EAGLE Request for Proposal

EAGLE Request for Proposal

U.S. Department of Homeland Security

EAGLE

Information Technology Support Services

Request for Proposal

RFP No. HSHQDC-05-R-00010

September 29, 2005

Department of Homeland Security

Office of Procurement Operations

InformationTechnologyAcquisitionCenter

WashingtonD.C.

(This page is intentionally left blank.)

EAGLE Request For ProposalTable of Contents

RFP No. HSHQDC-05-R-00010

Table of Contents

SECTION A – STANDARD FORM 33

SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS

B.1General

B.2Base and Option Periods

B.3Contract Pricing

B.3.1Time and Material Labor/Firm Fixed Price Rates

B.3.2 Work Outside the Continental United States (OCONUS)

B.3.3Cost Reimbursement Pricing

B.3.4Total Cost of Ownership Pricing

B.4CLIN Rate Table

SECTION C – STATEMENT OF WORK

C.1General

C.1.1Objective

C.1.2Scope

C.1.3Contract and Task Order Management

C.2Functional Categories

C.2.1Functional Category 1 – Infrastructure Engineering Design, Development, Implementation, and Integration

C.2.2Functional Category 2 – Operations and Maintenance

C.2.3Functional Category 3 – Independent Test, Validation, Verification, and Evaluation

C.2.4Functional Category 4 – Software Development

C.2.5Functional Category 5 – Management Support Services

SECTION D - PACKAGING AND MARKING

D.1Packing, Packaging, Marking and Storage of Equipment

D.2Markings

D.3Equipment Removal

SECTION E - INSPECTION AND ACCEPTANCE

E.1Clauses Incorporated by Reference

E.2Inspection and Acceptance

E.3Scope of Inspection

E.4Basis of Acceptance

E.5Review of Deliverables

E.6Written Acceptance/Rejection by the Government

SECTION F - DELIVERIES OR PERFORMANCE

F.1Clauses Incorporated by Reference

F.2Term of the Contract

F.3Task Orders Performance Period and Pricing

F.4Option To Extend Term Of Contract

F.5Delivery

F.6Place of Performance

F.7Notice to the Government of Delays

F.8Deliverables

F.9Contract Status Report

F.10Task Order Status Reports

F.11Subcontracting Plan Reports

F.11.1Subcontracting Report For Individual Contracts

F.11.2Summary Subcontract Report (SF-295)

F.12Comprehensive Contracts Report

SECTION G - CONTRACT ADMINISTRATION DATA

G.1Accounting and Appropriation Data

G.2Points of Contact

G.2.1Contracting Officer (CO) – Contract Level

G.2.2Task Order Contracting Officer (TO CO)

G.2.3Task Order Contracting Officer’s Technical Representative (TO COTR)

G.2.4Contractor’s Program Manager

G.3Ordering–By Designated Ordering Official

G.3.1Direct Ordering

G.3.2Special Contract Administration Responsibilities

G.4Task Order (TO) Procedures

G.4.1Fair Opportunity Process

G.4.2Fair Opportunity Exceptions.

G.4.3Task Order Solicitation

G.4.4Task Order Process

G.4.5Unauthorized Work

G.4.6Task Funding Restrictions

G.4.7Changes in Time-and-Materials (T&M) Task Orders

G.4.8Debriefings

G.4.9Task Order Protests

G.4.10Task/Delivery Order Contract Ombudsman

G.5Ordering (Indefinite Delivery Type Contracts)

G.5.1Ordering Procedures

G.5.2Modification of Orders

G.5.3Unilateral Orders

G.6Preparation of Vouchers

G.6.1General

G.6.2Billing Instructions

G.7Quick-Closeout Procedure

SECTION H – SPECIAL CONTRACTING REQUIREMENTS

H.1Authorized Users

H.2Minimum Dollar Guarantee and Maximum Contract Limitation

H.3Hardware and Software Acquisition

H.4Purchasing System

H.5Contractor Justification for Other Direct Costs (ODCs)

H.5.1Materials

H.6Selected Items of Costs

H.6.1Travel Costs (Including Foreign Travel)

H.6.2Training

H.6.3General Purpose Office Equipment (GPOE) and IT

H.7Leasing

H.8Government Property, Information, Workspace

H.8.1Contractor Acquired Property.

H.8.2Disposition of Government Property

H.9Performance-Based Services Contracting (PBSC)

H.10Conversion to a Performance Based Task Order

H.11Past Performance Evaluation

H.12Disclosure of “Official Use Only” Information Safeguards

H.13Disclosure of Information--Official Use Only

H.14Standard of Conduct at Government Installations

H.15Advertisements, Publicizing Awards and News Releases

H.16Contractor Web Page

H.17Contractor’s Employees Identification

H.18Teaming Arrangements

H.19Subcontracting

H.20Incorporation of Subcontracting Plan

H.21Notification Requirements Under T&M and Cost Reimbursement Contracts

H.22Key Personnel

H.23Substitution of Key Personnel

H.24Interrelationships of Contractors

H.25Observance of Legal Holidays and Excused Absence

H.26Insurance

H.27Information Technology Accessibility for Persons with Disabilities

H.28Notice of Internet Posting of Awards

H.29On-Line Proposal and Ordering Capability

H.30Post Award Conference

H.31Meetings/Conferences

H.32Earned Value Management

H.32.1 Earned Value Management System - Alternative I

H.32.2 Earned Value Management System – Alternative II

H.32.3 Earned Value Management System – Alternative III

H.33Organizational Conflict of Interest

SECTION I - CONTRACT CLAUSES

I.1Clauses Incorporated By Reference

I.2Security Requirements For Unclassified IT Resources

I.3Prohibition On Contracts With Corporate Expatriates

I.4Limitation of Future Contracting

I.5Notification Of Ownership Changes

I.6Determination of Award Fee

I.7Performance Evaluation Plan

I.8Distribution of Award Fee

I.9The Small Business Subcontracting Program Reporting

I.10DHS Mentor-Protégé Program

I.11Notification of Employee Rights Concerning Payment of Union Dues or Fees

I.12Performance-Based Payments

I.13Qualifications Of Contractor Employees

I.14Information Technology Systems Access For Contractors

I.15Contractor Personnel Screening For Unclassified IT Access

SECTION J – LIST OF ATTACHMENTS

SECTION K - REPRESENTATIONS AND CERTIFICATIONS

K.1Annual Representations and Certifications

K.2Trade Agreements Certificate

K.3Cost Accounting Standards Notices and Certification

K.4Proposal Disclosure—Cost Accounting Practice Changes

SECTION L – INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

L.1Solicitation Provisions Incorporated by Reference

L.1.1FAR Provisions and Clauses Incorporated by Reference

L.2Requirements For Cost Or Pricing Data Or Information Other Than Cost Or Pricing Data

L.3Type of Contract

L.4Service of Protest

L.5Proposal Schedule

L.5.1Communications and Questions

L.5.2Delivery of Proposal

L.6Solicitation Copies and Enclosures

L.7Proposal Preparation Costs

L.8Small Business Classification Code

L.9General Instructions

L.9.1Proposal Integrity

L.9.2General Format Instructions

L.10Format and Instructions for Proposal Submission

L.10.1Volume I – Technical/Management Proposal

L.10.2Volume II – Contract, Small Business Participation, Cost/Price Proposal

L.11Content of Resulting Contract

L.12Oral Presentations

L.13Alternate Proposals

SECTION M – EVALUATION FACTORS FOR AWARD

M.1General

M.2Basis for Award

M.3Evaluation Factors

M.3.1Factor 1: Past Performance

M.3.2Factor 2: Certifications, Quality Recognition, and Awards

M.3.3Factor 3: Program Management and Quality Control Solution

M.3.4Factor 4: Ability to Recruit, Train, and Retain High Quality Personnel

M.3.5Factor 5: Ability to Achieve Results through Teaming

M.3.6Factor 6: Knowledge and Understanding of DHS

M.3.7Factor 7: Small Business Participation (For Unrestricted Track Only)

M.3.8Price

M.4Evaluation

M.5Contractor Support

Department of Homeland Security1September 29, 2005

OMB 1505-0081

SECTION A – STANDARD FORM 33

1. THIS CONTRACT IS A RATED ORDER / RATING / PAGE OF
SOLICITATION, OFFER AND AWARD / UNDER DPAS (15 CFR 700) / 1 / Pages
2. CONTRACT NO. / 3. SOLICITATION NO. / 4. TYPE OF SOLICITATION / 5. DATE ISSUED / 6.REQUISITION/PURCHASE
HSHQDC-05-R-00010 /  SEALED BID (IFB) / 09/28/05
NEGOTIATED (RFP)
7. ISSUED BYCODE / DHS / 8. ADDRESS OFFER TO (If other than Item 7)
DEPARTMENT OF HOMELAND SECURITY
OFFICE OF PROCUREMENT OPERATIONS
INFORMATIONTECHNOLOGYACQUISITIONCENTER
245 MURRAY DRIVE, SW, BLDG 410
WASHINGTON, DC20526
NOTE: In sealed bid solicitations “offer” and “offeror” mean “bid” and “bidder”.
SOLICITATION
9. Sealed offers in original and See L.10 copies for furnishing the supplies or services in the Schedule will be received at the place spelled out in Item 8, or if hand carried, in the depository located in See L.5.2 until 2:00PM local time October 31, 2005.
(Hour)(Date)
CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions contained in this solicitation.
A. NAME / B. TELEPHONE NO.(NO COLLECT CALLS) / C. E-MAIL ADDRESS
10. FOR INFORMATION
CALL: / William J. Thoreen / AREA CODE
202 / NUMBER
692-4359 / EXT. /
11. TABLE OF CONTENTS
() / SEC. / DESCRIPTION / PAGE(S) / () / SEC. / DESCRIPTION / PAGE(S)
PART I - THE SCHEDULE / PART II - CONTRACT CLAUSES
X / A / SOLICITATION/CONTRACT FORM / 1 / X / I / CONTRACT CLAUSES / 49-69
X / B / SUPPLIES OR SERVICES AND PRICES/COSTS / 2-6 / PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH.
X / C / DESCRIPTION/SPECS./WORK STATEMENT / 7-9 / X / J / LIST OF ATTACHMENTS / 70
X / D / PACKAGING AND MARKING / 10 / PART IV - REPRESENTATIONS AND INSTRUCTIONS
X / E / INSPECTION AND ACCEPTANCE / 11-12 / X / K / REPRESENTATIONS, CERTIFICATIONS AND / 71-75
X / F / DELIVERIES OR PERFORMANCE / 13-16 / OTHER STATEMENTS OF OFFERORS
X / G / CONTRACT ADMINISTRATION DATA / 17-28 / X / L / INSTRS., CONDS., AND NOTICES TO OFFER / 76-89
X / H / SPECIAL CONTRACT REQUIREMENTS / 29-48 / X / M / EVALUATION FACTORS FOR AWARD / 90-95
OFFER (Must be fully completed by offeror)
NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.
12.In compliance with the above, the undersigned agrees, if this offer is accepted within 180 calendar days from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.
13. DISCOUNT FOR PROMPT PAYMENT / 10 CALENDAR DAYS / 20 CALENDAR DAYS / 30 CALENDAR DAYS / CALENDAR DAYS
(See Section I, Clause No. 52.232-8) / % / % / % / %
14.ACKNOWLEDGMENT OF AMENDMENTS / AMENDMENT NO. / DATE / AMENDMENT NO. / DATE
(The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related
and related documents numbered and dated):
CODE / FACILITY / 16.NAME AND TITLE OF PERSON AUTHORIZED TO SIGN
15A.NAME / OFFER (Type of Print)
AND
ADDRESS
OF
OFFEROR
15B.TELEPHONE NUMBER /  / 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE. / 17. SIGNATURE / 18. OFFER DATE
AREA CODE / NUMBER / EXT.
AWARD (To be completed by Government)
19. ACCEPTED AS TO ITEMS NUMBERED / 20. AMOUNT / 21. ACCOUNTING AND APPROPRIATION
See G.1
22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:
23. SUBMIT INVOICES TO ADDRESS SHOWN IN / ITEM
 10 U.S.C 2304(c)( )  41 U.S.C. 253(c)( ) / (4 copies unless otherwise specified)
24. ADMINISTERED BY (If other then Item 7)CODE / 25. PAYMENT WILL BE MADE BYCODE
As specified on individual orders
26. NAME OF CONTRACTING OFFICER (Type or print) / 27. UNITED STATES OF AMERICA / 28. AWARD DATE
(Signature of Contracting Officer)
IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.

AUTHORIZED FOR LOCAL REPRODUCTIONSTANDARD FORM 33(REV. 9-97)

Previous edition is unusablePrescribed by GSA - FAR (48 CFR) 53.214(c)

EAGLE Request For ProposalPart I – The Schedule

RFP No. HSHQDC-05-R-00010Section B – Supplies or Services and Prices/Costs

SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS

B.1General

The Contractor shall provide, in accordance with issued Task Orders (TOs), all management, supervision, labor, facilities, and materials necessary to perform information technology support services on an Indefinite-Delivery-Indefinite-Quantity basis. Task Orders may be Cost Reimbursement, Time and Materials (T&M), and Firm Fixed Price (FFP) in accordance with Federal Acquisition Regulation (FAR)Part 16.5. Task Orders will be issued in accordance with the procedures set forth in Sections G and I.

B.2Base and Option Periods

The term of this indefinite delivery indefinite quantity (IDIQ) contract is a base five year period and two one year option periods. This is not a multi-year contract as defined in FAR Part 17.1. Task orders will be issued with performance periods up to twelve months plus option periods unless different performance periods are otherwise authorized and allowed according to the type of funding used.

B.3Contract Pricing

B.3.1Time and Material Labor/Firm Fixed Price Rates

All task orders issued on a T&M or FFP basis will be priced in accordance with the pricing set forth in Section B.4, CLINRate Table. The labor rates in this section reflect the fully-burdened rates for each labor category and will apply to all direct labor hours. The labor rates and ODCs mark-up percentages are detailed in Section B.4 under labor categories and ODCs, respectively. The loaded hourly rates are ceiling price rates and the Contractor may, at its discretion, elect to propose lower hourly rates on a task by task basis.

(a)Labor. The Section B.4 CLINRate Table represents fully-loaded hourly rates for each skill classification. The fully-burdened labor rates include all direct, indirect, general and administrative costs and profit associated with providing the required skill. The fully-burdened labor rates include all labor and labor-related costs, such as, but not limited to, the following list of representative labor-related costs: salaries, wages, bonuses to include stock bonuses, incentive awards, employee stock options, stock appreciation rights, employee stock ownership plans, employee insurance, fringe benefits, contributions to pension, other post-retirement benefits, annuity, employee incentive compensation plans, incentive pay, shift differentials, overtime, vacation time, sick pay, holidays, and all other allowances based upon a comprehensive employee compensation plan. The use of uncompensated overtime is not encouraged. All hourly rates are based on a 40-hour work-week (ex. 1,920 hours per year or in accordance with the Contractor’s CAS Disclosure Statement).

(1)Government Site Rates. When performing at Government sites, the Contractor shall furnish fully-burdened laborrates. The Government will provide only office space, furniture, and office equipment and supplies, as described in Section H.8, Government Property and as specified in the individual Task Orders.

(2)Contractor Site Rates. When performing at a Contractor site, the Contractor shall furnish fully-burdened laborrates which include loads for office space and all normal supplies and services required to support the work. This includes, but is not limited to, telephones, faxes, copiers, personal computers, postage (to include courier services such as Federal Express), ordinary business software (e.g., word processing, spreadsheets, graphics, etc.), normal copying and reproduction costs.

(b)Program Management Support Costs. Contract-level program management support costs are included as a percentage of each individual labor category rate, and encompass support for contract-level management, reporting requirements (See Section F) and related travel and meeting attendance costs associated with the Contractor’s program management staff, as it relates to overall management of the EAGLE Program. As a result, these program management support costs are allocated acrossall of the task orders issued under this contract. These “program management” support costs are differentiated from individual task order “Task Order Manager” or “Project Manager”support costs, which are billed as hourly labor rates against individual task orders for direct support to the effort performed under those task orders. This will result in direct billings at the task order level for labor hours in the “Task Order Manager” or “Project Manager” categories, to specifically support project management for the task order.

(c)ODCs. ODCs consist of materials, subcontractor (other than labor) and task order-related travel costs, i.e., relocation and temporary duty (TDY) to include travel, lodging and meals. These percentages are indicated on the Section B.4 CLINRate Table under the ODC rates. T&M type TOs will include time at the proposed rates herein for each skill category, plus materials (ODCs) and the fixed markup percentages. The cost of general-purpose items required for the conduct of the Contractor’s normal business operations will not be considered an allowable ODC in the performance of task orders under this contract. See also Section G and Section H for limitations on materials and mandatory support documentation. Profit is not allowed on ODCs under a T&M type task order. Fee may be negotiated on cost-reimbursement type task orders.

B.3.1.1Firm Fixed Price (FFP) type Task Orders

For FFP type task orders, the quantity of each item or labor category ordered will be multiplied against the rate listed in this schedule or as negotiated for the TO, and the cumulative extended total of all items ordered will define the fixed pricefor the TO. Travel and ODCs, if applicable, may be estimated for each TO, burdened with the markup and profit percentages specified in this schedule. Any total rate negotiated for travel and ODCs will be added to the extended price of all ordered items to arrive at the total fixed pricefor the TO. Partial payment of FFP typeTOs may be negotiated based on the completion of milestones.

B.3.1.2Time and Material (T&M) type Task Orders

For T&M type TOs, the quantity of hours ordered from each labor category will be specified as deliverable hours billable at the ceiling rates specified in the Section B.4 CLIN Rate Tableor as negotiated, if lower rates are proposed for the TO. Travel and ODCs will be estimated for each TO and burdened with the ODC markup percentage specified in the Section B.4 CLIN Rate Table. Profit on travel and ODCs is not allowable. The cumulative extended total of all labor categories ordered plus travel and ODCs will define the TO ceiling price. TOs may authorize adjustments between labor category quantities of up to 10%, within the established task labor ceiling price, without a formal modification. The government will not reimburse the Contractor for costs incurred beyond the ceiling price, for hours not delivered, for hours delivered but in excess of the quantities ordered for a particular labor category, or for travel and ODCs exceeding the ordered pool amount. Labor dollars will not be used to pay for ODCs nor ODC dollars used to pay for labor without a contract modification.

B.3.1.3Rate Refreshment

(a)The labor rates are fixed for all contract year periods, however, the Contractor may submit a proposal reducing the fixed labor rates and mark-up percentages at any time during the life of this contract. The Government will review these proposals and determine if the revised rates are realistic and in the best interest of the Government. If the rates are accepted, the Government will modify the contract by incorporating the new rates into the Section B.4 CLIN Rate Tables.

(b)At any time and throughout the life of the contract, atthe request of either the Contractor or the Government, the Contractor may propose additional labor categories, rates and descriptions in addition to the Government labor categories. These additional labor categories, rates and descriptions will be negotiated on a case-by-case basis (See Section G.4.4(e) for process). The additional categories, rates and descriptions proposed, upon determination by the Government that they are fair and reasonable, will be incorporated by modification into the Section B.4 CLIN Rate Tables of this contract.

B.3.2Work Outside the Continental United States (OCONUS)

It is anticipated that there may be TOs under this contract for work outside the United States. Offerors shall submit pricing methodology or algorithm to be used for developing worldwide rates in Attachment J-8, Part III, Pricing Templates – Other Pricing Information. This methodology willbe used to determine specific rates as requirements occur. The Government reserves the right to make determinations of fair and reasonable pricing at the TO level.

B.3.3Cost Reimbursement Pricing

All TOs issued on a Cost Reimbursement basis will be priced in accordance with approved DCAA (or FAR Part 31) rates. Direct and indirect cost rates will be established on a TO basis. For Cost Reimbursement task orders, the Contractor will provide complete supporting schedules identifying all applicable direct and indirect rate estimates building up to the TO cost. Offerors with approved DCAA rates should submit their most recent provisional indirect billing and actual rates for both direct and indirect rates. Offerors without audited rates shall propose indirect rates in accordance with FAR Part 31. The fee will be negotiated for each TO consistent with statutory limitations. If the TO type is to be CPAF, the fixed portion of fee and the award portion will be clearly differentiated. Payment from the award fee pool will be based on the standards and procedures outlined in Sections I.7 and I.8.

B.3.4Total Cost of Ownership Pricing

Individual TOs may require the Contractor to restructure its price proposal to provide for the total cost of ownership. For example, instead of, or in addition to, providing a cost proposal based on fixed hourly rates, specific task orders may require pricing on a per seat/workstation, usage rates, or other similar bases to determine the total life cycle cost.

B.4CLIN Rate Table

The CLIN Rate Table represents all labor rates, ODCs and markup percentages for performance of the requirements as specified in individual Task Orders. Fully loaded hourly labor rates are included for each labor categoryboth at the Contractor site and at Government sites. These fully-loaded hourly labor rates are the ceiling rates representing the maximum rates allowable for Prime and Subcontractors. The years cited represent contract years. Only Government-required labor categories are included in this table. Additional labor categories may be proposed after contract award, in accordance with Section B.3.1.3(b)and Section G.4.4(e).