Free Notice (Other) - District Court of Federal Claims - federal


File Size: 444.8 kB
Pages: 144
Date: July 14, 2008
File Format: PDF
State: federal
Category: District
Author: unknown
Word Count: 9,128 Words, 65,573 Characters
Page Size: Letter (8 1/2" x 11")
URL

https://www.findforms.com/pdf_files/cofc/23404/22-4.pdf

Download Notice (Other) - District Court of Federal Claims ( 444.8 kB)


Preview Notice (Other) - District Court of Federal Claims
Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 1 of 144
RATING PAGE OF PAGES

SOLICITATION, OFFER AND AWARD
2. CONTRACT NO. 3. SOLICITATION NO.

1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700)

1

146

W81XWH-05-R-0004
7. ISSUED BY
USA MED RESEARCH ACQ ACTIVITY 820 CHANDLER ST FORT DETRICK MD 21702-5014

[ X ] NEGOTIATED (RFP) 30 Jun 2005 CODE W81XWH 8. ADDRESS OFFER TO

4. TYPE OF SOLICITATION 5. DATE ISSUED [ ] SEALED BID (IFB)

6. REQUISITION/PURCHASE NO.

(If other than Item 7)

CODE

TEL: FAX:
NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

See Item 7

TEL: FAX:

SOLICITATION
9. Sealed offers in original and copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in until 02:00 PM local time 17 Aug 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.
10. FOR INFORMATION CALL: A. NAME JAMIE L. KISER B. TELEPHONE (Include area code) 301-619-2375
(NO COLLECT CALLS)

C. E-MAIL ADDRESS
[email protected]

(X) SEC. X X X X X X X A B C D E F G H

DESCRIPTION PART I - THE SCHEDULE SOLICITATION/ CONTRACT FORM SUPPLIES OR SERVICES AND PRICES/ COSTS DESCRIPTION/ SPECS./ WORK STATEMENT PACKAGING AND MARKING INSPECTION AND ACCEPTANCE DELIVERIES OR PERFORMANCE CONTRACT ADMINISTRATION DATA SPECIAL CONTRACT REQUIREMENTS

11. TABLE OF CONTENTS PAGE(S) (X) SEC. 1 2 - 41 42 - 67 68 69 - 75 76 - 77 78 - 93 X X X X X

DESCRIPTION

PAGE(S)

PART II - CONTRACT CLAUSES I CONTRACT CLAUSES 94 - 108 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS J LIST OF ATTACHMENTS 109 PART IV - REPRESENTATIONS AND INSTRUCTIONS REPRESENTATIONS, CERTIFICATIONS AND K OTHER STATEMENTS OF OFFERORS 110 - 122 L INSTRS., CONDS., AND NOTICES TO OFFERORS M EVALUATION FACTORS FOR AWARD 123 - 139 140 - 146

OFFER (Must be fully completed by
NOTE: Item 12 does not apply if the solicitation includes the offeror) at 52.214-16, Minimum Bid Acceptance Period. provisions 12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8) 14. ACKNOWLEDGMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated): 15A. NAME CODE AND ADDRESS OF OFFEROR 15B. TELEPHONE NO
(Include area code)

AMENDMENT NO.

DATE

AMENDMENT NO.

DATE

FACILITY

16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print)

15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE. 20. AMOUNT

17. SIGNATURE

18. OFFER DATE

AWARD (To be completed by Government)
19. ACCEPTED AS TO ITEMS NUMBERED 21. ACCOUNTING AND APPROPRIATION 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) 24. ADMINISTERED BY (If other than Item 7) CODE

23. SUBMIT INVOICES TO ADDRESS SHOWN IN
(4 copies unless otherwise specified) 25. PAYMENT WILL BE MADE BY CODE

ITEM

26. NAME OF CONTRACTING OFFICER (Type or print) TEL: EMAIL:
Previous Edition is Unusable 33-134

27. UNITED STATES OF AMERICA (Signature of Contracting Officer)

28. AWARD DATE

IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.
STANDARD FORM 33 (REV. 9-97) Prescribed by GSA FAR (48 CFR) 53.214(c)

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 2 of 144

Section B - Supplies or Services and Prices SECTION B

B.1

CONTRACT

The contract award shall be Indefinite Delivery/Indefinite Quantity type contracts. The FAR Firm Fixed Price Clauses apply to the fixed labor rate CLINS and the FAR Cost Reimbursement Clauses apply to the Cost Plus Fixed Fee CLINS. Multiple awards are anticipated to be made as a result of the solicitation

B.2

PAYMENT OF FIXED FEE (Cost Plus Fixed-Fee)

Each delivery order will be negotiated to establish an estimated cost. The fixed fee for that delivery order will be based upon the negotiated and agreed upon percentage for the cost plus fixed fee CLINs for each multiple award contract. The percentage will be applied to the estimated cost to determine the fixed dollar amount of fee for each delivery order. The Limitation of Funds Clause will apply to the overall scheduled estimated cost and fixed fee for each delivery order negotiated cost plus fixed fee.

B.3

GUARANTEED TASKING

(a) All services to be ordered under this contract shall be set forth in each individual delivery/task orders. All delivery/task orders will be issued in accordance with the provisions of Section H, Delivery Order Issuance, and Section I, Clauses 52-216-18, Ordering, 52-216-19, Order Limitation, and 52-216-22, Indefinite Quantity. (b) The minimum amount of this contract award is $15,000.00, only applies to the first year of the contracts. (c) The anticipated maximum amount for each award under the solicitation shall not exceed $4,800,000,000.00, inclusive of the base contract year and any option periods exercised. The Government is not obligated to issue orders up to the maximum of any contract award under this contract.

B.4

ISSUANCE OF TASK ORDERS

All services to be performed under this contract shall be set forth in individual delivery/task orders. All orders will be issued IAW the provisions of Section C, Section H - Delivery Order Issuance, and Section I, Clauses 52-216-18, Ordering, 52-216-19, Order Limitation, and 52-216-22, Indefinite Quantity.

ITEM NO 0001

MAX QUANTITY 400 Base Year Firm-Fixed Price Services FFP

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

MAX NET AMT

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 3 of 144

FOB: Destination

ITEM NO 000101

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Base Year Funding FFP

MAX NET AMT

FOB: Destination

ITEM NO 0002

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED Base Year Cost Plus Fixed Fee Services CPFF

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 000201

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Base Year Funding CPFF MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 4 of 144

ITEM NO 0003

MAX QUANTITY 200 Base Year Time and Materials Services T&M

SUPPLIES/SERVICES

UNIT Hours

UNIT PRICE

MAX AMOUNT

TOT MAX PRICE CEILING PRICE

FOB: Destination

ITEM NO 000301

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Base Year Funding T&M TOT MAX PRICE CEILING PRICE

FOB: Destination

ITEM NO 0004

MAX QUANTITY UNDEFINED Base Year Cost Plus Award Fee Services CPAF

SUPPLIES/SERVICES

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 5 of 144

ITEM NO 000401

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Base Year Funding CPAF MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 0005

MAX QUANTITY UNDEFINED Base Year Fixed Price Award Incentive FPI

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 6 of 144

ITEM NO 000501

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Base Year Funding FPI TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

ITEM NO 0006
OPTION

MAX QUANTITY 400 Option 1 Firm-Fixed Price Services FFP

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

MAX NET AMT

FOB: Destination

ITEM NO 000601
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 1 Funding FFP

MAX NET AMT

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 7 of 144

ITEM NO 0007
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED Option 1 Cost Plus Fixed Fee Services CPFF

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 000701
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 1 Funding CPFF MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 0008
OPTION

MAX QUANTITY 200 Option 1 Time and Materials Services T&M

SUPPLIES/SERVICES

UNIT Hours

UNIT PRICE

MAX AMOUNT

TOT MAX PRICE CEILING PRICE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 8 of 144

ITEM NO 000801
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 1 Funding T&M TOT MAX PRICE CEILING PRICE

FOB: Destination

ITEM NO 0009
OPTION

MAX QUANTITY UNDEFINED Option 1 Cost Plus Award Fee Services CPAF

SUPPLIES/SERVICES

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 000901
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Optin 1 Funding CPAF MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 9 of 144

ITEM NO 0010
OPTION

MAX QUANTITY UNDEFINED Option 1 Fixed Price Award Incentive FPI

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

ITEM NO 001001
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 1 Funding FPI TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 10 of 144

ITEM NO 0011
OPTION

MAX QUANTITY 400 Option 2 Firm-Fixed Price Services FFP

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

MAX NET AMT

FOB: Destination

ITEM NO 001101
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 2 Funding FFP

MAX NET AMT

FOB: Destination

ITEM NO 0012
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED Option 2 Cost Plus Fixed Fee Services CPFF

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 11 of 144

ITEM NO 001201
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 2 Funding CPFF MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 0013
OPTION

MAX QUANTITY 200 Option 2 Time and Materials Services T&M

SUPPLIES/SERVICES

UNIT Hours

UNIT PRICE

MAX AMOUNT

TOT MAX PRICE CEILING PRICE

FOB: Destination

ITEM NO 001301
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 2 Funding T&M TOT MAX PRICE CEILING PRICE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 12 of 144

ITEM NO 0014
OPTION

MAX QUANTITY UNDEFINED Option 2 Cost Plus Award Fee Services CPAF

SUPPLIES/SERVICES

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 001401
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 2 Funding CPAF MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 13 of 144

ITEM NO 0015
OPTION

MAX QUANTITY UNDEFINED Option 2 Fixed Price Award Incentive FPI

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

ITEM NO 001501
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 2 Funding FPI TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 14 of 144

ITEM NO 0016
OPTION

MAX QUANTITY 400 Option 3 Firm-Fixed Price Services FFP

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

MAX NET AMT

FOB: Destination

ITEM NO 001601
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 3 Funding FFP

MAX NET AMT

FOB: Destination

ITEM NO 0017
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED Option 3 Cost Plus Fixed Fee Services CPFF

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 15 of 144

ITEM NO 001701
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 3 Funding CPFF MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 0018
OPTION

MAX QUANTITY 200 Option 3 Time and Materials Services T&M

SUPPLIES/SERVICES

UNIT Hours

UNIT PRICE

MAX AMOUNT

TOT MAX PRICE CEILING PRICE

FOB: Destination

ITEM NO 001801
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 3 Funding T&M TOT MAX PRICE CEILING PRICE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 16 of 144

ITEM NO 0019
OPTION

MAX QUANTITY UNDEFINED Option 3 Cost Plus Award Fee Services CPAF

SUPPLIES/SERVICES

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 001901
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 3 Funding CPAF MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 17 of 144

ITEM NO 0020
OPTION

MAX QUANTITY UNDEFINED Option 3 Fixed Price Award Incentive FPI

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

ITEM NO 002001
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 3 Funding FPI TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 18 of 144

ITEM NO 0021
OPTION

MAX QUANTITY 400 Option 4 Firm-Fixed Price Services FFP

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

MAX NET AMT

FOB: Destination

ITEM NO 002101
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 4 Funding FFP

MAX NET AMT

FOB: Destination

ITEM NO 0022
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED Option 4 Cost Plus Fixed Fee Services CPFF

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 19 of 144

ITEM NO 002201
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 4 Funding CPFF MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 0023
OPTION

MAX QUANTITY 200 Option 4 Time and Materials Services T&M

SUPPLIES/SERVICES

UNIT Hours

UNIT PRICE

MAX AMOUNT

TOT MAX PRICE CEILING PRICE

FOB: Destination

ITEM NO 002301
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 4 Funding T&M TOT MAX PRICE CEILING PRICE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 20 of 144

ITEM NO 0024
OPTION

MAX QUANTITY UNDEFINED Option 4 Cost Plus Award Fee Services CPAF

SUPPLIES/SERVICES

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 002401
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 4 Funding CPAF MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 21 of 144

ITEM NO 0025
OPTION

MAX QUANTITY UNDEFINED Option 4 Fixed Price Award Incentive FPI

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

ITEM NO 002501
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 4 Funding FPI TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 22 of 144

ITEM NO 0026
OPTION

MAX QUANTITY 400 Option 5 Firm-Fixed Price Services FFP

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

MAX NET AMT

FOB: Destination

ITEM NO 002601
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 5 Funding FFP

MAX NET AMT

FOB: Destination

ITEM NO 0027
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED Option 5 Cost Plus Fixed Fee Services CPFF

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 23 of 144

ITEM NO 002701
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 5 Funding CPFF MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 0028
OPTION

MAX QUANTITY 200 Option 5 Time and Materials Services T&M

SUPPLIES/SERVICES

UNIT Hours

UNIT PRICE

MAX AMOUNT

TOT MAX PRICE CEILING PRICE

FOB: Destination

ITEM NO 002801
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 5 Funding T&M TOT MAX PRICE CEILING PRICE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 24 of 144

ITEM NO 0029
OPTION

MAX QUANTITY UNDEFINED Option 5 Cost Plus Award Fee Services CPAF

SUPPLIES/SERVICES

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 002901
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 5 Funding CPAF MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 25 of 144

ITEM NO 0030
OPTION

MAX QUANTITY UNDEFINED Option 5 Fixed Price Award Incentive FPI

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

ITEM NO 003001
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 5 Funding FPI TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 26 of 144

ITEM NO 0031
OPTION

MAX QUANTITY 400 Option 6 Firm-Fixed Price Services FFP

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

MAX NET AMT

FOB: Destination

ITEM NO 003101
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 6 Funding FFP

MAX NET AMT

FOB: Destination

ITEM NO 0032
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED Option 6 Cost Plus Fixed Fee Services CPFF

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 27 of 144

ITEM NO 003201
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 6 Funding CPFF MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 0033
OPTION

MAX QUANTITY 200 Option 6 Time and Materials Services T&M

SUPPLIES/SERVICES

UNIT Hours

UNIT PRICE

MAX AMOUNT

TOT MAX PRICE CEILING PRICE

FOB: Destination

ITEM NO 003301
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 6 Funding T&M TOT MAX PRICE CEILING PRICE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 28 of 144

ITEM NO 0034
OPTION

MAX QUANTITY UNDEFINED Option 6 Cost Plus Award Fee Services CPAF

SUPPLIES/SERVICES

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 003401
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 6 Funding CPAF MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 29 of 144

ITEM NO 0035
OPTION

MAX QUANTITY UNDEFINED Option 6 Fixed Price Award Incentive FPI

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

ITEM NO 003501
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 6 Funding FPI TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 30 of 144

ITEM NO 0036
OPTION

MAX QUANTITY 400 Option 7 Firm-Fixed Price Services FFP

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

MAX NET AMT

FOB: Destination

ITEM NO 003601
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 7 Funding FFP

MAX NET AMT

FOB: Destination

ITEM NO 0037
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED Option 7 Cost Plus Fixed Fee Services CPFF

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 31 of 144

ITEM NO 003701
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 7 Funding CPFF MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 0038
OPTION

MAX QUANTITY 200 Optin 7 Time and Materials Services T&M

SUPPLIES/SERVICES

UNIT Hours

UNIT PRICE

MAX AMOUNT

TOT MAX PRICE CEILING PRICE

FOB: Destination

ITEM NO 003801
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 7 Funding T&M TOT MAX PRICE CEILING PRICE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 32 of 144

ITEM NO 0039
OPTION

MAX QUANTITY UNDEFINED Option 7 Cost Plus Award Fee Services CPAF

SUPPLIES/SERVICES

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 003901
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 7 Funding CPAF MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 33 of 144

ITEM NO 0040
OPTION

MAX QUANTITY UNDEFINED Option 7 Fixed Price Award Incentive FPI

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

ITEM NO 004001
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 7 Funding FPI TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 34 of 144

ITEM NO 0041
OPTION

MAX QUANTITY 400 Option 8 Firm-Fixed Price Services FFP

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

MAX NET AMT

FOB: Destination

ITEM NO 004101
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 8 Funding FFP

MAX NET AMT

FOB: Destination

ITEM NO 0042
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED Option 8 Cost Plus Fixed Fee Services CPFF

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 35 of 144

ITEM NO 004201
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 8 Funding CPFF MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 0043
OPTION

MAX QUANTITY 200 Option 8 Time and Materials Services T&M

SUPPLIES/SERVICES

UNIT Hours

UNIT PRICE

MAX AMOUNT

TOT MAX PRICE CEILING PRICE

FOB: Destination

ITEM NO 004301
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 8 Funding T&M TOT MAX PRICE CEILING PRICE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 36 of 144

ITEM NO 0044
OPTION

MAX QUANTITY UNDEFINED Option 8 Cost Plus Award Fee Services CPAF

SUPPLIES/SERVICES

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 004401
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 8 Funding CPAF MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 37 of 144

ITEM NO 0045
OPTION

MAX QUANTITY UNDEFINED Option 8 Fixed Price Award Incentive FPI

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

ITEM NO 004501
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 8 Funding FPI TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 38 of 144

ITEM NO 0046
OPTION

MAX QUANTITY 400 Option 9 Firm-Fixed Price Services FFP

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

MAX NET AMT

FOB: Destination

ITEM NO 004601
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 9 Funding FFP

MAX NET AMT

FOB: Destination

ITEM NO 0047
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED Option 9 Cost Plus Fixed Fee Services CPFF

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 39 of 144

ITEM NO 004701
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 9 Funding CPFF MAX COST FIXED FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 0048
OPTION

MAX QUANTITY 200 Option 9 Time and Materials Services T&M

SUPPLIES/SERVICES

UNIT Hours

UNIT PRICE

MAX AMOUNT

TOT MAX PRICE CEILING PRICE

FOB: Destination

ITEM NO 004801
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 9 Funding T&M TOT MAX PRICE CEILING PRICE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 40 of 144

ITEM NO 0049
OPTION

MAX QUANTITY UNDEFINED Option 9 Cost Plus Award Fee Services CPAF

SUPPLIES/SERVICES

UNIT

UNIT PRICE

MAX AMOUNT

MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

ITEM NO 004901
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 9 Funding CPAF MAX COST BASE FEE SUBTOTAL MAX COST + BASE MAX AWARD FEE TOTAL MAX COST + FEE

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 41 of 144

ITEM NO 0050
OPTION

MAX QUANTITY UNDEFINED Option 9 Fixed Price Award Incentive FPI

SUPPLIES/SERVICES

UNIT Months

UNIT PRICE

MAX AMOUNT

TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

ITEM NO 005001
OPTION

SUPPLIES/SERVICES

MAX QUANTITY UNDEFINED

UNIT

UNIT PRICE

MAX AMOUNT

Option 9 Funding FPI TARGET COST TARGET PROFIT TOTAL TARGET PRICE CEILING PRICE SHARE RATIO ABOVE TARGET SHARE RATIO BELOW TARGET

FOB: Destination

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 42 of 144

Section C - Descriptions and Specifications STATEMENT OF WORK

TABLE OF CONTENTS

1.0 1.2 1.3.
1.3.1

SCOPE......................................................................................................................................... 1 PROGRAM GOAL. ................................................................................................................... 1 PRIMARY CUSTOMERS......................................................................................................... 1
EXTERNAL AGENCY USE..........................................................................1

1.4 1.5 1.6 2.0
2.1 2.1.1 2.1.2 2.1.3 2.2. 2.2.1 2.2.2 2.2.2.1 2.2.2.2 2.2.2.3 2.2.2.4 2.2.2.5 2.2.2.6 2.2.2.7 2.2.2.8 2.2.2.9

NON-PERSONAL SERVICES ................................................................................................. 1 INHERENTLY GOVERNMENTAL FUNCTONS................................................................. 1 CAAS CERTIFICATION.......................................................................................................... 1 SCOPE......................................................................................................................................... 2
BASIC, PRIME "CONTRACT" ACTIVITIES .....................................................................................4 GOVERNMENT MANAGEMENT OF THE CONTRACT......................................4 CONTRACTOR MANAGEMENT OF THE CONTRACT....................................4 AWARD TERM.........................................................................................................................................4 TASK/DELIVERY ORDER ACTIVITIES. ...........................................................................................4 GOVERNMENT MANAGEMENT OF TASK/DELIVERY ORDER.................................................4 CONTRACTOR MANAGEMENT OF TASK/DELIVERY ORDER. ................................................5 NON-DISCLOSURE STATEMENT. ......................................................................................................5 TASK/DELIVERY ORDER MANAGEMENT PLAN..........................................................................5 MONTHLY PROGRESS REPORT. .......................................................................................................6 WORK BREAKDOWN STRUCTURE...................................................................................................6 INTEGRATED SCHEDULING...............................................................................................................6 EARNED VALUE MANAGEMENT ......................................................................................................6 PROGRAM REVIEWS. ...........................................................................................................................7 QUALITY CONTROL PLAN..................................................................................................................7 TRANSITION SUPPORT ........................................................................................................................7

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 43 of 144

2.2.2.10 2.2.2.11 2.2.3 2.2.3.1 2.2.3.2 2.2.3.3 2.2.3.4 2.2.3.5 2.2.3.6 2.2.3.7 2.2.3.8 2.2.3.9 2.2.4 2.2.4.1 2.2.4.2 2.2.4.3 2.2.4.4 2.2.4.5 2.2.4.6 2.2.4.7 2.2.4.8

OPTION ITEM: INCOMING TRANSITION........................................................................................7 OPTION ITEM: OUTGOING TRANSITION .......................................................................................8 TECHNICAL MANAGEMENT OF TASK/DELIVERY ORDER. .....................................................8 PROGRAM/SYSTEM SECURITY .........................................................................................................8 INFORMAION ASSURANCE BACKGROUND...................................................................................8 SECURITY CLEARANCES ....................................................................................................................9 SECTION 508. ...........................................................................................................................................9 CONFIGURATION MANAGMENT......................................................................................................9 RELIABILITY, MAINTAINABILILTY, AND AVAILABILITY.......................................................9 TEST PROGRAM .....................................................................................................................................9 SYSTEM UPDATES/MIGRATION......................................................................................................10 DOCUMENTATION ..............................................................................................................................10 TASKS - REQUIREMENTS. .................................................................................................................10 PROGRAM MANAGEMENT SUPPORT SERVICES.......................................................................10 STUDIES & ANALYSIS.........................................................................................................................10 PERFORMANCE-BASED BUDGETING............................................................................................11 BUSINESS PROCESS IMPROVEMENT. ...........................................................................................11 FUNCTIONAL VALIDATION AND VERIFICATION. ....................................................................11 INFORMATION MANAGEMENT. .....................................................................................................11 ACQUSITION MANAGEMENT. .........................................................................................................11 LOGISTICAL SUPPORT ....................................................................................................................122

3.0 4.0 5.0 6.0 7.0 8.0

CONTRACT TYPE.................................................................................................................. 12 TEAMS ACQUISITION MANAGER.................................................................................... 12 ACQUISITION MANAGER .................................................................................................. 12 CONTRACTING OFFICER'S REPRESENTATIVE .......................................................... 13 CONTRACTING OFFICER'S REPRESENTATIVE­TASK/DELIVERY ORDER ........... 13 TASK MANAGER ................................................................................................................... 13

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 44 of 144

9.0
9.1 9.2

APPLICABLE REFERENCES & COMPLIANCE DOCUMENTS ................................... 13
REFERENCES............................................................................................13 COMPLIANCE DOCUMENTS.......................................................................14

APPENDIX A DELIVERABLE /DELIVERY SCHEDULE ......................................................................... 16

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 45 of 144

INTRODUCTION 1.1 OVERVIEW The Office of the Assistant Secretary of Defense (Health Affairs)/TRICARE Management Activity, (OASD (HA)/TMA) has a requirement for support to the principles of DoD program management to ensure the delivery of high quality, cost effective health care services across the operational continuum. Within the TMA, the TMA Procurement Support Office (TPS) is responsible for all acquisitions for other than purchased care in support of the TRICARE Management Activity. As such, the TPS mission is to develop and implement policies, procedures, and acquisition programs necessary to acquire the services needed to support the management and integration of military health systems. In addition to overseeing all aspects of non-purchased health care contracting, the TPS evaluates contractor performance. The TRICARE Evaluation, Analysis, and Management Support (TEAMS) contract vehicle will be used to support TPS in the execution of its mission. 1.2 PROGRAM GOAL This opportunity represents a full and open competition for a contract vehicle that will replace Program Management and Integration (PMI II) Blanket Purchase Agreement (BPA) and the Defense Medical Information Management/Design, Development, Operations, and Maintenance Services ­ Technical Studies and Analyses (D/SIDDOMS II Lot I). 1.3 PRIMARY CUSTOMERS

The Office of the Assistant Secretary of Defense for Health Affairs (OASD (HA), TRICARE Management Activity (TMA) has a requirement for evaluation, analysis, and management in support of on-going and future health care programs. TEAMS is available for use by all TMA and components of the worldwide Military Health System (MHS), to include military treatment facilities (MTFs) and clinics; and Contracting/Acquisition Activities supporting TMA.
1.3.1 EXTERNAL AGENCY USE.

In addition to the mission of the TMA and MHS, this contract may be used to acquire services within the scope of the TEAMS work statement for all other Department of Defense organizations with an impact on health support related issues. Services may also be acquired under this contract in support of the Department of Veteran Affairs, and the Department of Health & Human Services (DHHS) for those joint initiatives that have significant or direct impact on the MHS. 1.4 NON-PERSONAL SERVICES This PBWS identifies services that are strictly non-personal in nature, as defined by FAR 37 and to ensure there is not an appearance of such every task/delivery order shall have an identified task manager. 1.5 INHERENTLY GOVERNMENTAL FUNCTIONS This PBWS has been reviewed and contains no services that are inherently governmental functions, as defined in FAR Part 2.1. 1.6 CAAS CERTIFICATION In accordance with Department of Defense (DoD) Directive Number 4205.2, Contract Advisory Assistance Services (CAAS) are those services acquired by contract from non-governmental sources to support or improve organization policy development, decision-making, management and administration, program and/or project management and administration, or to improve the effectiveness of management processes or procedures. CAAS designation when

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 46 of 144

applicable and in accordance with DoD Directive 4205.2 and FAR Part 37 will be stated on each task/delivery order issued against the resulting contract.

2.0 SCOPE TEAMS will provide a vehicle for obtaining services in support of policy development, decision-making, management and administration, program and/or project management and administration. This performance based work statement (PBWS) provides for improved program and/or project management support services,

specialized studies and analysis, performanced-based budgeting/financial management and analysis support, business process improvements, functional validation and verification, information management, acquisition management, and logistical support.
This performance based work statement (PBWS) provides for specialized studies and analysis; business process improvements; improved program and/or project management support services; logistical support; performancedbased budgeting/financial management and analysis support; acquisition management, functional validation and verification; and advisory and assistance services supporting improved information resources, management, internal controls, and administration of OASD(HA) organizations. The execution of these services will enable the OASD(HA)/TMA/MHS to continue to ensure the nation has a healthy fighting force and the ability to support DoD missions worldwide available at all times.

TMA has categorized all non-purchased care procurements into one of the following three, mutually exclusive categories, regardless of the contract vehicle used to procure the services:
Category 1: TMA Internal Support: Services which, by their very nature, give the Contractor access to extensive data about the contracts of all other TMA contractors. To mitigate any potential for a Category 1 Contractor to gain an unfair competitive advantage over other Category 1 Contractors, all acquisition support for Category 1 shall be performed by Category 2 Contractors. Further, Category 1 Contractors having access to other Category Contractor's proprietary information shall sign non-disclosure agreements before being given access to the proprietary information of another Contractor. Category 2: Program Management Support: Services which assist TMA in planning and managing its activities and programs. This includes, for example: requirements analysis, acquisition support, budget planning and management, business process reengineering, program planning and execution support, and independent technical management support. To mitigate any potential for a Category 2 Contractor to gain an unfair competitive advantage over other Category 2 Contractors, for future solicitation opportunities, no Category 2 Contractor shall be permitted to see or have access to any other Category 2 Contractor's proprietary data. Category 3: Product Support. Services or end items required to meet the mission requirements of TMA's non-purchased care activities and programs. This includes, for example: concept exploration and development; system design; system development and integration; COTS Procurement and integration; internal development testing; deployment; installation; operations; and maintenance. NOTE: TEAMS may be used to acquire any Category 2: Program Management Support requirement that falls within the scope of the TEAMS work statement. The TEAMS contract specifically excludes - Category 3: Product Support.

The scope of this TEAMS performance- based work statement provides for two distinct activities and functions:
(1) Basic, Prime "Contract" Activities and (2) Task/delivery order Activities.

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 47 of 144

CATEGORY OF TASKS COVERED IN THIS PBWS Paragraph 2.1 2.1.1 2.1.2 2.1.3 2.2 2.2.1 2.2.2 2.2.3 2.2.4 2.2.4.1 2.2.4.2 2.2.4.3 2.2.4.4 2.2.4.5 2.2.4.6 2.2.4.7 2.2.4.8 Specific Tasks Section One: Contract Level Management Government Management of the Contract Contractor Management of the Contract Award Term Section Two: Task/delivery orders Government Task/delivery order Management Contractor Task/delivery order Management Technical Management Tasks ­ Service Requirements Program Management Support Services. Studies and Analysis Performance Based Budgeting Business Process Improvement Functional Validation and Verification Information Management Requirement Analysis. Acquisition Management. Conference, Meeting, Workshops, Symposia, and Teleconference Logistical Support

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 48 of 144

2.1

BASIC, PRIME "CONTRACT" ACTIVITIES

SECTION ONE - CONTRACT LEVEL MANAGEMENT

In addition to the management of individual orders, there are certain activities required to manage the overall basic, prime "contract." These activities are described herein. 2.1.1
GOVERNMENT MANAGEMENT OF THE CONTRACT

The Contracting Officer (CO) will officially designate (in writing) a Contracting Officer's Representative (COR) to oversee the basic, prime "contract." The Government's Contract Level COR will have responsibility for: · Ensuring that the Surveillance Plans are developed and executed by the Contracting Officer's Technical Representative ­ Delivery/Task Order COR-DO and any other involved TMA personnel. Providing advice and assistance in resolving any performance issues that may arise during the life of the order. Initiating and coordinating global contract changes such as changes in the paying office. Conducting other activities as specified in their appointment memorandum.
Elevating to the CO any problems that cannot be addressed by the COR. CONTRACTOR MANAGEMENT OF THE CONTRACT

· · · · 2.1.2

The Contractor shall designate a single program manager to oversee the basic, prime "contract." The Contractor's designated program manager shall serve as the single point of contact for addressing contract issues, quality issues, and overall contractor performance. This may include coordination with the CO and the COR/COR-DO to resolve any issues that may arise, trends relating to the basic, prime contract, or proposed changes or modifications to the basic, prime contract.

2.1.3

AWARD TERM

This will be an award term contract, see Section H for specifics on the award fee plan.

SECTION TWO ­ TASK/DELIVERY ORDER MANAGEMENT ACTIVITIES. This section describes the full breadth of services available to be ordered in individual orders, but does not necessarily describe the depth that may be included in the orders. Individual orders will detail the extent to which each element described will be required. When bidding on individual task/delivery orders that will be solicited under the TEAMS contract, the Contractor shall adhere to the guidelines outlined below.
2.1.4 GOVERNMENT MANAGEMENT OF THE TASK/DELIVERY ORDER: COR-DO The Contracting Officer will designate a COR-DO for each task/delivery order. This COR-DO will serve as the primary point of contact for all activities and issues that occur under each task/delivery order. The COR-DO is responsible for: · · Serving as the primary technical point of contact for the task/delivery order. Identifying the need for and generating contract modification requirements, as required.

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 49 of 144

· · · · · · 2.1.5

Reviewing, and accepting or rejecting all contractor technical deliverables provided under the task/delivery order. Serving as the approval and disapproval authority for receiving reports and invoices. Managing Government furnished equipment. Conducting contract surveillance activities. Conducting other activities as specified in their appointment memorandum. Elevating to COR any problems that cannot be adequately addressed by the COR-DO. CONTRACTOR MANAGEMENT OF THE TASK/DELIVERY ORDER: TASK MANAGER

For every Task/delivery order, the Contractor shall identify the task manager. The Contractor task manager shall ensure that the task is performed efficiently, accurately, on time, and in compliance with the requirements. The contractor task manager shall coordinate as necessary with the contractor program manager and the COR-DO to ensure that the task is managed consistently with overall contract requirements. The contractor task manager shall ensure timely and accurate submission of invoices. Task/delivery order management activities may include any of the following, as defined in the individual order. 2.1.5.1 NON -DISCLOSURE STATEMENT

For EACH task/delivery order awarded under the resulting contract, the Contractor shall sign one copy of the nondisclosure statement (see Section J) on behalf of their company and shall also ensure that all staff including all employees, subcontractors and consultants assigned to or performing on that order execute, sign, and adhere to the terms of the following non-disclosure statement (Deliverable 1). Assignment of staff who has not executed this statement or failure to adhere to this statement shall constitute default on the part of the Contractor. 2.1.5.2 TASK/DELIVERY ORDER MANAGEMENT PLAN

For EACH task/delivery order awarded under the resulting contract, the Contractor shall develop a Task/delivery order Management Plan for Government approval. (Deliverable 2) Following Government approval of the plan, it shall be applied by the Contractor to manage, track, and evaluate the project or task performance. The Task/delivery order Management Plan shall consist of control policies and procedures in accordance with standard industry practices for project administration, execution, and tracking. The Task/delivery order Management Plan shall include the following: · · Identification of milestones where Government information, activity, equipment, material, facilities, etc., is required and timeline dependencies for subsequent Contractor activities; An Integrated Master Management Plan (IMMP) describing the Contractor's overall management approach, policies and procedures specific to the task/delivery order/Task/delivery order, including suggested project metrics; and, A detailed staffing plan with key personnel approved by the Government. MONTHLY PROGRESS REPORT (MPR)

· 2.1.5.3

For EACH task/delivery order awarded under the resulting contract, the Contractor shall ensure that a Monthly Progress Report (Deliverable 3) is submitted outlining the expenditures, billings, progress, status, projected burn rate, and any problems/issues encountered in the performance of this task/delivery order in accordance with the format provided in Section J. The MPR shall also include the current cost and labor effort (i.e., labor hours and costs expended, by labor category (and CLIN as appropriate), for each task and sub-task). The cost reporting format is provided in Section J.

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 50 of 144

As defined within individual orders, the monthly progress report shall detail Earned Value by Cost Element Structure (CES). The Contractor's actual cost and schedule performance will be evaluated against planned cost and schedule performance, using the Government-provided Work Breakdown Structure (WBS). As provided in individual task/delivery orders, the report shall include the current cost and level of effort (i.e., hours worked by task). When directed in individual orders, the Contractor shall provide for Earned Value Management reporting in the MPR. The Contractor shall require all subcontractors to furnish Earned Value Management reporting where there is critical or significant task/delivery orders related to the prime contract. Activities that require designation as critical or significant shall be proposed by the Contractor for Government approval as part of each individual order Technical Proposal. Each subcontractor's reported cost and schedule information shall be incorporated into the Contractor's MPR. 2.1.5.4 WORK BREAKDOWN STRUCTURE (WBS)

When directed in specific task/delivery orders, the Contractor shall further define the activities required under the Government-provided WBS to ensure successful contract completion. This extended WBS should represent how the contractor plans to accomplish the entire work scope and should be consistent with Government organizations and processes. The extended WBS (Deliverable 4) shall serve as the framework for contract planning, budgeting, and reporting of cost and schedule status to the Government. The Contractor shall identify major elements of subcontracted work in the extended WBS. The Contractor must produce definitions for any extended WBS elements in accordance with MIL-HDBK-881 and submit to the Government for approval. The Contractor shall also prepare and deliver a WBS dictionary (Deliverable 5) describing the efforts associated with each WBS element. When ordered, the Contractor shall ensure that the MPRs are tied to the WBS. 2.1.5.5 INTEGRATED SCHEDULING

When directed in individual orders, the Contractor shall establish an integrated program schedule (Deliverable 6) depicting discrete tasks, their planned duration, planned start and finish dates, associated resources, and relationship to other task/delivery orders. The integrated program schedule shall be compatible with the MHS IM/IT Integrated Program Planning, Scheduling, and Reporting System (IPPSRS). 2.1.5.6 EARNED VALUE MANAGEMENT (EVM)

When directed in individual orders, the Contractor shall provide and implement a formal earned value management system in accordance with the EVM-STD-EIA-748-98 to plan, track, and manage program activities. When presented by the Contractor to the Government, the data within these reports shall not be greater than ten (10) days old. The EVM report (Deliverable 7) shall not only provide that given month's progress and costs but shall also include projections on work to be performed and cost for the following month. The report shall be prepared using procedures for planning work, controlling costs, measuring performance using earned value techniques, and generating timely and reliable information as required by DFARS clause 252.242-7005, Cost/Schedule Status Report (C/SSR). The Contractor shall also relate technical accomplishment to cost and schedule accomplishment in contract performance reports and meetings. The Contractor shall prepare Contractor Fund Status Reports (CFSRs), which shall include forecast expenditures and expected billings to the Government (Deliverable 8). 2.1.5.7 PROGRAM REVIEWS

For EACH task/delivery order awarded under the resulting contract, the Contractor shall plan and conduct regular, routine meetings with the Government to review the progress and status of activities under this contract. Each review shall provide explanations into expenditures, staffing, progress, risks, and status of Government furnished equipment (GFE), including Contractor purchased, Government owned items. The Contractor shall provide project briefings addressing the cost, schedule, performance, and status of each key element of this task/delivery order. The Contractor shall report on any problems or risks noted in the course of day-to-day activities and suggest alternatives or recommended solutions. Should there be any Contractor induced problems, the Contractor shall provide an action plan to prevent any recurrence of such problems.

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 51 of 144

The Contractor shall ensure that agendas (Deliverable 10) and meeting materials (Deliverable 11) are provided to Government participants prior to the meeting and that data presented at program reviews is current within no more than ten (10) days.

2.1.5.8

QUALITY CONTROL PLAN

For EACH task/delivery order awarded under the resulting contract, the Contractor shall prepare and adhere to a Quality Control Plan (Deliverable 12) describing how the Contractor intends to manage the order to achieve the established standards set forth in the performance-standards summary matrix and Quality Assurance Plan provided with each task/delivery order RFP.

2.1.5.9

TRANSITION SUPPORT

In accordance with individual task/delivery orders released under this contract, the Contractor shall ensure, when required, a transition approach of the management controls for both a phasein and phase-out transition. The Contractor shall conduct planning and implementation of a successful transition in accordance with the approved Transition Plan (Deliverable 13) provided in the Contractor's proposal. 2.1.5.10 OPTION ITEM - INCOMING TRANSITION In accordance with the individual task/delivery orders under this contract, the Contractor shall include a separately priced item for a draft plan for incoming transition to a new vendor. When ordered, the Contractor shall coordinate with the Government in planning and implementing a complete transition to the Contractor's support model. The Contractor shall collaborate with the Government to develop and deliver a Start-up Plan (Deliverable 14). The Government will also designate an overlap period for the incoming vendor to coordinate and work with the incumbent vendor. This Incoming Transition Plan shall include, but is not limited to:
· · · · · · · · · · 2.1.5.11 Coordination with Government representatives, Review, evaluation and transition of current support services, Transition of historic data to new contractor system, Government approved training and certification process, Orientation phase and program to introduce Government personnel, programs, and users to the Contractor's team, tools, methodologies, and business processes, Distribution of Contractor purchased Government owned assets, Transfer of Government Furnished Equipment (GFE) and Government Furnished Information (GFI) assets, GFE inventory management assistance, Distribution of existing staff, and Draft Customer Satisfaction Survey. OPTION ITEM - OUTGOING TRANSITION

In accordance with the individual task/delivery orders under this contract, the Contractor shall include a separately priced item for a draft plan for transitioning work and/or leased facilities from an active contract or task/delivery order to a follow-on contract. (Note that the transition may be to a Government entity, another Contractor or to the

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 52 of 144

incumbent contractor under a new contract vehicle). In accordance with the Government approved plan, the Contractor shall assist the Government in planning and implementing a complete transition from this contract to the follow-on provider. This Outgoing Transition Plan shall include, but is not limited to: · · · Formal coordination with Government representatives and the follow-on provider's staff and management, The delivery of copies of existing policies and procedures, and The delivery of required metrics and statistics.

2.1.6

TECHNICAL MANAGEMENT

For ALL task/delivery orders under the resulting contract, the Contractor shall ensure the following technical management is provided.
2.1.6.1 PROGRAM/SYSTEM SECURITY In accordance with the Government's Program Protection Plan or other Program Security Plan, the Contractor shall identify as security-critical those core items (hardware, software, or business process) whose failure could lead to a breach of system security. For each risk identified, the Contractor shall develop a security assurance strategy to ensure that the requirements, design, implementation, and operating procedures for the identified product minimize or eliminate the potential for breaches of system security. The Contractor shall record the strategy in the Security Management Plan (Deliverable 15), implement the strategy, and produce evidence, as part of required software products, that the security assurance strategy has been carried out. 2.1.6.2 INFORMATION ASSURANCE BACKGROUND

For all task/delivery orders under this contract, the Contractor shall comply with OMB Circular A-130, "Management of Federal Information Resources," which requires Certification and Accreditation (C&A) of all federal information systems every three years at a minimum or as changes that require re-accreditation occur. All Contractor personnel working on government networks shall complete the ADP Security package and shall be approved for working information systems. Additionally, systems that undergo major changes must be re-certified if such changes are not under the current accreditation. Further, the accrediting agency may request annual systems reviews. This C&A requirement ensures the effective safeguarding of sensitive but unclassified (SBU) data against unauthorized modification, disclosure, destruction, and denial of service, as directed by the Department of Defense (DoD). 2.1.6.3 SECURITY CLEARANCES

Individual task/delivery orders issued under this contract may require contractor staff with either ADP or DoD security clearances. When required, the task/delivery order PBWS will clearly define the security requirements and procedures to be followed. 2.1.6.4 SECTION 508 ­REHABILITATION ACT

Acquisition of electronic and information technology (or related services) must adhere to Federal Acquisition Regulation Subpart 39.2 supporting Accessibility Standards (36 CFR part 1194), as required by Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d). Section 508 allows individuals with disabilities access to Federal information and data that is comparable to the access to, and use of, information and data by other individuals without disabilities. For further information, refer to www.section508.gov. 2.1.6.5 CONFIGURATION MANAGEMENT (CM)

The Contractor shall conduct CM on all program management activities called for hereunder in accordance with the program CM plan. The Contractor shall develop a CM compliance plan (Deliverable 16), describing procedures and policies that will ensure that the Contractor and all subcontractors performing under this contract perform in full

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 53 of 144

compliance with the Government approved CM Plan and Policies. This plan shall be tailored for each order issued under this contract.

2.1.6.6

RELIABILITY, MAINTAINABILITY, AND AVAILABILITY (RM&A)

To ensure compliance with program standards and metrics, the Contractor shall plan and implement a RM&A program. This program shall be documented in a RM&A Program Plan (Deliverable 17) that shall describe standard Contractor approaches to be used to ensure that program activities, processes, services, and documentation meet performance standards. The plan shall identify tools and techniques applied to monitor and track data associated with RM&A. This plan shall be tailored for each order issued under this contract. 2.1.6.7 TEST PROGRAM The Contractor shall develop and implement a test and evaluation program to ensure that all program management services, deliverables, and documents called for under this contract meet MHS and program requirements prior to delivery to the Government. The Contractor shall develop a Test Evaluation Program Plan (TEPP) (Deliverable 18), in accordance with the Government's Test Plan, that describes the methodology and approach that will be used by the Contractor to validate program management activity performance internally, prior to evaluation and acceptance by the Government or its designated independent verification and validation (IV&V) agent. Following Government approval of this plan, the Contractor shall develop detailed test procedures (Deliverable 19) for each proposed program management activity. Following Government approval of this plan and when ordered by the Government, the Contractor shall conduct an internal test in compliance with the approved procedures, and report test results to the Government (Deliverable 20). The Government shall have rights to witness all Contractors testing without providing prior notice. This plan shall be tailored for each order issued under this contract. 2.1.6.8 PROGRAM MANAGEMENT ACTIVITY UPDATES/MIGRATION

The Contractor shall apply processes and procedures that ensure that all program management activity updates and versions are maintained in a manner such that each activity update or version builds on the preceding version and in no way deletes or diminishes previous content unless specifically directed or approved otherwise by the Government. This incremental update process shall provide for implementation of the new/upgraded work product or activity without loss of functionality which is "in process" at the time of update. Specifically, the Contractor shall provide for the automatic transfer of "in process" functions from the "old" version to the new or upgraded version. 2.1.6.9 DOCUMENTATION Reports and documents delivered by the Contractor in performance of this contract shall be considered "Technical Data" as defined in the applicable "Rights in Data" clause of the General Provisions. All documentation shall reflect the latest version of the work product or activity, unless specifically directed otherwise by the Government. All documentation shall be prepared

Case 1:08-cv-00487-SGB

Document 22-4

Filed 07/14/2008

Page 54 of 144

in accordance with standard industry practices, ensuring electronically produced documents which reflect logical flow of material, tables of contents, indexes and page numbering. Where applicable, the Contractor's attention is called to the availability of commercial, industry, federal, and military guides, instructions, and standards for many of the topics addressed in this contract (Refer to Section 5 Applicable Reference & Compliance Documents).
2.1.7 2.1.7.1 TASKS ­ REQUIREMENTS PROGRAM MANAGEMENT SUPPORT SERVICES

Service in support of OASD(HA) contributes to the efficient and effective operation of programs. Services may be used at all organizational levels to help managers achieve maximum effectiveness or economy in their operations. Services may include, but are not limited to: (1) obtaining outside points of view to avoid too limited judgment on critical issues; (2) obtaining advice regarding developments in industry, university, or foundation research; (3) obtaining the opinions, special