Uploaded by Naveen B

B08 - RFQ IT Development Support.1639521181169

advertisement
REQUEST FOR QUOTE (RFQ) - #40524908
Blanket Purchase Agreement IT Development Services in support of
Park Facility Management Division
Issued by:
National Park Service, Washington Contracting Office
PO Bost 25287, M.S. WCP
Denver, Colorado 80225
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
Table of Contents
1 – GENERAL INFORMATION ........................................................................................................................................ 4
1.1
VEHICLE TYPE..................................................................................................................................................... 4
1.2
SERVICES AND PRICES...................................................................................................................................... 4
1.3
DELIVERY............................................................................................................................................................. 4
1.4
BPA VOLUME ....................................................................................................................................................... 4
1.5 OBLIGATION .............................................................................................................................................................. 4
1.6 PERIOD OF PERFORMANCE.................................................................................................................................... 4
1.7 PLACE OF PERFORMANCE ..................................................................................................................................... 5
1.8 ORDERING INSTRUCTIONS .................................................................................................................................... 5
1.9
AWARD OF CALL ORDERS ............................................................................................................................... 5
1.10
ORDER OF PRECEDENCE .................................................................................................................................. 6
1.11
OPEN MARKET ITEMS ....................................................................................................................................... 6
2 – SCOPE OF WORK (SOW) ............................................................................................................................................ 7
2.1
GENERAL .............................................................................................................................................................. 7
2.2
DESCRIPTION OF SERVICES ............................................................................................................................. 7
2.3 BACKGROUND .......................................................................................................................................................... 7
2.4 OBJECTIVES ............................................................................................................................................................... 7
2.5 GENERAL INFORMATION ....................................................................................................................................... 8
2.6. DEFINITIONS & ACRONYMS .............................................................................................................................. 13
2.7 GOVERNMENT FURNISHED ITEMS AND SERVICES ....................................................................................... 15
2.8 CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: ...................................................................... 15
2.9
2.9.1
SPECIFIC TASKS ................................................................................................................................................ 15
Database Development ..................................................................................................................................... 15
2.11 APPLICABLE PUBLICATIONS (Current Editions) .............................................................................................. 18
3 – INSPECTION AND ACCEPTANCE ......................................................................................................................... 19
3.1 SCOPE OF INSPECTION .......................................................................................................................................... 19
3.2 BASIS OF ACCEPTANCE ........................................................................................................................................ 19
4 – CONTRACT ADMINISTRATION INFORMATION .............................................................................................. 20
5 – LIST OF ATTACHMENTS ......................................................................................................................................... 21
Page 2 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
6 – ADDITIONAL CONTRACT CLAUSES ................................................................................................................... 22
7 – SOLICITATION PROVISIONS ................................................................................................................................. 32
8 – QUOTE SUBMISSION INSTRUCTIONS ................................................................................................................. 36
8.1 GENERAL INSTRUCTIONS .................................................................................................................................... 36
8.2 QUOTE CONTENTS ................................................................................................................................................. 36
VOLUME I – TECHNICAL SUBMISSION ............................................................................................................... 36
VOLUME II – BUSINESS AND PRICE SUBMISSION ............................................................................................ 37
9 – EVALUATION CRITERIA AND SELECTION PROCESS ................................................................................... 39
9.1 GENERAL INFORMATION ..................................................................................................................................... 39
9.2 EVALUATION FACTORS ........................................................................................................................................ 39
VOLUME I – TECHNICAL SUBMISSION ............................................................................................................... 40
VOLUME II – BUSINESS AND PRICE SUBMISSION ............................................................................................ 41
Page 3 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
1 – GENERAL INFORMATION
1.1 VEHICLE TYPE
In accordance with FAR 8.405-3, NPS intends to establish a multiple-award BPA (up to 5 awards) for this
requirement. The purpose of this multiple-award Blanket Purchase Agreement (BPA) is to procure IT
Development services for the National Park Service (NPS). The contractor shall perform the effort required by
this BPA and resultant call orders on a Firm-Fixed-Price (FFP), Labor Hour (LH) or Time & Materials (T&M)
basis. FFP orders shall be utilized to the maximum extent practicable the work shall be performed in accordance
with all sections of the call order and the offeror’s General Services Administration (GSA) Multiple Award
Schedule (MAS), under which the resulting BPA(s) will be placed. All items offered must be on the vendor’s
GSA Schedule or the GSA Schedule of a teaming partner.
1.2 SERVICES AND PRICES
See attached the BPA Pricing Matrix (Attachment 1).
1.3 DELIVERY
The delivery schedule will be specified in each individual order.
1.4 BPA VOLUME
The Government estimates but does not guarantee that the value of orders to be placed under the BPA is
estimated to be $15,000,000 over the course of 60 months (5 years). The BPA awardee is not guaranteed a call
order award.
1.5 OBLIGATION
This BPA does not obligate any funds. Funding will occur at the call order level.
1.6 PERIOD OF PERFORMANCE
The ordering period of this BPA shall be five years from date of award. Work on issued individual orders may
extend beyond the effective period of this BPA. However, no new BPA Calls may be issued once the five-year
period has expired.
Base Pricing Period 1: 12 months (15 Dec 2021 – 14 Dec 2022)
Pricing Period 2: 12 months (15 Dec 2022 – 14 Dec 2023)
Pricing Period 3: 12 months (15 Dec 2023 – 14 Dec 2024)
Pricing Period 4: 12 months (15 Dec 2024 – 14 Dec 2025)
Pricing Period 5: 12 months (15 Dec 2025 – 14 Dec 2026)
The BPA shall expire at the end of the awardee’s GSA Schedule contract period or each subsequent contract
period for which GSA extends the GSA Schedule contract by modification, in which case this BPA will be
comparably extended by modification not to exceed a total period of performance of sixty (60) months.
Page 4 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
1.7 PLACE OF PERFORMANCE
Based upon issuance of written call order(s) by the Contracting Officer, Contractor personnel shall be required
to perform the required IT Development services either on-site at various NPS locations throughout the United
States, its territories and possessions, Puerto Rico, the Truest Territory of the Pacific Islands, and the District of
Columbia or off-site at the Contractor’s facility. All Contractor personnel assigned and billed to the call order(s)
shall be subject to the Personnel Security Requirements, Personnel Qualification Requirements, and Conflict of
Interest/Procurement Integrity Requirements set forth in the resulting call order(s). The day-to-day supervision
and direct control over the work performed by on-site Contractor personnel will be the sole responsibility of the
Contractor.
1.8 ORDERING INSTRUCTIONS
Ordering activities shall follow the BPA ordering procedures as stated below.
 COs from the Washington Contracting Office may place orders under this BPA with no additional
approvals required.
 All other appropriately warranted NPS COs may receive permission to place orders against this BPA. In
order to utilize this BPA, an email with a Scope of Work and an estimated amount of the requirement
shall be sent to the BPA Contracting Officer and Contracting Officer’s Representative (COR).
All Contracting Officers utilizing this BPA are individually responsible for ensuring that the requirement is
within scope and that the estimated ceiling has not been exceeded. The awarding CO must provide a copy of the
awarded call order to the BPA COR and the Administration Contracting Officer via e-mail.
In order to place an order under this BPA the NPS will send a requirement to the contractor via e-mail,
telephone, or other method that conveys the necessary information. Contractors shall respond by submitting any
requested technical responses and pricing for the proposed requirement via e-mail or other approved method to
the requesting acquisition personnel. Based on a review of the contractor's response and any necessary
clarifications, the CO will issue a written BPA Call award to the Contractor via email. Evaluation of quotes for
each order to determine the best value to the Government is at the discretion of the ordering activity. For all
orders that exceed the micro purchase threshold, $10,000 or less (as of the time of this RFQ), each BPA holder
must be provided fair opportunity to be considered for each order. The ordering activity is responsible for
considering the level of effort and the mix of labor proposed to perform a specific task being ordered, and for
determining that the total price is reasonable through appropriate analysis techniques and documenting the file
accordingly.
1.9 AWARD OF CALL ORDERS
Call Orders issued under this BPA may be issued as firm-fixed price or time and material (to include labor
hour), depending on the nature of the project and the degree of uncertainty associated with the work to be
performed, among other considerations. Each Call Order issued under this BPA will include the following
information as applicable:
1. BPA number and Call order number.
2. Date of order.
3. Description of the work to be performed.
Page 5 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
4.
5.
6.
7.
8.
The work schedule, period of performance, or required completion date.
Place of performance.
Deliverables.
CLIN number and description, quantity, unit price and extended total.
The firm-fixed price to complete the requirements and/or the ceiling price for those tasks to be
performed on a “not-to-exceed” for time and materials/labor hours basis. COs will execute time and
materials/Labor hour orders in accordance with FAR 8.404(h).
9. The security requirements.
10. The payment schedule; and
11. Accounting and appropriation data
1.10
ORDER OF PRECEDENCE
All the terms and conditions from prospective contractor’s current GSA Schedule will be incorporated in the
resulting BPA and will apply to all BPA orders. In the event of an inconsistency between the terms and
conditions of this BPA and the terms and conditions of the contractor's Schedule contract, the terms and
conditions of the Contractor BPA(s) will take precedence unless otherwise determined by the CO. All disputes
regarding the individual BPA order are to be referred to the BPA order CO.
1.11
OPEN MARKET ITEMS
BPA orders may include "open market" items (e.g., items that have not already been priced, evaluated, and
awarded on the Contractor's GSA Schedule) as long as the value of "open market" items included in the order
do not exceed the applicable micro purchase threshold as defined in FAR 2.101. The items must also be clearly
identified as "open market" items, in accordance with FAR Subpart 8.402(f). The Ordering Contracting Officer
may authorize you to buy support products from other schedule contractors or through GSA Global Supply.
1.12
SERVICE CONTRACT ACT
Resultant call orders that include Service Contract Act applicable positions shall include the applicable Wage
Determination for the location in which the work will be performed. Ordering Contracting Officers are
responsible for ensuring adherence to FAR 22.10.
Page 6 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
2 – SCOPE OF WORK (SOW)
2.1 GENERAL
This is a non-personal services requirement to provide IT development services to the National Park Service
(NPS). See RFQ 2.9 for more information about specific IT Development tasks. The Government shall not
exercise any supervision or control over the contractor employees performing the services herein. Such
employees shall be accountable solely to the Contractor, who, in turn, is responsible to the Government.
2.2 DESCRIPTION OF SERVICES
The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials,
supervision, and other items and non-personal services necessary to perform the IT development services as
defined in this Scope of Work except for those items specified as Government-furnished property and services.
The Contractor shall perform to the standards in this contract.
2.3 BACKGROUND
The NPS, Park Facility Management Division (PFMD) is located in the Department of the Interior (DOI) Main
Interior Building (MIB) in Washington, DC with a support office in Denver, CO. The mission of the Division
involves over 7,000 NPS facility management employees and over 400 park areas. The Division is currently
organized into six branches that administer various facility-related Service-wide programs. These branches are:
(1) Asset Management, (2) Information Operations and Program Support, (3) Housing and Accessibility, (4)
Sustainable Operations and Maintenance Branch, (5) Transportation Management, and (6) Business Operations
and Support Services.
PFMD is responsible for the operations mission of the Bureau. The six branches mentioned above address a
wide range of mission critical functions that range from facility management for park facilities, park employee
housing, environmental management, energy management, park transportation systems, park roads and trails,
visitor accessibility and safety. The managers of these programs require varying degrees of information
technology (IT) management to gather data for reporting purposes to the Secretary of the DOI, Office of
Management and Budget and the U.S. Congress.
The tool at the heart of PFMD is its software system of choice, the FMSS. FMSS is a combination of web
applications, databases, database reporting tools, Excel spreadsheets, Sage Timberline Cost Estimating
Software® and IBM Maximo®, which allows the NPS to track and maintain park assets, locations, and work
orders Servicewide.
2.4 OBJECTIVES
The scope of requirements for the base contract will provide for services described below to serve the current
baseline (as shown in Appendix A) and to support NPS’s evolution over time. As the baseline system,
hardware, software, or users may change over time but the services remain covered by this scope of
requirements. The work described below may also be requested to support any division or office in the NPS
even though this Scope of Requirements is being initiated by NPS-PFMD; in other words, other offices may
issue task orders against the base contract for similar services for Development tasks as applicable.
Page 7 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
2.5 GENERAL INFORMATION
2.5.1. Quality Control Plan: The Contractor shall submit a Quality Control Plan to the CO within thirty (30)
days from award. The plan shall include procedures for identifying problems, correcting them, and ensuring
they do not reoccur. The Quality Control Plan and any subsequent changes to it shall be approved by the CO.
The plan shall address the approach and methods to assure all deliverables submitted to NPS are accurate and in
compliance with contract requirements and actions to address and correct unacceptable data.
2.5.2. Quality Assurance: To the maximum extent practicable, requirements under this Blanket Purchase
Agreement shall be performance-based. If a call order is issued using a performance-based statement, the
government shall evaluate the contractor’s performance under in accordance with the established Quality
Assurance Surveillance Plan issued in the resultant call order. This plan is primarily focused on what the
Government must do to ensure that the contractor has performed in accordance with the performance standards.
It defines how the performance standards will be applied, the frequency of surveillance, and the minimum
acceptable defect rate(s).
2.5.3. Hours of Operation: Performance of work is expected between the hours of 0630 to 1700; Monday
through Friday, excluding Government holidays. Modification to duty hours may be required to accommodate
unique circumstances. Government personnel observe the days listed below as holidays. Contractor employees
shall not have access to the Government premises on these days:
New Year’s Day
Labor Day
Martin Luther King’s Birthday
Columbus Day
President’s Day
Veteran’s Day
Memorial Day
Thanksgiving Day
Independence Day
Christmas Day
2.5.4. DOI Security Standards:

Non-Disclosure and Network Access Agreements: Contractors that will have access to DOI information
or develop custom tools need to sign and non-disclosure agreement (NDA), read and sign
Responsibilities for Computer Use and complete fill out the Remote Access Form and any other
required documentation prior to gaining access. The COR will provide the documents.

Personnel Changes: The contractor must notify the COR immediately when an employee working on a
call order is reassigned or leaves the contractor’s employ, and PRIOR to an unfriendly termination. The
contractor must return all Government property, identification and access cards provided to their
employee.

IT Security Training: Contractor employees must take DOI’s end-user computer security awareness
training prior to being granted access to DOI data or being issued a user account. Training must be
Page 8 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
renewed annually. Contractor employees must adhere to all requirements as outlined in the training and
sign their acknowledgement of the requirements. Failure to adhere to or acknowledge requirements can
result in loss of access. The COR will provide the information for training.









Contractor Location: Custom Software Development or Outsourced Operations must be
located in the United States.
Personnel Changes: The contractor must notify the COR immediately when an employee
working on a DOI system is reassigned or leaves the contractor’s employ, and PRIOR to
an unfriendly termination.
Changes to software or configuration must be not be made by the contractor until
Independently Verified and Validated (IV&V), and approved by a Government review
body such as a Technical Review Board, IT Governance Board, or Configuration/Change
Control Board, prior to being moved to production.
Certification & Accreditation (C&A): C&A will be conducted by a third party.
 The Security, Testing and Evaluation (ST&E) is a mandatory technical test
performed annually, typically by the Government, that verifies that the security
controls outlined in the C&A documentation are valid and meet the minimum
DOI/NPS standards. The NPS reserves the right to conduct the ST&E or
outsource it to an independent third party.
 If any security weaknesses are discovered as a result of the ST&E, the contractor
must develop a plan to mitigate those weaknesses in a timely manner. The
mitigation of these weaknesses should not result in additional costs to the NPS.
Rights in Data: DOI will own the unlimited rights to any data, computer database,
computer software and computer software documentation developed on its behalf per
Federal Acquisition Regulation (FAR) section 52.227-14 Rights in Data - General.
Quality Control: Software/hardware must be free of defects and malicious code.
Security Self-Assessment: The Government will reserve the right to conduct such an
assessment using Government personnel or another contractor. The contractor will take
appropriate and timely action to correct or mitigate any weaknesses discovered during
such testing, generally at no additional cost.
Vulnerability Analysis:
 All systems will be scanned monthly with a vulnerability analysis tool with all
"safe" or "non-destructive" checks turned on. An electronic copy of the reports
and session data will be provided to the government. At least once each year all
High Risk and systems accessible from the Internet will have independent
penetration test conducted. Both hard and soft copies of the penetration test
results will be provided to the government.
 The government reserves the right to conduct un-announced independent
vulnerability scans or pre-coordinated penetration tests. The vendor will take
appropriate and timely action to mitigate, and vulnerabilities/weaknesses
discovered during the vulnerability testing or penetration testing generally at no
additional cost.
IT Security Training: Contractor employees must take DOI’s end-user computer security
awareness training prior to being granted access to DOI data or being issued a user
account. Training must be renewed annually. The COR will provide training information
mentioned above.
Page 9 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES



Logon Banner: Contractor employees who access NPS information systems must
acknowledge a Government-approved Legal Warning Banner prior to them logging on to
the system. This includes contractor owned information systems hosting NPS data. The
network warning banner communicates that there is no expectation of privacy in the
authorized or unauthorized use of NPS information systems. The use of warning banners
on NPS computers and networks provides legal notice to anyone accessing them that they
are using a U.S. Government system that is subject to monitoring. Users should also be
notified of the possible sanctions, such as loss of privileges or even prosecution, if they
misuse or access the network without authorization. All NPS systems must display
warning banners upon connection to a given system. These banners will display a
warning that states the system is for legitimate use only, is subject to monitoring, and
carries no expectation of privacy. NPS networks and information systems do not
inherently provide users a right of privacy. As such, the NPS reserves the right to monitor
use in accordance with Department and NPS Information Security Program policies.
Security Controls: Contractors will be required to ensure compliance with the security
control requirements of the current version of NIST SP 800-53.
Incident Reporting: The contractor must report computer security incidents affecting DOI
data or systems in accordance with the DOI Computer Incident Response Guide.
2.5.5. Physical Security: The contractor shall be responsible for safeguarding all government equipment,
information and property provided for contractor use.
2.5.6. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post-award
conference convened by the contracting activity or contract administration office in accordance with Federal
Acquisition Regulation Subpart 42.5. The CO, COR, and other Government personnel, as appropriate, may
meet periodically with the contractor to review the contractor's performance. At these meetings the contracting
officer will apprise the contractor of how the government views the contractor's performance and the contractor
will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to
resolve outstanding issues. These meetings shall be at no additional cost to the government.
2.5.7. Key Personnel: The contractor shall provide the following positions and individuals as key personnel
who shall be involved in the performance of the work. The names of these people shall be designated in writing
to the CO. Additionally, a contractor point of contact (POC) and alternate shall have full authority to act for the
contractor on all contract matters relating to daily operation of this contract. The POC or alternate shall be
available between 8:00 a.m. to 4:30 p.m. Monday through Friday, except Federal holidays or when the
government facility is closed for administrative reasons.
Key Personnel
Contract Manager

Qualifications
Bachelor’s Degree. And 5 years
Contracting Experience in IT
Development
Contract Manager
Page 10 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
o The Contractor must provide a contract manager who must be responsible for the performance of
the work. The name of this person, and an alternate or alternates, who must act for the contractor
when the manager is absent, must be designated in writing to the Contracting Officer.
o The Contractor Manager or alternate must have full authority to act for the contractor on all
contract matters relating to daily operation of this contract.
o The Contract manager or alternate must be available during normal duty hours within 60 minutes
to meet on the installation with government personnel to discuss problem areas. After normal
duty hours, the manager or alternate must be available within 2 hours.
o The Contractor Manager and alternate or alternates must be able to read, write, speak, and
understand English.

Contractor Employees
o Specific on-site workstations will be provided on an as needed or as required basis. All work not
required to be on-site will be the responsibility of the contractor.
o Contractor personnel must present a neat appearance and be easily recognized as contractor
employees. Contractors will be provided badges after all necessary security checks are complete.
Contractor personnel attending meetings, answering phones and working in other situations
where their status is not obvious are required to identify themselves as such to avoid creating the
impression that they are government employees.
o The Contractor must be responsible for safeguarding all government property provided for
contractor use. At the end of each work period, all government facilities, equipment and
materials must be secured.
o Contractor Reporting – The contractor must track hours performed on a task in a NPS-designated
system.
o Contractor must submit monthly progress reports for all active task orders. Progress reports will
include the following:
 Monthly progress reports to include a narrative description of the activities performed
under each of the tasks and subtasks, as appropriate, for that reporting period.
 Project status, risks, schedule adjustments, etc.
2.5.8 Personnel Experience and Certification: The certifications, skills and expertise required include, but are
not limited to, the following:
 Experience and expertise with PFMD COTS applications in use – Microsoft Server
Technologies, IBM Maximo (including BIRT), IBM Control Desk, SAP Business
Objects and Crystal Reports
 Database Management support personnel require experience and expertise with Oracle,
MS SQL Server and MySQL databases.
 Project Management personnel require Project Management certification.
 Web Portal and Applications support personnel require experience and expertise with
Microsoft Web and Internet services, including SharePoint and .NET, ColdFusion, XML,
Java, and related programming and scripting languages.
 Reporting personnel require experience and expertise with SAP Crystal Reports, versions
8.5 and above, SAP Business Objects software, Maximo (BIRT), SQL and SQL tuning
methodology.
Page 11 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
2.5.9. Identification of Contractor Employees: All contract personnel attending meetings, answering
Government telephones, and working in other situations where their contractor status is not obvious to third
parties are required to identify themselves as such to avoid creating an impression in the minds of members of
the public that they are Government officials. They must also ensure that all documents or reports produced by
contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed.
2.5.10. Contracting Officer Representative:
a. The Contracting Officer may designate Government personnel to act as the Contracting Officer’s
Representative (COR) to perform functions under the contract such as review or inspection and
acceptance of supplies, services, including construction, and other functions of the technical nature. The
Contracting Officer will provide a written notice of such designation to the Contractor within five
working days after contract award, or for construction, not less than five working days prior to giving
the contractor notice to proceed. The designation letter will set forth the authorities and limitations of the
COR under the contract.
b. The Contracting Officer cannot authorize the COR or any other representative to sign documents, such
as contracts, contract modifications, etc., that require the signature of the Contracting Officer. NPS will
periodically evaluate contractor performance in accordance with contract requirements and standards
such as: good workmanship, the contractor’s record of forecasting and controlling costs, the contractor’s
adherence to contract schedules, the contractor’s history of reasonable and cooperative behavior and
commitment to customer satisfaction, and, generally, the contractor’s business-like concern for the
interests of the customer.
2.5.11. Training: The Contractor shall be responsible for funding and providing the necessary training to
maintain and enhance the skills, knowledge and abilities of the Contractor employees assigned to the call order.
2.5.12. Contractor Travel: The Contractor may be required to travel CONUS and within the NPS during the
performance of this contract. Travel requirements will be outlined in individual call orders. The contractor may
be required to travel to off-site NPS locations and to ship materials to these locations. The contractor will be
authorized travel expenses consistent with the substantive provisions of the Federal Travel Regulation (FTR)
and the limitation of funds specified in each call order. All travel requires prior Government
approval/authorization and notification to the COR.
2.5.14. Data Rights: Data Rights clauses 52.227-14 and 52.227-17 Rights in Data – Special Works will be
incorporated herein and established at the BPA Call level for required need based on the Call level Performance
Work Statement or Statement of Work.
2.5.15. Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this
contract may receive, have access to or participate in the development of proprietary or source selection
information (e.g., cost or pricing information, budget information or analyses, specifications or work
statements, etc.) or perform evaluation services which may create a current or subsequent Organizational
Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the CO immediately
whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall
Page 12 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
promptly submit a plan to the CO to avoid or mitigate any such OCI. The Contractor’s mitigation plan will be
determined to be acceptable solely at the discretion of the CO. In the event the CO unilaterally determines that
any such OCI cannot be satisfactorily avoided or mitigated, the CO may affect other remedies as he or she
deems necessary, to include prohibiting the Contractor from participation in subsequent contracted requirements
which may be affected by the OCI. This will be in accordance with collaboration on both the COR part and the
Contractors part to identify any OCI.
2.5.16. Special Requirements: Several special requirements apply and are listed below.
Government-furnished Property Development activities will be performed on the Government Furnished
development environment. Only government furnished equipment (GFE) may connect to DOI/NPS
network, VPN and hosted applications. Use of non-GFE to access any DOI/NPS application over the
internet is strictly forbidden.
Active Directory accounts and GFE will only be provided to contractor personnel that perform the
following functions:




Development activities requiring access to the development environment
Testing activities requiring access to the development, UAT or production environments
Data Analysis requiring access to a live production system
Other COR approved access to a production system
Active Directory accounts will require regular use. Accounts not used within 30 days will be
automatically disabled by Active Directory. An additional period of inactivity will flag the account for
deletion. Additionally, if an account is deleted due to not being maintained it may disqualify the
individual from reapplying for credentials for a certain period of time.
2.6. DEFINITIONS & ACRONYMS
2.6. DEFINITIONS:
2.6.1 CONTRACTOR. A supplier or vendor awarded a contract under this BPA and associated task orders
to provide IT Development services to the government. The term used in this contract refers to the
prime.
2.6.2 CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate
contracts, and make related determinations and findings on behalf of the government. Note: The only
individual who can legally bind the government.
2.6.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government
appointed by the contracting officer to administer the contract. Such appointment shall be in writing
and shall state the scope of authority and limitations. This individual has authority to provide
technical direction to the Contractor as long as that direction is within the scope of the contract, does
not constitute a change, and has no funding implications. This individual does NOT have authority to
change the terms and conditions of the contract.
Page 13 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
2.6.4 DELIVERABLE. Anything that can be physically delivered but may include non-manufactured
things such as meeting minutes or reports.
2.6.5 KEY PERSONNEL. Contractor personnel that may be required to be used in the performance of a
contract by the Key Personnel listed in the SOW.
2.6.6 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property.
2.6.7 QUALITY ASSURANCE. The government procedures to verify that services being performed by the
Contractor are performed according to acceptable standards.
2.6.8 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document
specifying the surveillance methodology to be used for surveillance of contractor performance.
2.6.9 QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of
an end product or service shall meet contract requirements.
2.6.10. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government
does not have privity of contract with the subcontractor.
2.6.11 WORKDAY. The number of hours per day the Contractor provides services in accordance
the contract.
2.6.12 WORK WEEK. Monday through Friday, unless specified otherwise.
2.6.14 ACRONYMS:
CESS
CO
CONUS
COR
COTR
COTS
Dbms
EA
FAR
FMSS
GSS
MMS
O&M
OCI
ODC
PFMD
PIPO
POC
PRS
PWS
QA
Cost Estimating Software System
Contracting Officer
Continental United States (excludes Alaska and Hawaii)
Contracting Officer Representative
Contracting Officer's Technical Representative
Commercial-Off-the-Shelf
Database Management System
Enterprise Architecture
Federal Acquisition Regulation
Facility Management Software System
General Support System
Maintenance Management System
Operations and Maintenance
Organizational Conflict of Interest
Other Direct Costs
Park Facility Management Division
Phase In/Phase Out
Point of Contact
Performance Requirements Summary
Performance Work Statement
Quality Assurance
Page 14 of 41
with
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
QAP
QASP
QC
QCP
SQL
TE
Quality Assurance Program
Quality Assurance Surveillance Plan
Quality Control
Quality Control Program
Structured Query Language
Technical Exhibit
2.7 GOVERNMENT FURNISHED ITEMS AND SERVICES
2.7.1 Services: The Government will provide IT help desk services where needed to help contractor gain
access to NPS data and sites through virtual means.
2.7.2 Facilities: The Government will provide meeting space and logistics when meetings are at NPS
facilities.
2.7.3 Utilities: The Government will provide utilities when contractor is at NPS facilities. The Contractor
shall instruct employees in utilities conservation practices. The contractor shall be responsible for
operating under conditions that preclude the waste of utilities, which include turning off the water faucets
or valves after using the required amount to accomplish cleaning vehicles and equipment.
2.7.4 Materials: Equipment: The Government will provide scanners, fax machines, printers, and laptops to
onsite vendors. Only NPS configured and issued equipment or virtual configurations may
connect to the NPS network. All operations and IT development activities are to be performed on NPS
approved equipment. The Government shall provide the on-site vendor’s staff with cubicles,
access to duplicating machines, miscellaneous office supplies, and phones. The phones shall be
used for only work purposes or for emergency calls.
2.7.5 Other: Any other Government furnished items and services will be defined in individual call orders.
2.8 CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:
2.8.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform
work under this BPA that are not listed under Section 2.7. All work products must be compliant with
Section 508 of the Rehabilitation Act of 1973, and amendments, and delivered to the client for review in
electronic format.
2.9 SPECIFIC TASKS
2.9.1
Database Development
Development requirements will include, but are not limited to:
 Design, maintenance, population, and configuration control of database, including historical
data, project status, and a relational knowledge base.
 Contractor shall assist software and report developers with developing efficient application
and report queries.
Page 15 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES




Monitor data retrieval from the database to determine performance improvements.
Maintain changes to the existing database structures and maintain software to provide
synchronization.
Assure maximum continuity of operations by minimizing database and data replication
downtime associated with database modification or recovery.
Provide database performance tuning in support of improving applications performance and
system-wide database contention and concurrent user tuning. Develop and maintain
interfaces to allow existing exterior feeder systems to exchange data and provide unique
support required for various database applications.
2.9.2
Data Management and Analysis
Data management and analysis responsibilities include, but are not limited to:
 performing data validation and verification
 performing quality checks on data
 performing data cleansing
 converting raw data, from multiple data sets, such as Microsoft, Oracle, and other DBMS
formats, into information useful for decision making. Multiple’s data sets may include those
identified in Appendix A
 importing and exporting data to/from the databases
2.9.3
Software
Selection of software applications, utilities, programming languages, server technologies, etc., will
adhere to the Interior Enterprise Architectures (IEA) program
(http://www.doi.gov/ocio/architecture/index.cfm) and standard software currently used in the target
operating environment, unless otherwise approved by the COR. Development requirements include,
but are not limited to:
 installation and configuration
 troubleshooting
 customization
 tailoring and interfacing with external or internal applications or databases
 provide technical support, as necessary, with software technologies used in the NPS.
2.9.4
System Documentation
Development requirements include, but are not limited to:
 develops and maintains project and work documents related to system development
activities, work specifications, system configuration, automations of NPS operations,
business practices, business requirements, and processes,
 System documentation will be maintained in the applicable NPS repository
2.9.5
Reporting
Development requirements include, but are not limited to:
 developing, validating, implementing, and documenting reports in support of NPS
requirements
Page 16 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES

develop reports/outputs using multiple data sets including Microsoft Access, Excel, SQL
Server; Oracle; Crystal Reports, Maximo (BIRT) and other DBMS formats and data
visualization tools
2.9.6
Functional Analysis and Requirements
Functional Analysis and Requirements include, but are not limited to:
 Feasibility study, process flow and data flow analysis
 Market analysis for COTS products meeting Government functional requirements
 Requirements gathering, analysis and definition
 Follow-on contract work may be restricted at the discretion of NPS.
2.9.7
COTS and Web Application Development
Development requirements include, but are not limited to:
 IT Development and configuration of applications listed in Appendix A.
 IT Development and configuration of applications that meet unique agency goals.
 IT Development, enhancement of existing processes/applications and related databases, as
well as developing new applications, as required to support the Park Facility Management
Division
 Follow-on contract work may be restricted at the discretion of NPS.
2.9.8
Technical Consulting
Requirements include, but are not limited to:
 Technical recommendations for producing the desired NPS final product that would not be
evident to NPS staff
 System Concept Development to support NPS staff such as feasibility study, cost benefit
analysis, concept of operations, business case analysis, development of alternative system
mock-ups.
 Follow-on contract work may be restricted at the discretion of NPS.
2.9.9
Training
Requirements include, but is are not limited to:
 Provide training materials for developed applications
 Support NPS with training plan development for developed applications
 Support NPS with execution of training sessions for developed applications
2.10
Project Management
Provide Project Management Services for the purpose of supporting NPS staff with development
task order Project Management. Project Management activities will be managed in accordance with
project management best practice, such as standards found in the Project Management Institute’s
(PMI) “Guide to the Project Management Body of Knowledge (PMBOK® Guide)”.
2.10.1 Development Process
 All development activities will be performed in accordance with NPS Information Systems
Life Cycle (ISLC) Handbook. PFMD Systems Development Life Cycle (SDLC) templates,
based on NPS ISLC guidance will be utilized to provide required documentation.
Page 17 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES

Development activities may include the System Concept Development, Planning,
Requirements Definition, Design, Development, Test, and Implementation phases of the NPS
ISLC Handbook, and post deployment support in the Operations and Maintenance phase.
Development Methodologies to be used, agile, traditional waterfall or a hybrid of the two, will be
specified in each individual task order.
2.11 APPLICABLE PUBLICATIONS (Current Editions)
The Contractor must abide by all applicable regulations, publications, manuals, and local policies and
procedures.
Page 18 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
3 – INSPECTION AND ACCEPTANCE
3.1 SCOPE OF INSPECTION
All deliverables will be inspected for content, completeness, accuracy, and conformance to individual order
requirements by the COR. The scope and nature of this inspection will be sufficiently comprehensive to ensure
the completeness, quality, and adequacy of all deliverables.
3.2 BASIS OF ACCEPTANCE
The basis for acceptance shall be compliant with the requirements set forth in resultant orders, the contractor’s
quote and relevant terms and conditions of the contract. Rejected deliverables shall be corrected in accordance
with the applicable clauses.
Reports, documents, and narrative-type deliverables will be accepted when all discrepancies, or errors identified
in writing by the Government have been corrected. If a draft deliverable is adequate, the Government may
accept the draft and provide comments for incorporation into the final version.
All the Government's comments on deliverables must either be incorporated in the succeeding version of the
deliverable, or the contractor must demonstrate to the Government's satisfaction why such comments should not
be incorporated.
If the Government finds that a draft or final deliverable contains spelling errors, grammatical errors, or improper
format, or otherwise does not conform to the requirements stated within this call order, the document may be
immediately rejected without further review and returned to the contractor for correction and resubmission. If
the contractor requires additional Government guidance to produce an acceptable draft, the contractor shall
arrange a meeting with the COR.
Page 19 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
4 – CONTRACT ADMINISTRATION INFORMATION
BPA ADMINISTRATION POINTS OF CONTACT:
Contracting Officer
Washington Contracting Office
Paula Johnson
Paula_Johson@nps.gov
Contract Specialist
Washington Contracting Office
Jaime Mijares
Jaime_Mijares@nps.gov
Contracting Officer’s Representative
PFMD
Laura Carlstrom
Laura_Carlstrom@nps.gov
Page 20 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
5 – LIST OF ATTACHMENTS
Attachment
1
2
3
4
5
6
7
8
9
10
11
12
13
Title
Pricing Matrix
Past Performance Questionnaires
PFMD IT Template Usage
Contractor Coordination
PFMD Version Control Procedures
Development -UAT – Implementation Process
PMP Template
IT Project Schedule Template
FRD Template
External Design Document Template
Internal Design Document Template
2.10.1 NPS Life Cycle Attachment
2.5.4 DOI Enterprise per PWS
Page 21 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
6 – ADDITIONAL CONTRACT CLAUSES
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full
text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be
accessed electronically at this/these address(es): http://www.acquisition.gov
Clause No
Clause Title
Date
52.203-19
Prohibition on Requiring Certain Internal Confidentiality Agreements or
Statements
JAN 2017
52.227-14
Rights in Data – General
MAY 2014
52.227-17
Rights in Data-Special Works
DEC 2007
52.232-40
Providing Accelerated Payments to Small Business Subcontractors
DEC 2013
52.245-1
Government Property
JAN 2017
52.245-9
Use and Charges
APR 2012
(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 15 days prior
to expiration.
(End of clause)
52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO
SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020)
(a) Definitions. As used in this clause—
Backhaul means intermediate links between the core network, or backbone network, and the small subnetworks at the
edge of the network (e.g., connecting cell phones/towers to the core telephone network). Backhaul can be wireless (e.g.,
microwave) or wired (e.g., fiber optic, coaxial cable, Ethernet).
Covered foreign country means The People’s Republic of China.
Page 22 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
Covered telecommunications equipment or services means–
(1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any
subsidiary or affiliate of such entities);
(2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical
infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by
Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology
Company (or any subsidiary or affiliate of such entities);
(3) Telecommunications or video surveillance services provided by such entities or using such equipment; or
(4) Telecommunications or video surveillance equipment or services produced or provided by an entity that the
Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of
Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a
covered foreign country.
Critical technology means–
(1) Defense articles or defense services included on the United States Munitions List set forth in the International
Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations.
(2) Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export
Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled(i) Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological
weapons proliferation, nuclear nonproliferation, or missile technology; or
(ii) For reasons relating to regional stability or surreptitious listening.
(3) Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology
covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities);
(4) Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations
(relating to export and import of nuclear equipment and material);
(5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such
Code, or part 73 of title 42 of such Code; or
(6) Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act
of 2018 (50 U.S.C. 4817).
Interconnection arrangements means arrangements governing the physical connection of two or more networks to
allow the use of another's network to hand off traffic where it is ultimately delivered (e.g., connection of a customer of
telephone provider A to a customer of telephone company B) or sharing data and other information resources.
Reasonable inquiry means an inquiry designed to uncover any information in the entity's possession about the identity
of the producer or provider of covered telecommunications equipment or services used by the entity that excludes the
need to include an internal or third-party audit.
Page 23 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
Roaming means cellular communications services (e.g., voice, video, data) received from a visited network when
unable to connect to the facilities of the home network either because signal coverage is too weak or because traffic is too
high.
Substantial or essential component means any component necessary for the proper function or performance of a piece
of equipment, system, or service.
(b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year
2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or
obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered
telecommunications equipment or services as a substantial or essential component of any system, or as critical technology
as part of any system. The Contractor is prohibited from providing to the Government any equipment, system, or service
that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as
critical technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered
telecommunication equipment or services are covered by a waiver described in FAR 4.2104.
(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L.
115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract, or
extending or renewing a contract, with an entity that uses any equipment, system, or service that uses covered
telecommunications equipment or services as a substantial or essential component of any system, or as critical technology
as part of any system, unless an exception at paragraph (c) of this clause applies or the covered telecommunication
equipment or services are covered by a waiver described in FAR 4.2104. This prohibition applies to the use of covered
telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal
contract.
(c) Exceptions. This clause does not prohibit contractors from providing—
(1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection
arrangements; or
(2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user
data or packets that such equipment transmits or otherwise handles.
(d) Reporting requirement. (1) In the event the Contractor identifies covered telecommunications equipment or
services used as a substantial or essential component of any system, or as critical technology as part of any system, during
contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the
Contractor shall report the information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in
this contract are established procedures for reporting the information; in the case of the Department of Defense, the
Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report
to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in
the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report
provided at https://dibnet.dod.mil.
(2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause
(i) Within one business day from the date of such identification or notification: the contract number; the order
number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and
Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number,
manufacturer part number, or wholesaler number); item description; and any readily available information about
mitigation actions undertaken or recommended.
(ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: any further
available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the
Page 24 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any
additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment
or services.
(e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e) and excluding
paragraph (b)(2), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of
commercial items.
(End of clause)
DIAR 1452.201-70 AUTHORITIES AND DELEGATIONS (SEP 2011)
(a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or
condition of this contract, waive any requirement of this contract, or accept nonconforming work.
(b) The Contracting Officer will designate a Contracting
Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's
performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the
Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a
new appointment.
(c) The COR is not authorized to perform, formally or informally, any of the following actions:
(1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or
may change this contract.
(2) Waive or agree to modification of the delivery schedule.
(3) Make any final decision on any contract matter subject to the Disputes Clause.
(4) Terminate, for any reason, the Contractor's right to proceed.
(5) Obligate in any way, the payment of money by the Government.
(d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized
representative(s) acting within the scope and authority of the appointment memorandum.
The Contractor need not proceed with direction that it considers having been issued without proper authority. The
Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an
action or has issued direction (written or oral) that the Contractor considers exceeding the COR's appointment, within 3
days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and
consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph
(c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause.
(e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this
clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect
thereto, shall be subject to the provisions of the Disputes clause of this contract.
(f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR.
Page 25 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
(g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the
Government or any Government official other than the Contracting Officer or the COR acting within his or her
appointment, shall be at the Contractor's risk.
(End of clause)
DOI LOCAL CLAUSE - SECURITY REQUIREMENTS: FACILITY ACCESS and INFORMATION TECHNOLOGY
(AUGUST 2016)
(a) All Contractor employees must have an "Enter on Duty" (EOD) approval issued by the Bureau Personnel Security
Office (PSO) before they begin performing work on any Bureau contract. The Contractor must ensure that all employees
requesting an EOD are citizens of the United States of America, or an alien who has been lawfully admitted for permanent
residence or employment (indicated by immigration status) as evidenced by Immigration and Naturalization Service
documentation and the employee must have resided in the United States for a minimum of 3 years. The EOD may be
issued in advance of a completed Background Investigation and may be rescinded by the PSO at any time. However, all
contractors who require network access are required to complete the identity proofing process and must be able to obtain a
successfully adjudicated National Criminal History Check (NCHC) and National Agency Check with Inquiries (NACI) or
higher to stay on the contract.
(b) Starting Work - Contractor employees with an approved EOD may begin performing unsupervised work on Bureau
contracts. To remain on the contract, the Contractor employees will need a completed favorable Background
Investigation.
(c) Rescission of EOD - The PSO may rescind the EOD at any time. This may occur as the result of additional
information obtained or the final results of the background investigation.
(d) Background Investigation - Contractor employees who will have unsupervised access to Bureau facilities, access to the
Department of the Interior (DOI) information technology (IT) systems or DOI data, or will develop custom applications,
must have a favorably adjudicated background investigation from the Office of Personnel Management (OPM). Existing
clearances at the same or higher level are acceptable upon the PSO’s review and approval. If the employee does not
already have a complete investigation, they must apply for one. The employee may begin work with an EOD but must
receive a favorable background investigation to continue working on the contract. The background investigation includes
obtaining fingerprints through a USAccess Credentialing Center for an FBI criminal history and a credit report. Once the
investigation has been scheduled by OPM, the Bureau will receive advance reports. If those reports are favorable, the
Bureau PSO will issue the EOD. The type of background investigation required is based on the risk/sensitivity level
designation. Citizenship requirements and guidance for determining the appropriate type of background investigation
required for the designated risk/sensitivity level are contained in DOI Departmental Manual (DM) Part 441. The DM is
available on the Internet at http://elips.doi.gov/app_home/index.cfm?fuseaction=home.
(e) Electronic Questionnaire for Investigations Processing (e-QIP) – The Bureau uses the e-QIP for all background
investigations or reinvestigations. To initiate an investigation, the Contractor, in collaboration with the COR, will
complete an e-QIP Request Form. This request
form is available through the COR. The COR will submit the completed request form to the Bureau PSO. The PSO will
enter the information into e-QIP to either establish a new applicant profile or determine if an existing investigation that
meets Bureau requirements is on file. The PSO will then contact the applicant to provide additional information and
instructions. Generally, the Contractor is required to complete the following forms:
▪ e-QIP application (on-line)
Page 26 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
▪ Fair Credit Release
▪ OF-306
▪ Fingerprints via US Access Credentialing Centers
The Contractor shall complete the required background investigation forms and submit them to the PSO. The PSO shall
determine if individuals meet the required background investigation standards and citizenship requirements, and then
make a suitability determination. Minimum standards used in suitability determinations are contained in the DOI
Departmental Manual Part 441. The Government will pay for any background investigations required for contractor
employees. If the Contractor employee’s background investigation is returned as unfavorable, the Government reserves
the right to request reimbursement of the actual costs for the investigation from the Contractor.
(f) Reinvestigation - Contractor employees occupying high risk public trust positions must be reinvestigated every 5 years.
A reinvestigation may be initiated prior to the normal periodic reinvestigation schedule when an individual’s continued
ability to meet the minimum background investigation standards is in question. The electronic fingerprints on file in the
US Access system will be electronically submitted to OPM for the reinvestigation. The PSO shall review the records and
documentation and make the suitability determination.
(g) Disputes - In the event of a disagreement between the Contractor and the Government concerning the suitability of a
particular employee to perform work under this contract, the Government has the right of final determination.
Determinations under this requirement are subject to the Disputes Clause, FAR 52.233-1. Failure of the Contractor to
comply with the requirements of this clause could constitute grounds for termination for default.
(h) Physical Security Requirements - DOI Access Cards.
(1) Contractor employees must have a DOI Access Card before being given unsupervised access to a Government facility.
(2) To gain unsupervised access to Government facilities, Contractor employees must present their DOI Access Card for
examination by the security guard or electronically authenticate their DOI Access Card, as required. Contractor employees
must keep their DOI Access Card in a shielded card holder, and visually display the card at all times while in the facility.
Refusal or repeated neglect to display the DOI Access Card may result in limiting Contractor employee’s access to
Government facilities or revoking of authorized access.
(3) When a Contractor employee is no longer working under this award, the Contractor is responsible for returning all
DOI Access Cards, keys, and other Government property issued to that employee. The Contactor shall coordinate all
returns with the COR. The COR is responsible for ensuring the Contractor complies with these requirements. However,
failure by the Contractor to comply with these requirements may result in the Contractor’s liability for all costs associated
with correcting any resultant breech in building security.
(i) Issuance & Maintenance - DOI Access Cards
(1) Process: To obtain a DOI Access Card the COR will use the online DOIAccess System to initiate the access request.
Contractor employees will receive email notifications to enroll at a USAccess Credentialing Center with two forms of
identification, and after adjudication, a second email notification to pick up and activate their DOI Access Card. The
Contractor employee shall schedule an enrollment appointment at a USAccess center at least two weeks prior to the
targeted EOD.
(2) Contractor Responsibilities: Contractor employees must complete actions in a timely manner to prepare for onboarding and access to DOI network resources. The Contractor shall allow their personnel sufficient time to schedule and
attend an enrollment appointment at the USAccess center prior to the contract start date. If the Contractor employee’s DOI
Page 27 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
Access Card becomes lost or stolen, the contractor employee shall notify the COR immediately to request a new DOI
Access Card.
(3) COR Responsibilities: The COR (or designated individual) and Contractor shall maintain a listing of all Contractor
employees who received a DOI Access Card, the date the card was issued, the date the electronic certificates expire (3
years from issue date), and the date the DOI Access Card expires (5 years from issue date). If the Contractor employee’s
DOI Access Card or certificates will expire before the contract is completed, the COR (or designated individual) and
Contractor is responsible for ensuring that the Contractor employee visits a US Access center to update certificates on the
existing card or obtain a new DOI Access Card. No later than one week prior to the DOI Access Card’s certificate or card
expiration, the COR (or designated individual) shall notify the Contractor that DOI Access Card actions are required. The
COR (or designated individual) and the Contractor shall update their listing to reflect the new issue date, certificate
expiration date and card expiration date.
(j) Information Technology Security Requirements.
(1) Training – If contractor employees require access to any DOI/IT systems, the Contractor shall ensure its employees
complete all Bureau/DOI required IT security training. The Contractor’s employees shall complete this training before
being granted access to Bureau/DOI data or being issued network access. The current training requirements are: (i) annual
end-user IT Security Awareness, (ii) annual IT Resources Rules of Behavior, and (iii) annual Role-Based Security training
for IT professionals. The Contractor shall comply with all Bureau/DOI IT security training requirements in effect during
contract performance. The COR will notify the Contractor of all Bureau mandatory IT training. The Contractor shall
submit training completion certificates to the COR for all required training. Failure to meet this training requirement may
result in removal of the contractor employee from the contract. The Bureau will determine if the contractor can later return
to the contract.
(2) Access to Contractor’s Facilities for IT audit purposes - The Contractor shall afford Bureau and the Department of the
Interior Office of Inspector General access to the Contractor’s and subcontractors’ facilities, installations, operations,
documentation, databases, and personnel used in performance of the contract. Access shall be provided to the extent
required to carry out a program of IT inspection, investigation, and audit that will safeguard against threats and hazards to
the integrity, availability, and confidentiality of Government data
or to the function of computer systems operated on behalf of the Government and to preserve evidence of computer crime.
If the Contractor questions the Government employee’s right to access its facilities, it should contact the CO for
resolution.
(3) Contractor Location - Custom software development and outsourced operations shall be located in the United States to
the maximum extent practical. If such services are proposed to be performed abroad, the Contractor shall provide an
acceptable security plan that addresses the mitigation of problems related to communication, control, and protecting the
confidentiality, integrity, and availability of IT systems and information.
(4) Applicable Standards - The Contractor shall follow all applicable Federal, DOI, and Bureau Bulletins, Directives,
Guidelines, Manuals, Processing Standards, Memoranda, Policies and Standards; applicable OMB Memoranda; and all
current National Institute of Standards & Technology (NIST) Special Publications. To comply with Federal Acquisition
Regulation Subpart 39.101(d), contractors shall use the common security configurations available from the NIST website
at http://checklists.nist.gov. NIST documents are available on the internet at
http://csrc.nist.gov/publications/PubsSPs.html. OMB memoranda are available on the internet at
http://www.whitehouse.gov/omb/memoranda/. The Contractor shall request copies of DOI and Bureau documents by
contacting the COR.
Page 28 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
(5) Incident Reporting - The Contractor shall immediately report computer security incidents affecting Bureau/DOI data
and systems in accordance with the Bureau Computer Incident Response policy. The Contractor shall request copies of
the Bureau Computer Incident Response policy by contacting the COR.
(6) Assessment and Authorization (A&A) and Continuous Monitoring.– The Contractor shall comply with Bureau policy
when developing, upgrading, modifying or supporting applications and/or systems that require A&A and Continuous
Monitoring. The Contractor shall request copies of Bureau A&A policy by contacting the COR. The A&A requirement
does not apply when the Contractor's employees merely access data or have "read only" access.
(k) Documentation - The Contractor shall document all work performed and ensure that the appropriate Assessment and
Authorization (A&A) documents are updated to reflect the work performed and the current state of Bureau systems and
networks. The Documentation requirement does not apply when the Contractor's employees merely access data or have
"read only" access.
(l) Personnel Changes, Contractor Request - The Contractor shall immediately notify the COR and PSO when an
employee is reassigned or leaves the Contractor’s employment and prior to any termination. The Contractor must adhere
to the Bureau or Office’s mandatory exit clearance procedure. Once the COR has been notified that a Contractor
employee is leaving the contract, the COR will initiate the exit clearance process in the DOI Access System and forward
to the Contractor the necessary instructions and form required to be completed prior to the contractor's employee’s
departure. This form must be completed by the Contractor's employee and signed by both the Contractor's employee and
the COR and then forwarded to the bureau/office specific program responsible for employee, volunteer, and contractor
departures.
(m) Personnel Removal, Government Request - The Government retains the right to direct the Contractor to remove any
prime or subcontractor personnel, regardless of prior clearance or background investigation adjudication status, whose
actions, while assigned to this contract, clearly conflict with the security interests of the Government. The justification for
the
Government’s direction to remove Contractor personnel will be documented and provided to the Contractor by the CO.
(n) Subcontract Inclusion - The requirements of this clause must be incorporated into any subcontract if the
subcontractor’s employee must have access to Bureau facilities.
(End of clause)
DOI LOCAL CLAUSE DOI-AAAP-0028 - ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS –
INVOICE PROCESSING PLAFORM (IPP) (APR 2013)
Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing
Platform System (IPP).
"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute
a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment
clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in
commercial item contracts. The IPP website address is: https://www.ipp.gov.
Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice:
Page 29 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
An invoice in accordance with the clause at FAR 52.212-4(g) Invoice, containing the elements identified at (1) (i) through
(x).
The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The
Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from
the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance
with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone
(866) 973-3131.
If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor
must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.
(End of Template)
DOI LOCAL CLAUSE- DOI-AAAP-0050 v02 - NOTICE TO CONTRACTORS – CONTRACTOR PERFORMANCE
ASSESSMENT REPORTING SYSTEM (DEC 2015)
FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the
Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this
regulation. One or more past performance evaluations will be conducted in order to record your contract performance as
required by FAR 42.15.
The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that
allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the
Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a
source selection action.
We request that you furnish the Contracting Officer (CO) with the name, position title, phone number, and email address
for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30
days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the
report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing
Official (AO). Information in the report must be protected as source selection sensitive information not releasable to the
public.
When your Contractor Representative(s) are registered in CPARS, they will receive an automatically generated email with
detailed login instructions. Further details, systems requirements, and training information for CPARS is available at
https://www.cpars.gov/.
Within 60 days after the end of a performance period, the AO will complete an interim or final past performance
evaluation, and the report will be accessible at https://www.cpars.gov/.
Contractor Representatives may then provide comments in response to the evaluation or return the evaluation without
comment.
Your comments should focus on objective facts in the AO's narrative and should provide your views on the causes and
ramifications of the assessed performance.
All information provided should be reviewed for accuracy prior to submission.
If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating "No comment" in the
space provided, and then selecting “Accept the Ratings and Close the Evaluation”.
Page 30 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
Your response is due within 60 calendar days after receipt of the CPAR. On day 15, the evaluation will become available
in PPIRS-RC marked as “Pending” with or without comments and whether or not it has been closed.
If you do not sign and submit the CPAR within 60 days, it will automatically be returned to the Government and will be
annotated: "The report was delivered/received by the contractor on (date). The contractor neither signed nor offered
comment in response to this assessment."
The following guidelines apply concerning your use of the past performance evaluation:
Protect the evaluation as source selection information. After review, transmit the evaluation by completing and submitting
the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the
CO for instructions.
Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or
entities outside of your control.
Prohibit the use of or reference to evaluation data for advertising, promotional material, pre-award surveys, responsibility
determinations, production readiness reviews, or other similar purposes.
If you wish to discuss a past performance evaluation, you should request a meeting in writing to the CO no later than
seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means
during your 60-day review period.
A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government
use supporting source selection actions after it has been finalized.
(End of Notice)
Page 31 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
7 – SOLICITATION PROVISIONS
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO
SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020)
The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it
"does not provide covered telecommunications equipment or services as a part of its offered products or services to the
Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the
provision at 52.204-26, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i)
of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not
complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use
covered telecommunications equipment or services, or any equipment, system, or service that uses covered
telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of
the provision at 52.212-3.
(a) Definitions. As used in this provision—
Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements,
reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25,
Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
(b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year
2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or
obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered
telecommunications equipment or services as a substantial or essential component of any system, or as critical technology
as part of any system. Nothing in the prohibition shall be construed to—
(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to
the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit
visibility into any user data or packets that such equipment transmits or otherwise handles.
(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L.
115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending
or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications
equipment or services as a substantial or essential component of any system, or as critical technology as part of any
system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether
that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to—
(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to
the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit
visibility into any user data or packets that such equipment transmits or otherwise handles.
(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM)
(https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or
services".
(d) Representation. The Offeror represents that—
(1) It □ will, □ will not provide covered telecommunications equipment or services to the Government in the
performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall
provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in
paragraph (d)(1) of this section; and
(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that—
It □ does, □ does not use covered telecommunications equipment or services, or use any equipment, system, or
service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure
information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section.
Page 32 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
(e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded
"will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as
part of the offer:
(i) For covered equipment—
(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity
identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if
known);
(B) A description of all covered telecommunications equipment offered (include brand; model number, such
as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and
(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to
determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.
(ii) For covered services—
(A) If the service is related to item maintenance: A description of all covered telecommunications services
offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number,
or wholesaler number; and item description, as applicable); or
(B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and
explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such
use would be permissible under the prohibition in paragraph (b)(1) of this provision.
(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in
the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the
offer:
(i) For covered equipment—
(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity
identifier, CAGE code, and whether the entity was the OEM or a distributor, if known);
(B) A description of all covered telecommunications equipment offered (include brand; model number, such
as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and
(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to
determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.
(ii) For covered services—
(A) If the service is related to item maintenance: A description of all covered telecommunications services
offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number,
or wholesaler number; and item description, as applicable); or
(B) If not associated with maintenance, the PSC of the service being provided; and explanation of the
proposed use of covered telecommunications services and any factors relevant to determining if such use would be
permissible under the prohibition in paragraph (b)(2) of this provision.
(End of provision)
52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020)
(a) Definitions. As used in this provision, "covered telecommunications equipment or services" and "reasonable
inquiry" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications
and Video Surveillance Services or Equipment.
(b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM)
(https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or
services".
Page 33 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
(c) (1) Representation. The Offeror represents that it □ does, □ does not provide covered telecommunications
equipment or services as a part of its offered products or services to the Government in the performance of any contract,
subcontract, or other contractual instrument.
(2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it □ does, □
does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered
telecommunications equipment or services.
(End of provision)
1415.215-71 USE AND DISCLOSURE OF PROPOSAL INFORMATION – DEPARTMENT OF THE INTERIOR (APR
1984)
(a) Definitions. For the purposes of this provision and the Freedom of Information Act (5 U.S.C. 552), the following terms
shall have the meaning set forth below:
(1) “Trade Secret” means an unpatented, secret, commercially valuable plan, appliance, formula, or process, which is used
for making, preparing, compounding, treating, or processing articles or materials which are trade commodities.
(2) “Confidential commercial or financial information” means any business information (other than trade secrets) which is
exempt from the mandatory disclosure requirement of the Freedom of Information Act, 5 U.S.C. 552. Exemptions from
mandatory disclosure which may be applicable to business information contained in proposals include exemption (4),
which covers “commercial and financial information obtained from a person and privileged or confidential,” and
exemption (9), which covers “geological and geophysical information, including maps, concerning wells.”
(b) If the offeror, or its subcontractor(s), believes that the proposal contains trade secrets or confidential commercial or
financial information exempt from disclosure under the Freedom of Information Act, (5 U.S.C. 552), the cover page of
each copy of the proposal shall be marked with the following legend:
“The information specifically identified on pages ______ of this proposal constitutes trade secrets or confidential
commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of
Information Act. The offeror requests that this information not be disclosed to the public, except as may be required by
law. The offeror also requests that this information not be used in whole or part by the government for any purpose other
than to evaluate the proposal, except that if a contract is awarded to the offeror as a result of or in connection with the
submission of the proposal, the Government shall have the right to use the information to the extent provided in the
contract.”
(c) The offeror shall also specifically identify trade secret information and confidential commercial and financial
information on the pages of the proposal on which it appears and shall mark each such page with the following legend:
“This page contains trade secrets or confidential commercial and financial information which the offeror believes to be
exempt from disclosure under the Freedom of Information Act and which is subject to the legend contained on the cover
page of this proposal.”
(d) Information in a proposal identified by an offeror as trade secret information or confidential commercial and financial
information shall be used by the Government only for the purpose of evaluating the proposal, except that (i) if a contract
is awarded to the offeror as a result of or in connection with submission of the proposal, the Government shall have the
right to use the information as provided in the contract, and (ii) if the same information is obtained from another source
without restriction it may be used without restriction.
Page 34 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
(e) If a request under the Freedom of Information Act seeks access to information in a proposal identified as trade secret
information or confidential commercial and financial information, full consideration will be given to the offeror's view
that the information constitutes trade secrets or confidential commercial or financial information. The offeror will also be
promptly notified of the request and given an opportunity to provide additional evidence and argument in support of its
position, unless administratively unfeasible to do so. If it is determined that information claimed by the offeror to be trade
secret information or confidential commercial or financial information is not exempt from disclosure under the Freedom
of Information Act, the offeror will be notified of this determination prior to disclosure of the information.
(f) The Government assumes no liability for the disclosure or use of information contained in a proposal if not marked in
accordance with paragraphs (b) and (c) of this provision. If a request under the Freedom of Information Act is made for
information in a proposal not marked in accordance with paragraphs (b) and (c) of this provision, the offeror concerned
shall be promptly notified of the request and given an opportunity to provide its position to the Government. However,
failure of an offeror to mark information contained in a proposal as trade secret information or confidential commercial or
financial information will be treated by the Government as evidence that the information is not exempt from disclosure
under the Freedom of Information Act, absent a showing that the failure to mark was due to unusual or extenuating
circumstances, such as a showing that the offeror had intended to mark, but that markings were omitted from the offeror's
proposal due to clerical error.
(End of provision)
Page 35 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
8 – QUOTE SUBMISSION INSTRUCTIONS
8.1 GENERAL INSTRUCTIONS
Submit, at a minimum, an offer that conforms to the RFQ documents by the date provided in the RFQ announcement and
any subsequent amendments. By submission of an offer in accordance with the instructions provided in this section, the
offeror unconditionally assents to the terms and conditions in this RFQ document and in any attachments.
Submissions shall be valid for 120 calendar days from the date specified for receipt of offers.
Offerors shall submit their offer digitally via posting to https://www.ebuy.gsa.gov/ specified below with the following
subject line: BLANKET PURCHASE AGREEMENT FOR PPFL IT Development Services
8.2 QUOTE CONTENTS
The quote submission shall consist of two separate volumes: Volume I – Technical Submission, and Volume II –
Business and Price Submission. Required contents of each volume are detailed below.
VOLUME I – TECHNICAL SUBMISSION
FACTOR 1: EXPERIENCE
Quoters must have a minimum of four (4) years of experience performing work with IBM Maximo and a
minimum of three (3) years of experience performing work with other software products currently installed in the
PFMD environment. Submissions shall describe work experience in the following areas listed in descending order
of importance:
a) Configuring and customizing IBM Maximo and interfacing applications with IBM Maximo in response to
changing business practices and to provide new capabilities
b) Creating and enhancing application interfaces with IBM Maximo
c) Performing IT development using PFMD baseline technologies (as shown in Appendix A) versions
released within the last 3 years
d) Performing Oracle DBA level tasks and development
e) Performing SQL development and tuning experience
f) Writing reports in SAP Business Objects Crystal Reports and Tableau
g) Developing web applications used in Microsoft Edge and Google Chrome
FACTOR 2: TECHNICAL APPROACH & CAPABILITY
The submission shall demonstrate that the quoter has a sound and thorough understanding of all elements of the
Scope of Services. Specifically, submissions shall address the following:
a) Experiences in providing the services described in the Scope of Services to effectively demonstrate the
knowledge, understanding and technical ability to meet these requirements.
b) Technical approaches to project execution using agile and waterfall development methodologies. This
shall include the quoter’s approach to documentation using these development methodologies.
FACTOR 3: MANAGEMENT CAPACITY
Page 36 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
Companies shall demonstrate their ability to undertake and effectively manage the technical, personnel, and
financial aspects of a large technical contract of the magnitude and complexity of this BPA's work requirements,
so as to ensure effective, efficient, timely, and responsive support. The following will be evaluated:
a. Plan to effectively meet the requirements of the BPA through the roles, responsibilities, and workload
distribution of contractor employees and team members.
b. Quality Management Plan that documents how Offeror will plan, implement and assess the
effectiveness of its quality assurance and quality control processes.
c. Effective approach to ensure appropriate staffing by technical discipline(s) (i.e. specialist, analyst,
etc.) for all elements of the Performance Work Statement (PWS).
d. Ability to increase capacity and ramp up staff to meet task order requirements ranging from low level
of effort to very high level of effort.
e. Established, comprehensive lines of authority and communication within the organization and
sufficient administrative capacity to manage and control cost for multiple Task Orders with minimal
government oversight
f. Effective approach to maintaining a high degree of responsiveness to the periodic, unpredictable
nature of activities associated with the PWs and methodology to resolve potential problems arising
during contract performance.
g. Plan to deliver and comply with the Government financial and contract reporting requirements.
FACTOR 4: PAST PERFORMANCE
The quoter shall cite three (3) projects performed within the last five (5) years. For each relevant project, Quoters
shall identify the following:






Reference
Contract Number/Contract Title
Delivery Schedule/Period of Performance
Description of the Work Performed
Unique or Complex Characteristics of the Project
Relevance to NPS Requirement
The offeror shall provide the attached past performance questionnaire (Attachment 2) to its references and have
the references fill out the questionnaire. The quoter shall coordinate completion of all questionnaires with the
respective reference. Completed Past Performance Questionnaires shall be included in the offeror’s quote and not
sent directly to the agency.
Questionnaires submitted separately from the offeror’s submission will not be considered.
VOLUME II – BUSINESS AND PRICE SUBMISSION
PART A: PRICE MATRIX
The offeror shall complete the Price Matrix included as Attachment 1 to the RFQ. The Price Matrix includes
mandatory labor categories for the BPA Labor Rate Pricing and a Pricing Model, which will be used for price
evaluation. Offerors must clearly map the quoted GSA rates to the applicable labor category. Quoters are also
allowed to submit additional labor categories for prime and subcontractor pricing as needed. If additional labor
categories are submitted, quoters shall provide a labor category description including title, minimum level of
education and minimum experience level. GSA MAS escalation is not permitted; quoted rates within pricing
Page 37 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
periods shall remain unchanged. All unit prices must be determined fair and reasonable by the Contracting
Officer. Price Matrix will be submitted in Microsoft Excel format.
PART B: REPRESENTATIONS AND CERTIFICATIONS
Complete all required representations and certifications if they are not available at www.SAM.gov. NOTE:
Current, active registration at www.SAM.gov is a requirement of this contract; the Government highly
recommends completing SAM registration before submitting the offer.
The Volume I submission for Factors 1, 2, 3, and 5, inclusive of cover letters, pictures, charts, and responses to all nonprice factors, shall not exceed 40 pages. Title pages and table of contents do not count in the 40-page limitation, nor does
the submission of Factor 4. Any information provided beyond this limit will not be evaluated.
There is no page limit for the Volume II submission.
The page size shall be 8.5 x 11 inches with a minimum margin size of one-half inch on all sides. Fonts shall be readable
and a minimum size of 10-point font is recommended for use.
Page 38 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
9 – EVALUATION CRITERIA AND SELECTION PROCESS
9.1 GENERAL INFORMATION
Evaluation of quotes will be conducted in accordance with FAR 8.405-3(a)(1). Only contractors with current GSA
Schedules under NAICS 541511, Custom Computer Programming Services, shall be considered.
The Government will issue BPA(s) as a result of this RFQ to the responsible quoter(s) whose quote(s) have been
determined to offer the “best value” to the Government considering both price and other factors listed below. The
Government is required to consider the “lowest overall cost alternative;” however the Government reserves the right to
consider features in addition to price and accept other than the lowest priced quotes, per FAR 8.404 (d). The additional
features are considered the non-price factors included with the RFQ and stated below.
Award of the Base BPAs will be made to to five (5) or more quoters whose quotes meet the requirements stated in RFQ
and are determined to provide the best value to the Government. The Government may elect to award a single BPA if
only one (1) quote is determined to offer best value to the Government.
All awards will only be made to the responsible offerors whose offer conforms to all the RFQ requirements and provides
the best value to the Government considering all evaluation factors combined as detailed below.
The Government may engage in exchanges with offerors in order to clear up or amplify certain aspects of a quotation.
These exchanges include the ability to submit additional information to amplify assertions already included in the
quotation. In addition, among other things, these exchanges include: the opportunity to address the relevance of an
offeror’s past performance information; the opportunity to address adverse past performance information to which the
Offeror has not previously had an opportunity to respond; and the opportunity to resolve minor or clerical errors. (2)
The Government intends to make an award based on initial submissions. However, if the Government decides to conduct
exchanges and allow quotation revisions, at a minimum, the Government will allow revisions from offerors who are
technically acceptable. As an alternative the Government may elect to form a negotiation range. There are no common
cutoff dates for resubmissions and the Government may conduct multiple rounds of exchanges with offerors to resolve
previously unresolved matters or issues that arise as a result of responses without reengaging offerors who are not
similarly situated.
Price discounts may be requested at any time even if the initial quotation included them. A price reduction does not
constitute a quotation revision because in accordance with FAR 8.405-4, the Government is required to seek discounts for
orders over the simplified acquisition threshold.
9.2 EVALUATION FACTORS
The Government anticipates award to the offeror(s) proposing the best overall value to the Government based upon an
integrated assessment of the non-price evaluation factors described below. The factors are listed in descending order of
importance.
FACTOR
Factor 1 – Experience
Factor 2 – Technical Approach & Capability
Factor 3 – Management Capacity
Factor 4 – Past Performance
Factor 5 – Small Business Participation
Page 39 of 41
RATING
Adjectival Rating
Adjectival Rating
Adjectival Rating
Adjectival Rating
Pass/Fail
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
All evaluation factors, other than price, when combined are more important than price. Each factor will be evaluated as
follows:
VOLUME I – TECHNICAL SUBMISSION
FACTOR 1: EXPERIENCE
The submitted experience will be evaluated in terms of relevancy. Documentation of projects that demonstrate a
similar scope and magnitude of effort and complexities may be considered relevant and receive a higher rating.
Conversely, responses that do not contain documentation of relevant experience may receive a lower rating.
FACTOR 2: TECHNICAL APPROACH & CAPABILITY
The technical response will be evaluated to the extent it demonstrates that the quoter can successfully perform the
required effort. Submissions that demonstrate in-depth knowledge and expertise in the conduct of IT development
services described within the Scope of Services, as well as a detailed understanding of how to execute projects
using agile and waterfall development methodologies will be more favorably rated. Quoters that demonstrate the
ability to document IT development activities will also be more favorably rated. The submissions will be also be
evaluated based on the quoter’s ability to deliver innovative solutions.
FACTOR 3: MANAGEMENT CAPACITY
Management capacity will be evaluated by ability to undertake and effectively manage the technical, personnel,
and financial aspects of a large technical contract of the magnitude and complexity of this BPA’s work
requirements. Quotes that effectively communicate the vendor’s ability to successfully perform the required effort
and ensure effective efficient, timely, and responsive support will be more favorably rated. The plan shall also
demonstrate that the quoter can undertake and effectively manage the technical, personnel, financial, and
reporting aspects of this BPA and will be responsive to the government’s needs in a timely manner.
Offeror will be evaluated on its approach to recruit, select and develop appropriate staffing by technical discipline
for all elements of the SOW, to include the Subject Matter Expert pool.
FACTOR 4: PAST PERFORMANCE
The past performance of the offeror on efforts similar in scope and complexity will be evaluated in the areas of
quality of service, timeliness of performance, customer satisfaction and cost control. Past performance will be
evaluated in terms of recency, as well as overall relevancy to this project and in terms of overall level of
confidence in the firms’ ability to successfully execute and complete this project supported by the indicated past
performance. Recency is defined as work performed within the last five years. Relevancy is defined as work of
essentially the same magnitude of effort and complexity as this solicitation requires. Offerors demonstrating a
higher level of successful past performance in the evaluated areas will be more favorably rated. In the case of
an offeror without a record of relevant, recent past performance or for whom information on past performance is
not available, the offeror will be evaluated neither favorably nor unfavorably.
Page 40 of 41
BLANKET PURCHASE AGREEMENT FOR IT DEVELOPMENT SERVICES
NOTE: Offerors are advised that the Government may use data provided by the offeror and data obtained from
other sources, to include additional references and the Past Performance Information Retrieval System (PPIRS),
in the development of past performance ratings.
VOLUME II – BUSINESS AND PRICE SUBMISSION
1. PART A: PRICE MATRIX
The Price Matrix includes BPA Labor Rate Pricing and a Pricing Model. The BPA Labor Rate Pricing
includes unit prices for labor rates that will be evaluated to ensure that they do not exceed the quoter’s GSA
Schedule rates and that they are fair and reasonable. The vendor shall provide pricing for all ordering periods.
The Government will evaluate the 52.217-8 extension under Pricing Period Four Rates.
The completed Pricing Model within the Price Matrix will be evaluated for price analysis purposes to
determine the overall best value. Vendors may not deviate from the quantities in the provided Price Matrix.
Price reasonableness will be determined based on various price analysis techniques including, but not limited
to, comparison to competitive prices received, the Independent Government Estimate, and historic pricing for
similar services. Th total evaluated price for each offeror will be evaluated in line with the pricing matrix on
Attachment 1, pricing model.
NOTE: Rates utilized in the Pricing Model must match the proposed BPA Labor Rate Pricing contract rates,
inclusive of the quoted BPA discount, and may not utilize any discounts. However, additional discounting on
individual Call Orders subsequent to BPA establishment is both allowable and encouraged.
2. PART B: REPRESENTATIONS AND CERTIFICATIONS
Any applicable representations and certification and company information will be reviewed and used to
determine responsibility.
Page 41 of 41
Download