other

nomenclature.

Plan shall define those instances when the Contractor shall notify the Government of pending changes to the pRFID Equipment Baseline

Configuration.

-----------------------------------

7.4.2 Changes and Modifications

-----------------------------------

All OEM changes prior to Contract award shall be included in equipment provided under this Contract at no additional cost to the

Government. The Contractor shall notify the Contracting Officer of all OEM-sponsored changes to any equipment provided on the Contract.

All changes shall be provided to the Government at least 45 calendar days prior to implementation for evaluation and will be subject to

the Contracting Officers approval before the changed products may be placed on the Contract.

-----------------------------------

7.4.3 Changes to Software

-----------------------------------

The Contractor shall notify the Contracting Officer of all changes to the software and documentation provided under the Contract

throughout the warranty period, including any software updates (for example, bug fixes, new features, enhancements, and revisions) as

they become available. Software changes are defined as any software product and documentation that is provided for any other customer

free of charge, or which the software manufacturer does not consider a new product. Changes to firmware, software or documentation

(e.g., User Manuals) (including packaging and shipping) shall be provided at no additional cost to the Government.

-----------------------------------

7.4.4 Notification of Software Changes

-----------------------------------

The requirement for any software change involving a change to form fit or function is that the Contractor shall provide AMIS one copy of

the changed software with documentation (e.g., User Manuals) for each affected software item previously accepted by the Government. Any

changes to the baseline will require the contractor to perform all functions detailed in approved configuration management plan to

ensure that any changes to the software or firmware will not affect performance, security requirements, safety, NI, Hero, and other

requirements within this PWS. After Government evaluation of the changed software, the Contracting Officer will notify the Contractor

of the acceptance or rejection of the latest release. Software changes not involving a change to form fit or function shall be provided

to the Government on the Contract after notification is provided to the Contracting Officer.

-----------------------------------

7.4.5 Correction of Safety Hazards or Equipment Malfunctions

-----------------------------------

In accordance with commercial practices, the Contractor shall notify the Contracting Officer and AMIS of all OEM-sponsored changes to

correct safety hazards or equipment malfunctions. The Contractor shall implement changes to correct safety hazards in accordance with

commercial practices. The implementation shall be in accordance with a mutually agreed-upon schedule. All such changes shall be

implemented at no additional cost to the Government.

-----------------------------------

7.4.6 Configuration Audits

-----------------------------------

The Government is required to maintain configuration control over functional and performance requirements (form, fit, and function).

Subject to the issuance of a TES Task Order, the Contractor shall support the Government in performing Functional Configuration and

Physical Configuration Audits. The Contractor shall provide a demonstration of the equipment. At least seven workdays prior to

commencement of the equipment demonstration, the Contractor shall deliver a Demonstration Plan to the Government. The Plan shall

include the agenda, demonstration procedures, and a matrix identifying the baseline equipment. The baseline matrix shall include, at a

minimum: Equipment Nomenclature, Model Number, Firmware Version, Software Version, Relevant Specification Paragraph, and any

constraints. The matrix shall be in Microsoft Office Excel format.

-----------------------------------

7.4.7 Physical Configuration Audit

-----------------------------------

A Physical Configuration Audit (PCA) is the formal examination of the as-built configuration of a commercial item against its technical

documentation to establish or verify the commercial items product baseline.

33 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 35: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

-----------------------------------

7.4.8 Functional Configuration Audit

-----------------------------------

A Functional Configuration Audit (FCA) is the formal examination of the functional characteristics of a configuration item to verify

that the item has achieved the requirements specified in its functional and allocated configuration documentation. The FCA is performed

by the Governments Configuration Management Team or Quality Control Representative, by auditing the requirements specifications against

the pRFID Contractor specifications of each configuration item (hardware, middleware, and software).

-----------------------------------

7.5 RISK MANAGEMENT

-----------------------------------

Risk Management is an essential part of program management. The Contractor shall continually identify, assess, manage, and control

project risks as per CDRL A007. The objective is to reduce program uncertainties, and to classify risks according to their probability

of occurrence, and possible consequences. In accordance with the Government-approved Management Plan, the Contractor shall identify

project risks or actions that affect the accomplishment of program objectives. The program risk events include, but are not limited to

the following:

a. Technical performance;

b. Operational performance;

c. Schedule performance;

d. Training;

e. Technical standards; and

f. Logistics readiness.

The Contractor shall prioritize project risks and determine the status of risk reduction or mitigation efforts. The Contractor shall

report the status of risk management efforts during the PPRs.

-----------------------------------

7.6 MONTHLY EQUIPMENT AND SERVICE REPORT

-----------------------------------

The Contractor shall provide AMIS, the COR, and Contracting Officer with a Monthly Equipment and Service Report (MESR) in Microsoft

Office Excel format via electronic mail and post it on the Contractors website for on-line viewing and ad hoc inquiries by authorized

Users. The initial MESR shall be submitted covering the month the first pRFID item is received by the Contractor for repair (warranty

or maintenance), and shall be provided no later than 10 calendar days after the end of each subsequent month e.g., January report is due

by 10 February. The Contractor shall provide, as part of the MESR, a consolidated list of service User calls for troubleshooting

assistance. This detailed information for warranty and maintenance repairs will be used to identify trends and compliance with

equipment turn-around requirements. The MESR shall include a separate line item of description for each pRFID item service incident

and, as a minimum, shall include the following:

a. Return Material Authorization (RMA) number and date assigned to User Category of service action: Per-incident maintenance, On-call

maintenance or Warranty;

b. Identify if User requests same serial number item returned. Also, note if User changed their mind because of time delay in

receiving the same serial number in return;

c. Identity of the Federal agency (that is, Army, Navy, DLA, etc.), Government User and Point of Contact, and site requiring the

maintenance;

d. Parts breakout: nomenclature; National Stock Number (NSN), if available; part numbers; model number, CLIN; and serial number;

e. Quantity of each type of component repaired or replaced by CLIN under the Contract to date;

f. Equipment Warranty expiration date;

g. Delivery Order number or purchase card order date and activity;

h. Date field engineer arrival on-site, or receipt of the failed pRFID equipment at the repair facility;

i. Date repair action was completed, or equipment was sent back to the User, shipper or carrier, or when picked up by the User; and

j. Remarks section providing information outside of the items listed above, which gives a brief, non-technical description of equipment

problems identified, repair action accomplished, parts replaced, serial numbers of replacement pRFID items (if the item was replaced by

the Contractor), problems identified but causes not isolated, or a statement of no evidence of failure.

-----------------------------------

34 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 36: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

7.7 WARRANTY STATUS REPORT

-----------------------------------

The Contractor shall provide a Warranty Status Report in Microsoft Office Excel format, once each Contract year as requested by the COR,

to include but not limited to, a list of all equipment due to leave warranty status no later than the next 12 months with serial number,

model number, Federal Agency, Unique Control Number, Delivery Order number, shipping date, warranty end date, Government User, point of

contact and telephone number. The initial report format shall be provided by the Contractor for Government review and approval no later

than 30 calendar days after issuance of the base IDIQ contract.

-----------------------------------

7.8 KEY PERSONNEL

-----------------------------------

The following personnel are considered key personnel by the Government:

--------------------------------------------------------------------------------

TITLE | PERSONNEL QUALIFICATION

--------------------------------------------------------------------------------

Project Manager | The Contractor shall provide a minimum of two (2) years'

| experience with the RFID field with previous accomplshments

| of similar size and scope of theis CRS. Secret clearance is

| required.

--------------------------------------------------------------------------------

Contract Manager | The Contractor shall provide day-to-day office support

| activities including correspondence preparation, archival,

| entering and maintaining data within various databases,

| preparation of project support documentation, IT support,

| receptionist duties, maintaining schedules of senior

| management, and coordinating travel arrangements. The

| acceptable candidate must possess a Bachelors Degree, a

| secret security clearance, and 2+ years of experience.

--------------------------------------------------------------------------------

The Contractor shall provide a Contract Manager who shall be responsible for the performance of the work. The name of this person, and

an alternate, shall act for the Contractor when the Project Manager is absent and shall be designated in writing to the Contracting

Officer. The Contract Manager, or alternate, shall have full authority to act for the Contractor on all contract matters relating to

the operation of this contract. The Contract Manager, or alternate, shall be available between 8:00 a.m. to 4:30p.m. (Or anytime there

are contract personnel traveling overseas) Monday through Friday except Federal holidays or when the Government facility is closed for

administrative reasons.

-----------------------------------

8 EQUIPMENT RETURN AND TRACKING

-----------------------------------

The Contractor shall affix a label to all hardware items deemed appropriate by the Government offered under the pRFID III Contract that

states the Contractors name, help desk phone number and website for warranty and maintenance tracking. The Contractor shall provide a

method to enable the Government User and the Contractor to quickly identify and track components being forwarded to, and returned from,

the Contractor Repair Center (RC) of choice for warranty and maintenance services. The Contractor shall assign the User a RMA number

prior to the Government mailing-in the failed equipment to the RC for repair or replacement. The User shall be informed of the RMA

number and serial number of each component returned to the Contractor for warranty and maintenance service. All failed equipment

returned to the RC shall be identified by the RMA number. The RMA number will be used by the Government to help track the failed

component through the warranty or maintenance service process.

-----------------------------------

9. CUSTOMER SUPPORT

-----------------------------------

Customer Support shall not be separately priced and shall be provided as per CDRL A010.

-----------------------------------

9.1 TECHNICAL ASSISTANCE

-----------------------------------

The Contractor shall provide Technical Assistance, as follows:

a. Troubleshooting and correction of equipment problems;

b. Processing requests for On-call Maintenance;

c. Processing Mail-in warranty and maintenance service issues; for example, assigning RMA numbers; and

35 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 37: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

d. Providing Contractor address of the Repair Center(s).

-----------------------------------

9.1.1 Toll-Free Customer Support Help Desk

-----------------------------------

At a minimum, the Contractor shall provide toll-free telephonic support for a Customer Support Help Desk in CONUS and OCONUS. The Help

Desk shall be operational between the hours of 8:00 A.M. through 5:00 P.M., local time, Monday through Friday, and shall provide Users

with the ability to submit/call-in a helpdesk ticket 24 hours a day, seven days per week. This excludes U.S. Federal and Host Nation

Country holidays in the geographic location. The Help Desk shall respond to the Users call no later than 12 hours after receiving User

call 95% of the time, maintain a database of calls received and acted upon, and track User calls for troubleshooting assistance. Except

for the purpose of leaving a phone number for the Contractor to return a call no later than one hour during periods of high call volume,

recorded answering services are not acceptable to the Government; however, the Contractor may use an on-line knowledge base, and an on-

line RMA input functionality to assist Help Desk staff meet the workload. Contractor personnel staffing the Customer Support Help Desk

shall possess sufficient expertise to recommend troubleshooting procedures and possible corrective actions for equipment and software

acquired under the pRFID Contract. Contractor personnel staffing the Help Desk shall understand and speak fluent English. The

Contractor shall maintain records of User calls for troubleshooting assistance capturing the following: failed item Point-of-Contact,

location, date, problem, and resolution. This information shall be provided in the MESR.

-----------------------------------

9.1.2 Website

-----------------------------------

The Contractor shall establish and maintain a worldwide website for Government Users no later than 60 calendar days after the Contract

effective date specified in the Notice to Proceed as per CDRL A011. The website shall be hot linked to the AMIS website and be

available daily on a 24-hour basis, until the expiration of the last active Order issued under the Contract. The website shall not be

password protected and shall only be accessible from a .mil or .gov web domain. As a minimum, the website shall include, or provide

hotlinks to the following:

a. Methods for User to track status of Delivery Orders and Task Orders using the Governments order number and a Unique Control Number;

b. Warranty and maintenance tracking using the RMA number;

c. Exchange of technical information between the Contractor and individual User and groups;

d. Point-of-Contact, telephone and facsimile number, email address and mailing address for each RC;

e. Technical troubleshooting support;

f. Failed equipment tracking and status;

g. User Guide;

h. Reference and User Manuals (i.e., Commercial Manuals, Technical Manuals, Software Manuals);

i. Project management reports (schedules, IPT and PPR minutes, etc.);

j. Recent news items from PM J-AIT or the Contractor (for example, notifications of the website being down for maintenance, etc.);

k. Other data as mutually agreed to by the Government and the Contractor;

l. Passive RFID device drivers;

m. Monthly Equipment and Service Report, Status Report, and Warranty Status Report; and

n. List of products that fully comply with Section 508 of the Rehabilitation Act.

The Contractor shall ensure that all device drivers required to operate pRFID equipment are posted to the website. At a minimum, the

Contractor shall post to the website those drivers that were developed by the Contractor for use under this Contract. All initial

drivers shall be posted to the website no later than 60 calendar days after the Contract effective date specified in the Notice to

Proceed. New and updated drivers shall be posted to the website no later than 48 hours of the CORs approval. In the event that drivers

are updated, the original version shall also be maintained on the website.

-----------------------------------

10. WARRANTY

-----------------------------------

The Contractor shall provide a minimum of a three-year warranty and offer options for the Government to procure extended warranties for

36 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 38: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

four years and five years at the time of product purchase. All warranties shall include all parts, labor, and transportation costs for

all pRFID components provided under this Contract. The Contractor shall provide a minimum of a three-year warranty for all software

products with options for the Government to procure software products with a four-year warranty and with a five-year warranty. The

Contractor shall repair or replace all failed pRFID components covered under warranty in this contract in accordance with the procedures

described in the Warranty Support paragraph. All warranties shall be included in the purchase price of the component, and not priced

separately. The Contractor shall immediately notify the ordering Contracting Officer and order Point of Contact (POC) regarding

equipment requiring repair or replacement due to apparent User abuse, negligence, or missing significant parts, such as circuit cards or

boards.

-----------------------------------

10.1 WARRANTY SUPPORT

-----------------------------------

During the equipment warranty period, the Contractor shall implement changes to correct equipment malfunctions in accordance with best

commercial practices. The implementation shall be in accordance with a mutually agreed-upon schedule. These changes shall be made at

no additional cost to the Government. The warranty shall fully protect the Government against equipment malfunctions due to material

defects, workmanship, or intrinsic operating problems. The warranty period for items ordered by Delivery Order shall begin upon

Government acceptance of the equipment. In the event the Contractor is authorized to use a Certificate of Conformance, the warranty

period for items ordered by a Delivery Order shall begin on the date of shipment. The warranty period for items ordered by purchase

card shall be in accordance with the paragraph entitled Government wide Commercial Purchase Card in Ordering Guide. The warranty shall

include mail-in procedures and on-call procedures as specified below.

-----------------------------------

10.2 WARRANTY MAIL-IN PROCEDURES

-----------------------------------

The requirement for warranty mail-in service, including commercial carriers, is that the Contractor shall bear all shipping costs, both

from and back to Government sites. The Contractor shall be responsible for the equipment from the time of receipt until safe return to

the Government. The Government will provide the Contractor with any unusual transportation instructions for return shipment after

repair. When the User does not require the same serial number equipment, the Contractor shall ship a replacement item no later than 24

hours after notification of failed pRFID components. If the User requires the same serial number equipment, the Contractor shall

restore all malfunctioning equipment covered under warranty to an operational condition and ship the equipment back to the User no later

than 10 workdays after receipt of the failed equipment (CONUS and OCONUS). In the event a same serial number component requested by the

User cannot be repaired, the Contractor shall notify the Government User no later than three workdays after receipt of the component at

the Contractors facility. The Government User will provide the Contractor with disposition instructions for un-repairable pRFID

components.

-----------------------------------

10.3 COMPONENT RETURN AND TRACKING

-----------------------------------

The Contractor shall provide a method to enable the Government User and the Contractor to quickly identify and track pRFID components

that have been sent to a Contractor RC for warranty service. The Contractor shall assign a RMA number and inform the User of the RMA

number as the tracking number, and serial number for each pRFID component returned to the Contractor for warranty service.

-----------------------------------

10.4 WARRANTY REPLACEMENT PARTS

-----------------------------------

The requirement for Contractor Warranty service is that only new parts, or parts warranted as new by the OEM, shall be used for repairs

of failed Government pRFID components. Additionally, all replacement parts shall be equal to or better than the replaced parts in terms

of quality and performance. The warranty for all replacement items installed during the initial warranty period shall be equal to the

remaining warranty period for the original item, or 90 calendar days, whichever is greater. Failed parts replaced by the Contractor

shall become the property of the Contractor. However, the Government reserves the right to purchase unserviceable parts containing

sensitive or classified material, as required by statute or regulation.

-----------------------------------

10.5 WARRANTY ON-CALL PROCEDURES

-----------------------------------

The Contractor shall provide on-call warranty service for pRFID Fixed Readers in both CONUS and OCONUS. The requirement for CONUS

locations is that the Contractor shall provide on-call repair no later than five workdays of notification. The requirement for OCONUS

locations is that the Contractor shall provide on-call repair no later than seven workdays of notification. The Contractor shall

provide on-call warranty service outside the official hours of operation when required by the using activity. When warranty service

outside the official hours of operation is ordered in CONUS locations, the Contractor shall replace or return the equipment to an

operational condition no later than five calendar days from the time the Contractor is notified of the malfunction. The requirement for

OCONUS locations is that the Contractor shall replace or return the equipment to operational condition no later than seven calendar days

of notification. The Contractor shall provide On-call Warranty service support to repair the item on-site.

-----------------------------------

37 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 39: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

11. MAINTENANCE

-----------------------------------

Upon expiration of the warranty on purchased products per order under this IDIQ, the Contractor shall provide worldwide maintenance to

repair or replace pRFID components and provide updates and changes to software covered under maintenance. Maintenance prices shall

include all parts, labor, and transportation back to the User.

-----------------------------------

11.1 MAINTENANCE TURN-AROUND TIME

-----------------------------------

The repaired pRFID component shall be returned and received by the User no later than 10 workdays after receipt at the Contractors

facility. In the event the pRFID component cannot be repaired, the Contractor shall notify the Government User no later than three

workdays after receipt of the component at the Contractors facility. The Government User will provide the Contractor with disposition

instructions for un-repairable RFID components.

-----------------------------------

11.1.1 pRFID Component Return and Tracking

-----------------------------------

The Contractor shall provide a method to enable the Government User and the Contractor to quickly identify and track pRFID components

sent to a Contractor RC for Maintenance. The Contractor shall assign a RMA number and inform the User of the RMA number as the tracking

number and serial number for each pRFID component returned.

-----------------------------------

11.1.2 Mail-In Maintenance

-----------------------------------

The Contractor shall provide Mail-in Maintenance to include parts and labor on a Monthly and Per-incident basis for pRFID Fixed Readers,

Vehicle Mount Readers, Hand Held Readers, and Printers. In accordance with Transportation paragraph in this section, the Contractor

shall be responsible for transportation back to the User for all mail-in items.

-----------------------------------

11.1.3 On-Call Maintenance

-----------------------------------

The Contractor shall provide worldwide On-call Maintenance for pRFID Fixed Readers, Hand Held Readers and Printers. When maintenance

service is ordered in CONUS locations, the Contractor shall replace or return the equipment to an operational condition no later than

five workdays from the time the Contractor is notified of the malfunction. The requirement for OCONUS locations is that the Contractor

shall replace or return the equipment to operational condition no later than seven workdays of notification.

The Contractor shall provide on-call maintenance outside the official hours of operation when required by the using activity. When

maintenance outside the official hours of operation is ordered for CONUS locations, the Contractor shall replace or return the equipment

to an operational condition no later than three workday's days from the time the Contractor is notified of a failure. When maintenance

outside the official hours of operation is ordered for OCONUS locations, the Contractor shall replace or return the equipment to

operational condition no later than five calendar days of notification. The Contractor shall provide the required maintenance service

in accordance with the Task Order issued for the instant requirement or in accordance with a Task Order issued pursuant to the

subparagraph entitled Special Funding of Per Incident Maintenance in Section H of the base IDIQ contract. All contractor costs

associated with travel for on-call maintenance shall be invoiced under the cost reimbursable travel CLIN, CLIN 0021.

-----------------------------------

11.1.4 Maintenance Procedures

-----------------------------------

The Contractor shall replace or return equipment to an operational condition and ship the equipment back to the User no later than 10

workdays after receipt of the failed equipment (CONUS and OCONUS). Transportation arrangements shall be in accordance with the

provisions of the paragraph entitled Transportation in this Part. In the event a pRFID component cannot be repaired or if any

discrepancy is noted between the equipment received and the Task Order, the Contractor shall notify the Government User no later than

three workdays after receipt of the component at the Contractors facility. The Government User will provide the Contractor with

disposition instructions for un-repairable pRFID components.

-----------------------------------

11.1.5 Maintenance Replacement Parts

-----------------------------------

Contractor Maintenance support shall utilize only new parts, or parts warranted as new by the Original Equipment Manufacturer, that

shall be used for repairs of failed Government pRFID components. Additionally, all replacement parts shall be equal to or better than

the replaced parts in terms of quality and performance. Failed parts replaced by the Contractor shall become the property of the

Contractor. However, the Government reserves the right to purchase unserviceable parts containing sensitive or classified material, as

required by statute or regulation to be destroyed or retained by the Government. The effective warranty for all replacement items

installed during the maintenance period shall be a minimum of 90 calendar days.

38 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 40: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

-----------------------------------

11.1.6 Software Maintenance

-----------------------------------

The Contractor shall provide Software maintenance for all commercial software provided under this Contract in accordance with customary

commercial software maintenance terms and conditions offered to the public to include all fixes, updates and changes necessary to

maintain the software in an operational state. Software maintenance releases and software updates shall support all developed

applications (fielded or not) that are developed under the Technical Engineering Services portion of the contract. Such support shall

include, but is not limited to Application Interfaces and firmware changes.

-----------------------------------

11.2 PREVENTIVE MAINTENANCE

-----------------------------------

Preventive maintenance includes all actions performed in an attempt to retain an item in a specified condition by providing systematic

inspection, detection, and prevention of incipient failures. Unless otherwise specified, Government personnel will perform all

preventive maintenance for items acquired under this Contract. The Contractor shall provide to the Government, in detail, all

requirements and procedures for preventive maintenance and troubleshooting-level diagnostics, in documentation and User Manuals. The

Contractor shall provide Material Safety Data Sheets to the Contracting officer, COR and all users as specified in the individual order

in accordance with FAR Clause 52.223-3 in Section I. The Contractor shall provide documentation for each appropriate hardware CLIN that

shall include preventive maintenance checks, service schedules, and troubleshooting-level diagnostics. The Contractor shall be

responsible for all other maintenance and support.

-----------------------------------

11.3 TRANSPORTATION

-----------------------------------

Transportation of pRFID components shipped to the Contractor for Maintenance will be arranged and paid for by the Government. Return

transportation of repaired or replaced components shipped to the User shall be arranged and paid for by the Contractor. The Contractor

shall use a return shipping method equal to or better than the Users method of shipment to the Contractor. The Government will provide

the Contractor with any unusual transportation instructions for return shipment after repair.

-----------------------------------

12 TECHNICAL ENGINEERING SERVICES

-----------------------------------

-----------------------------------

12.1 GENERAL

-----------------------------------

The Contractor shall provide TES on-site at Government sites and at the Contractors facility as specified in the Task Order. TES shall

include those services required for End to End, RFID turnkey implementation, IUID implementation support, equipment integration, site

analysis, installation, de-installation, relocation, problem-solving, user unique training, IPT support, conducting PCAs/FCAs, software

development; communications, interfaces to other Government systems, post implementation maintenance, equipment and systems engineering

services, System Design and systems integration to include middleware integration to enterprise systems. Any cables or adapters not

listed in this Contract, middleware or other items and materials required for installation of Contractor-provided pRFID components, may

be ordered through this Contract using the Incidental Materials CLIN (CLIN 0017AA). TES shall be ordered by a Task Order only. The

Contractor shall maximize the use of hardware on the most recent pRFID contract whenever possible. All hardware and software solutions

require Government approval. Contractor shall identify any requirements for interface with any other systems and identify required data

elements as well as the digital requirements for implementation of the End-to-End Turn-key solution. The Government Program Manager

will have the right to reject or require correction of any deficiencies found in the system, subsystem, or supply items that do not meet

the requirements of the TES. Government rights under DFARS 227.7203-5(a) applies to all contractor developed software which is

delivered for turnkey solutions via Technical Engineering Services.

-----------------------------------

12.1.1 Proposal Request for TES

-----------------------------------

The Government will issue proposal requests for TES in accordance with Ordering Guide, paragraphs Ordering Procedures for Orders

Exceeding Micro purchase Threshold, and Task Order Technical Engineering Services (TES). Proposals submitted in response to a proposal

request shall comply with the requirements of the Ordering Guide.

-----------------------------------

12.1.2 Travel

-----------------------------------

Prices for Contractor personnel travel and per diem to perform TES shall be in accordance with the requirements set forth in Task Orders

Technical Engineering Services.

-----------------------------------

12.1.3 TES Trip Report

-----------------------------------

39 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 41: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

The Contractor shall submit a TES Trip Report to the Task Order POC or Task Order COR, if applicable, no later than five workdays after

the completion of each trip made for TES. The trip report shall be in the Contractors format and shall contain as a minimum:

Report Date;

a. Customer Name, address, POC and telephone number;

b. Project Name;

c. Time arrived, time departed;

d. Any recommended or provided Incidental Material description;

e. Contractors summary of work completed; and

f. Contractor POC name and signature.

-----------------------------------

12.1.4 TES Response Time

-----------------------------------

The Contractor shall provide TES within the time specified in the Task Order for specific technical services. The on-site locations and

objectives of the TES to be provided shall be stated in the Task Order.

-----------------------------------

12.1.5 Software Development Services

-----------------------------------

Software Development Services (SDS) shall be limited to development incidental to the pRFID-related mission that utilizes equipment

acquired under this Contract. The pRFID SDS shall be limited to the development work required to implement, modify, interface, and

integrate pRFID application(s) to an existing Government application(s) and database(s) e.g., SARSS, TIS. Services include new software

development, which may include translation of existing Government code that has been determined necessary to ensure operation of the

system.

-----------------------------------

12.2 INSTALLATION/DE-INSTALLATION/RELOCATION

-----------------------------------

-----------------------------------

12.2.1 Site Surveys and Installation Plans

-----------------------------------

The Contractor shall conduct a pre-installation, de-installation, or relocation site survey as specified in the Task Order for each

location requiring site survey services. The primary purpose of the site survey is to determine the scope of work for the required

installation, de-installation or relocation of pRFID equipment configurations. Within 10 workdays after completion of the site survey,

the Contractor shall provide an Installation Plan with supporting documentation and attachments. The Contractor shall submit the

Installation Plan via electronic mail to the point of contract specified in the Task Order. Individual documents of over 5 Megabytes in

size may be provided by link to a web page or data repository for electronic download, provided they are individually listed and linked

from within the original electronic mail message. The Installation Plan shall include, but is not limited to, the following items:

a. Specific details on the methodology for installation and the resources required;

b. Detailed description, by major subheadings, of all installation work to be done by the Contractor at the site, and scheduling and

dependency of the various tasks;

c. Site layout plan including detailed drawings or digital pictures of all components, such as racks, cabinets, or consoles;

d. General component specifications including equipment, physical specifications, templates, manufacturers specific machine

configuration and space requirements, special operational line-of-sight requirements between various components, lighting requirements,

site construction requirements, power requirements, cabling requirements, network connections, communication lines, cooling

requirements, shipping requirements, and all special requirements that do not fall under normal operating conditions; and

e. Description of any actions, such as site modifications, which the Government will complete prior to installation of the pRFID

equipment, in sufficient detail to facilitate successful installation of the equipment.

-----------------------------------

12.2.2 Installation / De-installation

-----------------------------------

The Contractor shall install and de-install pRFID configurations as specified in the Task Order. The Contractor shall provide all

40 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 42: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

necessary installation support equipment, cables for the interface of the various components forming an installation, including the

pRFID devices, servers, peripheral devices, and power sources as required. Upon receipt of a Task Order requiring installation/de-

installation, and in accordance with the schedule contained therein, the Contractor shall install/de-install pRFID equipment in

accordance with the approved Installation Plan. In instances where work to be performed by the Contractor requires interaction with

existing facilities and equipment, the Contractor shall be responsible for any damage to existing facilities or equipment. After

installation is completed, the Contractor shall remove all packing, shipping, and storage materials left over from the installation.

-----------------------------------

12.2.3 Relocation of Passive RFID Components

-----------------------------------

Upon receipt of a Task Order requiring relocation of pRFID equipment, and in accordance with the schedule contained therein, the

Contractor shall install pRFID equipment in accordance with the approved Installation Plan. The extent of the services performed by the

Contractor shall be specified in the Task Order and may vary from minimal involvement to total responsibility for the relocation.

-----------------------------------

12.2.4 Installation Plans

-----------------------------------

The Contractor shall submit an Installation Plan with supporting documentation and attachments for evaluation as a part of its proposal

for TES. The Installation Plan shall include, but is not limited to, the following items:

a. Specific details of the methodology for the installation and the resources required;

b. Detailed description, by major subheadings, of all installation work to be accomplished by the Contractor at the site to include

scheduling and dependency of the various tasks;

c. Site layout plan including detailed drawings of all pRFID components, such as racks, cabinets, or consoles;

d. General component specifications including equipment, physical specifications, templates, manufacturers specific machine

configuration and space requirements, special operational line-of-sight requirements between various components, lighting requirements,

site construction requirements, power requirements, cabling requirements, network connections, communication lines including satellite

communications, cooling requirements, shipping requirements, and all special requirements that do not fall under normal operating

conditions; and

e. Description of any actions, such as site modifications, which the Government will complete prior to installation of the pRFID

equipment, in sufficient detail to facilitate successful installation of the equipment.

-----------------------------------

12.3 CONTRACT SUPPORT PERSONNEL

-----------------------------------

The Contractor shall provide all technical labor categories described in Attachment 0005 (Labor Category Descriptions). The Government

will issue proposal requests for specific tasks to be performed under Task Orders. Personnel performing TES and training under this

Contract shall possess the qualifications that the Contractor requires for, and be part of the same work force, providing such services

to the public. The Contractor shall provide labor categories that represent a blend of demonstrated technical, supervisory and

managerial expertise, analytical skills and knowledge to provide specific tasks, using efficient and state-of-the-art processes, made up

of functions including, but not limited to, the following:

a. pRFID component integration;

b. Installation and de-installation;

c. User unique training, on-site or classroom;

d. Systems integration;

e. Complex programming support;

f. Designing, developing, and troubleshooting complex applications;

g. Modeling simulation;

h. Analysis in designing operating systems utilities;

i. Troubleshooting, following established testing procedures to ensure equipment is operating properly;

j. Development and revision of technical documentation for software, hardware, and systems;

41 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 43: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

k. Testing online documents for correct operation, content and usability;

l. Analyzing systems to identify project objectives and data elements;

m. Preparing high level flow-charts and diagrams from which detailed program designs may be further developed;

n. Database management, associated data analysis and design, and data dictionary tools, as well as distributed systems, and data base

development methods and techniques;

o. Total system development and integration efforts, including all equipment, software, telecommunications, and networks, based on

expert knowledge of automatic identification and data capture fields;

p. Outlining problems, and providing solutions to data communication projects and problems based on expert knowledge of modern data

transfer methods and networks; and

q. Technical problem analysis and resolution based on expert knowledge of RF equipment and systems, wireless technologies, and wireless

test procedures requirement analysis.

-----------------------------------

13 DOCUMENTATION REQUIREMENTS

-----------------------------------

-----------------------------------

13.1 GOVERNMENT RIGHTS

-----------------------------------

The Government shall receive data rights in accordance with the applicable clauses in the contract. The Contractor shall provide online

access to, including the capability to download, all User Manuals and software reference documentation for any piece of equipment that

interfaces with a host computer system. User Manuals and software documentation shall be in English and in the Contractors format using

Portable Document Format (PDF) files.

-----------------------------------

13.2 COMMERCIAL USER MANUALS

-----------------------------------

The Contractor shall provide commercial User Manuals for each piece of equipment that provide step-by-step procedures for each function

performed by the equipment. These User manuals shall identify all preventive maintenance tasks and troubleshooting procedures. The

commercial User Manuals shall be included with each delivered piece of equipment and shall not be separately priced.

-----------------------------------

13.3 SOFTWARE REFERENCE DOCUMENTATION

-----------------------------------

The Contractor shall provide software reference documentation for use by software developers creating Passive RFID applications for all

software offered in hard copy and for online access. The documentation shall contain specific details for the integration of pRFID

equipment. The documentation shall be at a level of detail sufficient to fully define the operator interface and application

operations. The software reference documentation shall be included with each delivered piece of equipment and shall not be separately

priced.

-----------------------------------

14 TRAINING REQUIREMENTS

-----------------------------------

-----------------------------------

14.1 WEB-BASED AND CD-ROM TRAINING

-----------------------------------

In accordance with the Task Order (TO) PWS, the Contractor shall provide multimedia training as specified herein. Training shall be

provided on CD-ROM and via the internet on a trusted website. The web-based training shall allow users to train from the website and

have the ability to download a version of the training for execution on a standalone windows based computer. The training shall

instruct the students how to operate, maintain, and repair the equipment, and develop unique application software programs for pRFID

equipment acquired under this Contract. The Contractor shall provide a web-based and CD-ROM training package with updates for the base

period of the Contract. Training updates may include the addition of new or modified products and other types of training updates as

necessary.

-----------------------------------

14.1.1 Target Audiences and Areas

-----------------------------------

Target audiences utilizing the pRFID training will include technically skilled specialists responsible for supporting and implementing

the use of pRFID components and end Users responsible for operating the Contractor-provided hardware and software. The pRFID

42 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 44: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

Configuration Training shall encompass an overview of instruction in the following areas:

a. pRFID Configuration Overview (hardware, software, communications). Hardware characteristics and principles of operation, pRFID

Configuration hierarchy and software components (including the Operating System communication software interfaces), data structures,

queues, and internal tables of the Operating System;

b. Hardware and Software Architecture. Communications processing (including protocols), software designs, interfaces, and assembly

(Operating System development) language;

c. Operating System commands;

d. Operating System tailoring and generation, method for the distribution of fixes, problem resolution, and implementation of new

software releases;

e. Operations of equipment to include, but not limited to: configuring Reader(s), collecting information, reading and writing

information, searching data to identify priorities and finding specific items, creating prioritized lists of containers to be unloaded,

and locating specific containers based on container number or content data;

f. Diagnostics to include, but not limited to: problem definition and resolution, and diagnostic software utilization;

g. Security features (including management considerations, controls, procedures, and software design); and

h. Hardware maintenance and support. Preventive maintenance checks and services, and user-level repair operations.

-----------------------------------

14.1.2 Training

-----------------------------------

The Contractor shall provide access to web-based training materials showing user installation instructions, start-up, or and downloads

for diagnostics or software updates. The contractor shall provide a CD-ROM with the same materials offered on the Web with the initial

shipment of each device as user documentation and training materials; or provide a help/tutorial application on the device (not

mandatory). At a minimum, the Government desires materials cover topics such as hardware and software installation, problem

diagnostics, performance measurements, diagnostic software, and basic component operations.

-----------------------------------

14.1.3 Special Training Materials

-----------------------------------

Under Technical Engineering Services, the Government may order and the Contractor shall provide AMIS with multi-media training

materials. Such requests may include requirements for a draft storyboard(s) and draft graphical materials no later than 60 calendar

days after the date of the first Task Order for the web-based or CD-ROM training. The AMIS will review and approve the drafts and

provide comments to the Contractor. The Contractor shall amend or edit the draft MMTP based on the Governments comments and resubmit a

revised draft no later than 14 calendar days after receipt of the Governments comments. The Contractor shall provide the final MMTP no

later than 30 calendar days after receipt of AMISs final approval of the draft MMTP materials. The Contractor shall at the Governments

discretion attend a minimum of two meetings at AMIS designated facilities to provide for Government review and input into the MMTP prior

to AMIS final approval of the draft MMTP materials. The Contractor shall provide AMIS draft storyboards, scripts, and graphics

materials 10 workdays prior to each meeting. The Contractor shall also provide an agenda at least 10 workdays prior to each meeting,

and shall provide meeting minutes no later than 10 workdays after the conclusion of each meeting.

-----------------------------------

14.1.4 Training Deliverables

-----------------------------------

If ordered, the Contractor shall provide the following items in accordance with the approved MMTP within 45 days after approval of the

MMTP or within 45 days after the date of the order, whichever is later:

a. Web-based training

b. One (1) Master CD-ROM to be used by the Government for reproduction and distribution purposes. This Master CD-ROM, along with a one

(1) copy of the CD-ROM, shall be delivered to the COR.

-----------------------------------

14.1.5 Training Package Updates

-----------------------------------

Prior to implementing updates to the training package, the Contractor shall submit the updates to the COR for approval.

-----------------------------------

15. CERTIFICATION

43 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 45: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

-----------------------------------

-----------------------------------

15.1 PASSIVE RFID CERTIFICATIONS

-----------------------------------

-----------------------------------

15.1.1 Energy Star

-----------------------------------

Equipment meeting the specifications defined in PB 95-250304 shall be certified by the Contractor and properly labeled as meeting the

Environmental Protection Agency requirements.

-----------------------------------

15.1.2 Non-incendive Certification

-----------------------------------

The Contractor shall certify that equipment identified as Non-incendive, as well as its sub-components, shall be designed, manufactured

and tested to Non-incendive standards, as specified at time of order in the most current National Electrical Code (NEC), for the

environment specified in the paragraph 3.3.3 Hazardous Environment.

-----------------------------------

15.1.3 Product Safety Certification

-----------------------------------

Equipment shall be certified that it meets ANSI/UL1950-1997. Such certification shall be made by an authorized, Nationally Recognized

Testing Laboratory.

-----------------------------------

15.1.4 Electromagnetic Compatibility (EMC) Compliance and Hazards of Electromagnetic Radiation to Ordnance (HERO) Compliance

-----------------------------------

All applicable equipment shall meet, as appropriate, the requirements of National Telecommunications and Information Administration

(NTIA) Manual Annex K, FCC Part 15, regulations for Government operations and, International Standards. In order to certify the use of

commercial Passive RFID equipment in these environments, the Government may subject representative categories of equipment to radiated

emission and susceptibility tests (See MIL-STD 461E: Requirements for the Control of Electromagnetic Interference Emissions and

Susceptibility, and MIL-STD-462E: Measurement of Electromagnetic Interference Characteristics). The applicable equipment shall remain

unchanged after installation of Contractor-provided internal devices. All applicable equipment for CONUS shall meet the International

Special Committee on Radio Interference (CISPR) 22, Class A (International) standards for Radio Frequency Interference/Electromagnetic

Interference, and be Underwriters and European Community certified.

-----------------------------------

15.1.5 Self-Certification.

-----------------------------------

The Contractors self-certification of standards (e.g., IEEE 802.11) shall be based upon the results of testing or inspection the

Contractor undertakes or authorizes others to undertake on the Contractor's behalf. The Contractor's criteria and procedures to declare,

on its own authority, that a product or service is in conformity with specified standards or specifications shall be performed in

accordance with ISO/IEC 17050-1:2004, Conformity Assessment - Supplier's Declaration of Conformity - Part 1: General Requirements, and

ISO/IEC 17050-2:2004, Conformity Assessment - Supplier's Declaration of Conformity - Part 2: Supporting Documentation.

-----------------------------------

16. BACKGROUND INVESTIGATIONS FOR CONTRACTOR PERSONNEL

-----------------------------------

-----------------------------------

16.1 BACKGROUND

-----------------------------------

When applicable, Contractor personnel performing services under this contract, task order shall be required to undergo a background

investigation. Task Orders may require Contractor personnel to have access to Unclassified Sensitive information in accordance with

DoDD 8500.01E, DoDI 8500.2, AR-25, and the Privacy Act of 1974 (Public Law 93-579). At a minimum, some CONUS and OCONUS Task Orders

will require the Contractor personnel accessing this information to have a favorable National Agency Check (NAC) and/or a DoD Secret

clearance (Interim Secret clearances are acceptable). Investigative packages may contain the following forms:

1. SF-85, Questionnaire for Non-Sensitive Positions;

2. SF-85P, Questionnaire for Public Trust Positions;

3. SF-86, Questionnaire for National Security Positions;

4. Credit Report Release Form; and/or

5. FD-258, Fingerprint Card.

44 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 46: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

-----------------------------------

16.2 NAC FILE RECORDS

-----------------------------------

a. The Contractor shall take the necessary steps to ensure the ability to timely respond to the Task Orders stating a requirement for a

NAC or DoD Secret clearance. When a Task Order specifically addresses a requirement for a NAC, the Contractor personnel assigned to

this effort shall complete a Standard Form 85 or 85P. When a Task Order specifically addresses a requirement for a DoD Secret

clearance, the Contractor personnel assigned to this effort shall complete a Standard Form 86.

b. The completed paperwork shall be submitted to the Contractor Security Manager for review of completeness. The Contractor Security

Manager shall obtain a DoD Secret clearance from the Defense Security Service (DSS) or from the appropriate Government agency. The

Contractor shall maintain a record of all requested NAC and DoD Secret clearance approvals and disapprovals.

-----------------------------------

16.3 CONTINUED PERFORMANCE DURING SUPPORT OF CRISIS SITUATIONS, CONTINGENCY OR EXERCISE

-----------------------------------

The Contractor shall provide continued performance during support of crisis situations, contingency or exercise in accordance with the

paragraph entitled Continued Performance During Support of Crisis Situations, Contingency or Exercise in Section H of the contract.

-----------------------------------

17. ORGANIZATION CONFLICT OF INTEREST (OCI)

-----------------------------------

-----------------------------------

17.1 NON-DISCLOSURE AGREEMENT

-----------------------------------

a. Without exception, all contractors are required to report potential OCI issues to the Contracting Officer immediately regardless of

the stage of the acquisition/contract/order (e.g. Pre-solicitation, pre-award, post award, etc.) and regardless of what provisions and

clauses are provided for in the contract/order. The cognizant Contracting Officer will provide the specific certificate of non-

disclosure and or requirement for a mitigation plan when applicable.

b. The Contractor agrees that if it gains access to proprietary data of other companies, it will protect such data, and it will not use

such proprietary data in supplying systems or components in future competitive procurements (FAR 9.505-4). In addition, the Contractor

agrees to protect the proprietary data and rights of other organizations disclosed to the Contractor during performance of this Contract

with the same caution that a reasonably prudent Contractor would use to safeguard highly valuable property. The Contractor also agrees

that if it gains access to the proprietary information of other companies that it will enter into an agreement with the other companies

to protect their information from unauthorized use or disclosure for as long as it remains proprietary and refrain from using the

information for any purpose other than that for which it was furnished.

-----------------------------------

18. ANTI-TERRORISM/OPERATIONS SECURITY REQUIREMENTS

-----------------------------------

Each task/delivery order on this contract may have different requirements resulting in different considerations for AT/OPSEC, etc. The

AT/OPSEC coversheet may be included at each task/delivery order, except for supply contracts under the simplified acquisition level

threshold ($150,000 for non-contingency), field ordering officer actions, and Government purchase card purchases. All items listed

below are included in the basic requirements of the PWS except for number six (6), whereas individual OPSEC Standing Operating

Procedure/Plan may be required for specific task orders depending on the AT/OPSEC requirements.

1. AT Level I Training. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities

and controlled access areas shall complete AT Level I awareness training within 14 calendar days after contract start date or effective

date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of

completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not

assigned, within 14 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness

training is available at the following website: https://atlevel1.dtic.mil/at.

2. Access and General Protection/Security Policy and Procedures. Contractor and all associated sub-contractors employees shall comply

with applicable installation, facility and area commander installation/facility access and local security policies and procedures

(provided by Government representative). The contractor shall also provide all information required for background checks to meet

installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security

Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local

policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition

(FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or

processes.

3. AT Awareness Training for Contractor Personnel Traveling Overseas. This training is required for U.S. based contractor employees

45 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 47: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

and associated sub-contractor employees to make available and to receive Government provided area of responsibility (AOR) specific AT

awareness training as directed by AR 525-13. Specific AOR training content is directed by the combatant commander with the unit ATO

being the local point of contact.

4. iWATCH Training. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training

standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of

behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30

calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR

NLT 45 calendar days after contract award.

5. Contractor Employees Who Require Access to Government Information Systems. All contractor employees with access to a Government

info system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services, and must

successfully complete the DOD Information Assurance Awareness prior to access to the IS and then annually thereafter.

6. For Task Orders that Require an OPSEC Standing Operating Procedure/Plan. The contractor shall develop an OPSEC Standing Operating

Procedure (SOP)/Plan within the timeframe specified in the individual order, to be reviewed and approved by the responsible Government

OPSEC officer, per AR 530-1, Operations Security. This SOP/Plan will include the Government's critical information, why it needs to be

protected, where it is located, who is responsible for it, and how to protect it. In addition, the Contractor shall identify an

individual who will be an OPSEC Coordinator. The Contractor will ensure this individual becomes OPSEC Level II certified per AR 530-1.

7. For Contracts that Require OPSEC Training. Per AR 530-1, Operations Security, new Contractor employees must complete Level I OPSEC

training within 30 calendar days of their reporting for duty. All Contractor employees must complete annual OPSEC awareness training.

8. For Information assurance (IA)/information technology (IT) training. All Contractor employees and associated sub-contractor

employees must complete the DoD IA awareness training before issuance of network access and annually thereafter. All Contractor

employees working IA/IT functions must comply with DoD and Army training requirements in DoDD 8570.01, DoD 8570.01-M and AR 25-2 within

six months of employment.

9. For information assurance (IA)/information technology (IT) cortication. Per DoD 8570.01-M , DFARS 252.239.7001 and AR 25-2, the

Contractor employees supporting IA/IT functions shall be appropriately certified upon contract award. The baseline certification as

stipulated in DoD 8570.01-M must be completed upon contract award.

10. For Contract Requiring Performance or Delivery in a Foreign Country, DFARS Clause 252.225-7043, Antiterrorism/Force Protection for

Defense Contractors Outside the US. The clause shall be used in solicitations and contracts that require performance or delivery in a

foreign country. This clause applies to both contingencies and non-contingency support. The key AT requirement is for non-local

national contractor personnel to comply with theater clearance requirements and allows the combatant commander to exercise oversight to

ensure the Contractors compliance with combatant commander and subordinate task force commander policies and directives.

11. For Contracts That Require Handling or Access to Classified Information. Contractor shall comply with FAR 52.204-2, Security

Requirements. This clause involves access to information classified Confidential, Secret, or Top Secret and requires contractors to

comply with (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-

M); any revisions to DOD 5220.22-M, notice of which has been furnished to the contractor.

*** END OF NARRATIVE C0001 ***

46 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 48: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

DELIVERIES OR PERFORMANCE

Regulatory Cite Title Date Regulatory Cite Title Date _______________ ______________________________________________________________________ ____________ _______________ ______________________________________________________________________ ____________

1 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION MAR/2016

(a) Definitions. As used in this clause--

"Automatic identification device" means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable

media.

"Concatenated unique item identifier" means

(1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in

order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or

(2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier

data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within

the original part, lot, or batch number.

"Data matrix" means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a

perimeter finder pattern and uses the Error Checking and Correction 200 (ECC200) specification found within International Standards

Organization (ISO)/International Electrotechnical Commission (IEC) 16022.

"Data qualifier" means a specified character (or string of characters) that immediately precedes a data field that defines the general

category or intended use of the data that follows.

"DoD recognized unique identification equivalent" means a unique identification method that is in commercial use and has been

recognized by DoD. All DoD recognized unique identification equivalents are listed at

http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html.

"DoD item unique identification" means a system of marking items delivered to DoD with unique item identifiers that have machine-

readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise

identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For

items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall

include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number.

"Enterprise" means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items.

"Enterprise identifier" means a code that is uniquely assigned to an enterprise by an issuing agency.

"Governments unit acquisition cost" means

(1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery;

(2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractors estimated fully burdened unit cost to the

Government at the time of delivery; and

(3) For items produced under a time-and-materials contract, the Contractors estimated fully burdened unit cost to the Government at

the time of delivery.

"Issuing agency" means an organization responsible for assigning a globally unique identifier to an enterprise, as indicated in the

Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.aimglobal.org/?Reg_Authority15459.

"Issuing agency code" means a code that designates the registration (or controlling) authority for the enterprise identifier.

"Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts.

"Lot or batch number" means an identifying number assigned by the enterprise to a designated group of items, usually referred to as

either a lot or a batch, all of which were manufactured under identical conditions.

"Machine-readable" means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency

identification, or optical memory cards.

"Original part number" means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with

47 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 49: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

the same form, fit, function, and interface.

"Parent item" means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier

or DoD recognized unique identification equivalent.

"Serial number within the enterprise identifier" means a combination of numbers, letters, or symbols assigned by the enterprise to an

item that provides for the differentiation of that item from any other like and unlike item and is never used again within the

enterprise.

"Serial number within the part, lot, or batch number" means a combination of numbers or letters assigned by the enterprise to an item

that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment.

"Serialization within the enterprise identifier" means each item produced is assigned a serial number that is unique among all the

tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization

within the enterprise identifier.

"Serialization within the part, lot, or batch number" means each item of a particular part, lot, or batch number is assigned a unique

serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within

the part, lot, or batch number within the enterprise identifier.

"Type designation" means a combination of letters and numerals assigned by the Government to a major end item, assembly or

subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate

modifications and changes thereto.

"Unique item identifier" means a set of data elements marked on items that is globally unique and unambiguous. The term includes a

concatenated unique item identifier or a DoD recognized unique identification equivalent.

"Unique item identifier type" means a designator to indicate which method of uniquely identifying a part has been used. The current

list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html.

(b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item.

(c) Unique item identifier.

(1) The Contractor shall provide a unique item identifier for the following:

(i) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the following line items:

N/A

(ii) Items for which the Government's unit acquisition cost is less than $5,000 that are identified in the Schedule or the following

table:

N/A

(iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed

reparables and DoD serially managed nonreparables as specified in Attachment Number - N/A.

(iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and

storage for a Major Defense Acquisition Program as specified in Attachment Number - N/A.

(v) Any item not included in paragraphs (c)(1)(i), (ii), (iii), or (iv) of this clause for which the contractor creates and marks a

unique item identifier for traceability.

(2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked

or registered in the DoD Item Unique Identification Registry by the contractor.

(3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that

complies with ISO/IEC International Standard 16022, Information

technology--International symbology specification--Data matrix; ECC200 data matrix specification.

(4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that--

(i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is

marked on the item using one of the following three types of data qualifiers, as determined by the Contractor:

48 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 50: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

(A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC

International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI

MH 10.8.2 Data Identifier and Application Identifier Standard.

(B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International

Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2

Data Identifier and Application Identifier Standard.

(C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air

Transport Association Common Support Data Dictionary; and

(ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and

data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology-Transfer

Syntax for High Capacity Automatic Data Capture Media.

(5) Unique item identifier.

(i) The Contractor shall--

(A) Determine whether to--

(1) Serialize within the enterprise identifier;

(2) Serialize within the part, lot, or batch number; or

(3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and

(B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique

identification equivalent; and for serialization within the part, lot, or batch number only: Original part, lot, or batch number) on

items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of

U.S. Military Property, latest version;

(C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of

MIL-STD-129, Military Marking for Shipment and Storage, latest version; and

(D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to

the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been

programmed to the requirements of Appendix A, MIL-STD-130, latest version.

(ii) The issuing agency code--

(A) Shall not be placed on the item; and

(B) Shall be derived from the data qualifier for the enterprise identifier.

(d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when item unique

identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and

Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material

Inspection and Receiving Report, the following information:

(1) Unique item identifier.

(2) Unique item identifier type.

(3) Issuing agency code (if concatenated unique item identifier is used).

(4) Enterprise identifier (if concatenated unique item identifier is used).

(5) Original part number (if there is serialization within the original part number).

(6) Lot or batch number (if there is serialization within the lot or batch number).

(7) Current part number (optional and only if not the same as the original part number).

49 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 51: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

(8) Current part number effective date (optional and only if current part number is used).

(9) Serial number (if concatenated unique item identifier is used).

(10) Governments unit acquisition cost.

(11) Unit of measure.

(12) Type designation of the item as specified in the contract schedule, if any.

(13) Whether the item is an item of Special Tooling or Special Test Equipment.

(14) Whether the item is covered by a warranty.

(e) For embedded subassemblies, components, and parts that require DoD item unique identification under paragraph (c)(1)(iii) of this

clause or when item unique identification is provided under paragraph (c)(1)(v), the Contractor shall report as part of the Material

Inspection and Receiving Report specified elsewhere in this contract, the following information:

(1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component,

or part.

(2) Unique item identifier of the embedded subassembly, component, or part.

(3) Unique item identifier type.**

(4) Issuing agency code (if concatenated unique item identifier is used).**

(5) Enterprise identifier (if concatenated unique item identifier is used).**

(6) Original part number (if there is serialization within the original part number).**

(7) Lot or batch number (if there is serialization within the lot or batch number).**

(8) Current part number (optional and only if not the same as the original part number).**

(9) Current part number effective date (optional and only if current part number is used).**

(10) Serial number (if concatenated unique item identifier is used).**

(11) Description.

** Once per item.

(f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows:

(1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at

252.232-7003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at

http://dodprocurementtoolbox.com/site/uidregistry/.

(2) Embedded items shall be reported by one of the following methods--

(i) Use of the embedded items capability in WAWF;

(ii) Direct data submission to the IUID Registry following the procedures and formats at

http://dodprocurementtoolbox.com/site/uidregistry/; or

(iii) Via WAWF as a deliverable attachment for exhibit line item number -7-, Unique Item Identifier Report for Embedded Items,

Contract Data Requirements List, DD Form 1423.

(g) Subcontracts. If the Contractor acquires by contract any items for which item unique identification is required in accordance with

paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable

subcontract(s), including subcontracts for commercial items.

(End of clause)

50 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 52: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

2 252.211-7006 PASSIVE RADIO FREQUENCY IDENTIFICATION JUN/2016

(a) Definitions. As used in this clause--

"Advance shipment notice" means an electronic notification used to list the contents of a shipment of goods as well as additional

information relating to the shipment, such as passive radio frequency dentification (RFID) or item unique identification (IUID)

information, order information, product description, physical characteristics, type of packaging, marking, carrier information, and

configuration of goods within the transportation equipment.

"Bulk commodities" means the following commodities, when shipped in rail tank cars, tanker trucks, trailers, other bulk wheeled

conveyances, or pipelines:

(1) Sand.

(2) Gravel.

(3) Bulk liquids (water, chemicals, or petroleum products).

(4) Ready-mix concrete or similar construction materials.

(5) Coal or combustibles such as firewood.

(6) Agricultural products such as seeds, grains, or animal feed.

"Case" means either a MIL-STD-129 defined exterior container within a palletized unit load or a MIL-STD-129 defined individual shipping

container.

"Electronic Product Code\TM\ (EPC)" means an identification scheme for universally identifying physical objects via RFID tags and other

means. The standardized EPC\TM\ data consists of an EPC\TM\ (or EPC\TM\ identifier) that uniquely identifies an individual object, as

well as an optional filter value when judged to be necessary to enable effective and efficient reading of the EPC\TM\ tags. In addition

to this standardized data, certain classes of EPC\TM\ tags will allow user-defined data. The EPC\TM\ Tag Data Standards will define the

length and position of this data, without defining its content.

"EPCglobal" means a subscriber-driven organization comprised of industry leaders and organizations focused on creating global standards

for the adoption of passive RFID technology.

"Exterior container" means a MIL-STD-129 defined container, bundle, or assembly that is sufficient by reason of material, design, and

construction to protect unit packs and intermediate containers and their contents during shipment and storage. It can be a unit pack or

a container with a combination of unit packs or intermediate containers. An exterior container may or may not be used as a shipping

container.

"Palletized unit load" means a MIL-STD-129 defined quantity of items, packed or unpacked, arranged on a pallet in a specified manner and

secured, strapped, or fastened on the pallet so that the whole palletized load is handled as a single unit. A palletized or skidded load

is not considered to be a shipping container. A loaded 463L System pallet is not considered to be a palletized unit load. Refer to the

Defense Transportation Regulation, DoD 4500.9-R, Part II, Chapter 203, for marking of 463L System pallets.

"Passive RFID tag" means a tag that reflects energy from the reader/interrogator or that receives and temporarily stores a small amount

of energy from the reader/interrogator signal in order to generate the tag response. The only acceptable tags are EPC Class 1 passive

RFID tags that meet the EPCglobal\TM\ Class 1 Generation 2 standard.

"Radio frequency identification (RFID)" means an automatic identification and data capture technology comprising one or more

reader/interrogators and one or more radio frequency transponders in which data transfer is achieved by means of suitably modulated

inductive or radiating electromagnetic carriers.

"Shipping container" means a MIL-STD-129 defined exterior container that meets carrier regulations and is of sufficient strength, by

reason of material, design, and construction, to be shipped safely without further packing (e.g., wooden boxes or crates, fiber and

metal drums, and corrugated and solid fiberboard boxes).

(b)(1) Except as provided in paragraph (b)(2) of this clause, the Contractor shall affix passive RFID tags, at the case- and palletized-

unit-load packaging levels, for shipments of items that--

(i) Are in any of the following classes of supply, as defined in DoD 4140.1-R, DoD Supply Chain Materiel Management Regulation,

AP1.1.11:

(A) Subclass of Class I--Packaged operational rations.

(B) Class II--Clothing, individual equipment, tentage, organizational tool kits, hand tools, and administrative and housekeeping

supplies and equipment.

51 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 53: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

(C) Class IIIP--Packaged petroleum, lubricants, oils, preservatives, chemicals, and additives.

(D) Class IV--Construction and barrier materials.

(E) Class VI--Personal demand items (non-military sales items).

(F) Subclass of Class VIII--Medical materials (excluding pharmaceuticals, biologicals, and reagents--suppliers should limit the

mixing of excluded and non-excluded materials).

(G) Class IX--Repair parts and components including kits, assemblies and subassemblies, reparable and consumable items required

for maintenance support of all equipment, excluding medical-peculiar repair parts; and

(ii) Are being shipped to one of the locations listed at

http://www.acq.osd.mil/log/sci/RFID_ship-to-locations.html or to--

(A) A location outside the contiguous United States when the shipment has been assigned Transportation Priority 1, or to--

(B) The following location(s) deemed necessary by the requiring activity:

Contract line,

subline, or exhibit Location name City State DoDAAC

line item number

(2) The following are excluded from the requirements of paragraph (b)(1) of this clause:

(i) Shipments of bulk commodities.

(ii) Shipments to locations other than Defense Distribution Depots when the contract includes the clause at FAR 52.213-1, Fast

Payment Procedures.

(c) The Contractor shall--

(1) Ensure that the data encoded on each passive RFID tag are globally unique (i.e., the tag ID is never repeated across two or more

RFID tags) and conforms to the requirements in paragraph (d) of this clause;

(2) Use passive tags that are readable; and

(3) Ensure that the passive tag is affixed at the appropriate location on the specific level of packaging, in accordance with MIL-STD-

129 (Section 4.9.2) tag placement specifications.

(d) Data syntax and standards. The Contractor shall encode an approved RFID tag using the instructions provided in the EPC\TM\ Tag Data

Standards in effect at the time of contract award. The EPC\TM\ Tag Data Standards are available at

http://www.epcglobalinc.org/standards/.

(1) If the Contractor is an EPCglobal\TM\ subscriber and possesses a unique EPC\TM\ company prefix, the Contractor may use any of the

identifiers and encoding instructions described in the most recent EPC\TM\ Tag Data Standards document to encode tags.

(2) If the Contractor chooses to employ the DoD identifier, the Contractor shall use its previously assigned Commercial and Government

Entity (CAGE) code and shall encode the tags in accordance with the tag identifier details located at

http://www.acq.osd.mil/log/sci/ait.html. If the Contractor uses a third-party packaging house to encode its tags, the CAGE code of the

third-party packaging house is acceptable.

(3) Regardless of the selected encoding scheme, the Contractor with which the Department holds the contract is responsible for

ensuring that the tag ID encoded on each passive RFID tag is globally unique, per the requirements in paragraph (c)(1) of this clause.

(e) Advance shipment notice. The Contractor shall use Wide Area WorkFlow (WAWF), as required by DFARS 252.232-7003, Electronic

Submission of Payment Requests, to electronically submit advance shipment notice(s) with the RFID tag ID(s) (specified in paragraph (d)

of this clause) in advance of the shipment in accordance with the procedures at https://wawf.eb.mil/.

(End of clause)

52 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 54: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

CONTRACT ADMINISTRATION DATA

Regulatory Cite Title Date Regulatory Cite Title Date _______________ ______________________________________________________________________ ____________ _______________ ______________________________________________________________________ ____________

1 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS MAY/2013

(a) Definitions. As used in this clause--

"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or

organization.

"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the

entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as

authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall--

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this

Web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice

Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the

WAWF home page at https://wawf.eb.mil/.

(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer

Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports

in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

- "COMBO" Invoice/Receiving Report - For Supply CLINS

- 2-in-1 - For Service CLINS only

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified

by the contracting officer.

- To Be Determined at Delivery/Task Order -

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in

WAWF when creating payment requests and receiving reports in the system.

** To Be Determined at Delivery/Task Order.

Routing Data Table*

------------------------------------------------------------------------

Field Name in WAWF Data to be entered in WAWF

------------------------------------------------------------------------

Pay Official DoDAAC Determined at DO/TO

Issue By DoDAAC Determined at DO/TO

Admin DoDAAC Determined at DO/TO

Inspect By DoDAAC Determined at DO/TO

Ship To Code (Not Required for Services)

------------------------------------------------------------------------

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line

item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all

relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

53 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 55: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email

Notifications" field of WAWF once a document is submitted in the system.

Contracting Officer:

[email protected]

Contract Specialist:

[email protected]

(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting

activity's WAWF point of contact.

[email protected]

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

(End of clause)

54 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 56: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

SPECIAL CONTRACT REQUIREMENTS

1. The Passive Radio Frequency Identification III (pRFID III) decentralized Ordering Guide can be found as Attachment 0001 (pRFID III

Ordering Guide.

*** END OF NARRATIVE H0001 ***

Current Technology Substitutions and Additions.

1. Changes within the general scope of the contract may be proposed for the purpose of substitutions, or additions to assure that state-

of-the-art commercial items are readily available for ordering under this contract.

(A) Product substitutions are replacements of CLIN list items that have been officially announced as either out of production or no

longer supported by the original equipment manufacturer (OEM). Substituted items shall be at the same or greater performance for the

same or lesser price of the CLIN List items being replaced. Substitutions are not subject to price increases.

(B) Additions provide for new functionality not available on contract that can be determined to be within the general scope of the

contract. A new CLIN or Sub-line Item Number (SLIN) will be added to the contract for the addition of the new item. Other than

certified cost or pricing data shall be submitted to the Contracting Officer to determine fair and reasonable pricing for the added

product.

2. The offer of product substitution or addition shall include information sufficient to determine that the proposal satisfies the

terms and conditions of the contract and, in particular, this provision. The proposal shall, as a minimum, include the following

information:

(A) A comparative description, in detail, of the difference between the existing contract item and the proposed product substitution

and a specific analysis of the comparative advantages and disadvantages of each. For additions, the proposal shall provide a complete

description of the new item and a correlative analysis of how the new item will benefit the Government.

(B) Specific items contained in the Contract that are proposed to be changed if the proposal is accepted (e.g., if new equipment is

offered to replace currently installed, will the old be exchanged for the new, and on what basis).

(C) A statement as to how the changes will affect performance, costs, etc., if accepted, and an item-by-item summary of any "street

pricing" of the items including a reference to the source of the "street price" and GSA Schedule pricing, if any, to include GSA

Schedule Number. The Contractor may be required to provide a minimum of three competitive quotes.

(D) If applicable, an evaluation of the effects the change would have on Life Cycle Costs such as Government Furnished Property (GFP),

maintenance, personnel, site modification, and energy.

(E) An analysis of a timeframe in which the change should be instituted so as to obtain maximum benefit to the Government for the

remainder of the Contract.

3. It is the Contractor's responsibility to manage and propose substitutions and additions in a timely manner allowing sufficient time

for government approval (review times will vary depending upon the complexity and newness of the item) and to provide, without a lapse

in availability, Government approved products throughout the entire ordering period of the contract. The Contractor shall not be

reimbursed the cost associated with the preparation of a proposal for the technology changes described above. The decision as to the

acceptability of such a proposal shall be at the sole and exclusive discretion of the Contracting Officer and is not subject to the

Disputes clause of this contract.

Contract Change Proposal (CCP) Response Time. If the Government issues a Request for Proposal (RFP)for a technology change or any other

type of change to the contract, the Contractor shall submit a CCP within 20 calendar days of RFP date, unless the RFP specifies a later

RFP due date. Regardless of which party initiates a proposed contract change, should the Government request supplemental information to

analyze the Contractor's proposal, the Contractor shall provide the additional information within 7 calendar days of the request, unless

the Government's request specifies a later due date.

Only New Equipment

Only new equipment shall be delivered under this contract. The Contracting Officer will not grant approval for used equipment.

Reconditioned Components

All equipment provided by the Contractor under this Contract may not be used or reconditioned; however components of such equipment may

55 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 57: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

be reconditioned provided such components are drawn from stockage which does not differentiate between new and reconditioned components.

Commercial Software Licenses

1. Commercial Software and commercial software documentation delivered under this contract shall be subject to the terms of this clause

and the governing commercial products license, to the extent the latter is consistent with Federal law and FAR 12.212. Notwithstanding

the foregoing, the commercial product license shall apply only if a copy of the license is provided with the delivered product. In the

event of conflict between this clause and the commercial software product license, this clause's subparagraphs 1 through 6 shall govern.

2. All software shall be licensed and priced for use on a single computer or for use on any computer at a particular site.

3. The license shall be in the name of the U.S. Government.

4. The license shall be perpetual (also referred to as a nonexclusive, paid-up, world-wide license).

5. Software and Software documentation shall be provided with license rights no less than rights provided with the software and the

software documentation when sold to the public.

6. The license shall apply to any software changes or new releases.

7. Notwithstanding the foregoing, the Government's rights to software developed per the Statement of Work, Paragraph "Software

Development Services," shall be governed in accordance with the clauses in this contract.

Maintenance

1. Special Funding of Per Incident Maintenance.

(a) The Contracting Officer may issue a task order, which funds per incident maintenance, including the on-call maintenance Outside the

Official Hours of Operation or the charge for maintenance service Outside the Official Hours of Operation for up to one year. The task

order shall state the users or activities that may request per incident maintenance under the order. The user or activity shall

identify the applicable task order number when it requests on-call per incident maintenance or mail-in/carry-in per incident

maintenance.

(b) The Contractor shall submit an invoice for payment against the task order only for per incident maintenance performed during that

billing period.

2. Discontinuance of Monthly Maintenance. The Contracting Officer may, by written notice, discontinue monthly maintenance under this

contract, at no cost to the Government, thirty (30) days after receipt by the Contractor of such notice, or sooner if mutually agreeable

to the parties.

Separately Orderable Maintenance Replacement Items. The Government intends to monitor and assess modes of failure and the failure rates

of pRFID III hardware. After making this assessment, the Government will make a determination with regard to the feasibility of the

Government performing all pRFID III hardware maintenance using organic capabilities. In the event the Government determines it is

desirable to perform all pRFID III maintenance functions in-house, the Government reserves the right to negotiate with the Contractor

for necessary hardware replacement parts and Government-designated personnel maintenance training in accordance with commercial practice

in these areas.

Mandatory Use of Contractor To Government Electronic Mail.

1. Unless exempted by the PCO in writing, communications after contract award shall be transmitted via electronic mail (e-mail). This

shall include all communication between the Government and the Contractor except Classified Information. Return receipt will be used if

a commercial application is available.

2. The format for all communication shall be compatible with the following: Microsoft Office 2007.

3. Files larger than 2 megabytes (including text message and attachments) must use alternate means of transmission such as Zip

Compression/Inflation, File Transfer Protocol, Winfax or any Fax Modem. If an attachment is in binary format, the number of bytes for

the attachment increases by 33%. Large items can be put on disk and mailed with the Contracting Officer's approval.

4. A copy of all communications, with the exception of technical reports, shall be provided to the Contract Specialist.

5. The following examples include, but are not limited to, the types of communication that shall be transmitted via e-mail:

56 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 58: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

Routine Letters

Requests for Proposals under the contract

Price Issues (except Contractor pricing data)

Contract Data Requirements List Submittals

Contract Data Requirements List Comments

Approvals/Disapprovals by the Government

Technical Evaluations of Contract Items

Clarifications

Configuration Control

Drawings (not to exceed 1/2 megabyte)

Revised Shipping Instructions

Change Order Directions

6. In order to be contractually binding, all Government communications must be sent from the Contracting Officer's e-mail address.

The Contractor shall designate the personnel with signature authority who can contractually bind the Contractor. All binding Contractor

communication shall be sent from the signature authority's e-mail address.

7. The Government reserves the right to upgrade to a more advanced commercial application at any time during the life of the contract.

8. Upon award, the Contractor shall provide the Contracting Officer with a list of e-mail addresses for all administrative and

technical personnel assigned to this contract. If known, the Contractor shall also furnish the e-mail addresses of the Administrative

Contracting Officer, DFAS and DCAA cognizant personnel.

9. The contract number and project name "pRFID III" shall be included in the subject line on all electronic mail communications.

Expedited Delivery.

The Contractor shall provide expedited delivery of hardware and software items, if required. The price for expedited delivery shall be

negotiated on a firm-fixed prices basis at the Delivery Order level. The Contractor shall deliver products to destination within 7

calendar days after date of order for CONUS or within 14 calendar days after date of order for OCONUS, as specified in the order.

*** END OF NARRATIVE H0002 ***

57 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 59: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

CONTRACT CLAUSES

Regulatory Cite Title Date Regulatory Cite Title Date _______________ ______________________________________________________________________ ____________ _______________ ______________________________________________________________________ ____________

1 52.203-3 GRATUITIES APR/1984

2 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL/2016

3 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS MAY/2015

4 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC/2013

5 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS SEP/2011

6 252.203-7003 AGENCY OFFICE OF THE INSPECTOR GENERAL DEC/2012

7 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING DEC/2015

8 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT MAY/2016

9 252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS DEC/1991

10 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM--BASIC NOV/2014

11 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES FEB/2013

12 252.225-7015 RESTRICTION ON ACQUISITION OF HAND OR MEASURING TOOLS JUN/2005

13 252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC SEP/2004

ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS

14 252.227-7015 TECHNICAL DATA--COMMERCIAL ITEMS FEB/2014

15 252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA JUN/2013

16 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS JUN/2012

17 252.232-7010 LEVIES ON CONTRACT PAYMENTS DEC/2006

18 252.232-7011 PAYMENTS IN SUPPORT OF EMERGENCIES AND CONTINGENCY OPERATIONS MAY/2013

19 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL JUN/2013

20 252.239-7018 SUPPLY CHAIN RISK OCT/2015

21 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT DEC/2012

22 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS JUN/2013

23 252.246-7003 NOTIFICATION OF POTENTIAL SAFETY ISSUES JUN/2013

24 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA--BASIC APR/2014

25 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR JUN/2016

EXECUTIVE ORDERS--COMMERCIAL ITEMS

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract

by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)

(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being

incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial

items:

_X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 4704 and

10 U.S.C. 2402).

_X__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).

___ (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 (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101

note).

___ (5) [Reserved].

_X__ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).

_X__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section

743 of Div. C).

_X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for

Debarment (Oct 2015) (31 U.S.C. 6101 note).

58 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 60: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

_X__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).

___ (10) [Reserved]

___ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).

___ (ii) Alternate I (NOV 2011) of 52.219-3.

_X__ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects

to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

___ (ii) Alternate I (JAN 2011) of 52.219-4.

___ (13) [Reserved]

___ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).

___ (ii) Alternate I (Nov 2011) of 52.219-6.

___ (iii) Alternate II (Nov 2011) of 52.219-6.

___ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644).

___ (ii) Alternate I (Oct 1995) of 52.219-7.

___ (iii) Alternate II (Mar 2004) of 52.219-7.

_X__ (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)).

_X__ (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2015) (15 U.S.C. 637(d)(4)).

___ (ii) Alternate I (Oct 2001) of 52.219-9.

_X__ (iii) Alternate II (Oct 2001) of 52.219-9.

___ (iv) Alternate III (OCT 2015) of 52.219-9.

___ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).

___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011)(15 U.S.C. 637(a)(14)).

_X__ (20) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)).

___ (21) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011)(15 U.S.C. 657 f)

_X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013)(15 U.S.C. 632(a)(2)).

___ (23) 52.219-29 Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Dec 2015)

(15 U.S.C. 637(m)).

___ (24) 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Dec

2015) (15 U.S.C. 637(m)).

_X__ (25) 52.222-3, Convict Labor (June 2003)(E.O. 11755).

___ (26) 52.222-19, Child LaborCooperation with Authorities and Remedies (Feb 2016) (E.O. 13126).

_X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

_X__ (28) 52.222-26, Equal Opportunity (Apr 2015)(E.O. 11246).

_X__ (29) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Oct

2015)(38 U.S.C. 4212).

_X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)(29 U.S.C. 793).

59 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 61: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

_X__ (31) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Feb

2016)(38 U.S.C. 4212).

_X__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

_X__ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

___ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

_X__ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (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) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693).

___ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O.

13693).

___ (38)(i) 52.223-13, Acquisition of EPEAT[supreg]-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).

___ (ii) Alternate I (Oct 2015) of 52.223-13.

___ (39)(i) 52.223-14, Acquisition of EPEAT[supreg]-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).

___ (ii) Alternate I (Jun 2014) of 52.223-14.

___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).

___ (41)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).

___ (ii) Alternate I (Jun 2014) of 52.223-16.

_X__ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).

___ (43) 52.223-20, Aerosols (June, 2016) (E.O. 13693).

___ (44) 52.223-21, Foams (June, 2016) (E.O. 13693).

___ (45) 52.225-1, Buy American--Supplies (MAY 2014) (41 U.S.C. chapter 83).

___ (46)(i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note,

19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-

283, 110-138, 112-41, 112-42, and 112-43.

___ (ii) Alternate I (MAY 2014) of 52.225-3.

___ (iii) Alternate II (MAY 2014) of 52.225-3.

___ (iv) Alternate III (MAY 2014) of 52.225-3.

___ (47) 52.225-5, Trade Agreements (Feb 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

_X__ (48) 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).

___ (49) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended,

of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

___ (50) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).

___ (51) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007)(42 U.S.C. 5150).

60 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 62: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

_X__ (52) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)(41 U.S.C. 4505, 10 U.S.C. 2307(f)).

___ (53) 52.232-30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 4505, 10 U.S.C. 2307(f)).

_X__ (54) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (Jul 2013)(31 U.S.C. 3332).

___ (55) 52.232-34, Payment by Electronic Funds Transfer -- Other Than Central Contractor Registration (Jul 2013)(31 U.S.C. 3332).

_X__ (56) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).

_X__ (57) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a).

_X__ (58)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C.

2631).

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

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting

Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable

to acquisitions of commercial items:

_X__ (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495).

___ (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67).

___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option

Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41

U.S.C. chapter 67).

_X__ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or

Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67).

_X__ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--

Requirements (MAY 2014) (41 U.S.C. chapter 67).

___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 Dec 2015) (Executive Order 13658).

___ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792).

___ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract

was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-

2, Audit and Records -- Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and

right to examine any of the Contractors directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for

examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR

Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially

terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination

settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating

to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type

and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in

the ordinary course of business or pursuant to a provision of law.

(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not

required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise

61 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 63: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

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 (Oct 2015) (41 U.S.C. 3509).

(ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer

further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million

for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting

opportunities.

(iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l)

of FAR clause 52.222-17.

(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).

(vi) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Oct

2015)(38 U.S.C. 4212).

(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)(29 U.S.C. 793).

(viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).

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

(x) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67).

(xi) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)).

___ Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 7104(g)).

(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or

Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67).

(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements

(MAY 2014) (41 U.S.C. chapter 67).

(xiv) 52.222-54, Employment Eligibility Verification (Oct 2015).

(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (Executive Order 13658).

(xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of

the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in

accordance with paragraph (e) of FAR clause 52.226-6.

(xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C.

2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses

necessary to satisfy its contractual obligations.

(End of Clause)

26 252.216-7006 ORDERING MAY/2011

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the

individuals or activities designated in the contract schedule. Such orders may be issued from 20 Dec. 2016 through 19 Dec. 2021. _____________ ____________

(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a

delivery order or task order and this contract, the contract shall control.

62 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 64: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

(c)(1) If issued electronically, the order is considered "issued" when a copy has been posted to the Electronic Document Access system,

and notice has been sent to the Contractor.

(2) If mailed or transmitted by facsimile, a delivery order or task order is considered ``issued'' when the Government deposits the

order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services.

(3) Orders may be issued orally only if authorized in the schedule.

(End of Clause)

27 252.203-7995 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN NOV/2016

(DEV 2017- INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2017-O0001)

O0001)

(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with

internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully

reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency

authorized to receive such information.

(b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by

this clause are no longer in effect.

(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any

other form issued by a Federal department or agency governing the nondisclosure of classified information.

(d)(1) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2017 (Pub. L. 114-223), or any

other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the

Consolidated Appropriations Act, 2016 (Pub. L. 114-113) may be prohibited, if the Government determines that the Contractor is not in

compliance with the provisions of this clause.

(2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and

conditions of the contract as a result of Government action under this clause.

(End of clause)

28 252.219-7003 SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)¿BASIC (DEVIATION AUG/2016

(DEV 2016- 2016-O0009)

O0009)

This clause supplements the Federal Acquisition Regulation 52.219-9, Small Business Subcontracting Plan, clause of this contract.

(a) Definitions.

"Summary Subcontract Report (SSR) Coordinator," as used in this clause, means the individual who is registered in the Electronic

Subcontracting Reporting System (eSRS) at the Department of Defense (9700) and is responsible for acknowledging receipt or rejecting

SSRs in eSRS for the Department of Defense.

(b) Subcontracts awarded to workshops approved by the Committee for Purchase from People Who are Blind or Severely Disabled (41 U.S.C.

8502-8504), may be counted toward the Contractors small business subcontracting goal.

(c) A mentor firm, under the Pilot Mentor-Protege Program established under section 831 of Public Law 101-510, as amended, may count

toward its small disadvantaged business goal, subcontracts awarded to--

(1) Protege firms which are qualified organizations employing the severely disabled; and

(2) Former protege firms that meet the criteria in section 831(g)(4) of Public Law 101-510.

(d) The master plan is approved by the Contractor's cognizant contract administration activity.

(e) In those subcontracting plans which specifically identify small businesses, the Contractor shall notify the Administrative

Contracting Officer of any substitutions of firms that are not small business firms, for the small business firms specifically

identified in the subcontracting plan. Notifications shall be in writing and shall occur within a reasonable period of time after award

of the subcontract. Contractor-specified formats shall be acceptable.

63 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 65: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

(f)(1) For DoD, the Contractor shall submit reports in eSRS as follows:

(i) The Individual Subcontract Report (ISR) shall be submitted to the contracting officer at the procuring contracting office, even

when contract administration has been delegated to the Defense Contract Management Agency.

(ii) To submit the consolidated SSR for an individual subcontracting plan in eSRS, the contractor shall identify the Government

agency in Block 7 ("Agency to which the report is being submitted") by selecting "Department of Defense (DoD) (9700)" from the top of

the second dropdown menu. The contractor shall not select anything lower.

(2) For DoD, the authority to acknowledge receipt or reject reports in eSRS is as follows:

(i) The authority to acknowledge receipt or reject the ISR resides with the contracting officer who receives it, as described in

paragraph (f)(1)(i) of this clause.

(ii) The authority to acknowledge receipt or reject SSRs resides with the SSR Coordinator.

(End of clause)

ADDENDUM TO FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS

THE TERMS AND CONDITIONS FOR THE FOLLOWING CLAUSES ARE HEREBY INCORPORATED INTO THIS CONTRACT AS AN ADDENDUM TO FAR CLAUSE 52.212-4.

52.216-22 -- Indefinite Quantity (Oct. 1995)

(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the

Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor

shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the

quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated

in the Schedule as the minimum.

(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of

orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple

locations.

(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the

Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations

with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the

Contractor shall not be required to make any deliveries under this contract after Dec. 19, 2022. _____________

(End of Clause)

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. _______

*This clause only applies to the Firm Fixed Price CLINs in the contract.

(End of Clause)

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; 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.

64 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 66: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. _______

(End of Clause)

52.242-4591 -- Contractor Performance Information (Dec. 2005)

The successful Offeror/bidder under this solicitation is advised that after contract award its performance under this contract will be

subject to an assessment(s) in accordance with FAR 42.15 and AFARS 5142.1503-90. The Department of Defense (DoD) Contractors

Performance Assessment Reporting System (CPARS) will be used to maintain the performance report(s) generated on this contract. The

rating system to be used in this assessment shall be as follows:

Exceptional (Dark Blue) Performance meets contractual requirements and exceeds many to the Governments benefit. The contractual

performance of the element or sub element being assessed was accomplished with few minor problems for which corrective actions taken by

the contractor were highly effective.

Very Good (Purple) Performance meets contractual requirements and exceeds some to the Governments benefit. The contractual performance

of the element or sub element being assessed was accomplished with some minor problems for which corrective actions taken by the

contractor were effective.

Satisfactory (Green) Performance meets contractual requirements. The contractual performance of the element or sub element contains

some minor problems for which corrective actions taken by the contractor appear or were satisfactory.

Marginal (Yellow) Performance does not meet some contractual requirements. The contractual performance of the element or sub element

being assessed reflects a serious problem for which the contractor has not yet identified corrective actions. The contractors proposed

actions appear only marginally effective or were not fully implemented.

Unsatisfactory (Red) Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The

contractual performance of the element or sub element contains serious problem(s) for which the contractors corrective actions appear or

were ineffective.

The evaluation procedures to be used in this assessment, which include coordination with the contractor, are detailed in AFARS 5142.1503-

90.

(End of Clause)

52.216-19 -- Order Limitations (Oct. 1995)

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $5,000.00, the _________

Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

(b) Maximum order. The Contractor is not obligated to honor --

(1) Any order for a single item in excess of $1,000,000.00; _____________

(2) Any order for a combination of items in excess of $1,000,000.00; or _____________

(3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in ________

subparagraph (b)(1) or (2) of this section.

(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition

Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds

the maximum-order limitations in paragraph (b) of this section.

(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order

limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with _______

written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice,

the Government may acquire the supplies or services from another source.

(End of Clause)

*** END OF NARRATIVE I0001 ***

65 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.

Page 67: W52P1J-17-D-0006 - United States Army€¦ · 15. Deliver To Code 16. Administered By Code SEE SCHEDULE ROCK ISLAND IL 61299 Telephone No. 17a. Contractor/Offeror Code Facility 18a.

CONTINUATION SHEETReference No. of Document Being Continued Page of

Name of Offeror or Contractor:

PIIN/SIIN MOD/AMD

LIST OF ATTACHMENTS

List of Number List of Number

Addenda Title Date of Pages Transmitted By Addenda Title Date of Pages Transmitted By________________ ____________________________________________________________ _______________ ____________ _______________________________ ____________________________________________________________ _______________ ____________ _______________

Attachment 0001 PRFID III ORDERING GUIDE 06-JUN-2016 032 EMAIL

Attachment 0002 LABOR CATEGORY DESCRIPTIONS 06-JUN-2016 003 EMAIL

Attachment 0003 PRFID III CONTRACT DATA REQUIREMENTS LIST 06-JUN-2016 006 EMAIL

Attachment 0004 PRFID III PRICE MATRIX 05-DEC-2016 001 EMAIL

Attachment 0005 DD-254_ PRFID III 06-JUN-2016 005 EMAIL

Attachment 0006 ACC-RI CONTRACTING POC LIST 30-NOV-2016 001 EMAIL

Attachment 0007 EXHIBIT-A - SAFE SEPARATION DISTANCE 06-JUN-2016 001 EMAIL

Attachment 0008 EXHIBIT-B - PRFID III CONTRACT STATUS REPORT 06-JUN-2016 001 EMAIL

66 66

W52P1J-17-D-0006

SRA INTERNATIONAL, INC.