1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in...

132
1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF PAGES UNDER DPAS (15 CFR 700) 2. CONTRACT NUMBER 3. SOLICITATION NUMBER 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE NUMBER SEALED BID (IFB) NEGOTIATED (RFP) 7. ISSUED BY CODE 8. ADDRESS OFFER TO (If other than Item 7) NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". 9. Sealed offers in original and _____________________________ copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in until local time _______________________ (Hour) (Date) CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All Offers are subject to all terms and conditions contained in this solicitation. A. NAME B. TELEPHONE (NO COLLECT CALLS) C. E-MAIL ADDRESS AREA CODE NUMBER EXT. (X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S) PART I - THE SCHEDULE PART II - CONTRACT CLAUSES A SOLICITATION/CONTRACT FORM I CONTRACT CLAUSES B SUPPLIES OR SERVICES AND PRICES/COSTS PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. C DESCRIPTION/SPECS./WORK STATEMENT J LIST OF ATTACHMENTS D PACKAGING AND MARKING PART IV - REPRESENTATIONS AND INSTRUCTIONS E INSPECTION AND ACCEPTANCE F DELIVERIES OR PERFORMANCE G CONTRACT ADMINISTRATION DATA L INSTR., CONDS., AND NOTICES TO OFFERORS H SPECIAL CONTRACT REQUIREMENTS M EVALUATION FACTORS FOR AWARD K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 12. In compliance with the above, the undersigned agrees, if this offer is accepted within ________ calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 13. DISCOUNT FOR PROMPT PAYMENT 10 CALENDAR DAYS (%) 20 CALENDAR DAYS (%) 30 CALENDAR DAYS (%) CALENDAR DAYS (%) (See Section I, Clause No. 52-232-8) 14. ACKNOWLEDGEMENT OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE (The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated: DUNS: DUNS+4: CODE FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER 15A. NAME AND ADDRESS OF OFFEROR (Type or print) 15B. TELEPHONE NUMBER 17. SIGNATURE 18. OFFER DATE AREA CODE NUMBER EXT. 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM (4 copies unless otherwise specified) 10 U.S.C. 2304(a) ( ) 41 U.S.C. 253(c) ( ) 24. ADMINISTERED BY (If other than Item 7) 25. PAYMENT WILL BE MADE BY CODE CODE PHONE: FAX: 26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. (Signature of Contracting Officer) (REV. 9-97) 10. FOR INFORMATION CALL: 11. TABLE OF CONTENTS AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 33 Previous edition is unusable Prescribed by GSA-FAR (48 CFR) 53.214(c) SOLICITATION, OFFER AND AWARD SOLICITATION OFFER (Must be fully completed by offeror) AWARD (To be completed by Government) 1 111 N/A HSFE70-17-R-0012 X TBD Federal Emergency Management Agency Office of the Chief Procurement Officer 500 C Street, S.W., 3rd Floor NW Washington DC 20472 See RFP [email protected] and [email protected] 10:00 a.m. July 17, 2017 Isaac L. Chapple 202-212-3924 [email protected] X X X X X X X X X X X X X FEMA Finance Center P.O. Box 9001 Winchester VA 22604 LaShawn Smith

Transcript of 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in...

Page 1: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF PAGES UNDER DPAS (15 CFR 700)

2. CONTRACT NUMBER 3. SOLICITATION NUMBER 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE NUMBER

SEALED BID (IFB)

NEGOTIATED (RFP)

7. ISSUED BY CODE 8. ADDRESS OFFER TO (If other than Item 7)

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

9. Sealed offers in original and _____________________________ copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in

until local time _______________________ (Hour) (Date)

CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All Offers are subject to all terms and conditions contained in this solicitation.

A. NAME B. TELEPHONE (NO COLLECT CALLS) C. E-MAIL ADDRESS

AREA CODE NUMBER EXT.

(X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S)

PART I - THE SCHEDULE PART II - CONTRACT CLAUSES

A SOLICITATION/CONTRACT FORM I CONTRACT CLAUSES

B SUPPLIES OR SERVICES AND PRICES/COSTS PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH.

C DESCRIPTION/SPECS./WORK STATEMENT J LIST OF ATTACHMENTS

D PACKAGING AND MARKING PART IV - REPRESENTATIONS AND INSTRUCTIONS

E INSPECTION AND ACCEPTANCE

F DELIVERIES OR PERFORMANCE

G CONTRACT ADMINISTRATION DATA L INSTR., CONDS., AND NOTICES TO OFFERORS

H SPECIAL CONTRACT REQUIREMENTS M EVALUATION FACTORS FOR AWARD

K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS

NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.

12. In compliance with the above, the undersigned agrees, if this offer is accepted within ________ calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.

13. DISCOUNT FOR PROMPT PAYMENT 10 CALENDAR DAYS (%) 20 CALENDAR DAYS (%) 30 CALENDAR DAYS (%) CALENDAR DAYS (%) (See Section I, Clause No. 52-232-8)

14. ACKNOWLEDGEMENT OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE (The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated:

DUNS: DUNS+4: CODE FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER 15A. NAME AND ADDRESS OF OFFEROR

(Type or print)

15B. TELEPHONE NUMBER 17. SIGNATURE 18. OFFER DATE

AREA CODE NUMBER EXT. 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE

19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM (4 copies unless otherwise specified)

10 U.S.C. 2304(a) ( ) 41 U.S.C. 253(c) ( )

24. ADMINISTERED BY (If other than Item 7) 25. PAYMENT WILL BE MADE BY CODE CODE

PHONE: FAX:

26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE

IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.

(Signature of Contracting Officer)

(REV. 9-97)

10. FOR INFORMATION CALL:

11. TABLE OF CONTENTS

AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 33 Previous edition is unusable Prescribed by GSA-FAR (48 CFR) 53.214(c)

SOLICITATION, OFFER AND AWARD

SOLICITATION

OFFER (Must be fully completed by offeror)

AWARD (To be completed by Government)

1 111 N/A

HSFE70-17-R-0012 X

TBD

Federal Emergency Management Agency Office of the Chief Procurement Officer

500 C Street, S.W., 3rd Floor NW Washington DC 20472

See RFP

[email protected] and [email protected] 10:00 a.m. July 17, 2017

Isaac L. Chapple 202-212-3924 [email protected]

X

X

X

X

X

X

X

X

X

X

X

X

X

FEMA Finance Center

P.O. Box 9001 Winchester VA 22604

LaShawn Smith

Page 2: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

SECTION B - SUPPLIES OR SERVICES AND PRICES B.1 ITEMS TO BE ACQUIRED The Contractor shall furnish all personnel, facilities, equipment, material, supplies, and services (except as may be expressly set forth in this contract as furnished by the Government) and otherwise do all things necessary to, or incident to, performing and providing the following items of work: See Section C.1, Statement of Objectives B.2 PRICE SCHEDULE Offerors are required to provide a detail breakdown for each category listed below for STEADY STATE. Please use format in Attachment A - contractor can propose their own labor categories. B.3 FULLY BURDENED FIXED HOURLY LABOR RATES FOR DISATER TASK ORDERS Upon contract award, the fixed hourly rates will be established under this contract for Labor categories, which shall be utilized under a Disaster Task Order. Disaster Task Order will include Time-and-Materials and Firm-Fixed-Price contract line item numbers. All labor hourly rates must contain fully burdened hourly rates for full-time bona fide company employees, as well as, employees of corporate affiliates and/or subsidiaries, temporary help, subcontractors and consultants. Please use format in Attachment A - contractor can propose their own labor categories. B.4. MINIMUM AND MAXIMUM FUNDING LIMITATION The contract is in support of a MAJOR DISASTER. The minimum guarantee for this requirement is set at $5,000.00 per contract and the maximum quantity is currently set at $7,144,158.89 per contract. This maximum quantity is based upon the average annual expenditure for readiness over the last 10 years. However, in the event of a Presidential Declaration for a disaster, the Government will utilize this contract to respond to disasters by increasing the quantity of the contract to perform services in the specific state(s) and/or the affected areas. Due to the nature of disaster response and recovery, FEMA is unable to predict or estimate the maximum quantity for disaster operations. However, in a disaster situation, contractors should expect to meet this increased quantity. Please see Attachment B, Scenarios, for the potential scope that contractors may be required to respond to in a Presidentially declared disaster. B.5 CONTRACT TYPE The DHS FEMA intends to award two Hybrid Indefinite Delivery-Indefinite Quantity (IDIQ) contracts with Firm-Fixed-Price (FFP) and Time and Materials (T&M) contract line item numbers (CLINs). This requirement consists of two geographical sectors (See Section F.3 Place of Performance). The intent is to award one IDIQ contract per geographical sectors.

Page 3: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

SECTION C - STATEMENT OF OBJECTIVES

STATEMENT OF OBJECTIVES (SOO) INDIVIDUAL ASSISTANCE SUPPORT CONTRACT (IASC)

Page 4: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

1

BACKGROUND 2

PURPOSE 2

SCOPE 2

GEOGRAPHICAL/SECTOR APPROACH 3

TASKS AND DELIVERABLES 4

PREPAREDNESS PHASE OBJECTIVE 1: STEADY STATE AND PLANNING SUPPORT SERVICES 4

OPERATIONS PHASE OBJECTIVE 2: MOBILIZATION AND DEPLOYMENT 6 OBJECTIVE 3: CONGREGATE AND NON-CONGREGATE SHELTERING

SERVICES 6 OBJECTIVE 4: FEEDING SERVICES 7 OBJECTIVE 5: DISTRIBUTION OF EMERGENCY SUPPLIES 8 OBJECTIVE 6: EVACUEE SUPPORT SERVICES 9 OBJECTIVE 7: REUNIFICATION SERVICES 9 OBJECTIVE 8: CONSTRUCTION SERVICES 9 OBJECTIVE 9: STAFFING SUPPORT SERVICES 10

DELIVERY SCHEDULE 11

GOVERNMENT FURNISHED EQUIPMENT (GFE) 11

GOVERNMENT FURNISHED INFORMATION (GFI) 11

PERIOD OF PERFORMANCE 12

APPENDIX A: APPLICABLE DOCUMENTS 12

APPENDIX B: SECURITY LANGUAGE 13

APPENDIX C: GLOSSARY 16

Page 5: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

2

BACKGROUND

The Federal Emergency Management Agency (FEMA)’s mission is to support our citizens and first responders to ensure that, as a nation, we work together to build, sustain, and improve our capability to prepare for, protect against, respond to, recover from, and mitigate all hazards. FEMA receives its authority from the Robert T. Stafford Disaster Relief and Emergency Assistance Act (Stafford Act), P.L. 93-288, as amended at 42 USC 5121-5207.

After an emergency or major disaster has impacted a community, FEMA ESF #6 services and programs are implemented to assist disaster survivors. ESF #6 (Mass Care/Emergency Assistance, Temporary and Permanent Housing and Human Services) coordinates and provides life-sustaining resources, essential services, and statutory programs to the affected population with a focus on hydration, feeding, sheltering, and temporary and permanent housing. All services and support must include equal access to the whole community, inclusive of people with disabilities and others functional needs, according to the Stafford Act as amended, PKEMRA, the Rehabilitation Act, and other civil rights legislation. Family reunification and the distribution of emergency supplies may also be implemented. During mass evacuations, Mass Care services may also be required to support the displaced population.

This level of support is provided, in most cases, upon request of the state, when the needs of disaster survivors exceed local, state, tribal, territorial, and/or insular area government capabilities. State, tribal, and local governments have primary responsibility for the delivery of Mass Care to disaster survivors in their jurisdictions. This is accomplished primarily through state-designated government or voluntary agencies/organizations, and staffed by state and local government employees and/or voluntary organization workers. FEMA understands that no single organization can meet these requirements single-handedly. Therefore, contract services will be needed to fill potential gaps and augment state, local, tribal, territorial and NGO response capabilities in both the Continental United States (CONUS) and Outside Continental United States (OCONUS).When resources within a jurisdiction become overwhelmed, FEMA is tasked with developing and maintaining capabilities, and ensuring those capabilities are in place to support and augment existing resources. To meet these requirements, any offeror selected by FEMA must have the capacity to mobilize supplies, trained staff, and other resources quickly and integrate activities with the overall Whole Community strategy.

PURPOSE FEMA seeks to enhance its capability through the integration of private sector contract resources into an overarching strategy to bridge shortfalls between Whole Community capabilities and the projected life- sustaining needs of evacuees and disaster survivors during declared events. This includes support to individuals with disabilities and their service animals, others with access and functional needs, children in disasters, and survivors with household pets. SCOPE The Individual Assistance Support Contract (IASC) is intended to improve the quality and delivery of IA program services through the provision of rapidly deployable resources to bridge shortfalls between the organic capabilities of government and NGO stakeholders. FEMA is seeking support

Page 6: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

3

for its mission and delivery of ESF #6 Mass Care/Emergency Assistance, Temporary and Permanent Housing Services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Mass Care/EA planning is the provision of life sustaining services, assistance and support. FEMA provides this assistance at the request of state, tribal, territorial and local government. This contract also supports temporary and permanent housing for displaced persons. Furthermore, this contract will require the development of appropriate management, training and operational plans to meet these requirements.

The following is a list of services required in this contract:

1. Steady State and Planning Support Services 2. Mobilization and Deployment 3. Congregate and Non-congregate Sheltering Services 4. Feeding Services 5. Distribution of Emergency Supplies 6. Evacuee Services 7. Reunification Services 8. Construction Services 9. Staffing Support Services

GEOGRAPHICAL/SECTOR APPROACH In an effort to provide the timely delivery of ESF #6 support services, and to maintain a consistent and resilient posture of readiness, FEMA has established a strategic geographical approach for all readiness/planning and response activities that encompass all 10 FEMA Regions.

Sector II Sector I

Sectors Geographical Coverage Sector 1 FEMA Regions I, II, III, IV, and V Sector 2 FEMA Regions VI, VII, VIII, IX, and X

Page 7: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

4

FEMA has divided and grouped the 10 Regions (including states, territories and possessions) into two geographical sectors. This approach was determined based on 1) an evaluation of historical events (frequency and types of disasters) that have occurred in each sector and; 2) potential future events (e.g., New Madrid and Cascadia earthquake activity) that could occur in both sectors. FEMA has determined that Individual Assistance Support Contract will require at least two service providers, one for each geographical zone. This concept of two sectors will enable FEMA personnel and contract personnel to know, at the time of the disaster, the contractor who will be responsible for the disaster based on the sector in which the disaster is located. This concept further provides contractors a zone of responsibility and affords the designated sector contractor to be more knowledgeable about, and therefore better equipped to handle, their awarded sector. Offerors shall provide planning support to all FEMA Regions and prospective Whole Community partners within, but not limited to, their sector, while maintaining a sufficient quantity of deployable staff and resources. Offerors shall be ready and capable of providing backup support to the other sector as needed. The size and scope of each offeror’s task or mission may vary based on the effected Region’s scale and magnitude of damage post-disaster. TASKS AND DELIVERABLES The services provided by the offeror are subject to the needs of the government and must be scalable to accommodate survivor population fluctuations. Additionally, the offeror shall provide a Performance Work Statement (PWS) to address each of the nine (9) objectives listed below.

The offeror shall be capable of delivering these services to multiple disaster missions simultaneously in CONUS and OCONUS locations (Alaska, Hawaii, and other U.S. territories and possessions). When delivering these services, the offeror will meet all federal, state, territorial, tribal, and local laws and regulations. PREPAREDNESS PHASE

Objective 1: Steady State and Planning Support Services The overall objective of Steady State and Planning Support is to establish a strategy for the integration of offerors’ contract capabilities as described in 2 through 9. Steady State and Planning Support Services may include, but are not limited to:

1.1 Technical Assistance The offeror must provide technical assistance and support to FEMA, which focuses on establishing a strong readiness posture, developing plans, supporting disaster operations and developing contract capabilities that will enhance FEMA’s ability to accomplish its mission more efficiently.

Page 8: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

5

Coordination with FEMA a) Work with FEMA HQ and Regional staff throughout the calendar year to develop

strategies that describe the mobilization and implementation of contracted resources to support the ESF #6 Mass Care/Emergency Assistance and Temporary Housing mission.

b) Provide ongoing support to FEMA HQ and Regional staff in an effort to de-conflict resources.

c) Coordinate with FEMA officials to promote the integration of offeror capabilities with Whole Community response and recovery planning efforts.

d) Travel to FEMA Headquarters and various FEMA Regions for meetings, conferences, exercises, and planning activities.

e) Conduct assessments of existing capabilities for sheltering, feeding, distribution of emergency supplies, reunification, evacuee support, household pet support, and emergency housing options.

f) Identify gaps and work with FEMA staff and other stakeholders to address Mass Care/Emergency Assistance and Housing shortfalls.

Build and Maintain Contract Capability

a) Maintain a sufficient and reliable capability by establishing relationships with vendors that have expertise in the required functional areas.

b) Develop ESF #6 Support plans that describe how the offeror shall prepare for and deliver Mass Care/Emergency Assistance and Temporary and Permanent Housing Services for any size disaster.

c) Produce disaster response playbooks, to include but not limited to: detailing the offeror’s mission capabilities, resource mobilization timelines, and actionable response plans for how the offeror will respond, resource, and operate Mass Care and Construction Services support elements.

1.2 Regional Response Coordination Center (RRCC)/National Response Coordination Center (NRCC) Support

Offerors must have the capacity to deploy qualified and knowledgeable staff to support response coordination efforts during pre- or post-disaster declaration periods. Staff will be deployed to FEMA’s NRCC in Washington, D.C., RRCCs, Joint Field Offices (JFO), or other federal or state coordination sites to provide planning and logistical support.

1.3 Mission Planning Teams (MPTs) The overall objective of MPT is to assist with developing a strategy that accounts for the many factors that may affect the Mass Care and Temporary Housing mission.

a) Assign qualified and knowledgeable staff to serve on planning teams that support the

Mass Care/Emergency Assistance and Temporary and Permanent Housing Mission when activated by the government.

b) Provide adequate personnel to coordinate with stakeholders and begin pre-operations planning as part of the FEMA Mission Planning Team.

Page 9: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

6

1.4 Conferences and Meetings a) The offerors shall assign staff to participate in annual ESF #6-related conferences and

meetings, such as the National Hurricane Conference or the annual National Voluntary Organizations Active in Disaster (National VOAD) Conference, as directed by the government.

b) Meetings will include regular briefings and presentations on offeror capabilities and planning efforts. Participation will include other live and virtual meetings, as well as responding to questions and inquiries from the government. All travel shall be in compliance with federal travel regulations.

c) The offeror shall participate in conference calls, webinars, video teleconferences, and/or other live or virtual meetings facilitated by FEMA; other federal, state, and/or local agencies; and/or NGOs, as directed by the government; and respond to questions from the government as requested.

1.5 Exercises

a) The offeror will be tasked with attending and participating in exercises (e.g., National Mass Care Exercise, Cascadia, Vibrant Response, etc.). Activities will include periodic demonstrations of vendor capabilities for response to various types of hazards in a simulated setting for functional, full-scale or table top exercises.

b) The offeror will prepare and submit After Action Reports, and relevant plans that address strategies for improvement. Offeror shall provide these following an activation.

1.6 Training a) Maintain training consistent with Mass Care standards of practice on an annual basis for

subcontractor and staff active in readiness and response activities. b) Develop a training implementation plan and strategy for staff performing ESF #6 Mass

Care/Emergency Assistance and Temporary/Permanent Housing activities for steady state and disaster operations.

OPERATIONS PHASE

The overall objective of the Operations Phase is to ensure that the federal government maintains a capability through contracted support, in an effort to augment the response activities of state, local, tribal, and territorial governments and NGO partners; and to ensure disaster survivors receive appropriate housing, food, hydration, and emergency supplies following the impact of a disaster.

Objective 2: Resource Mobilization and Deployment The offeror shall develop a mobilization and deployment strategy and plan that describes the capability to direct, process, and account for all contract staff and equipment resources. The offeror shall:

a) Upon receipt and acknowledgement of a Mobilization Order, assemble and deploy all resources needed for the requested task to a staging location(s) to be specified by the government in the Task Order within 24-72 hours after Notice to Proceed is given, as per direction of the Contracting Officer.

Page 10: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

7

b) Upon receipt and acknowledgement of an Operations Order, commence operations as

specified in the Task Order. The offeror shall provide Mass Care/Emergency Assistance and Housing/Construction Services support per direction of the government. Services provided by the offeror must be scalable to accommodate survivor population fluctuations.

Objective 3: Congregate and Non-Congregate Sheltering Services The offeror shall provide either specific resources and services or a full set of turnkey services for congregate and non-congregate sheltering of disaster survivors and/or response personnel in newly- constructed, soft-sided, or pre-existing facilities, as identified in the Task Order. Services shall include site repair or renovation, as required; preparation, setup, operations, site maintenance and sanitation; staffing of shelter operations and support services, such as feeding and basic first-aid. All services and support must include equal access to the whole community, inclusive of people with disabilities and others functional needs, according to the Stafford Act as amended, PKEMRA, the Rehabilitation Act, and other civil rights legislation. All services must be provided in an inclusive setting and provide physical and programmatic support and effective communications access to people with disabilities and others with access and functional needs.

These services may include, but are not limited to: a) Technical support for site assessments. b) Temporary construction of soft-sided and/or fixed facilities or temporary repairs to

existing facilities as required. c) Site preparation such as utilities, etc. d) Setup and operation of traditional and non-traditional sheltering options that include wrap-

around services that help provide some level of comfort for disaster survivors and enable a successful transition process.

e) Daily operations, including all staffing and material resources necessary to provide: 1) A mechanism to track disaster survivors at shelter locations.1

2) Dormitory management. 3) Site maintenance and custodial services. 4) Sanitation facilities, including accessibility that meets ADA requirements. 5) Feeding and hydration services. 6) Disaster health services, including basic first-aid. 7) Services for children, including, but not limited to, providing a recreation space and

feeding considerations. 8) Client information management (i.e., a kiosk for residents). 9) Personal Assistance Services (PAS) to provide support for the activities of daily

living (ADL) to individuals with disabilities and/or access and functional needs. 10) Charging stations for durable medical equipment (DME) and communications

equipment (including cell phones). 11) Provide feeding, hydration, management, and sheltering to service and assistance

animals in support of their owners. 12) Basic voice and data communications equipment and access that would allow

daily operations and reunification and enable disaster survivors to register for FEMA assistance.

13) Providing basic first-aid services, feeding, hydration, management and boarding

Page 11: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

8

services for household pets. Sheltering may be provided at standalone locations or at facilities co- located at congregate sheltering facilities.

14) Daily shelter population reports and information using a standard reporting system or tool (i.e., ESF #6 Support System) as required.

Objective 4: Feeding Services The offeror shall provide either specific resources and services or a full set of turnkey services for hydration and feeding as required for the population identified in the Task Order. The offeror’s services will augment the capabilities of government, NGOs, and other whole community partners who may be conducting feeding missions. The offeror must ensure that all feeding services are in full compliance with applicable nutritional guidance and safety and sanitary codes and regulations. Food preparation and distribution or delivery of meals, snacks, and hydration to various locations as required. Food must meet cultural, medical, allergy-based, and dietary requirements of survivors and responders. These services may include, but are not limited to:

a) Providing resources and/or services in support of feeding missions, such as: staffing, fuel, food procurement, vehicles, facilities, equipment, etc.

b) Food preparation for distribution by a third party. c) On-site preparation and feeding at fixed locations (e.g., shelters, evacuation, and respite

sites). d) Provide mobile feeding in impacted communities. e) Provide feeding and hydration services for household pets and services animals. f) Provide accommodations for infants and toddlers (e.g., baby formula, food and feeding

supplies, and adaptive equipment). Objective 5: Distribution of Emergency Supplies Services The offeror shall provide either specific resources and services or a full set of turnkey services in support of the expedient distribution of emergency supplies to the population of disaster survivors identified in the Task Order. All services and support must include equal access to the Whole Community, inclusive of people with disabilities, according to the Stafford Act, PKEMRA, the Rehabilitation Act, and other civil rights legislation. All services must be provided in an inclusive setting and provide physical and programmatic support and effective communication access for people with disabilities and others with access and functional needs. While the list below provides methods and locations where distribution activities are likely to occur, each disaster event presents unique challenges, and therefore may require a more tailored approach. Distribution services may include, but are not limited to:

5.1 Ordering and assembly of distribution packages (e.g., clean-up kits, food boxes, hygiene kits).

5.2 Fixed site distribution, including:

a) The delivery of commodities to/from food preparation sites, kitchens, congregate and non- congregate shelters, and other Mass Care/Emergency Assistance facilities.

5.3 Mobile distribution of resources to disaster survivors in affected areas (e.g., door-to-door

distribution, delivery to community and shelter-in-place locations, and direct support to survivor communities).

Page 12: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

9

a) Warehouse operations, including:

1. Manage, operation, inventory tracking and demobilizing of temporary facilities for warehousing.

2. Provision of warehouse equipment, supplies, staff, and facilities management. 3. Procurement, packaging, transportation, and distribution of supplies.

b) Construction, setup operation, and closing of donation management sites. c) Support to mass evacuation sites (e.g., reception centers and evacuation assembly points). d) Points of Distribution (PODs) and other community distribution sites, including:

4. Construction, set up, staff, and management of accessible POD sites as required. 5. Provision of items to survivors in accordance with, but not limited to, supplies

at the direction of the government, to include individuals who are unable to travel to POD sites.

e) Distribution of life-saving resources (i.e., DME and CMS). Objective 6: Evacuee Support Services The offeror shall provide either specific resources and services or a full set of turnkey services in support of mass evacuees as required by the Task Order. The offeror shall coordinate with the government to augment existing capabilities of Whole Community partners in the provision of mass evacuee support services. Evacuee Support Services may include, but are not limited to:

a) Construction, set-up, equipping, staffing, operation, and closing of evacuee support sites. Locations established and operated by the offeror may include, but are not limited to embarkation, debarkation, evacuation assembly points, reception processing, and/or respite sites.

b) Site maintenance and custodial services. c) Sanitation facilities that are accessible under ADA requirements. d) Health services, which includes basic first-aid and screening of sheltered survivors and

workers and provision of durable medical equipment and consumable medical equipment supplies (including, but not limited to items listed in the FNSS Guidance).

e) Communications—basic voice and data communications equipment and connectivity. f) Providing basic first-aid services, feeding, hydration, management and boarding

services for household pets. g) Providing basic first-aid services, feeding, and hydration for service animals.

Objective 7: Reunification Services The offeror shall provide access to basic communications equipment in order to facilitate the reunification of survivors with their family members, friends, household pets, and service animals. The offeror shall coordinate with key stakeholders including, but not limited to, the American Red Cross, the National Center for Missing & Exploited Children, FEMA, and the affected jurisdiction. All services must be accessible to survivors with disabilities and others with access and functional needs. The offeror shall provide staff to support the Multi-Agency Reunification Task Force. 7.1 Reunification Services may include, but are not limited to, providing access to:

a) Telephones. b) Cellular phones. c) Telephone and cellular phone banks.

Page 13: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

10

d) Charging stations. e) Computers. f) Internet connections to social media and reunification systems. g) Support at dedicated call centers and family assistance centers. h) Staff to participate in the Multi-Agency Reunification Task Force.

Objective 8: Construction Services 8.1 Assessment and Planning The offeror shall provide the resources and/or a full set of turnkey services in support of construction services. FEMA may seek services including, but not limited to:

a) Emergency Sheltering Services b) Direct Housing and Permanent and Semi-Permanent Housing Construction:

i. Provide technical assistance to the Direct Housing Assessment Teams, including but not limited to rental resource data, site assessment and mapping, and housing options analysis (e.g., mitigation activities, site plans, and building plans that may require the application of universal design concepts and/or Uniform Federal Accessibility Standards (UFAS)).

c) Other Activities related to construction. 8.2 Construction The offeror shall perform construction services necessary to build, assemble, repair, renovate, retrofit, or otherwise improve facilities used as shelters or temporary housing that meet accessibility requirements. These services may include, but are not limited to:

Emergency Sheltering Services:

a) General construction work to provide temporary repair of residential structures, if those repairs are a cost-effective solution for emergency sheltering in place.

b) Conversion of commercial facilities to shelter facilities. c) Construction and/or modification of shelter facilities. d) Development of roadways and parking facilities as needed. e) Repair, replacement, or installation of utilities to include: water, sewer/septic, electrical

power, and heating ventilation and air conditioning (HVAC). Direct Housing and Permanent and Semi-Permanent Housing Construction:

a) Permanent and semi-permanent housing construction. b) Development of access roadways and parking facilities to permit access to permanent

and semi- permanent housing. c) Coordination of transportation of equipment and materials, and coordination with state

and local authorities for temporary and permanent housing construction activities. d) Repair, replacement, or installation of utilities to include: water, sewer/septic, electrical

power, and heating ventilation and air conditioning (HVAC). e) Multi-lease and Repair Program.

Page 14: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

11

8.3 Maintenance Services. Services to provide safe sanitary structures appropriate for housing disaster survivors.

a) Maintenance services for all interior and exterior components of renovated, repaired, and newly- constructed buildings.

b) Staff and supplies to clean and refurbish housing. c) Lawn service, snow removal, and other grounds maintenance services, as requested, at

sheltering facilities and temporary housing Objective 9: Staffing Support Services Staffing to support non-federal or non-governmental facilities, such as shelters, POD, and warehouses.

a) Program oversight, planning, and/or specialized staff deployed to FEMA’s National Response Coordination Center, Regional Response Coordination Center, Joint Field Offices, and other field locations.

b) Provide and train staff in the necessary skillset to meet this scope of work. c) Generalist staff to provide sheltering, feeding, distribution, reunification services,

evacuee support, and other required ESF #6 support. Specialized staff will provide services, such as basic first-aid.

9.1 Security Requirement. The offeror shall ensure compliance with the Federal

Acquisition Regulations (FAR), Homeland Security Acquisition Regulations (HSAR), and clauses [48 C.F.R. § 4.1303 (clause at 48 C.F.R. § 52.204-9) and 48 C.F.R. § 3004.470-3 (clauses at 48 C.F.R. § 3052.204-70 and 48 C.F.R. § 3052.204-71)] as applicable and outlined in Appendix B.

DELIVERY SCHEDULE The offeror shall provide the key staff, staffing plans, and execute timelines required to meet the above- stated operational requirements within 30 business days of contract award. Per exercised objective, the offeror shall activate the necessary resources as specified in the Task Order after Notice to Proceed (NTP) is given, per direction of the Contracting Officer. The offeror shall be ready to provide services to survivors, as stated in the Disaster Variables Table provided with the Task Order. If more than one Task Order is issued, the offeror shall execute the requirements concurrently.

The offeror shall develop a training plan and deliver training to all necessary contracted personnel to support the Mass Care/Emergency Assistance and Temporary/Permanent Housing Mission. All training for key personnel (i.e., Train-the-Trainer, etc.) must be completed within 60 days of contract award. The training may occur online or at a facility identified by FEMA. GOVERNMENT FURNISHED EQUIPMENT (GFE) The offeror shall not rely on receiving any GFE in support of these requirements. The offeror shall provide all equipment, supplies, and staff to fulfill the requirements detailed in this SOO and accompanying task orders. GOVERNMENT FURNISHED INFORMATION (GFI) The government will provide the offeror with applicable guidance documents, as they are issued or updated. Government Furnished Information (GFI) may include, as available and applicable: plans, concept of operations documents, standard operating procedures (SOPs), guidance

Page 15: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

12

documents, and standards from FEMA’s Mass Care/Emergency Assistance Section and other federal agencies (e.g. USDA Food and Nutrition Service standards; Animal and Plant Health and Inspection Service standards for household pets and any guidelines furnished from the Department of Health and Human Services). Post- award consultations with the FEMA Mass Care/Emergency Assistance unit may be necessary. PERIOD OF PERFORMANCE The period of performance consists of a base period of up to one (1) year plus four (4) one-year option periods. The place of performance for this contract will be FEMA Headquarters and throughout the FEMA Area of Responsibility (AOR), to include FEMA Regions I through X.

Page 16: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

13

Appendix A—Applicable Documents

1) Animal Welfare Act and Animal Welfare Regulations (2013) 2) Department of Housing and Urban Development Housing Quality Standards 3) Department of Justice (DOJ) Americans with

Disabilities Act DOJ ADA Checklist for Emergency Shelters DOJ ADA Standards for Accessible Design (2010)

4) Fair Housing Act 5) FEMA Guidance on Planning for Integration of Functional Needs Support

Services in General Population Shelters (2010) 6) FEMA IS-26 Guide to Points of Distribution 7) FEMA Response Federal Interagency Operational Plan (2014) 8) Guidelines for Standards of Care in Animal Shelters, the Association of Shelter

Veterinarians, 2010 9) Hafele, Accessibility Planning Guide for Bathrooms: Regulations/Universal Design 10) Homeland Security Presidential Directive 12 11) Interim Shelter Field Guide, FEMA P-785 (2014) 12) Mega-Shelter Planning Guide: A Resource and Best Practices Reference Guide (2010) 13) National Fire Protection Association 70: 2014 National Electric Code® 14) National Incident Management System, Resource Typing for Mass Care 15) National Response Framework, Annex #6—ESF #6 Mass Care, Emergency

Assistance, Temporary Housing and Human Services (2013) 16) Privacy Act of 1974, 5 U.S.C. § 552a 17) Robert T. Stafford Disaster Relief and Emergency Assistance Act, as amended, and

Related Authorities as of April 2013 18) Safety in Shelter-Based Child Care Centers, Brethren Children’s Disaster Services 19) Uniform Federal Accessibility Standards 20) U.S. Public Health Service Publication 934: Food Service Sanitation Ordinance and Code,

29 CFR 1910.142(i)(1) (1962) 21) Multi-Agency Sheltering/Sheltering Support Plan Template (MASPT) 22) Shelter Guidance Aid and Shelter Staffing Matrix—October 2010 23) Contractor Clearance and Access

48 C.F.R. § 4.1303 (clause at 48 C.F.R. § 52.204-9) 48 C.F.R. § 3004.470-3 (clauses at 48 C.F.R. § 3052.204-70 and 48 C.F.R. § 3052.204-71)]

Page 17: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

14

Appendix B—Security

STANDARD SECURITY LANGUAGE (NOT FOR USE IN CONTRACTS FOR WEAPONS-CARRYING

GUARDS) (NOT FOR USE IN CLASSIFIED CONTRACTS) [NOTE TO CONTRACTING OFFICER: The Contracting Officer, in coordination with

FEMA’s Personnel Security Division (PSD), shall ensure that all solicitations and contracts comply with the following Federal Acquisition Regulations and Homeland Security Acquisition Regulations by including the requisite clauses, as applicable:

• 48 C.F.R. § 4.1303 (clause at 48 C.F.R. § 52.204-9) • 48 C.F.R. § 3004.470-3 (clauses at 48 C.F.R. § 3052.204-70 and 48 C.F.R. § 3052.204-

71)] BACKGROUND INVESTIGATIONS

All contractor personnel who require access to DHS or FEMA information systems, routine access to DHS or FEMA facilities, or access to sensitive information, including but not limited to Personally Identifiable Information (PII), shall be subject to a full background investigation commensurate with the level of the risk associated with the job function or work being performed. FEMA’s Personnel Security Division (PSD) will determine the risk designation for each contractor position by comparing the functions and duties of the position against those of a same or similar federal position, applying the same standard for evaluating the associated potential for impact on the integrity and efficiency of federal service.

Low Risk without Information System Access Contractor personnel occupying positions or performing functions with a Low Risk designation and who do not require access to DHS or FEMA information systems shall undergo a National Agency Check with Inquiries (NACI) Tier 1 and a credit check and must receive a favorable adjudication thereof from FEMA PSD prior to performing work under this contract.

Low Risk with Information System Access Contractor personnel occupying positions or performing functions with a Low Risk designation and who require access to DHS or FEMA information systems shall undergo a Tier 2 Suitability Background Investigation (T2) and must receive a favorable adjudication thereof from FEMA PSD prior to performing work under this contract.

Moderate Risk Contractor personnel occupying positions or performing functions with a Moderate Risk designation shall undergo a Tier 2 Suitability Background Investigation (T2) and must receive a favorable adjudication thereof from FEMA PSD prior to performing work under this contract.

Page 18: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

15

High Risk Contractor personnel occupying positions or performing functions with a High Risk designation shall undergo a Tier 4 Background Investigation (BI) and must receive a favorable adjudication thereof from FEMA PSD prior to performing work under this contract.

Background Investigation Process To initiate the request to process contractor personnel, the Contractor shall provide the FEMA Contracting Officer’s Representative (COR) with all required information and comply with all necessary instructions to complete Section II of the FEMA Form 121-3-1-6, “Contract Fitness/Security Screening Request.” The FEMA COR shall ensure that all other applicable sections of the FEMA Form 121-3-1-6 are complete prior to submitting the form to FEMA PSD for processing. The Contractor shall also provide the FEMA COR with completed OF 306, “Declaration for Federal Employment,” forms for all contractor personnel.

Contractor personnel who already have a favorably adjudicated background investigation, may be eligible to perform work under this contract without further processing by FEMA PSD if

• the investigation was completed within the last five years, • it meets or exceeds the minimum requirement for the position they will occupy or

functions they will perform on this contract, • the contractor personnel have not had a break in employment since the prior favorable

adjudication, and • FEMA PSD has verified the investigation and confirmed that no new derogatory

information has been disclosed which may require a reinvestigation. FEMA PSD will notify the COR of the names of the contractor personnel eligible to work based on prior, favorable adjudication. The COR will, in turn, notify the Contractor of the names of the favorably adjudicated contractor personnel, at which time the favorably adjudicated contractor personnel will be eligible to begin work under this contract.

For those contractor personnel who do not have an acceptable, prior, favorable adjudication or who otherwise require reinvestigation, FEMA PSD will issue an electronic notification via email to the contractor personnel that contains the following documents, which are incorporated into this contract by reference, along with a link to the Office of Personnel Management’s Electronic Questionnaires for Investigation Processing (e-QIP) system and instructions for submitting the necessary information:

• Standard Form 85P, “Questionnaire for Public Trust Positions” • Optional Form 306, “Declaration for Federal Employment” • SF 87, “Fingerprint Card” (2 copies) • DHS Form 11000-6, “Non-Disclosure Agreement” • DHS Form 11000-9, “Disclosure and Authorization Pertaining to Consumer Reports

Pursuant to the Fair Credit Reporting Act”

FEMA PSD will only accept complete packages consisting of all of the above document and Standard Form 85P, which must be completed electronically through the Office of Personnel

Page 19: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

16

Management’s e-QIP system. The Contractor is responsible for ensuring that all contractor personnel timely and properly submit all required background information.

Once contractor personnel have properly submitted the complete package of all required background information, FEMA’s Personnel Security Division, at its sole discretion, may grant contractor personnel temporary eligibility to perform work under this contract prior to completion of the full background investigation if the Personnel Security Division’s initial review of the contractor personnel’s background information reveals no issues of concern. In such cases, FEMA’s Personnel Security Division will provide notice of such temporary eligibility to the COR who will then notify the Prime Contractor, at which time the identified contractor personnel will be temporarily eligible to begin work under this contract. Neither the Prime Contractor nor the contractor personnel has any right to such a grant of temporary eligibility. The grant of such temporary eligibility shall not be considered as assurance that the contactor personnel will remain eligible to perform work under this contract upon completion of and final adjudication of the full background investigation.

Upon favorable adjudication of the full background investigation, FEMA’s Personnel Security Division will update the contractor personnel’s security file and take no further action. In any instance where the final adjudication results in an unfavorable determination FEMA’s Personnel Security Division will notify the contractor personnel directly, in writing, of the decision and will provide the COR with the name(s) of the contractor personnel whose adjudication was unfavorable. The COR will then forward that information to the Contractor. Contractor personnel who receive an unfavorable adjudication shall be ineligible to perform work under this contract. Unfavorable adjudications are final and not subject to review or appeal.

Continued Eligibility and Reinvestigation Eligibility determinations based on a Low Risk (NACI w/Credit or T1), Moderate Risk (MBI or T2S or High Risk (BI or T4) are valid for five years from the date that the investigation was completed and closed. Contractor personnel required to undergo a background investigation to perform work under this contract shall be ineligible to perform work under this contract upon the expiration the background investigation unless and until the contractor personnel have undergone a reinvestigation and FEMA’s Personnel Security Division has renewed their eligibility to perform work under this contract.

Exclusion by Contracting Officer The Contracting Officer, independent of FEMA’s Personnel Security Division, may direct the Contractor be excluded from working on this contract. Any contractor found or deemed to be unfit or whose continued employment on the contract is deemed contrary to the public interest or inconsistent with the best interest of the agency may be removed.

FACILITY ACCESS The Contractor shall comply with FEMA Directive 121-1 “FEMA Personal Identity Verification (PIV) Guidance,” FEMA Directive 121-3 “Facility Access,” and FEMA Manual 121-3-1 “FEMA Credentialing Access Manual,” to arrange for contractor personnel’s access to FEMA facilities, which includes, but is not limited to, arrangements to obtain any necessary identity badges for contractor personnel.

Page 20: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

17

Contractor personnel working within any FEMA facility who do not require access to DHS or FEMA IT systems and do not qualify for a PIV Card may be issued a Facility Access Card (FAC). FACs cannot exceed 180 days; all contractors requiring access greater than 180 days will need to qualify for and receive a PIV card before being allowed facility access beyond 180 days.

Contractor personnel shall not receive a FAC until they have submitted a SF 87, “Fingerprint Card,” and receive approval from FEMA PSD. Contractor personnel using a FAC for access to FEMA facilities must be escorted in Critical Infrastructure areas (i.e., server rooms, weapons rooms, mechanical rooms, etc.) at all times.

FEMA may deny facility access to any contractor personnel whom FEMA’s Office of the Chief Security Officer has determined to be a potential security threat.

The Contractor shall notify the FEMA COR of all terminations/resignations within five calendar days of occurrence. The Contractor must account for all forms of Government-provided identification issued to contractor employees under a contract (i.e., the PIV cards or other similar badges) must return such identification to FEMA as soon as any of the following occurs:

• When no longer needed for contract performance. • Upon completion of a contractor employee’s employment. • Upon contract completion or termination.

If an identification card or building pass is not available to be returned, the Contractor shall submit a report to the FEMA COR, referencing the pass or card number, name of the individual to whom it was issued, and the last known location and disposition of the pass or card.

The Contractor or contractor personnel’s failure to return all DHS- or FEMA-issued identification cards and building passes upon expiration, upon the contractor personnel’s removal from the contract, or upon demand by DHS or FEMA may subject the contractor personnel and the Contractor to civil and criminal liability.

Page 21: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

18

Appendix C—Glossary

Term Definition Accessibility item Auxiliary aid or service

(http://www.ada.gov/pcatoolkit/chap3toolkit.htm#anchor2) and/or durable medical equipment required by people with disabilities and others with access

Assistance animal An animal that works, provides assistance, or performs tasks for the benefit of a person with a disability, or provides emotional support that alleviates one or more identified symptoms or effects of a person’s disability. Assistance animals perform many disability- related functions, including but not limited to, guiding individuals who are blind or have low vision, alerting individuals who are deaf or hard of hearing to sounds, providing protection or rescue assistance, pulling a wheelchair, fetching items, alerting persons to impending seizures, or providing emotional support to persons with disabilities who have a disability-related need for such support. For purposes of reasonable accommodation requests, neither the FHAct [Fair Housing Act] nor Section 504 requires an assistance animal to be individually trained or certified. While dogs are the most common type of assistance animal, other animals can also be assistance animals. See:

Consumable Medical Supplies (CMS)

Medical supplies (medications, diapers, bandages, etc.) that are ingested, injected, or applied and/or are one time use only.

Debarkation site A location established to receive government transportation-assisted survivors and provide life-sustaining items/services including, but not limited to: • Food and hydration; • General support, including disaster updates and recovery information; • Health services; • Reunification; • Survivor tracking; • Toilet and hand-washing stations; and • Transportation services.

Dietary/cultural food options

Food that meets an individual’s dietary/cultural requirements including, but not limited to, glatt kosher, gluten-free, halal, kosher, lactose-free, low/no fat, low/no sugar, low sodium, omnivorous, peanut/tree nut-free, vegan, and/or vegetarian requirements.

Dietary/cultural limitations

Restriction on the consumption of one (1) or more foods including, but not limited to, animal products, fat, gluten, lactose, peanuts/tree nuts, sodium, or sugar.

Disaster Housing Assessment Teams

A team of FEMA, state, local, and tribal partners who perform a comprehensive analysis of the disaster-cause housing needs and available resources.

Durable Medical Equipment (DME)

Medical equipment (e.g., walkers, canes, wheelchairs, etc.) used by persons with a disability to maintain their usual level of independence.

Page 22: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Statement of Objectives Individual Assistance Support Contract (IASC)

19

Effective communication

ADA requirement that communications with individuals with disabilities are as effective as communications with others, as indicated in DOJ ADA Title II Technical Assistance Manual II-7.1000 (1993).

Embarkation site An intake, processing, and departure location established for the movement of government transportation-assisted survivors, their household pets, luggage, and/or durable medical equipment. Items/services include, but are not limited to, services provided in the definition for “debarkation site” as indicated by the government.

Page 23: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

20

Statement of Objectives Individual Assistance Support Contract (IASC)

ESF #6 mission areas

ESF #6 mission areas include sheltering, feeding, distribution of emergency supplies, and reunification services; support for children, people with disabilities and others with access and functional needs, mass evacuation, household pets and service animals; voluntary agency coordination and donations management; direct housing and financial assistance; and human services programs, as defined in the Stafford Act.

House-to-house distribution

Door-to-door distribution of emergency supplies to survivors sheltering in place.

Household pet A domesticated animal, such as a dog, cat, bird, rabbit, rodent, or turtle that is traditionally kept in the home for pleasure rather than for commercial purposes, can travel in commercial carriers, and can be housed in temporary facilities. Household pets do not include reptiles (excluding turtles), amphibians, fish, insects/arachnids, farm animals (including horses), and animals kept for racing/commercial purposes.

Housing Includes housing options such as rental assistance, repair, loan assistance, replacement, factory-built housing, semi-permanent and permanent constructions, referrals, identification and provision of accessible housing, and access to other sources of housing

Disaster mental health staff

Counselors/clinicians, crisis counselors, and/or pastoral/spiritual care workers.

Multi-lease and repair Program

Assistance that allows FEMA to repair or make improvements to existing housing units (e.g. apartments). FEMA may utilize these type of units as temporary housing for eligible applicants who are unable to use Rental Assistance due to lack of available resources.

Permanent and semi- permanent housing

Home repair and/or construction services provided in insular areas outside the continental United States and in other locations where no alternative housing resources are available; and where types of housing assistance FEMA normally provides, such as Rental Assistance and other forms of direct assistance, are unavailable, infeasible, or not cost-effective.

Personal Assistance Services

Basic Level activities of Daily Living (ADL) include: • Grooming, eating, bathing, toileting • Walking, transferring • Maintaining health and safety High level of PAS, when allowed by the state or territory, and with the proper training and certification may include: administering medications, respiratory.

Points of Distribution (POD) sites

A point established, usually by government authorities, at which disaster supplies are distributed to and obtained by disaster survivors.

Reception processing site

A location established to provide government transportation-assisted survivors with life- sustaining items/services including, but not limited to, one (1) or more of the following: • Durable medical equipment including, but not limited to, canes, crutches,

walkers, and manual wheelchairs; • Food and hydration; • General support, including disaster updates and recovery information; • Health services; • Reunification; • Short-term sheltering; • Survivor tracking; • Toilet and hand-washing stations • Transportation services.

Page 24: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

1

HSFE70-17-R-0012

Respite center A location established to provide self-evacuees with life-sustaining items/services

during a mass evacuation including, but not limited to: • Food and hydration; • Health services; • Fuel for vehicles; • Toilet and hand-washing stations; and • General support, including disaster updates and recovery information.

Service animal A service animal is individually trained to do work or perform tasks for a person with a disability (http://www.ada.gov/service_animals_2010.htm).

Shelter Unless otherwise specified, a shelter is a congregate or non-congregate facility, including community and shelter-in-place (household) locations. • Congregate facilities include, but are not limited to:

o Schools; o Community centers; and o Climate-controlled soft-sided structures.

• Non-congregate facilities include, but are not limited to: o Institutional settings

Universal Design Refers to broad-spectrum ideas meant to produce buildings, products and environments that are inherently accessible to older people, people without disabilities, and people with disabilities, reference ADA.

Page 25: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

SECTION D - PACKAGING AND MARKING This requirement has no known requirement for Packing, Marking and Storage; however, the Contracting Officer reserves the right to incorporate packaging, marking and storage on the task order level if a need occurs. [For this Solicitation, there are NO clauses in this Section]

Page 26: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

SECTION E - INSPECTION AND ACCEPTANCE E.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE" contained in this document. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause. NUMBER TITLE DATE 52.246-1 CONTRACTOR INSPECTION REQUIREMENTS APR 1984 52.246-2 INSPECTION OF SUPPLIES--FIXED-PRICE AUG 1996 52.246-4 INSPECTION OF SERVICES--FIXED-PRICE AUG 1996 52.246-5 INSPECTION OF SERVICES -- Cost-Reimbursement APR 1984 52.246-6 INSPECTION--TIME-AND-MATERIALS AND MAY 2001 LABOR-HOUR 52.246-16 RESPONSIBILITY FOR SUPPLIES APR 1984 E.2 INSPECTION AND ACCEPTANCE The Government reserves the right, at all reasonable times, and upon reasonable notice to the Contractor, to inspect or otherwise evaluate the work performed or being performed at the location(s) at which work is being performed. Pursuant thereto, the Government reserves the right to maintain representatives on the premises of the contractor (or subcontractor). If the Government makes any inspection or evaluation on the premises of the Contractor (or subcontractor), the Contractor shall provide all reasonable facilities and assistance ensuring the safety and convenience of the Governments representatives in the performance of their duties. All inspections and evaluations by the Governments representatives shall be performed in such a manner as will not unduly delay work. The Government will endeavor to conduct all audits, inspections, and evaluations in accordance with the highest levels of established professional auditing practices and standards. If a written report of such inspection or evaluation is prepared by the Government which reflects deficiencies or proposed corrective actions to be taken by the Contractor or its subcontractor, a copy of those deficiencies and/or proposed corrective actions shall be furnished to the Contractor. Any corrective action proposed to be taken as a result of such inspections shall be discussed with the Government prior to implementation. Evaluations of the Contractors work product shall be placed in the contract file and are not subject to public release under the Freedom of Information Act, but may be used by the government for internal purposes, as deemed appropriate. Final inspection and acceptance shall be by the Contracting Officer or his/her duly authorized representative at the FEMA Joint Field Office (JFO) to be specified in individual task orders. Method of Inspection: Sets forth the surveillance methods the government will use to evaluate the contractor's performance for the listed tasks. E.3 PERFORMANCE EVALUATION The Quality Assurance Surveillance Plan (QASP) lists the performance requirements by FEMA Task for which contractor performance will be measured when performing under this contract. The contractor’s performance will be monitored and evaluated against specified performance measures outlined in their PWS and their QASP. The contractor shall submit a proposed Quality Assurance Surveillance Plan (QASP) for the government’s consideration in development of the government’s Quality Assurance Surveillance Plan (QASP). The contractor’s performance will be monitored against specified performance measures outlined in the PWS and the QASP.As a result, the Quality Control Plan shall demonstrate, at a minimum:

1) The contractor’s ability to track disaster resources in real time; 2) The contractor’s ability to ensure code compliance (e.g. child care staff certification, square foot per shelter, etc.); and

Page 27: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

3) The contractor’s ability to track and disseminate cost data.

Page 28: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

SECTION F - DELIVERIES OR PERFORMANCE F.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE" contained in this document. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause. NUMBER TITLE DATE 52.211-13 TIME EXTENSIONS SEP 2000 52.242-15 STOP-WORK ORDER AUG 1989 52.242-17 GOVERNMENT DELAY OF WORK APR 1984 52.247-34 F.O.B. DESTINATION NOV 1991 F.2 TERM OF CONTRACT The contract shall be effective as of the execution date and shall continue through five years (60 months) one base plus four (4) option periods, except that delivery orders placed prior to the expiration date shall remain in full force and effect until deliveries have been completed and payments, therefore, have been made.

1. The Period of Performance shall be from the date of contract award through 12 months. 2. If Option 1 is exercised, the Period of Performance shall be from the effective date of the option through 12

months. 3. If Option 2 is exercised, the Period of Performance shall be from the effective date of the option through 12

months. 4. If Option 3 is exercised, the Period of Performance shall be from the effective date of the option through 12

months. 5. If Option 4 is exercised, the Period of Performance shall be from the effective date of the option through 12

months.

F.3 PLACE OF PERFORMANCE The place of performance for this contract will be FEMA Headquarters in Washington, DC; FEMA Regions I through X; and locations within FEMA’s Area of Responsibility, which includes CONUS, OCONUS, and other U.S. territories and possessions. The effort required under this contract shall be performed at various disaster sites to be determined under individual task orders. The Geographical Sectors are as follow: F.4 TASK ORDER LEVEL PERFORMANCE PERIOD Each Task Order Proposal request will specify a period of performance. F.5 DELIVERY SCHEDULE Delivery of items will be determined on an individual task order basis.

Sectors Geographical Coverage Sector 1 FEMA Regions I, II, III, IV, and V Sector 2 FEMA Regions VI, VII, VIII, IX, and X

Page 29: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

F.6 NOTICE OF DELAY If the Contractor becomes unable to complete the contract work at the time specified because of technical difficulties, notwithstanding the exercise of good faith and diligent efforts in the performance of the work called for hereunder, the Contractor shall give the Contracting Officer written notice of the anticipated delay and the reasons therefore. Such notice and reasons shall be delivered promptly after the condition creating the anticipated delay becomes known to the Contractor but in no event less than forty-five (45) days before the completion date specified in this contract, unless otherwise directed by the Contracting Officer. When notice is so required, the Contracting Officer may extend the time specified in the Schedule for such period as deemed advisable. F.7 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) ALTERNATE I (APR 1984) The Contractor shall be required to (a) commence work under this contract within immediate calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 7 days after receipt of award. The time stated for completion shall include final cleanup of the premises. The completion date is based on the assumption that the successful offeror will receive the notice to proceed by 24 hours of task order. The completion date will be extended by the number of calendar days after the above date that the Contractor receives the notice to proceed, except to the extent that the delay in issuance of the notice to proceed results from the failure of the Contractor to execute the contract and give the required performance and payment bonds within the time specified in the offer.

Page 30: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-16-R-0006 Section G

G-1

SECTION G - CONTRACT ADMINISTRATION DATA G.1 IDENTIFICATION OF GOVERNMENT OFFICIALS The Government Officials assigned to this contract are as follows: Contracting Officer:

Name: Lashawn Smith, Contracting Officer Phone: 202-646-4306 Email: [email protected]

Contracting Officer:

Name: Isaac L. Chapple, Contracting Officer Phone: 202-212-3924 Email: [email protected]

Contracting Officer Representative: Name: To Be Determined at time of Award Phone: Email:

G.2 CONTRACTING OFFICER Contracting Officers are individuals that have been delegated procurement authority with the designation of Contracting Officer warrants that authorize the individuals to sign on behalf of the government. The following is a list of individuals that are designated as Contracting Officers or have been delegated the responsibilities of a Contract Specialist or an Ordering Officer for this contract by the Contracting Officer. Also listed next to each name is the amount of their Contracting Officer Warrant. The Contractor is not to accept direction from anyone other than the Contracting Officer. G.3 CONTRACTING OFFICER REPRESENTATIVE The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to Conduct the following functions but not limited to:

• Ensure the Contractor performs the technical requirements of the contract; • Perform inspections necessary in connection with contract performance; • Maintain written and oral communications with the Contractor concerning technical aspects of the contract; • Issue written interpretations of technical requirements, including Government drawings, designs, and

specifications; • Monitor contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; • Coordinate availability of government furnished property; and provide site entry of Contractor personnel.

The COR is not authorized to change any of the terms and conditions of the resulting contract and/or task order. G.4 TASK MONITORS Task Monitor is responsible for individual project management and/or task assignment administration. This may involve daily oversight to ensure work is performed in accordance with the task order request(s) and provide any other necessary technical guidance to the contractor. A Task Monitor does not have authority to request or authorize work to be performed outside the scope of the task order. Each Task Monitor works in conjunction with the COR, however, if any discrepancies exist between the direction given by a COR and a Task Monitor to the Contractor, the COR's direction shall take precedence. If the Contractor is unclear as to the direction provided by a Task Monitor or believes the direction to be out of scope, the Contractor shall contact either the COR or the Contracting Officer as appropriate.

Page 31: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-16-R-0006 Section G

G-2

G.5 TASK ORDER In the event the Contracting Officer issues a Notice to Proceed (NTP), a written task order shall be issued within 72 hours of the issuance for the NTP. Written task orders will be issued by the Contracting Officer in accordance with FAR Part 52.216-18, ordering from the effective date of the contract to the expiration date of the contract. All task orders will be initiated by the Contracting Officer via a task order proposal request with specific information and instructions for services required. The Contractor will be required to perform the services per the written task order. The task order proposal request is not a commitment that the FEMA will issue a task order nor will any Contractor incurred proposal cost become reimbursable. In addition, the Contractor shall not initiate any performance efforts until a written task order has been signed, and issued by the Contracting Officer. G.6 TASK ORDER PROCEDURES A Notice to Proceed may be issued by the Government prior to issuance of a formal written Task Order. The NTP will be limited to a specified timeframe and ceiling amount. The Contractor will be authorized to incur costs (not-to-exceed the specified ceiling) within an expressly stated time period, prior to issuance of the formal Task Order. The Contractor will not be authorized to incur costs in excess of the ceiling amount specified or to perform work after expiration of the specified timeframe. The Government w (CO/CS) will issues a task order proposal request with documents and information to include (but, not limited to): the statement of work, performance work statement, pricing schedule, period of performance, place of performance; questions and Answers Spreadsheet. The Sector contractor must submits it’s technical and price proposals to CO and CS only. The government evaluates both the technical and price proposals for contract award, and the Sector Contractor receives the executed Task Order. G.7 TASK ORDER ISSUANCE A Task Order may be issued without negotiations based on acceptability of the Task Proposal. If negotiations are required, the Contract Specialist will arrange a meeting or a conference call among the appropriate Government and Contractor personnel. The Government may request submission of a Revised Proposal and/or Final Work Plan, if required. If an agreement cannot be reached on any aspect of the task, the Government has the right to unilaterally issue the Task Order, and the Contractor is required to perform; however, while performance is taking place, the Contractor has the right to pursue applicable remedies under the Disputes clause of the Contract. Upon signature by the Contracting Officer, each Task Order is considered fully executed, binding and ready for implementation. Each Task Order will be forwarded promptly to the Contractor and shall conform to all terms and conditions of the contract. Orders may be issued orally, electronically, or by facsimile methods. If issued orally, a hardcopy will follow. At a minimum, each Task Order shall include the following: contractor's name, contract number, task order number, contract task number and description of task, performance period, disaster number and location, maximum number of labor hours, cost of the Task Order and applicable accounting and appropriations data. G.8 MODIFICATIONS Under this contract, and subsequent Task Orders, the Contracting Officer is the only Government official authorizes to make changes via a Standard Form 30. G.9 TRAVEL For operational mission and MPT deployment only. Costs for transportation, lodging, meals and incidental expenses, in support of this contract, are allowable subject to FAR 31.205-46, Travel Costs. These costs will be considered reasonable and allowable only to the extent that they do not exceed, on a daily basis, the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations Manuel 122-1-1.

Page 32: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-16-R-0006 Section G

G-3

In accordance with FEMA Travel Regulations Manual 122-1-1, the following travel regulations shall be adhered to by contractor personnel while performing under the contract: Local travel is defined as any official travel in which the traveler can reasonably be expected to travel to a temporary work site, perform required task(s) and return to the official work site or residence within one workday. Normally, the area of travel is limited to a 50 mile radius from the official work site. Upon the recommendation of the Contracting Officer's Representative or the Task Monitor and the discretion of the authorizing official (Contracting Officer), the local travel area can be extended to a maximum radius of 100 miles to the extent the health and welfare of the employee is not affected. The above definition shall be applied to those who are assigned from the contractor office to work at a FEMA Joint Field Office (JFO). In the event the employee has been assigned to the JFO and returns to their residence each night, they shall not be entitled to either per diem or mileage. The general rule is that "employees must place themselves at their regular places of work and return to their residence at their own expense, absent statutory or regulatory authority to the contrary." Holiday - If a holiday occurs while an employee is on a disaster assignment, the employee is to follow their corporate policy, unless DHS FEMA specifically requires that the contractor employee work during the holiday. However, the incidents which have caused problems in the past are those where the company does not observe a particular holiday, which the Government does, and the DHS FEMA Contracting Officer’s Representative/Task Monitor does not want contractor personnel on site when there are no Government personnel on duty. To ensure that these situations are addressed properly, it is requested that the contractor provide the FEMA Contracting Officer’s Representative/Task Monitor with a list of all holidays observed. This information will be provided at the beginning of an operation. In the event there is a holiday that is observed by DHS FEMA, but not by the contractor, the contractor shall arrange with the Contracting Officer’s Representative/Task Monitor, a plan for how to ensure that the full weekly work commitment is met (i.e. work 4/10 hour days, work at their hotel rooms, or at a contractor facility, etc.). The contractor shall provide the plan to the Contracting Officer’s Representative/Task Monitor as far in advance as possible, but under no circumstances shall it be less than one week prior to the holiday. The DHS FEMA Contracting Officer’s Representative/Task Monitor shall make every effort to accommodate the contractors plan.

G.10 PERFORMANCE EVALUATION In accordance with Federal Acquisition Regulation (FAR) Subpart 42.1502, the performance evaluation will be inputted PPIRS of the Federal Repository for Completed Assessments and in to the Contractor Performance Assessment Reporting System (CPARS).

G.11 BILLING INSTRUCTIONS (JUN 2014) Contractors will use Standard Form 1034 (Public Voucher for Purchases and Services Other Than Personal) located at http://www.gsa.gov/portal/forms/type/SF when submitting a payment request. A payment request means any invoice or request for contract financing payment requesting reimbursement for supplies or services rendered. The Contractor shall not be paid more frequently than on a monthly basis. Contractors must submit vouchers electronically in pdf format to the FEMA Finance Center at [email protected]. A copy of the voucher must be submitted electronically to the contracting officer identified within this contract. The submission of vouchers electronically will reduce correspondence and other causes for delay to a minimum and will facilitate prompt payment to the Contractor. Paper vouchers mailed to the finance center will not be processed for payment. If the Contractor is unable to submit a payment request in electronic form, the contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, and the payment office. *During a Presidential Declared Disaster, the contractors will be paid on a bi-weekly basis.

Page 33: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-16-R-0006 Section G

G-4

G.12 DEFECTIVE OR IMPROPER INVOICES (JUN 2014) Name, title, phone number, and email of officials of the business concern who are to be notified when the Government receives an improper invoice. __TBD______________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ G.13 LOCAL PREFERENCE Following contract award, the contractor shall use local subcontractors, consultants, and partners to the maximum extent possible. Local means within the states geographical boundaries. Use of non-local firm(s) may be authorized only on an exception basis by the Contracting Officer, and the contractor must furnish adequate justification that shows or demonstrates that a local firm cannot be utilized or is unavailable. In addition to the provisions cited in FAR 17.207 Exercise of Options and related FAR Clauses cited herein, exercise of option will also be contingent upon contractor performance and ability to meet subcontracting activities, to include utilizing Small Disadvantaged Businesses, in accordance to the Contractor's Subcontracting Plan. G.14 INVOICE APPROVAL (JUN 2014) The following FEMA individual (in addition to the Contracting Officer) is hereby delegated authority to accept goods and services and to review and approve invoices for this contract: Authorized Invoice Approver Name: TBD Title: Phone: Email: G.15 INVOICE INSTRUCTIONS (JUN 2014) Invoices shall be submitted as follows: Contractors will use Standard Form 1034 (Public Voucher for Purchases and Services Other Than Personal) and SF 1035 Continuation sheet when requesting payment for supplies or services rendered. The voucher must provide a description of the supplies or services, by line item (if applicable), quantity, unit price, and total amount. The item description, unit of measure, and unit price must match those specified in the contract. Invoices that do not match the line item pricing in the contract will be considered improper and will be returned to the Contractor. SF 1034 and 1035 instructions: SF 1034--Fixed Price The information which a contractor is required to submit in its Standard Form 1034 is set forth as follows: (1) U.S. Department, Bureau, or establishment and location insert the names and address of the servicing finance office unless the contract specifically provides otherwise. (2) Date Voucher Prepared - insert date on which the public voucher is prepared and submitted. (3) Contract/Delivery Order Number and Date - insert the number and date of the contract and delivery order, if applicable, under which reimbursement is claimed. (4) Requisition Number and Date - leave blank.

Page 34: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-16-R-0006 Section G

G-5

(5) Voucher Number - insert the appropriate serial number of the voucher. A separate series of consecutive numbers, beginning with Number 1, shall be used by the contractor for each new contract. When an original voucher was submitted, but not paid in full because of suspended costs, resubmission vouchers should be submitted in a separate invoice showing the original voucher number and designated with the letter "R" as the last character of the number. If there is more than one resubmission, use the appropriate suffix (R2, R3, etc.) The last voucher of every contract or task order should be marked with the next sequential number, with the words "FINAL" (e.g. Invoice No. 1234-FINAL). (6) Schedule Number; Paid By; Date Invoice Received - leave blank. (7) Discount Terms - enter terms of discount, if applicable. (8) Payee's Account Number - this space may be used by the contractor to record the account or job number(s) assigned to the contract or may be left blank. (9) Payee's Name and Address - show the name of the contractor exactly as it appears in the contract and its correct address, except when an assignment has been made by the contractor, or the right to receive payment has been restricted, as in the case of an advance account. When the right to receive payment is restricted, the type of information to be shown in this space shall be furnished by the Contracting Officer. (10) Shipped From; To; Weight Government B/L Number - insert for supply contracts. (11) Date of Delivery or Service - show the month, day and year, beginning and ending dates of supplies or services delivered. (12) Articles and Services - insert the following: "For detail, see Standard Form 1035 total amount claimed transferred from Page ___ of Standard Form 1035." Type the following certification, signed by an authorized official, on the face of the Standard Form 1034.

"I certify that all payments requested are for appropriate purposes and in accordance with the agreements set forth in the contract."

_______________________ _________ (Name of Official) (Title) (13) Quantity; Unit Price - insert for supply contracts. (14) Amount - insert the amount claimed for the period indicated in (11) above. This amount should be transferred from the total per the SF 1035 Continuation Sheet. INVOICE PREPARATION INSTRUCTIONS SF 1035 The SF 1035 will be used to identify the specific item description, quantities, unit of measure, and prices for each category of deliverable item or service. Suitable self-designed forms may be submitted instead of the SF 1035 as long as they contain the information required. The information which a contractor is required to submit in its Standard Form 1035 is set forth as follows: U.S. Department, Bureau, or Establishment - insert the name and address of the servicing finance office.

Page 35: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-16-R-0006 Section G

G-6

Voucher Number - insert the voucher number as shown on the Standard Form 1034. Schedule Number - leave blank. Sheet Number - insert the sheet number if more than one sheet is used in numerical sequence. Use as many sheets as necessary to show the information required. Number and Date of Order - insert payee's name and address as in the Standard Form 1034. Articles or Services - insert the contract number as in the Standard Form 1034. Amount - insert the total quantities contract value, and amount and type of fee payable (as applicable). A summary of claimed current and cumulative goods and services delivered and accepted to date. - Invoices shall include an itemization of all goods and services delivered and accepted for the period by item and by CLIN. Each invoice shall include sufficient detail to identify goods and services as compared to and in accordance with contract terms and conditions. Invoices that do not match the line item pricing in the contract will be considered improper and returned to the contractor. In addition, each invoice shall detail the total charges by showing current and cumulative goods and services both currently invoiced and cumulative to date. G.16 INVOICE INSTRUCTIONS FOR PROVISIONAL INVOICES UNDER FLEXIBLY PRICED CONTRACTS (JUN 2014) Contractors will use Standard Form 1034 (Public Voucher for Purchases and Services Other than Personal) and the Standard Form 1035 Continuation Sheet. The voucher must include a statement of cost and supporting documentation for services rendered. This statement should include, as a minimum, a breakout by cost or price element of all services actually provided by the Contractor, both for the current billing period and cumulatively for the entire contract. (1) Statement of Cost: The following instructions are provided for use by the Contractor in the preparation and submission of the Statement of Cost: (i) Statement of Cost must be completed in accordance with the Contractor's cost accounting system. (ii) Costs claimed must be only those recorded costs authorized for billing by the payment provisions of the contract. (iii) Indirect costs claimed must reflect the rates approved for provisional billing purposes by the Contracting Officer in accordance with FAR Part 42.7. (iv) The total fee billed, retainage amount, and available fee must be shown. (vi) The Contractor must prepare a Statement of Cost for each Contract Line Item (CLIN) and a summary for the total invoiced cost. (2) Supporting Documentation Direct costs (e.g., labor, equipment, travel, supplies, etc.) claimed for reimbursement on the Statement of Cost must be adequately supported. The level of detail provided must clearly indicate where the funds were expended. For example, support for T&M labor costs must include the labor category (e.g., program manager, senior engineer, technician, etc.) the hourly rate, the labor cost per category, and any claimed overtime; equipment costs must be supported by a list of the equipment purchased, along with the item's cost; supporting data for travel must include the destination of the trip,

Page 36: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-16-R-0006 Section G

G-7

number and labor category of travelers, transportation costs, per diem costs, and purpose of the trip; and supplies should be categorized by the nature of the items (e.g., office, lab, computer, etc.) and the dollar amount per category. Indirect rates used for billings must be clearly indicated, as well as their basis of application. When the cognizant Contracting Officer approves a change in the billing rates, include a copy of the approval. All claimed subcontractor costs must be supported by submitting the same detail as outlined herein. Payments of invoices or vouchers shall be subject to the withholding provisions (if any) of the contract. In the event that amounts are withheld from payment in accordance with provisions of this contract, a separate invoice for the amount withheld will be required before payment for that amount may be made. SF 1034 and 1035 instructions: SF 1034 - Provisional/Interim Payment instructions The information which a contractor is required to submit in its Standard Form 1034 is set forth as follows: (1) U.S. Department, Bureau, or establishment and location insert the names and address of the servicing finance office unless the contract specifically provides otherwise. (2) Date Voucher Prepared - insert date on which the public voucher is prepared and submitted. (3) Contract/Delivery Order Number and Date - insert the number and date of the contract and delivery order, if applicable, under which reimbursement is claimed. (4) Requisition Number and Date - leave blank. (5) Voucher Number - insert the appropriate serial number of the voucher. A separate series of consecutive numbers, beginning with Number 1, shall be used by the contractor for each new contract. When an original voucher was submitted, but not paid in full because of suspended costs, resubmission vouchers should be submitted in a separate invoice showing the original voucher number and designated with the letter "R" as the last character of the number. If there is more than one resubmission, use the appropriate suffix (R2, R3, etc.) The last voucher of every contract or task order should be marked with the next sequential number, with the words "FINAL" (e.g. Invoice No. 1234-FINAL). (6) Schedule Number; Paid By; Date Invoice Received - leave blank. (7) Discount Terms - enter terms of discount, if applicable. (8) Payee's Account Number - this space may be used by the contractor to record the account or job number(s) assigned to the contract or may be left blank. (9) Payee's Name and Address - show the name of the contractor exactly as it appears in the contract and its correct address, except when an assignment has been made by the contractor, or the right to receive payment has been restricted, as in the case of an advance account. When the right to receive payment is restricted, the type of information to be shown in this space shall be furnished by the Contracting Officer. (10) Shipped From; To; Weight Government B/L Number - insert for supply contracts.

Page 37: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-16-R-0006 Section G

G-8

(11) Date of Delivery or Service - show the month, day and year, beginning and ending dates of incurrence of costs claimed for reimbursement. Adjustments to costs for prior periods should identify the period applicable to their incurrence, e.g., revised provisional or final indirect cost rates, award fee, etc. (12) Articles and Services - insert the following: "For detail, see Standard Form 1035 total amount claimed transferred from Page ___ of Standard Form 1035." Type "COST REIMBURSABLE-PROVISIONAL PAYMENT" or "INDEFINITE QUANTITY/INDEFINITE DELIVERY-PROVISIONAL PAYMENT" on the Interim public vouchers. Type "COST REIMBURSABLE-COMPLETION VOUCHER" or "INDEFINITE QUANTITY/INDEFINITE DELIVERY-COMPLETION VOUCHER" on the Completion public voucher. Type the following certification, signed by an authorized official, on the face of the Standard Form 1034. "I certify that all payments requested are for appropriate purposes and in accordance with the agreements set forth in the contract." _______________________ _________ (Name of Official) (Title) (13) Quantity; Unit Price - insert for supply contracts. (14) Amount - insert the amount claimed for the period indicated in (11) above. This amount should be transferred from the total per the SF 1035 Continuation Sheet. INVOICE PREPARATION INSTRUCTIONS SF 1035 The SF 1035 will be used for additional information required by the Contracting Officer and should be submitted as a continuation sheet to the SF 1034. Suitable self-designed forms may be submitted instead of the SF 1035 as long as they contain the information required. The information required on the SF 1035 may differ in format and content depending on the type of cost reimbursable contract (cost plus fixed fee, cost plus incentive fee, time and materials, etc.) Amounts claimed on vouchers must be based on records maintained by the contractor to show by major cost element the amounts claimed for reimbursement for each applicable contract. The records must be maintained based on the contractor's fiscal year and should include reconciliations of any differences between the costs incurred per books and amounts claimed for reimbursement. The information which a contractor is required to submit in its Standard Form 1035 is set forth as follows: a. Show, as applicable, the target or estimated costs, target or fixed-fee, and total contract value, as adjusted by any modifications to the contract or order. The FAR permits the contracting officer to withhold a percentage of fixed fee until a reserve is set aside in an amount that is considered necessary to protect the Government's interest. b. Each invoice or voucher for reimbursement shall include sufficient detail to identify costs properly chargeable to the contract. In addition, each invoice or voucher for reimbursement of costs shall detail the total vouchered charges by showing current and cumulative costs by cost element as follows: (1) Direct Labor. For cost type contracts, list each total labor costs by indirect allocation base separately. For T&M contracts, list each labor category, rate per labor hour, hours worked, and extended total labor dollars per labor category. (2) Premium Pay/Overtime. List each labor category, rate per labor hour, hours worked, and the extended total labor dollars per labor category. Note: Advance written authorization must be received from the contracting officer to

Page 38: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-16-R-0006 Section G

G-9

work overtime or to pay premium rates; therefore, identify the contracting officer's written authorization to the contractor. (3) Fringe Benefits. If fringe benefits are included in the overhead pool, no entry is required. If the contract allows for a separate fringe benefit pool, cite the rate, base, and extended amount. (4) Materials, Supplies, Equipment. Show those items normally treated as direct costs. Expendable items need not be itemized and may be grouped into major classifications such as office supplies. However, items valued at $5,000 or more must be itemized. See (FAR) 48 CFR part 45, Government Property, for reporting of property. (5) Travel. List the name and title of traveler, place of travel, and travel dates. Show the amount for the mode of travel (i.e., airline, private auto, taxi, etc.), lodging, meals, and other incidental expenses separately, on a daily basis. Travel costs for consultants must be shown separately and also supported. (6) Other Direct Costs. Itemize those costs that cannot be placed in categories (1) through (5) above. Categorize these costs to the extent possible. (7) Total Direct Costs. Cite the sum of categories (1) through (6) above. (8) Overhead. Cite the rate, base, and extended amount. (9) G&A Expense. Cite the rate, base, and extended amount. (10) Total Costs. Cite the sum of categories (7) through (9) above. (11) Fee. Cite the rate, base, and extended amount. (12) Total Cost and Fee Claimed. Enter this amount on the SF 1034.

Page 39: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

SECTION H - SPECIAL CONTRACT REQUIREMENTS H.1 NARA RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract:

1. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.

2. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.

3. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.

4. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.

5. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.

6. The Government Agency owns the rights to all data/records produced as part of this contract. 7. The Government Agency owns the rights to all electronic information (electronic data, electronic information

systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.

8. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].

9. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.

10. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.

H.2 HSAR3052.247-72 F.O.B. DESTINATION ONLY (DEC 2003) Offers are invited on the basis of F.O.B. destination only. Offers submitted on any other basis will be rejected as nonresponsive. H.3 SAFEGUARDING OF SENSITIVE INFORMATION (MAR 2015) (a) Applicability. This clause applies to the Contractor, its subcontractors, and Contractor employees (hereafter referred to collectively as “Contractor”). The Contractor shall insert the substance of this clause in all subcontracts. (b) Definitions. As used in this clause— “Personally Identifiable Information (PII)” means information that can be used to distinguish or trace an individual's identity, such as name, social security number, or biometric records, either alone, or when combined with other personal or identifying information that is linked or linkable to a specific individual, such as date and place of birth, or mother’s maiden name. The definition of PII is not anchored to any single category of information or technology. Rather, it requires a case-by-case assessment of the specific risk that an individual can be identified. In performing this assessment, it is important for an agency to recognize that non-personally identifiable information can become

Page 40: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

personally identifiable information whenever additional information is made publicly available—in any medium and from any source—that, combined with other available information, could be used to identify an individual. PII is a subset of sensitive information. Examples of PII include, but are not limited to: name, date of birth, mailing address, telephone number, Social Security number (SSN), email address, zip code, account numbers, certificate/license numbers, vehicle identifiers including license plates, uniform resource locators (URLs), static Internet protocol addresses, biometric identifiers such as fingerprint, voiceprint, iris scan, photographic facial images, or any other unique identifying number or characteristic, and any information where it is reasonably foreseeable that the information will be linked with other information to identify the individual. “Sensitive Information” is defined in HSAR clause 3052.204-71, Contractor Employee Access, as any information, which if lost, misused, disclosed, or, without authorization is accessed, or modified, could adversely affect the national or homeland security interest, the conduct of Federal programs, or the privacy to which individuals are entitled under section 552a of Title 5, United States Code (the Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense, homeland security or foreign policy. This definition includes the following categories of information:

(1) Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of

2002 (Title II, Subtitle B, of the Homeland Security Act, Public Law 107-296, 196 Stat. 2135), as amended, the implementing regulations thereto (Title 6, Code of Federal Regulations, Part 29) as amended, the applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the PCII Program Manager or his/her designee);

(2) (2) Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, Part 1520, as amended, “Policies and Procedures of Safeguarding and Control of SSI,” as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the Assistant Secretary for the Transportation Security Administration or his/her designee);

(3) (3) Information designated as “For Official Use Only,” which is unclassified information of a sensitive nature and the unauthorized disclosure of which could adversely impact a person’s privacy or welfare, the conduct of Federal programs, or other programs or operations essential to the national or homeland security interest; and

(4) (4) Any information that is designated “sensitive” or subject to other controls, safeguards or protections in accordance with subsequently adopted homeland security information handling procedures. “Sensitive Information Incident” is an incident that includes the known, potential, or suspected exposure, loss of control, compromise, unauthorized disclosure, unauthorized acquisition, or unauthorized access or attempted access of any Government system, Contractor system, or sensitive information.

“Sensitive Personally Identifiable Information (SPII)” is a subset of PII, which if lost, compromised or disclosed without authorization, could result in substantial harm, embarrassment, inconvenience, or unfairness to an individual. Some forms of PII are sensitive as stand-alone elements. Examples of such PII include: Social Security numbers (SSN), driver’s license or state identification number, Alien Registration Numbers (A-number), financial account number, and biometric identifiers such as fingerprint, voiceprint, or iris scan. Additional examples include any groupings of information that contain an individual’s name or other unique identifier plus one or more of the following elements:

(1) Truncated SSN (such as last 4 digits) (2) Date of birth (month, day, and year) (3) Citizenship or immigration status (4) Ethnic or religious affiliation (5) Sexual orientation (6) Criminal History (7) Medical Information (8) System authentication information such as mother’s maiden name, account passwords or personal

identification numbers (PIN)

Page 41: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

Other PII may be “sensitive” depending on its context, such as a list of employees and their performance ratings or an unlisted home address or phone number. In contrast, a business card or public telephone directory of agency employees contains PII but is not sensitive. (c) Authorities. The Contractor shall follow all current versions of Government policies and guidance accessible at http://www.dhs.gov/dhs-security-and-training-requirements-contractors, or available upon request from the Contracting Officer, including but not limited to:

(1) DHS Management Directive 11042.1 Safeguarding Sensitive But Unclassified (for Official Use Only) Information

(2) DHS Sensitive Systems Policy Directive 4300A (3) DHS 4300A Sensitive Systems Handbook and Attachments (4) DHS Security Authorization Process Guide (5) DHS Handbook for Safeguarding Sensitive Personally Identifiable Information (6) DHS Instruction Handbook 121-01-007 Department of Homeland Security Personnel Suitability and

Security Program (7) DHS Information Security Performance Plan (current fiscal year) (8) DHS Privacy Incident Handling Guidance (9) Federal Information Processing Standard (FIPS) 140-2 Security Requirements for Cryptographic Modules

accessible at http://csrc.nist.gov/groups/STM/cmvp/standards.html (10) National Institute of Standards and Technology (NIST) Special Publication 800-53 Security and Privacy

Controls for Federal Information Systems and Organizations accessible at http://csrc.nist.gov/publications/PubsSPs.html

(11) NIST Special Publication 800-88 Guidelines for Media Sanitization accessible at http://csrc.nist.gov/publications/PubsSPs.html (d) Handling of Sensitive Information. Contractor compliance with this clause, as well as the policies and procedures described below, is required.

(1) Department of Homeland Security (DHS) policies and procedures on Contractor personnel security requirements are set forth in various Management Directives (MDs), Directives, and Instructions. MD 11042.1, Safeguarding Sensitive But Unclassified (For Official Use Only) Information describes how Contractors must handle sensitive but unclassified information. DHS uses the term “FOR OFFICIAL USE ONLY” to identify sensitive but unclassified information that is not otherwise categorized by statute or regulation. Examples of sensitive information that are categorized by statute or regulation are PCII, SSI, etc. The DHS Sensitive Systems Policy Directive 4300A and the DHS 4300A Sensitive Systems Handbook provide the policies and procedures on security for Information Technology (IT) resources. The DHS Handbook for Safeguarding Sensitive Personally Identifiable Information provides guidelines to help safeguard SPII in both paper and electronic form. DHS Instruction Handbook 121-01-007 Department of Homeland Security Personnel Suitability and Security Program establishes procedures, program responsibilities, minimum standards, and reporting protocols for the DHS Personnel Suitability and Security Program.

(2) The Contractor shall not use or redistribute any sensitive information processed, stored, and/or transmitted by the Contractor except as specified in the contract.

(3) All Contractor employees with access to sensitive information shall execute DHS Form 11000-6, Department of Homeland Security Non-Disclosure Agreement (NDA), as a condition of access to such information. The Contractor shall maintain signed copies of the NDA for all employees as a record of compliance. The Contractor shall provide copies of the signed NDA to the Contracting Officer’s Representative (COR) no later than two (2) days after execution of the form.

(4) The Contractor’s invoicing, billing, and other recordkeeping systems maintained to support financial or other administrative functions shall not maintain SPII. It is acceptable to maintain in these systems the names, titles and contact information for the COR or other Government personnel associated with the administration of the contract, as needed. (e) Authority to Operate. The Contractor shall not input, store, process, output, and/or transmit sensitive information within a Contractor IT system without an Authority to Operate (ATO) signed by the Headquarters or Component CIO,

Page 42: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

or designee, in consultation with the Headquarters or Component Privacy Officer. Unless otherwise specified in the ATO letter, the ATO is valid for three (3) years. The Contractor shall adhere to current Government policies, procedures, and guidance for the Security Authorization (SA) process as defined below.

(1) Complete the Security Authorization process. The SA process shall proceed according to the DHS Sensitive Systems Policy Directive 4300A (Version 11.0, April 30, 2014), or any successor publication, DHS 4300A Sensitive Systems Handbook (Version 9.1, July 24, 2012), or any successor publication, and the Security Authorization Process Guide including templates.

(i) Security Authorization Process Documentation. SA documentation shall be developed using the Government

provided Requirements Traceability Matrix and Government security documentation templates. SA documentation consists of the following: Security Plan, Contingency Plan, Contingency Plan Test Results, Configuration Management Plan, Security Assessment Plan, Security Assessment Report, and Authorization to Operate Letter. Additional documents that may be required include a Plan(s) of Action and Milestones and Interconnection Security Agreement(s). During the development of SA documentation, the Contractor shall submit a signed SA package, validated by an independent third party, to the COR for acceptance by the Headquarters or Component CIO, or designee, at least thirty (30) days prior to the date of operation of the IT system. The Government is the final authority on the compliance of the SA package and may limit the number of resubmissions of a modified SA package. Once the ATO has been accepted by the Headquarters or Component CIO, or designee, the Contracting Officer shall incorporate the ATO into the contract as a compliance document. The Government’s acceptance of the ATO does not alleviate the Contractor’s responsibility to ensure the IT system controls are implemented and operating effectively.

(ii) Independent Assessment. Contractors shall have an independent third party validate the security and privacy controls in place for the system(s). The independent third party shall review and analyze the SA package, and report on technical, operational, and management level deficiencies as outlined in NIST Special Publication 800-53 Security and Privacy Controls for Federal Information Systems and Organizations. The Contractor shall address all deficiencies before submitting the SA package to the Government for acceptance.

(iii) Support the completion of the Privacy Threshold Analysis (PTA) as needed. As part of the SA process, the Contractor may be required to support the Government in the completion of the PTA. The requirement to complete a PTA is triggered by the creation, use, modification, upgrade, or disposition of a Contractor IT system that will store, maintain and use PII, and must be renewed at least every three (3) years. Upon review of the PTA, the DHS Privacy Office determines whether a Privacy Impact Assessment (PIA) and/or Privacy Act System of Records Notice (SORN), or modifications thereto, are required. The Contractor shall provide all support necessary to assist the Department in completing the PIA in a timely manner and shall ensure that project management plans and schedules include time for the completion of the PTA, PIA, and SORN (to the extent required) as milestones. Support in this context includes responding timely to requests for information from the Government about the use, access, storage, and maintenance of PII on the Contractor’s system, and providing timely review of relevant compliance documents for factual accuracy. Information on the DHS privacy compliance process, including PTAs, PIAs, and SORNs, is accessible at http://www.dhs.gov/privacy-compliance.

(2) Renewal of ATO. Unless otherwise specified in the ATO letter, the ATO shall be renewed every three (3) years. The Contractor is required to update its SA package as part of the ATO renewal process. The Contractor shall update its SA package by one of the following methods: (1) Updating the SA documentation in the DHS automated information assurance tool for acceptance by the Headquarters or Component CIO, or designee, at least 90 days before the ATO expiration date for review and verification of security controls; or (2) Submitting an updated SA package directly to the COR for approval by the Headquarters or Component CIO, or designee, at least 90 days before the ATO expiration date for review and verification of security controls. The 90 day review process is independent of the system production date and therefore it is important that the Contractor build the review into project schedules. The reviews

Page 43: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

may include onsite visits that involve physical or logical inspection of the Contractor environment to ensure controls are in place.

(3) Security Review. The Government may elect to conduct random periodic reviews to ensure that the security

requirements contained in this contract are being implemented and enforced. The Contractor shall afford DHS, the Office of the Inspector General, and other Government organizations access to the Contractor’s facilities, installations, operations, documentation, databases and personnel used in the performance of this contract. The Contractor shall, through the Contracting Officer and COR, contact the Headquarters or Component CIO, or designee, to coordinate and participate in review and inspection activity by Government organizations external to the DHS. Access shall be provided, to the extent necessary as determined by the Government, for the Government to carry out a program of inspection, investigation, and audit to safeguard against threats and hazards to the integrity, availability and confidentiality of Government data or the function of computer systems used in performance of this contract and to preserve evidence of computer crime.

(4) Continuous Monitoring. All Contractor-operated systems that input, store, process, output, and/or transmit sensitive information shall meet or exceed the continuous monitoring requirements identified in the Fiscal Year 2014 DHS Information Security Performance Plan, or successor publication. The plan is updated on an annual basis. The Contractor shall also store monthly continuous monitoring data at its location for a period not less than one year from the date the data is created. The data shall be encrypted in accordance with FIPS 140-2 Security Requirements for Cryptographic Modules and shall not be stored on systems that are shared with other commercial or Government entities. The Government may elect to perform continuous monitoring and IT security scanning of Contractor systems from Government tools and infrastructure.

(5) Revocation of ATO. In the event of a sensitive information incident, the Government may suspend or revoke

an existing ATO (either in part or in whole). If an ATO is suspended or revoked in accordance with this provision, the Contracting Officer may direct the Contractor to take additional security measures to secure sensitive information. These measures may include restricting access to sensitive information on the Contractor IT system under this contract. Restricting access may include disconnecting the system processing, storing, or transmitting the sensitive information from the Internet or other networks or applying additional security controls.

(6) Federal Reporting Requirements. Contractors operating information systems on behalf of the Government or operating systems containing sensitive information shall comply with Federal reporting requirements. Annual and quarterly data collection will be coordinated by the Government. Contractors shall provide the COR with requested information within three (3) business days of receipt of the request. Reporting requirements are determined by the Government and are defined in the Fiscal Year 2014 DHS Information Security Performance Plan, or successor publication. The Contractor shall provide the Government with all information to fully satisfy Federal reporting requirements for Contractor systems. (f) Sensitive Information Incident Reporting Requirements.

(1) All known or suspected sensitive information incidents shall be reported to the Headquarters or Component Security Operations Center (SOC) within one hour of discovery in accordance with 4300A Sensitive Systems Handbook Incident Response and Reporting requirements. When notifying the Headquarters or Component SOC, the Contractor shall also notify the Contracting Officer, COR, Headquarters or Component Privacy Officer, and US-CERT using the contact information identified in the contract. If the incident is reported by phone or the Contracting Officer’s email address is not immediately available, the Contractor shall contact the Contracting Officer immediately after reporting the incident to the Headquarters or Component SOC. The Contractor shall not include any sensitive information in the subject or body of any e-mail. To transmit sensitive information, the Contractor shall use FIPS 140-2 Security Requirements for Cryptographic Modules compliant encryption methods to protect sensitive information in attachments to email. Passwords shall not be communicated in the same email as the attachment. A sensitive information incident shall not, by itself, be interpreted as evidence that the Contractor has failed to provide adequate information security safeguards for sensitive information, or has otherwise failed to meet the requirements of the contract.

Section H

Page 44: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(2) If a sensitive information incident involves PII or SPII, in addition to the reporting requirements in 4300A Sensitive Systems Handbook Incident Response and Reporting, Contractors shall also provide as many of the following data elements that are available at the time the incident is reported, with any remaining data elements provided within 24 hours of submission of the initial incident report:

(i) Data Universal Numbering System (DUNS); (ii) Contract numbers affected unless all contracts by the company are affected; (iii) Facility CAGE code if the location of the event is different than the prime contractor location; (iv) Point of contact (POC) if different than the POC recorded in the System for Award Management

(address, position, telephone, email); (v) Contracting Officer POC (address, telephone, email); (vi) Contract clearance level; (vii) Name of subcontractor and CAGE code if this was an incident on a subcontractor network; (viii) Government programs, platforms or systems involved; (ix) Location(s) of incident; (x) Date and time the incident was discovered; (xi) Server names where sensitive information resided at the time of the incident, both at the Contractor

and subcontractor level; (xii) Description of the Government PII and/or SPII contained within the system; (xiii) Number of people potentially affected and the estimate or actual number of records exposed and/or

contained within the system; and (xiv) Any additional information relevant to the incident.

(g) Sensitive Information Incident Response Requirements.

(1) All determinations related to sensitive information incidents, including response activities, notifications to affected individuals and/or Federal agencies, and related services (e.g., credit monitoring) will be made in writing by the Contracting Officer in consultation with the Headquarters or Component CIO and Headquarters or Component Privacy Officer.

(2) The Contractor shall provide full access and cooperation for all activities determined by the Government to be required to ensure an effective incident response, including providing all requested images, log files, and event information to facilitate rapid resolution of sensitive information incidents.

(3) Incident response activities determined to be required by the Government may include, but are not limited to, the following:

(i) Inspections, (ii) Investigations, (iii) Forensic reviews, and (iv) Data analyses and processing.

(4) The Government, at its sole discretion, may obtain the assistance from other Federal agencies and/or third-

party firms to aid in incident response activities. (h) Additional PII and/or SPII Notification Requirements.

(1) The Contractor shall have in place procedures and the capability to notify any individual whose PII resided in the Contractor IT system at the time of the sensitive information incident not later than 5 business days after being directed to notify individuals, unless otherwise approved by the Contracting Officer. The method and content of any notification by the Contractor shall be coordinated with, and subject to prior written approval by the Contracting Officer, in consultation with the Headquarters or Component Privacy Officer, utilizing the DHS Privacy Incident Handling Guidance. The Contractor shall not proceed with notification unless the Contracting Officer, in consultation with the Headquarters or Component Privacy Officer, has determined in writing that notification is appropriate.

Page 45: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(2) Subject to Government analysis of the incident and the terms of its instructions to the Contractor regarding any resulting notification, the notification method may consist of letters to affected individuals sent by first class mail, electronic means, or general public notice, as approved by the Government. Notification may require the Contractor’s use of address verification and/or address location services. At a minimum, the notification shall include:

(i) A brief description of the incident; (ii) A description of the types of PII and SPII involved; (iii) A statement as to whether the PII or SPII was encrypted or protected by other means; (iv) Steps individuals may take to protect themselves; (v) What the Contractor and/or the Government are doing to investigate the incident, to mitigate the

incident, and to protect against any future incidents; and (vi) Information identifying who individuals may contact for additional information.

(i) Credit Monitoring Requirements. In the event that a sensitive information incident involves PII or SPII, the Contractor may be required to, as directed by the Contracting Officer:

(1) Provide notification to affected individuals as described above; and/or (2) Provide credit monitoring services to individuals whose data was under the control of the Contractor or

resided in the Contractor IT system at the time of the sensitive information incident for a period beginning the date of the incident and extending not less than 18 months from the date the individual is notified. Credit monitoring services shall be provided from a company with which the Contractor has no affiliation. At a minimum, credit monitoring services shall include:

(i) Triple credit bureau monitoring; (ii) Daily customer service; (iii) Alerts provided to the individual for changes and fraud; and (iv) Assistance to the individual with enrollment in the services and the use of fraud alerts; and/or

(3) Establish a dedicated call center. Call center services shall include:

(i) A dedicated telephone number to contact customer service within a fixed period; (ii) Information necessary for registrants/enrollees to access credit reports and credit scores; (iii) Weekly reports on call center volume, issue escalation (i.e., those calls that cannot be handled by call center staff and must be resolved by call center management or DHS, as appropriate), and other key metrics; (iv) Escalation of calls that cannot be handled by call center staff to call center management or DHS, as appropriate; (v) Customized FAQs, approved in writing by the Contracting Officer in coordination with the Headquarters or Component Chief Privacy Officer; and (vi) Information for registrants to contact customer service representatives and fraud resolution representatives for credit monitoring assistance.

(j) Certification of Sanitization of Government and Government-Activity-Related Files and Information. As part of contract closeout, the Contractor shall submit the certification to the COR and the Contracting Officer following the template provided in NIST Special Publication 800-88 Guidelines for Media Sanitization.

(End of clause) H.4 INFORMATION TECHNOLOGY SECURITY AND PRIVACY TRAINING (MAR 2015)

(a) Applicability. This clause applies to the Contractor, its subcontractors, and Contractor employees (hereafter referred to collectively as “Contractor”). The Contractor shall insert the substance of this clause in all subcontracts.

(b) Security Training Requirements. (1) All users of Federal information systems are required by Title 5, Code of Federal Regulations, Part 930.301, Subpart C, as amended, to be exposed to security awareness materials annually or whenever system security

Page 46: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

changes occur, or when the user’s responsibilities change. The Department of Homeland Security (DHS) requires that Contractor employees take an annual Information Technology Security Awareness Training course before accessing sensitive information under the contract. Unless otherwise specified, the training shall be completed within thirty (30) days of contract award and be completed on an annual basis thereafter not later than October 31st of each year. Any new Contractor employees assigned to the contract shall complete the training before accessing sensitive information under the contract. The training is accessible at http://www.dhs.gov/dhs-security-and-training-requirements-contractors. The Contractor shall maintain copies of training certificates for all Contractor and subcontractor employees as a record of compliance. Unless otherwise specified, initial training certificates for each Contractor and subcontractor employee shall be provided to the Contracting Officer’s Representative (COR) not later than thirty (30) days after contract award. Subsequent training certificates to satisfy the annual training requirement shall be submitted to the COR via e-mail notification not later than October 31st of each year. The e-mail notification shall state the required training has been completed for all Contractor and subcontractor employees. (2) The DHS Rules of Behavior apply to every DHS employee, Contractor and subcontractor that will have access to DHS systems and sensitive information. The DHS Rules of Behavior shall be signed before accessing DHS systems and sensitive information. The DHS Rules of Behavior is a document that informs users of their responsibilities when accessing DHS systems and holds users accountable for actions taken while accessing DHS systems and using DHS Information Technology resources capable of inputting, storing, processing, outputting, and/or transmitting sensitive information. The DHS Rules of Behavior is accessible at http://www.dhs.gov/dhs-security-and-training-requirements-contractors. Unless otherwise specified, the DHS Rules of Behavior shall be signed within thirty (30) days of contract award. Any new Contractor employees assigned to the contract shall also sign the DHS Rules of Behavior before accessing DHS systems and sensitive information. The Contractor shall maintain signed copies of the DHS Rules of Behavior for all Contractor and subcontractor employees as a record of compliance. Unless otherwise specified, the Contractor shall e-mail copies of the signed DHS Rules of Behavior to the COR not later than thirty (30) days after contract award for each employee. The DHS Rules of Behavior will be reviewed annually and the COR will provide notification when a review is required.

(c) Privacy Training Requirements. All Contractor and subcontractor employees that will have access to Personally Identifiable Information (PII) and/or Sensitive PII (SPII) are required to take Privacy at DHS: Protecting Personal Information before accessing PII and/or SPII. The training is accessible at http://www.dhs.gov/dhs-security-and-training-requirements-contractors. Training shall be completed within thirty (30) days of contract award and be completed on an annual basis thereafter not later than October 31st of each year. Any new Contractor employees assigned to the contract shall also complete the training before accessing PII and/or SPII. The Contractor shall maintain copies of training certificates for all Contractor and subcontractor employees as a record of compliance. Initial training certificates for each Contractor and subcontractor employee shall be provided to the COR not later than thirty (30) days after contract award. Subsequent training certificates to satisfy the annual training requirement shall be submitted to the COR via e-mail notification not later than October 31st of each year. The e-mail notification shall state the required training has been completed for all Contractor and subcontractor employees. (End of clause)

H.5 SUBCONTRACTING PLAN Offeror(s) must submit a Subcontracting Plan with their proposal. The subcontracting plan must include the goals set forth below for each socio-economic grouping listed. The goals will be applied to the total value of each year of performance. Each subcontracting plan submitted will be reviewed to determine whether the offeror(s) has submitted an acceptable subcontracting plan. The plan must also identify the total anticipated contract award, total dollars and or percentage of the acquisition to be subcontracted to small business concerns and establish procedures to ensure timely payment of amounts due to small businesses.

Page 47: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

SB Category FY 2017 Goal Achievements To Date* Overall Small Business Sub

39% TBD

SDB Prime Sub 5% TBD HuBZone Sub 3% TBD SDVOSB Sub 3% TBD WOSB Sub 5% TBD

H.7 PERFORMANCE BASED CONTRACT The contract resulting from this procurement will be performance based. A Performance Requirements Summary (PRS) will be developed prior to award and will be made a part of the basic contract and will be utilized on each individual Task Order. During performance of the contract, the COR and the Project Monitor in accordance with the overall level of compliance with the contract and the PRS shall evaluate all of the Contractors Task Orders on a quarterly basis or at the end of the Task Order if it is for a period of performance that is less than a quarter of a year. Furthermore, additional performance elements may be necessary to ensure that the performance standards for work specified in the contract or individual Task Orders reflect the requirements stated in the Section C Statement of Objectives or the Performance Work Statement for each individual Task Order. During contract performance, the COR and the Project Monitor will record all surveillance observations and will maintain a file of all inspection results. While the precise methodology of surveillance will be provided in the Quality Assurance Surveillance Plan (QASP), the methods of surveillance could include 100%, random sampling, periodic, and customer complaints. Government surveillance of supplies or services not listed in the PRS may also occur. Unsatisfactory performance for any Selected Service Performance Area (SSPA) supply or service may result in other appropriate action(s) by the Contracting Officer including, Termination for Default. Any action taken by the Contracting Officer as a result of surveillance will be in accordance with the terms and conditions of the contract. H.8 KICK-OFF/POST AWARD CONFERENCE/PERIODIC PARTNERING MEETINGS The Contractor shall participate in a kick-off meeting with the Government no later than ten business days after contract award. The contractor shall provide key personnel with authority to make decisions and take responsibility of any actionable items as a result of the meeting. The Contractor agrees to attend any post award meetings convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting Officer, Contracting Officers Representative (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. H.9 NOTIFICATION OF DEBARMENT AND SUSPENSION The Contractor must provide immediate notice to the Contracting Officer in the event that the Contractor or a subcontractor is suspended, debarred or declared ineligible by any Federal government Agency or Department, or upon receipt of a notice of proposed debarment from any Federal Agency or Department.

Page 48: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

H.10 Defense Production Act (DPA) Task orders under this contract may include a priority rating under the Defense Priorities and Allocations System (DPAS) regulation (15 CFR, part 700). Contractors receiving a DPAS rated order are required to follow all provisions of the DPAS regulation. The priority rating will be identified in the task order proposal request and subsequent task order standard form issued. The DPAS provides that DHS/FEMA contracts are assigned priority ratings to assure that these contracts are afforded service priorities ahead of unrated orders. Ratings will be assigned per individual task order. The Contractor is obligated to accept the rated order, to schedule service operations to satisfy requirements of each rated order, and to extend the priority rating to subcontractors to assure that the required services are performed in the timeframe requested. The DPAS provides for two levels of rated order priority: “DX” and “DO”. The symbols “DX” and “DO” are not acronyms for any terms. They simply indicate the level of priority. DX rated orders take precedence over DO rated orders and unrated orders (commercial orders without a DPAS priority rating). DO rated orders only take precedence as necessary over unrated (commercial) orders as necessary to meet delivery or performance requirements of the DO rated orders. All DX rated orders have equal priority with each other and all DO rated orders have equal priority with each other. DHS has eight DPA programs eligible for the Priorities and Allocations Authority (N-1 through N-8). H.11 Disaster Assistance Activities In accordance with FAR 26.2, Sector Contractors shall give preference to the maximum extent feasible and practicable to local firms. Preference may be given through a local area set-aside or an evaluation preference.

Page 49: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

PART II - CONTRACT CLAUSES SECTION I - CONTRACT CLAUSES NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE" contained in this document. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause. NUMBER TITLE DATE 52.202-1 DEFINITIONS NOV 2013 52.203-3 GRATUITIES APR 1984 52.203-5 COVENANT AGAINST CONTINGENT FEES MAY 2014 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT SEP 2006 52.203-7 ANTI-KICKBACK PROCEDURES MAY 2014 52.203-8 CANCELLATION, RECISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY MAY 2014 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY MAY 2014 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS OCT 2010 52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT OCT 2015 52.203-14 DISPLAY OF HOTLINE POSTER(S) OCT 2015 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS APR 2014 52.204-2 SECURITY REQUIREMENTS AUG 1996 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER MAY 2011 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL JAN 2011 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST TIER SUBCONTRACT AWARDS OCT 2016 52.204-12 UNIQUE ENTITY IDENTIFIER MAINTENANCE OCT 2016 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2016 52.204-14 SERVICE CONTRACT REPORTING REQUIREMENTS OCT 2016 52.204-15 SERVICE CONTRACT REPORTING REQUIREMENTS OCT 2016 FOR INDEFINITE-DELIVERY CONTRACTS 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS JUN 2016 52.209-6 PROTECTING THE GOVERNMENT’S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS

Page 50: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

DEBARRED, SUSPENDED, OR PROPOSED DEBAREMENT OCT 2015 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS JUL 2013 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS NOV 2015 52.210-1 MARKET RESEARCH APR 2011 52.211-15 DEFENSE PRIORITY AND ALLOCATION APR 2008 REQUIREMENTS 52.215-2 AUDIT AND RECORDS-NEGOTIATIONS OCT 2010 52.215-8 ORDER OF PRECEDENCE--UNIFORM CONTRACT OCT 1997 FORMAT 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES OCT 1997 52.215-23 LIMITATION ON PASS-THROUGH CHARGES OCT 2009 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS NOV 2016 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN JAN 2017 52.222-3 CONVICT LABOR JUN 2003 52.222-4 CONTRACT WORK HOURS AND SAFETY MAY 2014 STANDARDS-OVERTIME COMPENSATION 52.222-17 NONDISPLACEMENT OF QUALIFIED WORKERS MAY 2014 52.222-19 CHILD LABOR-COOPERSTION WITH AUTHORITIES AND REMEDIES OCT 2016 52.222-21 PROHIBITION OF SEGREGATED FACILITIES APR 2015 52.222-26 EQUAL OPPORTUNITY SEP 2016 52.222-37 EMPLOYMENT REPORTS ON VETERANS FEB 2016 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT DEC 2010 52.222-41 SERVICE CONTRACT LABOR STANDARDS MAY 2014 52.222-43 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS PRICE ADJUSTMENT MAY 2014 52.222-49 SERVICE CONTRACT LABOR STANDARDS – MAY 2014 PLACE OF PERFORMANCE UNKNOWN 52.222-50 COMBATING TRAFFICKING IN PERSONS MAR 2015 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION OCT 2015 52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 DEC 2015 52.223-2 AFFIRMATIVE PROCUREMENT OF BIOBASED SEP 2013 PRODUCTS UNDER SERVICE AND CONSTRUCTION 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND JAN 1997 MATERIAL SAFETY DATA CONTRACTS 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW MAY 2011 INFORMATION 52.223-6 DRUG FREE WORKPLACE MAY 2001 52.223-15 ENERGY EFFICIENCY IN ENERGY-CONSUMING PRODUCTS DEC 2007 52.223-18 ENCOURAGING CONTRACTORS POLICIES TO BAN TEXT MESSAGING WHILE DRIVING AUG 2011 52.224-1 PRIVACY ACT NOTIFICATION APR 1984

Page 51: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

52.224-2 PRIVACY ACT APR 1984 52.224-3 PRIVACY TRAINING JAN 2017 52.225-1 BUY AMERICAN – SUPPLIES MAY 2014 52.225-3 BUY AMERICAN FREE TRADE AGREEMENTS ISRAELI TRADE ACT MAY 2014 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JUN 2008 52.226-4 NOTICE OF DISASTER OR EMERGENCY AREA SET-ASIDE NOV 2007 52.226-6 PROMOTING EXCESS FOOD DONATION TO NONPROFIT ORGANIZATIONS MAY 2014 52.228-5 INSURANCE-WORK ON A GOVERNMENT JAN 1997 INSTALLATION 52.232-1 PAYMENTS APR 1984 52.232-8 DISCOUNTS FOR PROMPT PAYMENT FEB 2002 52.232-9 LIMITATION ON WITHHOLDING OF PAYMENTS APR 1984 52.232-11 EXTRAS APR 1984 52.232-17 INTEREST MAY 2014 52.232-18 AVAILABILITY OF FUNDS APR 1984 52.232-23 ASSIGNMENT OF CLAIMS MAY 2014 52.232-32 PERFORMANCE BASED PAYMENTS APR 2012 52.232-25 PROMPT PAYMENT JAN 2017 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-- JUL 2013 SYSTEM FOR AWARD MANGAGEMENT 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED JUN 2013 OBLIGATIONS 52.232-40 PROVIDING ACCELERATED PAYMENTS TO DEC 2013 SMALL BUSINESS SUBCONTRACTORS 52.233-1 DISPUTES MAY 2014 ALTERNATE I DEC 1991 52.233-3 PROTEST AFTER AWARD AUG 1996 52.233-4 APPLICABLE LAW FOR BREACH OF OCT 2004 CONTRACT CLAIM 52.236-13 ACCIDENT PREVENTION NOV 1991 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, APR 1984 EQUIPMENT, AND VEGETATION 52.237-3 CONTINUITY OF SERVICES JAN 1991 52.237-11 ACCEPTING AND DISPENSING OF $1 COIN SEP 2008 52.242-1 NOTICE OF INTENT TO DISALLOW COSTS APR 1984 52.242-2 PRODUCTION PROGRESS REPORTS APR 1991 52.242-4 CERTIFICATION OF FINAL INDIRECT COSTS JAN 1997 52.243-1 CHANGES--FIXED PRICE AUG 1987 ALTERNATE II (APR 1984) 52.243-2 PENALTIES FOR UNALLOWABLE COSTS MAY 2014 52.243-3 CHANGES--TIME-AND-MATERIALS OR SEP 2000 LABOR-HOURS 52.243-4 CHANGES -- FIXED PRICE AUG 1987 ALTERNATE II 52.243-7 NOTIFICATION OF CHANGE JAN 2017 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS JAN 2017

Page 52: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

52.245-1 GOVERNMENT PROPERTY JAN 2017 52.245-9 USE AND CHARGES APR 2012 52.246-20 WARRANTY OF SERVICES MAY 2001 52.249-1 TERMINATION FOR CONVENIENCE OF THE APR 1984 GOVERNMENT (FIXED-PRICE) (SHORT FORM) 52.249-2 TERMINATION FOR CONVENIENCE OF THE APR 2012 GOVERNMENT (FIXED-PRICE) 52.249-6 TERMINATION (COST-REIMBURSEMENT) MAY 2004 ALTERNATE IV (SEP 1996) 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) APR 1984 52.249-14 EXCUSABLE DELAYS APR 1984 52.253-1 COMPUTER GENERATED FORMS JAN 1991 3052.222-70 STRIKES OR PICKETING AFFECTING TIMELY DEC 2003 COMPLETION OF THE CONTRACT WORK 3052.222-71 STRIKES OR PICKETING AFFECTING ACCESS TO DEC 2003 A DHS FACILITY 3052.228-70 INSURANCE DEC 2003 3052.242-72 CONTRACTING OFFICER’S TECHNICAL REPSENTATIVE DEC 2003

I.1 52.216-7Allowable Cost and Payment (Jun 2013)

(a) Invoicing.

(1) The Government will make payments to the Contractor when requested as work progresses, but (except for small business concerns) not more often than once every 2 weeks, in amounts determined to be allowable by the Contracting Officer in accordance with Federal Acquisition Regulation (FAR) Subpart 31.2 in effect on the date of this contract and the terms of this contract. The Contractor may submit to an authorized representative of the Contracting Officer, in such form and reasonable detail as the representative may require, an invoice or voucher supported by a statement of the claimed allowable cost for performing this contract.

(2) Contract financing payments are not subject to the interest penalty provisions of the Prompt Payment Act. Interim payments made prior to the final payment under the contract are contract financing payments, except interim payments if this contract contains Alternate I to the clause at 52.232-25.

(3) The designated payment office will make interim payments for contract financing on the 30th” day after the designated billing office receives a proper payment request. In the event that the Government requires an audit or other review of a specific payment request to ensure compliance with the terms and conditions of the contract, the designated payment office is not compelled to make payment by the specified due date.

(b) Reimbursing costs.

(1) For the purpose of reimbursing allowable costs (except as provided in subparagraph (b)(2) of this clause, with respect to pension, deferred profit sharing, and employee stock ownership plan contributions), the term “costs” includes only --

(i) Those recorded costs that, at the time of the request for reimbursement, the Contractor has paid by cash, check, or other form of actual payment for items or services purchased directly for the contract;

Page 53: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(ii) When the Contractor is not delinquent in paying costs of contract performance in the ordinary course of business, costs incurred, but not necessarily paid, for --

(A) Supplies and services purchased directly for the contract and associated financing payments to subcontractors, provided payments determined due will be made—

(1) In accordance with the terms and conditions of a subcontract or invoice; and

(2) Ordinarily within 30 days of the submission of the Contractor’s payment request to the Government;

(B) Materials issued from the Contractor’s inventory and placed in the production process for use on the contract;

(C) Direct labor;

(D) Direct travel;

(E) Other direct in-house costs; and

(F) Properly allocable and allowable indirect costs, as shown in the records maintained by the Contractor for purposes of obtaining reimbursement under Government contracts; and

(iii) The amount of financing payments that have been paid by cash, check or other form of payment to subcontractors.

(2) Accrued costs of Contractor contributions under employee pension plans shall be excluded until actually paid unless—

(i) The Contractor’s practice is to make contributions to the retirement fund quarterly or more frequently; and

(ii) The contribution does not remain unpaid 30 days after the end of the applicable quarter or shorter payment period (any contribution remaining unpaid shall be excluded from the Contractor’s indirect costs for payment purposes).

(3) Notwithstanding the audit and adjustment of invoices or vouchers under paragraph (g) of this clause, allowable indirect costs under this contract shall be obtained by applying indirect cost rates established in accordance with paragraph (d) of this clause.

(4) Any statements in specifications or other documents incorporated in this contract by reference designating performance of services or furnishing of materials at the Contractor’s expense or at no cost to the Government shall be disregarded for purposes of cost-reimbursement under this clause.

(c) Small business concerns. A small business concern may receive more frequent payments than every 2 weeks

(d) Final indirect cost rates.

Page 54: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(1) Final annual indirect cost rates and the appropriate bases shall be established in accordance with Subpart 42.7 of the Federal Acquisition Regulation (FAR) in effect for the period covered by the indirect cost rate proposal.

(2) (i) The Contractor shall submit an adequate final indirect cost rate proposal to the Contracting Officer (or cognizant Federal agency official) and auditor within the 6-month period following the expiration of each of its fiscal years. Reasonable extensions, for exceptional circumstances only, may be requested in writing by the Contractor and granted in writing by the Contracting Officer. The Contractor shall support its proposal with adequate supporting data.

(ii) The proposed rates shall be based on the Contractor’s actual cost experience for that period. The appropriate Government representative and the Contractor shall establish the final indirect cost rates as promptly as practical after receipt of the Contractor’s proposal.

(iii) An adequate indirect cost rate proposal shall include the following data unless otherwise specified by the cognizant Federal agency official:

(A) Summary of all claimed indirect expense rates, including pool, base, and calculated indirect rate.

(B) General and Administrative expenses (final indirect cost pool). Schedule of claimed expenses by element of cost as indentified in accounting records (Chart of Accounts).

(C) Overhead expenses (final indirect cost pool). Schedule of claimed expenses by element of cost as identified in accounting records (Chart of Accounts) for each final indirect cost pool.

(D) Occupancy expenses (intermediate indirect cost pool). Schedule of claimed expenses by element of cost as identified in accounting records (Chart of Accounts) and expense reallocation to final indirect cost pools.

(E) Claimed allocation bases, by element of cost, used to distribute indirect costs.

(F) Facilities capital cost of money factors computation.

(G) Reconciliation of books of account (i.e., General Ledger) and claimed direct costs by major cost element.

(H) Schedule of direct costs by contract and subcontract and indirect expense applied at claimed rates, as well as a subsidiary schedule of Government participation percentages in each of the allocation base amounts.

(I) Schedule of cumulative direct and indirect costs claimed and billed by contract and subcontract.

(J) Subcontract information. Listing of subcontracts awarded to companies for which the contractor is the prime or upper-tier contractor (include prime and subcontract numbers; subcontract value and award type; amount claimed during the fiscal year; and the subcontractor name, address, and point of contact information).

Page 55: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(K) Summary of each time-and-materials and labor-hour contract information, including labor categories, labor rates, hours, and amounts; direct materials; other direct costs; and, indirect expense applied at claimed rates.

(L) Reconciliation of total payroll per IRS form 941 to total labor costs distribution.

(M) Listing of decisions/agreements/approvals and description of accounting/organizational changes.

(N) Certificate of final indirect costs (see 52.242-4, Certification of Final Indirect Costs).

(O) Contract closing information for contracts physically completed in this fiscal year (include contract number, period of performance, contract ceiling amounts, contract fee computations, level of effort, and indicate if the contract is ready to close).

(iv) The following supplemental information is not required to determine if a proposal is adequate, but may be required during the audit process:

(A) Comparative analysis of indirect expense pools detailed by account to prior fiscal year and budgetary data.

(B) General organizational information and limitation on allowability of compensation for certain contractor personnel. See 31.205-6(p). Additional salary reference information is available at http://www.whitehouse.gov/omb/procurement_index_exec_comp/ .

(C) Identification of prime contracts under which the contractor performs as a subcontractor.

(D) Description of accounting system (excludes contractors required to submit a CAS Disclosure Statement or contractors where the description of the accounting system has not changed from the previous year’s submission).

(E) Procedures for identifying and excluding unallowable costs from the costs claimed and billed (excludes contractors where the procedures have not changes from the previous year’s submission).

(F) Certified financial statements and other financial data (e.g., trial balance, compilation, review, etc).

(G) Management letter from outside CPAs concerning any internal control weaknesses.

(H) Actions that have been and/or will be implemented to correct the weaknesses described in the management letter from subparagraph (G) of this section.

(I) List of all internal audit reports issued since the last disclosure of internal audit reports to the Government.

(J) Annual internal audit plan of scheduled audits to be performed in the fiscal year when the final indirect cost rate submission is made.

(K) Federal and State income tax returns.

Page 56: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(L) Securities and Exchange Commission 10-K annual report.

(M) Minutes from board of directors meetings.

(N) Listing of delay claims and termination claims submitted which contain costs relating to the subject fiscal year.

(O) Contract briefings, which generally include a synopsis of all pertinent contract provisions, such as: Contract type, contract amount, product or service(s) to be provided, contract performance period, rate ceilings, advance approval requirements, pre-contract cost allowability limitations, and billing limitations.

(v) The Contractor shall update the billings on all contracts to reflect the final settled rates and update the schedule of cumulative direct and indirect costs claimed and billed, as required in paragraph (d)(2)(iii)(I) of this sections, within 60 days after settlement of final indirect cost rates.

(3) The Contractor and the appropriate Government representative shall execute a written understanding setting forth the final indirect cost rates. The understanding shall specify

(i) the agreed-upon final annual indirect cost rates,

(ii) the bases to which the rates apply,

(iii) the periods for which the rates apply,

(iv) any specific indirect cost items treated as direct costs in the settlement, and

(v) the affected contract and/or subcontract, identifying any with advance agreements or special terms and the applicable rates.

The understanding shall not change any monetary ceiling, contract obligation, or specific cost allowance or disallowance provided for in this contract. The understanding is incorporated into this contract upon execution.

(4) Failure by the parties to agree on a final annual indirect cost rate shall be a dispute within the meaning of the Disputes clause.

(5) Within 120 days (or longer period if approved in writing by the Contracting Officer) after settlement of the final annual indirect cost rates for all years of a physically complete contract, Contractor shall submit a completion invoice or voucher to reflect the settled amounts and rates. The completion invoice or voucher shall include settled subcontract amounts and rates. The prime contractor is responsible for settling subcontractor amounts and rates included in the completion invoice or voucher and providing status of subcontractor audits to the contracting officer upon request.

(6)

(i) If the Contractor fails to submit a completion invoice or voucher within the time specified in paragraph (d)(5) of this clause, the Contracting Officer may--

(A) Determine the amounts due to the Contractor under the contract; and

Page 57: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(B) Record this determination in a unilateral modification to the contract.

(ii) This determination constitutes the final decision of the Contracting Officer in accordance with the Disputes clause.

(e) Billing rates. Until final annual indirect cost rates are established for any period, the Government shall reimburse the Contractor at billing rates established by the Contracting Officer or by an authorized representative (the cognizant auditor), subject to adjustment when the final rates are established. These billing rates --

(1) Shall be the anticipated final rates; and

(2) May be prospectively or retroactively revised by mutual agreement, at either party’s request, to prevent substantial overpayment or underpayment.

(f) Quick-closeout procedures. Quick-closeout procedures are applicable when the conditions in FAR 42.708(a) are satisfied.

(g) Audit. At any time or times before final payment, the Contracting Officer may have the Contractor’s invoices or vouchers and statements of cost audited. Any payment may be --

(1) Reduced by amounts found by the Contracting Officer not to constitute allowable costs; or

(2) Adjusted for prior overpayments or underpayments.

(h) Final payment.

(1) Upon approval of a completion invoice or voucher submitted by the Contractor in accordance with paragraph (d)(5) of this clause, and upon the Contractor’s compliance with all terms of this contract, the Government shall promptly pay any balance of allowable costs and that part of the fee (if any) not previously paid.

(2) The Contractor shall pay to the Government any refunds, rebates, credits, or other amounts (including interest, if any) accruing to or received by the Contractor or any assignee under this contract, to the extent that those amounts are properly allocable to costs for which the Contractor has been reimbursed by the Government. Reasonable expenses incurred by the Contractor for securing refunds, rebates, credits, or other amounts shall be allowable costs if approved by the Contracting Officer. Before final payment under this contract, the Contractor and each assignee whose assignment is in effect at the time of final payment shall execute and deliver --

(i) An assignment to the Government, in form and substance satisfactory to the Contracting Officer, of refunds, rebates, credits, or other amounts (including interest, if any) properly allocable to costs for which the Contractor has been reimbursed by the Government under this contract; and

(ii) A release discharging the Government, its officers, agents, and employees from all liabilities, obligations, and claims arising out of or under this contract, except --

(A) Specified claims stated in exact amounts, or in estimated amounts when the exact amounts are not known;

(B) Claims (including reasonable incidental expenses) based upon liabilities of the Contractor to third parties arising out of the performance of this contract; provided, that the claims are not

Page 58: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

known to the Contractor on the date of the execution of the release, and that the Contractor gives notice of the claims in writing to the Contracting Officer within 6 years following the release date or notice of final payment date, whichever is earlier; and

(C) Claims for reimbursement of costs, including reasonable incidental expenses, incurred by the Contractor under the patent clauses of this contract, excluding, however, any expenses arising from the Contractor’s indemnification of the Government against patent liability.

I.2 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or

task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the effective date of the contract through October 2022.

(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.

(c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.

I.3 52.216-22 INDEFINITE QUANTITY (OCT 1995)

(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering

clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum."

(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on

the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.

(d) Any order issued during the effective period of this contract and not completed within that period shall be

completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after October 2022.

I.4 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.

I.5 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

Page 59: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years.

I.6 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)

(a) Definitions. As used in this clause—“Active duty wartime or campaign badge veteran,” “Armed Forces service medal veteran,” “disabled veteran,” “protected veteran,” “qualified disabled veteran,’ and “recently separated veteran” have the meanings given at FAR 22.1301.

(b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified protected veterans, and requires affirmative action by the Contractor to employ and advance in employment qualified protected veterans.

(c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of $150,000 or more unless exempted by rules, regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate of identify properly the parties and their undertakings

I.7 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014)

Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60.741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities.

(b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of $15,000 unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings.

I.8 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)

In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.

This Statement is for Information Only: It is not a Wage Determination

Employee Class Monetary Wage -- Fringe Benefits

Page 60: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

I.9 52.225-20 PROHIBITION ON CONDUCTING RESTRICTED BUSINESS OPERATIONS IN SUDAN--CERTIFICATION (AUG 2009)

(a) Definitions. As used in this provision-- "Business operations" means engaging in commerce in any form,

including by acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce.

"Marginalized populations of Sudan" means--

(1) Adversely affected groups in regions authorized to receive assistance under section 8(c) of the Darfur Peace and Accountability Act (Pub. L. 109-344) (50 U.S.C. 1701 note); and

(2) Marginalized areas in Northern Sudan described in section 4(9) of such Act.

"Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate-

(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;

(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization;

(3) Consist of providing goods or services to marginalized populations of Sudan;

(4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization;

(5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended.

(b) Certification. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan.

I.10 52.228-7 -- Insurance -- Liability to Third Persons. (Mar 1996)

(a) (1) Except as provided in subparagraph (a)(2) of this clause, the Contractor shall provide and maintain workers’ compensation, employer’s liability, comprehensive general liability (bodily injury), comprehensive automobile liability (bodily injury and property damage) insurance, and such other insurance as the Contracting Officer may require under this contract.

(2) The Contractor may, with the approval of the Contracting Officer, maintain a self-insurance program; provided that, with respect to workers’ compensation, the Contractor is qualified pursuant to statutory authority.

Page 61: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(3) All insurance required by this paragraph shall be in a form and amount and for those periods as the Contracting Officer may require or approve and with insurers approved by the Contracting Officer.

(b) The Contractor agrees to submit for the Contracting Officer’s approval, to the extent and in the manner required by the Contracting Officer, any other insurance that is maintained by the Contractor in connection with the performance of this contract and for which the Contractor seeks reimbursement.

(c) The Contractor shall be reimbursed --

(1) For that portion --

(i) Of the reasonable cost of insurance allocable to this contract; and (ii) Required or approved under this clause; and

(2) For certain liabilities (and expenses incidental to such liabilities) to third persons not compensated by insurance or otherwise without regard to and as an exception to the limitation of cost or the limitation of funds clause of this contract. These liabilities must arise out of the performance of this contract, whether or not caused by the negligence of the Contractor or of the Contractor’s agents, servants, or employees, and must be represented by final judgments or settlements approved in writing by the Government. These liabilities are for --

(i) Loss of or damage to property (other than property owned, occupied, or used by the Contractor, rented to the Contractor, or in the care, custody, or control of the Contractor); or

(ii) Death or bodily injury.

(d) The Government’s liability under paragraph (c) of this clause is subject to the availability of appropriated funds at the time a contingency occurs. Nothing in this contract shall be construed as implying that the Congress will, at a later date, appropriate funds sufficient to meet deficiencies.

(e) The Contractor shall not be reimbursed for liabilities (and expenses incidental to such liabilities) --

(1) For which the Contractor is otherwise responsible under the express terms of any clause specified in the Schedule or elsewhere in the contract;

(2) For which the Contractor has failed to insure or to maintain insurance as required by the Contracting Officer; or

(3) That result from willful misconduct or lack of good faith on the part of any of the Contractor’s directors, officers, managers, superintendents, or other representatives who have supervision or direction of --

(i) All or substantially all of the Contractor’s business;

(ii) All or substantially all of the Contractor’s operations at any one plant or separate location in which this contract is being performed; or

(iii) A separate and complete major industrial operation in connection with the performance of this contract.

(f) The provisions of paragraph (e) of this clause shall not restrict the right of the Contractor to be reimbursed for the cost of insurance maintained by the Contractor in connection with the performance of this contract, other than

Page 62: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

insurance required in accordance with this clause; provided, that such cost is allowable under the Allowable Cost and Payment clause of this contract.

(g) If any suit or action is filed or any claim is made against the Contractor, the cost and expense of which may be reimbursable to the Contractor under this contract, and the risk of which is then uninsured or is insured for less than the amount claimed, the Contractor shall --

(1) Immediately notify the Contracting Officer and promptly furnish copies of all pertinent papers received;

(2) Authorize Government representatives to collaborate with counsel for the insurance carrier in settling or defending the claim when the amount of the liability claimed exceeds the amount of coverage; and

(3) Authorize Government representatives to settle or defend the claim and to represent the Contractor in or to take charge of any litigation, if required by the Government, when the liability is not insured or covered by bond. The Contractor may, at its own expense, be associated with the Government representatives in any such claim or litigation.

(End of Clause)

I.11 52.232-7 PAYMENTS UNDER TIME-AND-MATERIALS AND LABOR-HOUR CONTRACTS (AUG 2012)

The Government will pay the Contractor as follows upon the submission of vouchers approved by the Contracting Officer or the authorized representative:

(a) Hourly rate.

(1) Hourly rate means the rate(s) prescribed in the contract for payment for labor that meets the labor category qualifications of a labor category specified in the contract that are—

(i) Performed by the Contractor;

(ii) Performed by the Subcontractors; or

(iii) Transferred between divisions, subsidiaries, or affiliated of the Contractor under a common control.

(2) The amounts shall be computed by multiplying the appropriate hourly rates prescribed in the Schedule by the number of direct labor hours performed.

(3) The hourly rates shall be paid for all labor performed on the contract that meets the labor qualifications specified in the contract. Labor hours incurred to perform tasks for which labor qualifications were specified in the contract will not be paid to the extent the work is performed by employees that do not meet the qualifications specified in the contract, unless specifically authorized by the Contracting Officer.

(4) The hourly rates shall include wages, indirect costs, general and administrative expense, and profit. Fractional parts of an hour shall be payable on a prorated basis.

(5) Vouchers may be submitted not more than once every two weeks, to the Contracting Officer or authorized representative. A small business concern may receive more frequent payments than every two weeks. The

Page 63: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

Contractor shall substantiate vouchers (including any subcontractor hours reimbursed at the hourly rate in the schedule) by evidence of actual payment and by—

(i) Individual daily job timekeeping records;

(ii) Records that verify the employees meet the qualifications for the labor categories specified in the contract; or

(iii) Other substantiation approved by the Contracting Officer.

(6) Promptly after receipt of each substantiated voucher, the Government shall, except as otherwise provided in this contract, and subject to the terms of paragraph (e) of this clause, pay the voucher as approved by the Contracting Officer or authorized representative.

(7) Unless otherwise prescribed in the Schedule, the Contracting Officer may unilaterally issue a contract modification requiring the Contractor to withhold amounts from its billings until a reserve is set aside in an amount that the Contracting Officer considers necessary to protect the Government’s interests. The Contracting Officer may require a withhold of 5 percent of the amounts due under paragraph (a), but the total amount withheld for the contract shall not exceed $50,000. The amounts withheld shall be retained until the Contractor executes and delivers the release required by paragraph (g) of this clause.

(8) Unless the Schedule prescribes otherwise, the hourly rates in the Schedule shall not be varied by virtue of the Contractor having performed work on an overtime basis. If no overtime rates are provided in the Schedule and overtime work is approved in advance by the Contracting Officer, overtime rates shall be negotiated. Failure to agree upon these overtime rates shall be treated as a dispute under the Disputes clause of this contract. If the Schedule provides rates for overtime, the premium portion of those rates will be reimbursable only to the extent the overtime is approved by the Contracting Officer.

(b) Materials.

(1) For the purposes of this clause—

(i) Direct materials means those materials that enter directly into the end product, or that are used or consumed directly in connection with the furnishing of the end product or service.

(ii) Materials means—

(A) Direct materials, including supplies transferred between divisions, subsidiaries, or affiliates of the Contractor under a common control;

(B) Subcontracts for supplies and incidental services for which there is not a labor category specified in the contract;

(C) Other direct costs (e.g., incidental services for which there is not a labor category specified in the contract, travel, computer usage charges, etc.); and

(D) Applicable indirect costs.

Page 64: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(2) If the Contractor furnishes its own materials that meet the definition of a commercial item at 2.101, the price to be paid for such materials shall not exceed the Contractor’s established catalog or market price, adjusted to reflect the—

(i) Quantities being acquired; and

(ii) Actual cost of any modification necessary because of contract requirements.

(3) Except as provided for in paragraph (b)(2) of this clause, the Government will reimburse the Contractor for allowable cost of materials provided the Contractor--

(i) Has made payments for materials in accordance with the terms and conditions of the agreement or invoice; or

(ii) Ordinarily makes these payments within 30 days of the submission of the Contractor’s payment request to the Government and such payment is in accordance with the terms and conditions of the agreement or invoice.

(4) Payment for materials is subject to the Allowable Cost and Payment clause of this contract. The Contracting Officer will determine allowable costs of materials in accordance with Subpart 31.2 of the Federal Acquisition Regulation (FAR) in effect on the date of this contract.

(5) The Contractor may include allocable indirect costs and other direct costs to the extent they are—

(i) Comprised only of costs that are clearly excluded from the hourly rate;

(ii) Allocated in accordance with the Contractor’s written or established accounting practices; and

(iii) Indirect costs are not applied to subcontracts that are paid at the hourly rates.

(6) To the extent able, the Contractor shall--

(i) Obtain materials at the most advantageous prices available with due regard to securing prompt delivery of satisfactory materials; and

(ii) Take all cash and trade discounts, rebates, allowances, credits, salvage, commissions, and other benefits. When unable to take advantage of the benefits, the Contractor shall promptly notify the Contracting Officer and give the reasons. The Contractor shall give credit to the Government for cash and trade discounts, rebates, scrap, commissions, and other amounts that have accrued to the benefit of the Contractor, or would have accrued except for the fault or neglect of the Contractor. The Contractor shall not deduct from gross costs the benefits lost without fault or neglect on the part of the Contractor, or lost through fault of the Government.

(7) Except as provided for in 31.205-26(e) and (f), the Government will not pay profit or fee to the prime Contractor on materials.

(c) If the Contractor enters into any subcontract that requires consent under the clause at 52.244-2, Subcontracts, without obtaining such consent, the Government is not required to reimburse the Contractor for any costs incurred under the subcontract prior to the date the Contractor obtains the required consent. Any reimbursement of subcontract costs incurred prior to the date the consent was obtained shall be at the sole discretion of the Government.

Page 65: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(d) Total cost. It is estimated that the total cost to the Government for the performance of this contract shall not exceed the ceiling price set forth in the Schedule, and the Contractor agrees to use its best efforts to perform the work specified in the Schedule and all obligations under this contract within such ceiling price. If at any time the Contractor has reason to believe that the hourly rate payments and material costs that will accrue in performing this contract in the next succeeding 30 days, if added to all other payments and costs previously accrued, will exceed 85 percent of the ceiling price in the Schedule, the Contractor shall notify the Contracting Officer giving a revised estimate of the total price to the Government for performing this contract with supporting reasons and documentation. If at any time during performing this contract, the Contractor has reason to believe that the total price to the Government for performing this contract will be substantially greater or less than the then stated ceiling price, the Contractor shall so notify the Contracting Officer, giving a revised estimate of the total price for performing this contract, with supporting reasons and documentation. If at any time during performing this contract, the Government has reason to believe that the work to be required in performing this contract will be substantially greater or less than the stated ceiling price, the Contracting Officer will so advise the Contractor, giving the then revised estimate of the total amount of effort to be required under the contract.

(e) Ceiling price. The Government will not be obligated to pay the Contractor any amount in excess of the ceiling price in the Schedule, and the Contractor shall not be obligated to continue performance if to do so would exceed the ceiling price set forth in the Schedule, unless and until the Contracting Officer notifies the Contractor in writing that the ceiling price has been increased and specifies in the notice a revised ceiling that shall constitute the ceiling price for performance under this contract. When and to the extent that the ceiling price set forth in the Schedule has been increased, any hours expended and material costs incurred by the Contractor in excess of the ceiling price before the increase shall be allowable to the same extent as if the hours expended and material costs had been incurred after the increase in the ceiling price.

(f) Audit. At any time before final payment under this contract, the Contracting Officer may request audit of the invoices or vouchers and supporting documentation. Each payment previously made shall be subject to reduction to the extent of amounts, on preceding vouchers, that are found by the Contracting Officer or authorized representative not to have been properly payable and shall also be subject to reduction for overpayments or to increase for underpayments. Upon receipt and approval of the voucher designated by the Contractor as the “completion voucher” and supporting documentation, and upon compliance by the Contractor with all terms of this contract (including, without limitation, terms relating to patents and the terms of paragraph (g) of this section), the Government shall promptly pay any balance due the Contractor. The completion voucher, and supporting documentation, shall be submitted by the Contractor as promptly as practicable following completion of the work under this contract, but in no event later than 120 days (or such longer period as the Contracting Officer may approve in writing) from the date of completion.

(g) Assignment and Release of Claims. The Contractor, and each assignee under an assignment entered into under this contract and in effect at the time of final payment under this contract, shall execute and deliver, at the time of and as a condition precedent to final payment under this contract, a release discharging the Government, its officers, agents, and employees of and from all liabilities, obligations, and claims arising out of or under this contract, subject only to the following exceptions:

(1) Specified claims in stated amounts, or in estimated amounts if the amounts are not susceptible of exact statement by the Contractor.

(2) Claims, together with reasonable incidental expenses, based upon the liabilities of the Contractor to third parties arising out of performing this contract, that are not known to the Contractor on the date of the execution of the release, and of which the Contractor gives notice in writing to the Contracting Officer not more than 6 years after the date of the release or the date of any notice to the Contractor that the Government is prepared to make final payment, whichever is earlier.

Page 66: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(3) Claims for reimbursement of costs (other than expenses of the Contractor by reason of its indemnification of the Government against patent liability), including reasonable incidental expenses, incurred by the Contractor under the terms of this contract relating to patents.

(h) Interim payments on contracts for other than services.

(1) Interim payments made prior to the final payment under the contract are contract financing payments. Contract financing payments are not subject to the interest penalty provisions of the Prompt Payment Act.

(2) The designated payment office will make interim payments for contract financing on the 30tth day after the designated billing office receives a proper payment request. In the event that the Government requires an audit or other review of a specific payment request to ensure compliance with the terms and conditions of the contract, the designated payment office is not compelled to make payment by the specified due date.

(i) Interim payments on contracts for services. For interim payments made prior to the final payment under this contract, the Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315.

I.12 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond FY 2017. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond FY 2017, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. I.13 52.247-67 SUBMISSION OF TRANSPORTATION DOCUMENTS FOR AUDIT (FEB 2006) (a) The Contractor shall submit to the address identified below, for prepayment audit, transportation documents on which the United States will assume freight charges that were paid-- (1) By the Contractor under a cost-reimbursement contract; and (2) By a first-tier subcontractor under a cost-reimbursement subcontract thereunder. (b) Cost-reimbursement Contractors shall only submit for audit those bills of lading with freight shipment charges exceeding $100. Bills under $100 shall be retained on-site by the Contractor and made available for on-site audits. This exception only applies to freight shipment bills and is not intended to apply to bills and invoices for any other transportation services. (c) Contractors shall submit the above referenced transportation documents to-- TBD I.14 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/far/index.html

Page 67: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

I.15 HSAR 3052.204-71 CONTRACTOR EMPLOYEE ACCESS (SEP 2012) (a) Sensitive Information, as used in this clause, means any information, which if lost, misused, disclosed, or, without authorization is accessed, or modified, could adversely affect the national or homeland security interest, the conduct of Federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (the Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense, homeland security or foreign policy. This definition includes the following categories of information:

(1) Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of 2002 (Title II, Subtitle B, of the Homeland Security Act, Public Law 107-296, 196 Stat. 2135), as amended, the implementing regulations thereto (Title 6, Code of Federal Regulations, Part 29) as amended, the applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the PCII Program Manager or his/her designee);

(2) Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, Part 1520, as amended, “Policies and Procedures of Safeguarding and Control of SSI,” as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the Assistant Secretary for the Transportation Security Administration or his/her designee);

(3) Information designated as “For Official Use Only,” which is unclassified information of a sensitive nature and the unauthorized disclosure of which could adversely impact a person’s privacy or welfare, the conduct of Federal programs, or other programs or operations essential to the national or homeland security interest; and

(4) Any information that is designated “sensitive” or subject to other controls, safeguards or protections in accordance with subsequently adopted homeland security information handling procedures.

(b) “Information Technology Resources” include, but are not limited to, computer equipment, networking equipment, telecommunications equipment, cabling, network drives, computer drives, network software, computer software, software programs, intranet sites, and internet sites.

(c) Contractor employees working on this contract must complete such forms as may be necessary for security or other reasons, including the conduct of background investigations to determine suitability. Completed forms shall be submitted as directed by the Contracting Officer. Upon the Contracting Officer's request, the Contractor's employees shall be fingerprinted, or subject to other investigations as required. All Contractor employees requiring recurring access to Government facilities or access to sensitive information or IT resources are required to have a favorably adjudicated background investigation prior to commencing work on this contract unless this requirement is waived under Departmental procedures.

(d) The Contracting Officer may require the Contractor to prohibit individuals from working on the contract if the Government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, and insubordination, incompetence, or security concerns.

(e) Work under this contract may involve access to sensitive information. Therefore, the Contractor shall not disclose, orally or in writing, any sensitive information to any person unless authorized in writing by the Contracting Officer. For those Contractor employees authorized access to sensitive information, the Contractor shall ensure that these persons receive training concerning the protection and disclosure of sensitive information both during and after contract performance.

Page 68: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(f) The Contractor shall include the substance of this clause in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources.

I.16 HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUN 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting 'more than 50 percent' for 'at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)-- (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held-- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) Stock of such entity which is sold in a public offering related to an acquisition described in section 835(b)(1) of the Homeland Security Act, 6 U.S.C. 395(b)(1).

Page 69: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4- year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) Warrants; (ii) Options; (iii) Contracts to acquire stock; (iv) Convertible debt instruments; (v) Others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of section 835. (f) Disclosure. The offeror under this solicitation represents that [Check one]: []it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; []it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or []it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. I.17 HSAR 3052.209-72 ORGANIZATIONAL CONFLICT OF INTEREST (JUN 2006) (a) Determination. The Government has determined that this effort may result in an actual or potential conflict of

interest, or may provide one or more offerors with the potential to attain an unfair competitive advantage. The nature of the conflict of interest and the limitation on future contracting

(b) If any such conflict of interest is found to exist, the Contracting Officer may (1) disqualify the offeror, or (2)

determine that it is otherwise in the best interest of the United States to contract with the offeror and include the appropriate provisions to avoid, neutralize, mitigate, or waive such conflict in the contract awarded. After discussion with the offeror, the Contracting Officer may determine that the actual conflict cannot be avoided, neutralized, mitigated or otherwise resolved to the satisfaction of the Government, and the offeror may be found ineligible for award.

(c) Disclosure: The offeror hereby represents, to the best of its knowledge that:

(1) ___ It is not aware of any facts which create any actual or potential organizational conflicts of interest relating to the award of this contract, or (2) ___ It has included information in its proposal, providing all current information bearing on the existence of any actual or potential organizational conflicts of interest, and has included a mitigation plan in accordance with paragraph (d) of this provision.

Page 70: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(d) Mitigation. If an offeror with a potential or actual conflict of interest or unfair competitive advantage believes the conflict can be avoided, neutralized, or mitigated, the offeror shall submit a mitigation plan to the Government for review. Award of a contract where an actual or potential conflict of interest exists shall not occur before Government approval of the mitigation plan. If a mitigation plan is approved, the restrictions of this provision do not apply to the extent defined in the mitigation plan. (e) Other Relevant Information: In addition to the mitigation plan, the Contracting Officer may require further relevant information from the offeror. The Contracting Officer will use all information submitted by the offeror, and any other relevant information known to DHS, to determine whether an award to the offeror may take place, and whether the mitigation plan adequately neutralizes or mitigates the conflict. (f) Corporation Change. The successful offeror shall inform the Contracting Officer within thirty (30) calendar days of the effective date of any corporate mergers, acquisitions, and/or divestures that may affect this provision. (g) Flow-down. The contractor shall insert the substance of this clause in each first tier subcontract that exceeds the simplified acquisition threshold. I.18 HSAR 3052.215-70 KEY PERSONNEL OR FACILITIES (DEC 2003)

(a) The personnel or facilities specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel or facilities, as appropriate.

(b) Before removing or replacing any of the specified individuals or facilities, the Contractor shall notify the Contracting Officer, in writing, before the change becomes effective. The Contractor shall submit sufficient information to support the proposed action and to enable the Contracting Officer to evaluate the potential impact of the change on this contract. The Contractor shall not remove or replace personnel or facilities until the Contracting Officer approves the change.

Key Personnel under this Contract: TBD I.19 HOMELAND SECURITY PRESIDENTIAL DIRECTIVE 12 (AUG 2004) SUBJECT: Policies for a Common Identification Standard for Federal Employees and Contractors 1. Wide variations in the quality and security of forms of identification used to gain access to secure Federal and

other facilities where there is potential for terrorist attacks need to be eliminated. Therefore, it is the policy of the United States to enhance security, increase Government efficiency, reduce identity fraud, and protect personal privacy by establishing a mandatory, Government-wide standard for secure and reliable forms of identification issued by the Federal Government to its employees and contractors (including contractor employees).

2. To implement the policy set forth in paragraph (1), the Secretary of Commerce shall promulgate in accordance with applicable law a Federal standard for secure and reliable forms of identification (the "Standard") not later than 6 months after the date of this directive in consultation with the Secretary of State, the Secretary of Defense, the Attorney General, the Secretary of Homeland Security, the Director of the Office of Management and Budget (OMB), and the Director of the Office of Science and Technology Policy. The Secretary of Commerce shall periodically review the Standard and update the Standard as appropriate in consultation with the affected agencies.

3. "Secure and reliable forms of identification" for purposes of this directive means identification that (a) is issued based on sound criteria for verifying an individual employee's identity; (b) is strongly resistant to identity fraud, tampering, counterfeiting, and terrorist exploitation; (c) can be rapidly authenticated electronically; and (d) is issued only by providers whose reliability has been established by an official accreditation process. The Standard will include graduated criteria, from least secure to most secure, to ensure flexibility in selecting the appropriate level of security for each application. The Standard shall not apply to identification associated with national security systems as defined by 44 U.S.C. 3542(b)(2).

4. Not later than 4 months following promulgation of the Standard, the heads of executive departments and agencies shall have a program in place to ensure that identification issued by their departments and agencies to Federal employees and contractors meets the Standard. As promptly as possible, but in no case later than 8

Page 71: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

months after the date of promulgation of the Standard, the heads of executive departments and agencies shall, to the maximum extent practicable, require the use of identification by Federal employees and contractors that meets the Standard in gaining physical access to Federally controlled facilities and logical access to Federally controlled information systems. Departments and agencies shall implement this directive in a manner consistent with ongoing Government-wide activities, policies and guidance issued by OMB, which shall ensure compliance.

5. Not later than 6 months following promulgation of the Standard, the heads of executive departments and agencies shall identify to the Assistant to the President for Homeland Security and the Director of OMB those Federally controlled facilities, Federally controlled information systems, and other Federal applications that are important for security and for which use of the Standard in circumstances not covered by this directive should be considered. Not later than 7 months following the promulgation of the Standard, the Assistant to the President for Homeland Security and the Director of OMB shall make recommendations to the President concerning possible use of the Standard for such additional Federal applications.

6. This directive shall be implemented in a manner consistent with the Constitution and applicable laws, including the Privacy Act (5 U.S.C. 552a) and other statutes protecting the rights of Americans.

7. Nothing in this directive alters, or impedes the ability to carry out, the authorities of the Federal departments and agencies to perform their responsibilities under law and consistent with applicable legal authorities and presidential guidance. This directive is intended only to improve the internal management of the executive branch of the Federal Government, and it is not intended to, and does not, create any right or benefit enforceable at law or in equity by any party against the United States, its departments, agencies, entities, officers, employees or agents, or any other person.

8. The Assistant to the President for Homeland Security shall report to me not later than 7 months after the promulgation of the Standard on progress made to implement this directive, and shall thereafter report to me on such progress or any recommended changes from time to time as appropriate.

Page 72: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS SECTION J - LIST OF ATTACHMENTS NO. ATTACHMENT TITLE DATE PAGES

A Price Schedule 02/17/2017 7 B Scenarios 02/17/2017 6

Page 73: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

PART IV - REPRESENTATIONS AND INSTRUCTIONS

SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE The following solicitation provisions pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the FAR provision at FAR "52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE" contained in this document. See FAR 52.252-1 for an internet address (if specified) for electronic access to the full text of a provision. NUMBER TITLE DATE 52.203-11 CERTIFICATION AND DISCLOSURE REGARDING SEP 2007 PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES JAN 2017

THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JUL 2016 52.204-17 OWNERSHIP OR CONTROL OF OFFEROR JUL 2016 52.204-19 INCORPORATION BY REFERENCE OF DEC 2014 REPRESENTATIONS AND CERTIFICATIONS 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED NOV 2015 DOMESTIC CORPORATIONS--REPRESENTATION 52.222-38 COMPLIANCE WITH VETERANS' EMPLOYMENT FEB 2016 REPORTING REQUIREMENTS 52.223-1 BIOBASED PRODUCT CERTIFICATION MAY 2014 52.223-4 RECOVERED MATERIAL CERTIFICATION. MAY 2008 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES OCT 2015 ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN— REPRESENTATION AND CERTIFICATIONS. 52.236-28 PREPARATION OF PROPOSALS – CONSTRUCTIONS OCT 1997

K.1 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985) (a) The offeror certifies that-- (1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to-- (i) Those prices; (ii) The intention to submit an offer; or (iii) The methods or factors used to calculate the prices offered;

Page 74: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. (b) Each signature on the offer is considered to be a certification by the signatory that the signatory-- (1) Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above; or (2) (i) Has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above ____________________________________________ ____________________________________________ ____________________________________________ [Insert full name of person(s) in the offeror's organization responsible for determining the prices offered in the bid or proposal, and the title of his or her position in the offeror's organization]; (ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)(i) above have not participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above. (c) If the offeror deletes or modifies subparagraph (a)(2) of this provision, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure. K.2 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998) (a) Definitions. "Common parent," as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. "Taxpayer Identification Number (TIN)," as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number.

Page 75: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(b) All offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract. (c) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (d) Taxpayer Identification Number (TIN). [ ] TIN: ____________________________ [ ] TIN has been applied for. [ ] TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [ ] Offeror is an agency or instrumentality of a foreign government; [ ] Offeror is an agency or instrumentality of the Federal Government. (e) Type of organization. [ ] Sole proprietorship; [ ] Partnership; [ ] Corporate entity (not tax-exempt); [ ] Corporate entity (tax-exempt); [ ] Government entity (Federal, State, or local); [ ] Foreign government; [ ] International organization per 26 CFR 1.6049-4; [ ] Other ___________________________________________ (f) Common parent. [ ] Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. [ ] Name and TIN of common parent:

Page 76: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

Name ____________________________________________________ TIN ____________________________________________________ K.3 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2017) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 561210. (2) The small business size standard is $38.5 Million. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation.

(c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated:

(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless—

(A) The acquisition is to be made under the simplified acquisition procedures in Part 13;

(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or

(C) The solicitation is for utility services for which rates are set by law or regulation.

(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.

(iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation. This provision applies to all solicitations.

(iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management.

Page 77: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that—

(A) Are not set aside for small business concerns;

(B) Exceed the simplified acquisition threshold; and

(C) Are for contracts that will be performed in the United States or its outlying areas.

(vi) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—Representation.

(vii) 52.209-5; Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.

(viii) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations.

(ix) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government.

(x) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government.

(xi) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas.

(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard.

(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.

(xii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.

(xiii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

(xiv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.

(xv) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.

(xvi) 52.222-57, Representation Regarding Compliance with Labor Laws (Executive Order 13673). This provision applies to solicitations expected to exceed $50 million which are issued from October 25, 2016 through April 24, 2017, and solicitations expected to exceed $500,000, which are issued after April 24, 2017.

Page 78: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

Note to paragraph (c)(1)(xvi): By a court order issued on October 24, 2016, 52.222-57 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.

(xvii) 52.223-1, Bio-based Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Bio-based Products Under Service and Construction Contracts.

(xviii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items.

(xix) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation. This provision applies to solicitations that include the clause at 52.204-7.

(xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.

(xxi) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225- 3.

(A) If the acquisition value is less than $25,000, the basic provision applies.

(B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies.

(C) If the acquisition value is $50,000 or more but is less than $77,533, the provision with its Alternate II applies.

(D) If the acquisition value is $79,507 or more but is less than $100,000, the provision with its Alternate III applies.

(xxii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.

(xxiii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations.

(xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certification. This provision applies to all solicitations.

(xxv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.

(2) The following representations or certifications are applicable as indicated by the Contracting Officer:

[Contracting Officer check as appropriate.]

Page 79: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

___ (i) 52.204-17, Ownership or Control of Offeror.

___ (ii) 52.204-20, Predecessor of Offeror.

___ (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.

___ (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification.

___ (v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification.

___ (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only).

___ (vii) 52.227-6, Royalty Information.

___ (A) Basic.

___ (B) Alternate I.

___ (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.

(d) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through https://www.acquisition.gov . After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR Clause Title Date Change

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.

(End of Provision)

K.4 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)

The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.

Page 80: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

K.5 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (OCT 2015)

(a)(1) The Offeror certifies, to the best of its knowledge and belief, that --

(i) The Offeror and/or any of its Principals --

(A) Are [_] are not [_] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;

(B) Have [_] have not [_], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks “have”, the offeror shall also see 52.209-7, if included in this solicitation); and

(C) Are [_] are not [_] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and

(D) Have [_], have not [_], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied.

(1) Federal taxes are considered delinquent if both of the following criteria apply:

(i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.

(ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.

(2) Examples.

(i) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.

(ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.

Page 81: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment.

(iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code).

(ii) The Offeror has [[_] has not [_], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency.

(2) “Principal,” for the purposes of this certification, means an officer; director; owner; partner; or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).

This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.

(b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror’s responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror non-responsible.

(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.

K.6 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013)

(a) Definitions. As used in this provision—

“Administrative proceeding” means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.

“Federal contracts and grants with total value greater than $10,000,000” means—

Page 82: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(1) The total value of all current, active contracts and grants, including all priced options; and

(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).

“Principal” means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).

(b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000.

(c) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:

(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:

(i) In a criminal proceeding, a conviction.

(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.

(iii) In an administrative proceeding, a finding of fault and liability that results in—

(A) The payment of a monetary fine or penalty of $5,000 or more; or

(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.

(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.

(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.

(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7).

K.7 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) The offeror represents that-- (a) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; the clause originally contained in Section 310 of Executive Order No. 10925, or the clause contained in Section 201 of Executive Order No. 11114; (b) It [ ] has, [ ] has not filed all required compliance reports; and

Page 83: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. K.8 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) The offeror represents that--

(a) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2), or (b) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of L

K.9 52.225-18 PLACE OF MANUFACTURE (MAR 2015) (a) Definitions. As used in this clause—

“Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except—

(1) FSC 5510, Lumber and Related Basic Wood Materials;

(2) Federal Supply Group (FSG) 87, Agricultural Supplies;

(3) FSG 88, Live Animals;

(4) FSG 89, Food and Related Consumables;

(5) FSC 9410, Crude Grades of Plant Materials;

(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;

(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;

(8) FSC 9610, Ores;

(9) FSC 9620, Minerals, Natural and Synthetic; and

(10) FSC 9630, Additive Metal Materials.

“Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.

(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly—

(1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or

(2) [ ] Outside the United States.

Page 84: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

K.10 52.225-20 PROHIBITION ON CONDUCTING RESTRICTED BUSINESS OPERATIONS IN SUDAN--CERTIFICATION (AUG 2009)

(a) Definitions. As used in this provision-- "Business operations" means engaging in commerce in any form, including by acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce. "Marginalized populations of Sudan" means-- (1) Adversely affected groups in regions authorized to receive assistance under section 8(c) of the Darfur Peace and Accountability Act (Pub. L. 109-344) (50 U.S.C. 1701 note); and (2) Marginalized areas in Northern Sudan described in section 4(9) of such Act. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. (b) Certification. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan.

Page 85: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS NOTICE LISTING RFP PROVISIONS INCORPORATED BY REFERENCE (FAR 52.252-1) (FEB 1998) This RFP incorporates one or more RFP provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a RFP provision may be accessed electronically at either of these addresses:

Federal Acquisition Regulation (FAR) http://www.acquisition.gov/far/index.html and Homeland Security Acquisition Regulation (HSAR) http://hsar.gov

NUMBER TITLE DATE 52.204-7 SYSTEM for AWARD MANAGEMENT OCT 2016 (DUNS) NUMBER 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE JUL 2016 MAINTENANCE 52.215-1 INSTRUCTIONS TO OFFERORS—COMPETITIVE JAN 2017 ACQUISITION ALTERNATE 1 (OCT 1997)

52.215-22 LIMITATIONS ON PASS-THROUGH CHARGES— OCT 2009 IDENTIFCATION OF SUBCONTRACT EFFORT

52.216-27 SINGLE OR MULTIPLE AWARDS OCT 1995 52.216-29 TIME-AND-MATERIALS/LABOR-HOUR PROPOSAL FEB 2007 REQUIREMENTS--NON-COMMERCIAL ITEM ACQUISITION WITH ADEQUATE PRICE COMPETITION 52.236-5 MATERIAL AND WORKMANSHIP APR 1984 52.236-7 PERMITS AND RESPONSIBILITIES NOV 1991 52.237-10 IDENTIFICATION OF UNCOMPENSATED OVERTIME MAR 2015 3025.219-71 DHS MENTOR PROTÉGÉ PROGRAM JUN 2006 3052.247-72 F.O.B. DESTINATION ONLY DEC 2003 PROVISIONS INCORPORATED BY FULL TEXT

L.1 ADEQUATE ACCOUNTING SYSTEMS The Contracting Officer, will verify evidence provided by the Offeror of an adequate accounting system for accumulating and reporting cost, in accordance with FAR 31.201 -4. Proposal will be rejected if the Offeror does not have an adequate accounting system. L.2 52.216-1 TYPE OF CONTRACT (APR 1984) The Government intends to award two (2) single award, Indefinite Delivery, Indefinite Quantity (IDIQ) contracts resulting from this RFP, to responsible, responsive offeror(s) whose proposal is determined to represent the Best Value to the government, price and other factors considered.

Page 86: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

L.3 SERVICE OF PROTEST (FAR 52.233-2) (SEP 2006) (a) Protests, as defined in Section 33.101 of the Federal Acquisition Regulation, that are filed directly with an

agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

Hand Carried Address: David Orris

Agency Protest Ombudsman Office of Chief Procurement Office (OCPO) U.S. Department of Homeland Security/Federal Emergency Management Agency Building D, Room 123 16825 South Seaton Avenue Emmitsburg, MD 21727

Mailing Address: LaShawn Smith U.S. Department of Homeland Security/Federal Emergency Management Agency Office of Chief Procurement Office (OCPO) 500 C. Street, S. W.3rd Floor, 3NE-2005 Washington, DC 20472

(b) The copy of any protest shall be received in the office designated above within one day of filing a

protest with the GAO. Prior to submission of an agency protest, all parties must use their best efforts to resolve concerns raised by an interested party. FEMA offers, as an option for dispute resolution, Alternative Dispute Resolution (ADR). ADR is an informal, expeditious and inexpensive way to resolve contract issues and is designed to promote satisfying solutions and fair procedures. For more information on FEMA’s ADR services, please contact FEMA’s ADR office at the following address:

Federal Emergency Management Agency Alternative Dispute Resolution Division

FEMA Office of Chief Counsel 400 Virginia Avenue, SW Washington, DC 20472-3400

If concerns cannot be resolved, protesters may use these procedures when a resolution is requested from the agency. These procedures have been designed to create an avenue for resolving third-party grievances in connection with the acquisition process outside of formal processes through the Government Accountability Office (GAO) and the United States Court of Federal Claims (CFC). Filing an agency protest is not a prerequisite to filing at the GAO or CFC. If the protester files a protest through the GAO or CFC while their protest is pending at the agency level, FEMA may dismiss the agency protest.

Pursuing an agency protest does not extend the time for obtaining a stay at GAO. These procedures are in addition to the existing protest procedures contained in FAR Subpart 33.103.

A. Definitions.

Page 87: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

1. “Agency protest” is one that may be filed with either the contracting officer or the officer responsible for

the resolution of all agency protests filed at the level above the contracting officer.

2. “Ombudsman” is the agency official above the level of the contacting officer designated by the Director of Acquisitions Operations to handle and issue the formal agency decision resolving the protest. Protesters using these procedures may protest directly to the ombudsman.

3. “Day” is a calendar day. In computing a period of time for the purpose of these procedures, the day from

which the period begins to run is not counted. When the last day of the period is Saturday, Sunday, or a Federal holiday, the period extends to the next day that is not a Saturday, Sunday, or a Federal holiday. Similarly, when the Washington, DC offices of FEMA are closed for all or part of the last day, the period extends to the next day on which the Agency is open.

B. Submission Guidelines. 1. Agency protests may be filed through the contracting officer or, at a level above the contracting officer,

through the ombudsman either by facsimile transmission or by “Certified Mail” (Return Receipt Requested) as follows:

LaShawn Smith Contracting Officer

DHS/Federal Emergency Management Agency Office of Acquisition Management/OCPO/Incident Support Branch 500 C St. SW, 3rd Floor North, RM #3NE-1007 Washington DC 20472-3205

OR

David Orris Agency Protest Ombudsman Office of Chief Procurement Officer (OCPO) DHS/Federal Emergency Management Agency Building D, Room 123 16825 South Seton Avenue

Emmitsburg MD 21727

2. The outside of the envelope or beginning of the FAX transmission must be marked “Agency Protest”. If the protester submits the protest directly through the ombudsman, the protester must also, within one (1) day of submitting the protest to the ombudsman, submit a copy of the protest to the responsible contracting officer either by FAX transmission or by “Certified Mail” (Return Receipt Requested).

3. To be filed on a given day, protests and any subsequent appeals must be received by 4:30 p.m., current-local time. Any protests received after that time will be considered to be filed on the next day.

4. Protest submission will not be considered filed until all of the following information is provided:

a. The protester’s name, address, telephone number and fax number; b. The RFP or contract number;

Page 88: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

c. A detailed statement of all factual and legal grounds for protests, to include an explanation of how the protester was prejudiced;

d. Copies of relevant documents; e. A request for ruling by the agency; f. A statement detailing the form of relief requested; g. All information establishing that the protester is an interested party for the purposes of filings a

protest; and h. All information establishing the timeliness of the protest.

5. All protests must be signed by an authorized representative of the protester; and must be addressed to

the contracting officer or the ombudsman.

C. Timeliness/Resolution of Protests. 1. Protests based upon alleged improprieties in a RFP which are apparent prior to bid opening or the time

set for receipt of initial proposals shall be filed prior to bid opening or the time set for receipt of initial proposals. In procurements where proposals are requested, alleged improprieties which are subsequently incorporated into the RFP must be protested not later than the next closing time for receipt of proposals following the incorporation.

2. Protests other than those covered by paragraph (1) of this section shall be filed not later than 10 days after the basis of protest is known or should have been known (whichever is earlier), with the exception of protests challenging a procurement conducted on the basis of competitive proposals under which a debriefing is requested and, when requested, is required. In such cases, with respect to any protest basis which is known or should have been known either before or as a result of the debriefing, the initial protest shall not be filed before the debriefing date offered to the protester, but shall be filed not later than 10 days after the date on which the debriefing is held.

3. Protests filed through the contracting officer within 20 days after the protest is filed through the contracting officer, the contracting officer will send a written ruling and a summary of the reasons supporting the ruling to the protester by “Certified Mail (Return Receipt Requested)”.

D. Appeals.

1. Protesters who filed protests through the contracting officer may, within five days of receipt of the

contracting officer’s written ruling, appeal to the ombudsman.

2. Requests for appellate review must be submitted to the ombudsman by facsimile transmission or by “Certified Mail” (Return Receipt Requested).

3. The ombudsman will send a written ruling and a summary of the reasons supporting the ruling to the

protester by “Certified Mail (Return Receipt Requested)” within 10 days of receipt of the request for appellate review of the contracting officer’s decision.

4. In accordance with FAR 33.103(d)(4) and 4 C.F.R. 21.2(a)(3), if there is an agency appellate review of

the contracting officer’s decision on the protest, it will not extend GAO’s timeliness requirements. Therefore, any subsequent protest to the GAO must be filed within 10 days of knowledge of initial adverse agency action.

Page 89: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

E. Protests filed through the ombudsman:

1. If the protester protests directly through the ombudsman, the ombudsman will send a written ruling and a summary of the reasons supporting the ruling to the protester by “Certified Mail (Return Receipt Requested)” within 35 days after the protest was filed.

2. Protests filed directly through the ombudsman cannot be appealed within the agency.

F. Dismissal of Protests. The agency may dismiss protests when protesters file protests through the GAO or

CFC while their protests are pending at the agency level; and for failure to comply with any of the requirements of these agency protest procedures. For example, the agency may dismiss protests that are procedurally or substantively defective (e.g., the protest is untimely or the protest fails to clearly state legally sufficient grounds of protests).

L.4 HSAR 3052.209-72 ORGANIZATIONAL OF CONFLICTS OF INTEREST (June 2006)

(a) Determination. The Government has determined that this effort may result in an actual or potential conflict of interest, or may provide one or more offerors with the potential to attain an unfair competitive advantage. The nature of the conflict of interest and the limitation on future contracting:

(1) If the Contractor, under the terms of this contract or through the performance of tasks pursuant to this contract, is required to develop specifications or statements of work that are to be incorporated into a RFP, the Contractor shall be ineligible to perform the work described in that RFP as a prime or first-tier subcontractor under an ensuing DHS contract. This restriction shall remain in effect for a reasonable time, as agreed to by the Contracting Officer and the Contractor, sufficient to avoid unfair competitive advantage or potential bias (this time shall in no case be less than the duration of the initial production contract). DHS shall not unilaterally require the Contractor to prepare such specifications or statements of work under this contract.

(2) To the extent that the work under this contract requires access to proprietary, business confidential, or financial data of other companies, and as long as this data remains proprietary or confidential, the Contractor shall protect this data from unauthorized use and disclosure and agrees not to use it to compete with those other companies.

(b) If any such conflict of interest is found to exist, the Contracting Officer may (1) disqualify the offeror, or (2) determine that it is otherwise in the best interest of the United States to contract with the offeror and include the appropriate provisions to avoid, neutralize, mitigate, or waive such conflict in the contract awarded. After discussion with the offeror, the Contracting Officer may determine that the actual conflict cannot be avoided, neutralized, mitigated or otherwise resolved to the satisfaction of the Government, and the offeror may be found ineligible for award.

(c) Disclosure: The offeror hereby represents, to the best of its knowledge that:

___ (1) It is not aware of any facts which create any actual or potential organizational conflicts of interest relating to the award of this contract, or

___ (2) It has included information in its proposal, providing all current information bearing on the existence of any actual or potential organizational conflicts of interest, and has included a mitigation plan in accordance with paragraph (d) of this provision.

Page 90: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(d) Mitigation. If an offeror with a potential or actual conflict of interest or unfair competitive advantage believes the conflict can be avoided, neutralized, or mitigated, the offeror shall submit a mitigation plan to the Government for review. Award of a contract where an actual or potential conflict of interest exists shall not occur before Government approval of the mitigation plan. If a mitigation plan is approved, the restrictions of this provision do not apply to the extent defined in the mitigation plan.

(e) Other Relevant Information: In addition to the mitigation plan, the Contracting Officer may require further relevant information from the offeror. The Contracting Officer will use all information submitted by the offeror, and any other relevant information known to DHS, to determine whether an award to the offeror may take place, and whether the mitigation plan adequately neutralizes or mitigates the conflict.

(f) Corporation Change. The successful offeror shall inform the Contracting Officer within thirty (30) calendar days of the effective date of any corporate mergers, acquisitions, and/or dive stures that may affect this provision.

(g) Flow-down. The contractor shall insert the substance of this clause in each first tier subcontract that exceeds the simplified acquisition threshold.

L.5 COMMITMENT OF GOVERNMENT TO AWARD CONTRACT(S) AND EXPENDITURE OF FUNDS This RFP does not commit the Government to award a contract. The Government reserves the right to reject any or all proposals or to negotiate separately, with any source considered qualified. The Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with the proposed procurement. L.6 ALTERNATE PROPOSAL INFORMATION (FEMA 52.215-205) Alternate proposals are not solicited, are not desired, and shall not be evaluated.

L.7 OFFEROR ACCEPTANCE PERIOD The offeror shall insert a period of not less than 180 calendar days in Block 12 of SF-33 (face page of this RFP).

L.8 PROPOSAL PREPARATION INSTRUCTIONS GENERAL INSTRUCTIONS

The offeror shall submit documentation illustrating their approach for satisfying the requirements of this RFP. Proposals must be clear, coherent, and prepared in sufficient detail for effective evaluation of the offeror’s proposal against the evaluation criteria. Also, this documentation shall cover all aspects of this RFP. Proposals must clearly demonstrate how the offeror intends to accomplish the project and must include convincing rationale and substantiation of all claims. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete effective response to the RFP are not desired.

The offerors shall describe their proposals, through the use of graphs, charts, diagrams and narrative, in sufficient detail for the Government to understand and evaluate the nature of the approach. In its evaluation, the Government will consider the degree of substantiation of the proposed approaches in the proposal volumes and in response to any discussions if held.

Page 91: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

Any changes to an Offeror's proposal made by the Offeror after its original submittal, i.e. Final Proposal Revision, shall be accomplished by replacement pages. Changes from the original page shall be indicated as a comment on the outside margin adjacent to the change. The Offeror shall include the date of the amendment on the lower right corner of the changed pages. All correspondence in conjunction with this RFP should be directed to the Government Contracting Officer(s) and Contract Specialist identified below:

Contracting Officer’s Name: LaShawn Smith Phone Number: 202-646-4306 E-mail address: [email protected] Contracting Officer’s Name: Isaac Chapple Phone Number: 202-646-3924 E-mail address: [email protected]

The Government will evaluate proposals in accordance with evaluation criteria set forth in Section M of the RFP. Failure to respond or follow the instructions regarding the organization and content of the proposals may result in the Offeror's proposal being removed from further consideration. The Government anticipates awarding two (2) single award, Indefinite Delivery, Indefinite Quantity (IDIQ) hybrid contracts which consist of Firm Fixed Price (FFP), Time and Materials (T&M/LH) Contract Line Items Numbers (CLINs) to the responsible, responsive offeror whose proposal is determined to represent the Best Value to the government, price and other factors considered. FEMA's Acquisition strategy is to divide the U.S. and its territories into Two (2) Zones as follows: Zone 1 (FEMA Regions 1, 2, 3 4 and 5) and Zone 2 (FEMA Regions 6, 7, 8, 9 and 10). Each contract shall will consist of (1) year base period with four (4) one (1) year optional periods not to exceed 60 months for the life of the contract). After award of the Two (2) single award IDIQ contracts, no further competition for subsequent task orders will take place, unless the Government determines that an awardee cannot perform the services and terminates the contract; the impact of a single disaster/catastrophic event is or becomes so overwhelming that it exceeds the ability, capacity, or capability of a zone awardee in a manner that the zone awardee cannot perform the services in the time and at the quality level and quantity required by the Government: in such a case, the Government reserves the right to assign requirement to the other Zone Contractor to meet the shortfall(s), and meet the Agency Missions, or conduct an “other than full and open” competition to award a contract for services in that zone, from the other contractor(s). The offeror who is determined to have the highest overall rated proposal, all evaluation criteria factors including cost/price considered, which demonstrates the best overall value to the Government will be allowed to select their Zone preference. The other zone will be awarded to the second highly overall rated offeror.

A. PROPOSAL VOLUME REQUIREMENTS and INSTRUCTIONS

The proposal shall be accompanied by a cover letter (letter of transmittal) prepared on the company’s letterhead stationery. The cover letter (letter of transmittal) shall identify all enclosures being transmitted and shall be used only to transmit the proposal and shall include no other information. The first or title page shall be in accordance with FAR

Page 92: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

52.215-1, paragraph (c) (2). The following are further descriptions of the information that shall be provided with the proposal.

The overall proposal shall consist of three (3) physically separate volumes, individually entitled as stated below. Volume I shall include Technical Approach, Past Performance and Quality Control Plan. Volume II shall include Subcontractor Plan and Volume III shall include Price/Cost.

One original and ten (10) hard copies are to be submitted with submission.

Proposal Volume I shall not exceed a combined total of 120 countable pages. Proposals that exceed the page counts will not be evaluated. Volume II and Volume III has no page limit.

Countable pages exclude the following:

• Title Page • Tables of Contents and Illustrations • Dividers and Tabs • Resumes • Past Performance Information Sheets • Joint Venture, Teaming, and/or Partnering Agreements • Confidentiality Agreements • Lists of Figures, Tables, Acronyms and Definitions, Certifications, etc. • Letters of Intent or Commitment, and any Glossaries or Indices

Page Limitations: The cover letter, title page, table of contents, table of figures, list of tables and glossary of abbreviations & acronyms do not count against page count limitations. Proposal contents that exceed the stated page limitations will be removed from the proposal by the Contracting Officer, prior to turning the proposal over to the Government evaluation teams, and will not be considered in the evaluation.

Volume Title # of Hard Copies # of Original

Volume I Technical Approach Sub-Factor 1A – Sub-Factor 1A –Performance Work Statement (PWS) Sub-Factor 1Bb – Performance Requirement Summary (PRS) Scenario Factor 2A – Mass Care Factor 2B – Steady State/Preparedness Factor 2C – Construction Performance Company Experience

10 1

Volume II Subcontractor Plan

1 1

Volume III Price 3 1

Page 93: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

Format: The content of the Technical Proposal shall not exceed 70 single spaced pages. Text shall be single-spaced, on 8½” x 11” paper, with a minimum one-inch margin all around. Pages shall be numbered consecutively. A page printed on both sides shall be counted as two pages. Submission as double-sided printing/copying on recycled paper is encouraged. Offerors may use 11” x 17” sized fold-out pages for tables, charts, graphs, or pictures that cannot be legibly presented on 8½” x 11” paper. An 11” x 17” is a two-sheet equivalent (with regards to the page count limitations). Print shall be of a minimum 12-point font size or a maximum 10 characters per inch spacing. Bolding, underlining, and italics may be used to identify topic demarcations or points of emphasis. Graphic presentations, including tables, while not subject to the same font size and spacing requirements, shall have spacing and text that is easily readable. Zip files will not be accepted.

Each volume in the proposal shall include a copy of the cover letter, title page and table of contents. The table of contents shall list sections, subsections and page numbers. Each volume shall contain a glossary of all abbreviations and acronyms used. Each acronym used shall be spelled out in the text the first time it appears in each proposal volume.

Each volume of the proposal shall be separately bound in a three-ring loose-leaf binder that shall permit the volume to lie flat when open. Staples shall not be used.

The content of the Price proposal has no page limitation. NOTE: For evaluation Purposes: Steady State Price/Cost Proposals must be structured to correlate with Section B.2 of the RFP and Attachment A, identifying proposed labor categories, commodities, etc. The total evaluated price of the contract is determined by the Offerors response to Steady State ONLY Disaster Scenario Price/Cost Proposal, offerors shall submit the total breakdown for each proposed CLIN in Section B.3 of the RFP and Attachment A. These rates will only be used when there is a Presidential Declared Disaster. Submission Address:

Proposals submitted sent to: U.S. Department of Homeland Security/FEMA/OCPO/Acquisitions Operations Division Incident Support Section Attn: LaShawn Smith Isaac Chapple 500 C Street, SW, 3rd Floor Washington, DC 20472-3205 SUBMITTAL DEADLINE: Questions regarding this RFP are due on or before 10:00 AM EST, May 11, 2017. Questions regarding this RFP shall be submitted to each of the following email addresses: [email protected] ; and [email protected] with the subject line: “RFP Number HSFE70-17-R-0012 Questions.” Proposals are due no later than 10:00 AM EST, July 17, 2017. Proposals are to be submitted to each of the following email addresses: [email protected] and [email protected] with the subject line: “RFP Number HSFE70-17-R-0012 Proposal Submission.” Restriction of Disclosure/Proprietary Information: If the offeror wishes to restrict the disclosure or use of its proposal, use the legend permitted by FAR 52.215-1(e). Individual subcontractor/vendor proprietary information may

Page 94: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

be submitted via separate binders. The information contained in these binders must be referenced (by binder title, page and section number as appropriate) within the main proposal where the information would have been included if it were not subcontractor/vendor proprietary. The information in these separate binders is subject to all other requirements of the RFP and must be well-marked to clearly indicate any special handling instructions.

B. VOLUME DESCRIPTIONS: VOLUME I

Volume I shall be organized as outlined below:

Factor 1 – Technical Approach Sub-Factor 1A – Sub-Factor 1A –Performance Work Statement (PWS) Sub-Factor 1Bb – Performance Requirement Summary (PRS)

Factor 2 – Scenarios Sub-Factor 2A - Mass Care Scenario Sub-Factor 2B – Steady State/Preparedness Scenario Sub-Factor 2C - Construction Scenario

Factor 3 – Past Performance Factor 4 – Company Experience Factor 5 – Subcontractor Plan Factor 6 – Price/Cost Proposal Sub-Factor 6A – Steady State Cost Proposal Sub-Factor 6B – Disaster Scenario Cost Proposal

Volume I shall consist of the following: (a) Table of Contents for Volume I.

(b) Executive Summary shall provide an overview and synopsis of the proposal, and should be an aid to understanding the organization, content, and interrelationship of the proposal material. The offeror shall provide a brief history of the creation and development of the company and a description of the legal structure and organization of the company. Pertinent aspects of the proposed approach including teaming approaches, if any, subcontracting, and relevant corporate experience and expertise on similar programs shall be identified. Particular proposal advantages or unique approaches should be highlighted. Price information shall not be included in this document. Reference to the proposal factors containing substantiating information should be given when possible. Identify company officials to be contacted for information about the proposal and/or notified of the selection decision.

(c) Section K, Representations, Certifications, and Other Statements of Offerors, as well as all other RFP sections requiring “fill-in” completion by the offeror; Amendment(s) Acknowledgement(s); any/all exceptions, both prime contractor and subcontractor, to the terms and conditions of the RFP; any deviations thereto; an acronym listing: the Small Business Teaming Agreement, if required: and subcontractor Representations and Certifications, if required.

Page 95: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

(d) Joint Ventures and Teaming: Teaming arrangements and joint ventures between offerors are encouraged under FAR 9.6, 13 CFR 121, 124, or 126 guidance and other applicable laws and regulations, if required, to provide the experience and capability required under this RFP and resulting contracts. Teaming arrangements can benefit both contractors in their experience levels, small business mentoring, as well as provide opportunities for both contractors to obtain a portion of the available work. If the prime contractor proposes subcontractors as “team members,” the “team members” shall be identified by business size and name. Joint ventures must include a copy of the legal joint venture signed by an authorized officer from each of the firms comprising the joint venture with the chief executive of each entity identified.

FACTOR 1-TECHNICAL APPROACH Section A, Technical Approach shall include the Technical Summary and sections to cover the sub-factors as described below. The offeror shall provide rationale sufficient to allow an objective evaluation of their technical approach. No price information shall be included in the Technical Approach Section. Technical Summary: The Technical Summary shall describe the contractor’s overall technical approach of the RFP in accordance with Section M. It shall define its technical approach to perform and support the stated requirement to include discussions regarding facility design, construction and management plan; including facility selection, and set-up, inclusive accessibility, logistic support and supply chain management, and wrap-around services across each of the types of ESF6 services (Mass Care and Temporary and Permanent Housing) described in the RFP. Volume I Factor 1- TECHNICAL APPROACH Sub-Factor 1A –Performance Work Statement (PWS) The offeror shall provide a detailed Performance Work Statement based on the Statement of Objectives (SOO) provided for in the Solicitation. In the PWS, the offeror shall outline and discuss its proposed requirements for FEMA, describe its capabilities, and illustrate its capacity to perform any and all services related to meeting the requirements outlined in the SOO. Offerors proposal must address the following:

o Logical Framework: The offerors framework must demonstrate an understanding of FEMA’s requirements.

o Relevance: The offerors must demonstrate a comprehensive and relevant approach to addressing FEMA’s requirements.

o Implementable: The proposed PWS must illustrate an executable approach to the requirement outlined in the

SOO.

o Sustainable: The proposed PWS must illustrate a sustainable approach to meeting FEMA’s requirements. Sub-Factor 1B – Performance Requirement Summary (PRS) The offerors shall provide a detailed Performance Requirements Summary based on the offeror’s proposed PWS. This PRS must exhibit measurable deliverables from the performance work statement and must contain a detailed Quality Assurance Surveillance Plan. The PRS must be submitted as a separate document from the PWS and clearly marked Performance Requirements Summary.

Page 96: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

Factor 2 – SCENARIOS Sub-Factor 2A - Mass Care Scenario The offeror shall provide a detailed response to the requirements outlined in the scenario, based on the proposed PWS developed by the offeror. The response must provide a comprehensive technical approach, including assumptions and a project schedule. The approach must be comprehensive identifying the mechanisms, processes and resources needed to successfully implement the identified objectives, and include an outline illustrating how they will approach the scenario. The response shall include a narrative explanation demonstrate their full understanding of the services being requested by FEMA under this scenario. Sub-Factor 2B – Steady State/Preparedness Scenario The offeror shall provide a detailed response to the requirements outlined in the scenario, based on the proposed PWS developed by the offeror. The response must provide a comprehensive technical approach, including assumptions and a project schedule. The approach must be comprehensive identifying the mechanisms, processes and resources needed to successfully implement the identified objectives, and include an outline illustrating how they will approach the scenario. The response shall include a narrative explanation demonstrate their full understanding of the services being requested by FEMA under this scenario. Sub-Factor 2C - Construction Scenario The offeror shall provide a detailed response to the requirements outlined in the scenario, based on the proposed PWS developed by the offeror. The response must provide a comprehensive technical approach, including assumptions and a project schedule. The approach must be comprehensive identifying the mechanisms, processes and resources needed to successfully implement the identified objectives, and include an outline illustrating how they will approach the scenario. The response shall include a narrative explanation demonstrate their full understanding of the services being requested by FEMA under this scenario. FACTOR 3-PAST PERFORMANCE (SECTION B): The offeror shall submit three (3) Past Performance reference documents, which shall include contractual work that is similar to the requirements set forth in the RFP. No more than three (3) Past Performance reference documents will be evaluated for each offeror. The Past Performance documents shall be for projects completed in the last five years or currently in process, which are of similar size, scope, complexity, or, in any way, are relevant to the effort required by this RFP. Contracts listed may include those entered into by the Federal government, agencies of State and local governments. If the contractor has no Federal, State or local government experience, commercial experience can be substituted, but must be identified. Contracts between an offeror and its parent or affiliate may not be used. Offerors shall describe past performance of comparable and related work similar in kind to that required under the contract, including summaries of scopes of work, resource requirements, dollar values and points of contact for each body of work on past or current contracts (or under other arrangements) of lesser, comparable, or greater scale. The following information shall be provided for each referenced contract:

a) Administrative Data 1. Program title or product name 2. Contract number 3. Contract type

b) Relevance 1. Brief synopsis of work performed

2. Brief discussion of how the work performed is relevant to this RFP c) Contract Value d) Compliance with subcontracting plans, if applicable

Page 97: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

e) Current point of contact (name and phone number) for each job described under experience for the purposes of a reference.

Relevance - The government is not bound by the Offeror’s opinion of relevance. The following definitions apply: Very Relevant: Past/present performance effort involved essentially the same magnitude of effort,

complexities, and contract dollars this RFP requires.

Relevant: Past/present performance effort involved much of the magnitude of effort, complexities, and contract dollars this RFP requires.

Not Relevant: Past/present performance effort did not substantially involve the effort, complexities and contract dollars this RFP requires. An Offeror with no relevant past performance history will receive a rating of “Neutral.”

In addition, the Source Selection official may use the Past Performance Information Retrieval System (PPIRS) in accordance with Homeland Security Acquisition Manual (HSAM) Chapter 3015. PPIRS may be retrieved by Acquisitions and forwarded to the SSEB. FACTOR 4- COMPANY EXPERIENCE (SECTION C): The Offeror must propose their company’s experience that provides mass care services which are of similar nature of the work to be performed under the requirement described in this RFP. At a minimum, your narrative must include the following: Company’s number of years providing the services. Company’s size, experience in the field, and resources available to enable the offeror to fulfill requirements of

the size anticipated for award. Brief history of the company’s activities contributing to the development of expertise and capabilities related to

this requirement; an abstract of key personnel, years of experience and education. Information that demonstrates the offerors organizational and accounting controls and manpower presently in-

house. Ability to acquire the type and kinds of personnel proposed including subcontractors; and Company’s

organizational chart. RESTRICTION ON USE AND DISCLOSURE OF PROPOSAL/QUOTATION INFORMATION (DATA) It is FEMA policy to use information contained in proposals and quotations for evaluation purposes only. While this policy does not require that the proposal or quotation bear a restrictive notice, offerors or quoters should, in order to maximize protection of trade secrets or other information that is commercial or financial and confidential or privileged, place the following notice on the title page of the proposal or quotation and specify the information, subject to the notice by inserting appropriate identification, such as page numbers, in the notice. In any event, information, (data) contained in proposals and quotations will be protected to the extent permitted by law, but FEMA assumes no liability for use and disclosure of information not made subject to the notice.

The information (data) contained in (contractors incorporate) of this proposal or quotation constitutes a trade secret and/or information that is commercial or financial and confidential or privileged. It is furnished to the Government in

Page 98: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

confidence with the understanding that it will not, without permission of the offeror, by used or disclosed for other than evaluation purposes; PROVIDED, however, that in the event a contract is awarded on the basis of this proposal or quotation the Government shall have the right to use and disclose this information (data) to the extent provided in the contract. This restriction does not limit the Government's right to use or disclose this information (data) if obtained from another source without restriction.

Page 99: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

VOLUME II FACTOR 5- SUBCONTRACTNG PLAN The Offerors proposals must contain the level of small business commitment that they are demonstrated for the proposed acquisition, and their prior level of commitment to utilize small businesses in performance of prior contracts. The contractor Subcontracting Plan must be in accordance with FAR 19.704. The contractor must comply with all 11 elements to be a satisfactory plan.

Evaluation Elements for Subcontracting Plans

Does the plan have — YES NO

FAR Part 19.704 (a) (1)

Separate percentage goals for using small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes) and women-owned small business concerns as subcontractors;

19.704 (a) (2) A statement of the total dollars planned to be subcontracted and a statement of the total dollars planned to be subcontracted to small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes) and women-owned small business concerns;

19.704 (a) (3) A description of the principal types of supplies and services to be subcontracted and an identification of types planned for subcontracting to small business (including ANCs and Indian tribes), veteran-owned small

business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes),

and women-owned small business concerns;

19.704 (a) (4) A description of the method used to develop the subcontracting goals; 19.704 (a) (5) A description of the method used to identify potential sources for solicitation

purposes;

19.704 (a) (6) A statement as to whether or not the offeror included indirect costs in establishing subcontracting goals, and a description of the method used to

determine the proportionate share of indirect costs to be incurred with small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business,

small disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns;

19.704 (a) (7) The name of an individual employed by the offeror who will administer the offeror’s subcontracting program, and a description of the duties of the

individual;

19.704 (a) (8) A description of the efforts the offeror will make to ensure that small business, veteran-owned small business, service-disabled veteran-owned

small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns have an equitable opportunity to

compete for subcontracts;

19.704 (a) (9) Assurances that the offeror will include the clause at 52.219-8, Utilization of Small Business Concerns (see 19.708(a)), in all subcontracts that offer

Page 100: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

Satisfactory Meets all evaluation factors 1 through 11.

Unsatisfactory Fails to meet one or more of all evaluation factors 1 through 11.

For the plan to be satisfactory, elements 1 through 11 must receive a “Yes”. A “No” in any of the factors will result in the plan being unsatisfactory. VOLUME III FACTOR 6- COST/PRICE

Sub-Factor 6A – Steady State Price Proposal Sub-Factor 6B – Disaster Scenario Cost Proposal

Price/Cost Proposals: Offerors must provide in its proposal, the fixed rates and extended prices by CLIN for the base period and each option period, and the grand total amount for the base and all option periods should be inclusive in Attachment A-Price Schedule. Additionally, each cost/price proposal shall include a cost component breakdown for the per labor rates proposed for each performance period. NOTE: With the exception of the steady state price proposal, because of many unknowns that are associated with disasters and catastrophic events, it is impossible to estimate with the actual scope and quantities of any of the tasks and services for this requirement, therefore the quantities that are provided are for assisting the Government in evaluating the cost proposals does not reflect the Government’s actual need. However, loaded labor rates for the Disaster Scenario Cost Proposal will become a permanent part of any awarded contract and subsequent task order. The offeror must agree to hold the price in its offer firm for 180 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the RFP.

SPECIAL PROPOSAL INSTRUCTIONS:

further subcontracting opportunities, and that the offeror will require all subcontractors (except small business concerns) that receive subcontracts in

excess of $650,000 ($1.5 million for construction) to adopt a plan that complies with the requirements of the clause at 52.219-9, Small Business

Subcontracting Plan (see 19.708(b)); 19.704 (a) (10) Assurances that the offeror will:

(i) Cooperate in any studies or surveys as may be required; (ii) Submit periodic reports so that the Government can determine the extent

of compliance by the offeror with the subcontracting plan; (iii) Submit the Individual Subcontract Report (ISR), and the Summary

Subcontract Report (SSR) using the Electronic Subcontracting Reporting System (eSRS) (http://www.esrs.gov), following the instructions in the

eSRS;

19.704 (a) (11) A description of the types of records that will be maintained concerning procedures adopted to comply with the requirements and goals in the plan, including establishing source lists; and a description of the offeror’s efforts

to locate small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small

disadvantaged business, and women-owned small business concerns and to award subcontracts to them.

Page 101: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

To determine offerors financial capability of managing a requirement of this magnitude, offerors are required to submit their audited financial statements with the audit report for the last four years with statements of changes in financial position and working capital positions.

The offerors shall indicate in its proposal the extent to which its proposed labor rates represent a discount from the firm’s standard rates.

FAILURE TO COMPLY WITH RFP REQUIREMENTS FOR PRICE INFORMATION MAY RESULT IN AN ADVERSE ASSESSMENT OF A PROPOSAL AND REDUCE OR ELIMINATE ITS CHANCE OF BEING SELECTED FOR AWARD. WHEN AN OFFEROR FAILS TO FURNISH PRICE INFORMATION REQUIRED BY THE RFP, THE GOVERNMENT MAY UTILIZE COMPARABLE PRICE INFORMATION FROM OTHER SOURCES FOR PURPOSES OF COMPLETING ITS EVALUTION. UNDER THESE CIRCUMSTANCES, THE OFFEROR BEARS FULL RESPONSIBILITY FOR ANY ADVERSE EVALUATION IMPACT WHICH MAY RESULT FROM ITS FAILURE TO FURNISH PRICE INFORMATION REQUIRED BY THE RFP.

Page 102: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

SECTION M - EVALUATION FACTORS FOR AWARD M.1 NOTICE LISTING RFP PROVISIONS INCORPORATED BY REFERENCE (FAR 52.252-1) (FEB 1998) This RFP incorporates one or more RFP provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a RFP provision may be accessed electronically at either of these addresses:

https://www.acquisition.gov/far/index.html

NUMBER TITLE DATE 52.217-5 EVALUATION OF OPTIONS JUL 1990 3052.219-72 EVALUATION OF PRIME CONTRACTOR JUN 2006 PARTICIPATION IN THE DHS MENTOR-PROTÉGÉ PROGRAM M.2 ACQUISITION APPROACH: This is a competitive acquisition for the award of a Hybrid Firm Fixed Price (FFP) and a Time-and-Materials Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The award will be made based on the best overall (i.e. best value) proposal that is determined to be most beneficial to the Government. This acquisition will be a full and open competition, with offerors submitting proposals based on the Government’s Statement of Objectives (SOO). The evaluation will be accomplished using formal source selection procedures and guidelines. The source selection process shall be conducted by qualified experts. It is the intention of the Government to award a two (2) contracts with a one year basic contract and four (4) one year options. M.3 SOURCE SELECTION TRADE-OFF PROCESS: Award will be made based on best value to the government. All non-price evaluation factors, when combined, are significantly more important than price. All alternatives and rankings consistent with price and tradeoff decisions will be compared against the relative technical rankings of the proposals and will be analyzed so that the recommended selection will have addressed all relevant criteria affecting best value in terms of performance versus price over the life cycle of the contract. Perceived benefits of a higher priced proposal shall merit the additional price, and the rationale for tradeoffs will be documented in accordance with FAR 15.406. The government may choose to exercise its discretion to conduct a trade-off with price, weighed against performance, and technical factors such as disaster response. (Examples – The lowest priced offer may not have the highest skilled technicians, or may not have the required response experience in similar environments. The offeror with the best performance record may be the highest priced. The best technical value offeror may have a blend of lowest price and best performance with technical expertise and experience in a very similar environment. The offeror that meets these criteria may be the most expensive but ultimately may be the best value to the Government.)

Page 103: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

M.4 BASIS FOR AWARD: The Government anticipates awarding two (2) single IDIQ contracts to the offerors deemed responsive, responsible offerors whose proposals represent the best value to the Government, price and other factors considered. The award will be made on the basis of best value, to the offeror whose proposal is determined to be the most beneficial to the Government with consideration given to the five evaluation factors: Technical Approach, Scenario, Past Performance, Company Experience and Price. All evaluation factors other than price, when combined, are significantly more important than price. Award will be made on the basis of best value. Best value is defined in FAR Part 2 as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement. Such an offer may not necessarily be the proposal offering the lowest price or receiving the highest technical rating. This process permits trade-offs among price and other non- price factors that allow the government to accept other than the lowest price proposal. To receive consideration for award, a rating of no less than “Satisfactory” must be achieved for the Technical Factor, and Sub-Factors. Offerors' proposed prices will be considered independently of the technical criteria and will not of themselves be accorded any specific adjectival rating. Offerors must satisfy the requirements described in the Evaluation Factors, Section M, as well as other RFP requirements.

M.5 FACTORS AND SUB-FACTORS TO BE EVALUATED: All information provided in the offeror's proposal shall be evaluated in accordance with the following evaluation factors. All Offerors must provide the requested information identified in Section L of the RFP. Failure to provide the required documents will deem a proposal to be considered incomplete and will not be considered for award. Under the Technical factor, two sub-factors will be evaluated and assigned an adjectival rating. Sub-factors are of equal importance (one sub-factor is not more important than another sub-factor). Offerors will be evaluated on their ability to successfully fulfill the SOO under the conditions described in the following three (3) scenarios: 1) Steady-State, 2) Mass Care/Emergency Assistance, and 3) Construction Services. One overall Technical factor rating will be assigned. An unacceptable evaluation rating for any sub-factor will result in an unacceptable Technical factor rating. The merits of the Technical Factors (Non-price) are listed below in descending order of importance using the following factors:

Factor 1 – Technical Approach Sub-Factor 1A – Sub-Factor 1A –Performance Work Statement (PWS) Sub-Factor 1Bb – Performance Requirement Summary (PRS)

Factor 2 – Scenarios Sub-Factor 2A - Mass Care Scenario Sub-Factor 2B – Steady State/Preparedness Scenario Sub-Factor 2C - Construction Scenario

Factor 3 – Past Performance Factor 4 – Company Experience Factor 5 – Subcontractor Plan

Page 104: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

Factor 6 – Price/Cost Proposal Sub-Factor 6A – Steady State Cost Proposal Sub-Factor 6B – Disaster Operations Cost Proposal FACTOR 1-TECHNICAL APPROACH Offerors will be evaluated on their ability to demonstrate technical sufficiency in their proposed technical approach to perform and support the requirements of the RFP. The technical proposal will be evaluated on the offeror’s response to the Task Order. Offerors will be evaluated on their ability to demonstrate technical sufficiency in their proposed technical approach to perform and support the requirements outlined in the RFP. FEMA will evaluate the contractor’s overall technical approach to their ability to describe in detail facility design, construction and management plan; including facility selection, and set-up, inclusive accessibility, logistic support and supply chain management, and wrap-around services across each of the types of ESF6 services (Mass Care and Temporary and Permanent Housing) described in the RFP. Sub Sub-Factor 1A: Performance Work Statement (PWS) FEMA will evaluate the offeror’s Performance Work Statement as submitted and how it illustrates the offerors response to the objectives outlined in the statement of objectives that accompanied the solicitation. Offeror will be evaluated based on their capabilities and capacity to accomplish the objectives as outlined in the SOO. The evaluation will examine the offeror’s PWS and its attributes related to its Logical Framework, Relevance, Implementability, and Sustainability as follows:

Logical Framework: How well the offerors framework demonstrates an understanding of FEMA’s requirements.

Relevance: How well the offerors demonstrate a comprehensive and relevant approach to addressing FEMA’s requirements.

Implementable: How well the proposed PWS illustrates an executable approach to the requirement outlined in the SOO.

Sustainable: How well the proposed PWS illustrates a sustainable approach to meeting FEMA’s requirements.

Sub- Factor 1B: Performance Requirements Summary (PRS) - The PRS will be evaluated against measurable deliverables contained in the offeror’s performance work statement: The deliverables will be measured by how synchronized they are with the PWS. How amenable it is to developing a detailed Quality Assurance Surveillance Plan.

EVALUATION FACTOR 2: SCENARIOS Sub-factor 2A – Mass Care Scenario: Offerors will be evaluated on the relevance of their response to the requirement outlined in the scenario, based on the proposed PWS developed by the offeror. Offerors evaluation will be based on their proposed technical approach, including their assumptions and the project schedule. Evaluations will also include the offerors approach with identifying the mechanisms, processes and resources needed to successfully implement the identified objectives. Their response will be evaluated on how they demonstrate their knowledge and understanding of the services being requested by FEMA under this scenario.

Page 105: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

Sub-factor 2B – Steady State/Preparedness Scenario: Offerors will be evaluated on the relevance of their response to the requirement outlined in the scenario, based on the proposed PWS developed by the offeror. Offerors evaluation will be based on their proposed technical approach, including their assumptions and the project schedule. Evaluations will also include the offerors approach with identifying the mechanisms, processes and resources needed to successfully implement the identified objectives. Their response will be evaluated on how they demonstrate their knowledge and understanding of the services being requested by FEMA under this scenario. Sub-factor 2C – Construction Scenario: Offerors will be evaluated on the relevance of their response to the requirement outlined in the scenario, based on the proposed PWS developed by the offeror. Offerors evaluation will be based on their proposed technical approach, including their assumptions and the project schedule. Evaluations will also include the offerors approach with identifying the mechanisms, processes and resources needed to successfully implement the identified objectives. Their response will be evaluated on how they demonstrate their knowledge and understanding of the services being requested by FEMA under this scenario. FACTOR 3-PAST PERFORMANCE The government will evaluate quality of the Offerors’ relevant and recent past performance on the basis of information contained in the Offerors proposal, the government’s own experience with the Offeror, and the information that the government obtains through reference checks and/or from other sources e.g., contracting offices.

The past performance evaluation will assess how well the Offeror did on work for government and private sector clients, resilience in the face of trouble, resourcefulness, management determination to see that the organization lived up to commitments or standards, and skill in developing a responsive team.

The offeror shall submit three (3) Past Performance reference documents, which shall include contractual work that is similar to the requirements set forth in the RFP. No more than three (3) Past Performance reference documents will be evaluated for each offeror. The Past Performance documents shall be for projects completed in the last five years or currently in process, which are of similar size, scope, complexity, or, in any way, are relevant to the effort required by this RFP. Contracts listed may include those entered into by the Federal government, agencies of State and local governments. If the contractor has no Federal, State or local government experience, commercial experience can be substituted, but must be identified. Contracts between an offeror and its parent or affiliate may not be used.

Offerors shall describe past performance of comparable and related work similar in kind to that required under the contract, including summaries of scopes of work, resource requirements, dollar values and points of contact for each body of work on past or current contracts (or under other arrangements) of lesser, comparable, or greater scale. The following information shall be provided for each referenced contract:

a) Administrative Data

1. Program title or product name 2. Contract number

3. Contract type b) Relevance

1. Brief synopsis of work performed 2. Brief discussion of how the work performed is relevant to this RFP

Page 106: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

c) Contract Value d) Compliance with subcontracting plans, if applicable e) Current point of contact (name and phone number) for each job described under experience for

the purposes of a reference.

Relevance - The government is not bound by the Offeror’s opinion of relevance. The following definitions apply: Very Relevant: Past/present performance effort involved essentially the same magnitude of effort,

complexities, and contract dollars of this solicitation.

Relevant: Past/present performance effort involved much of the magnitude of effort, complexities, and contract dollars of this solicitation.

Not Relevant: Past/present performance effort did not substantially involve the effort, complexities and contract dollars of this solicitation. An Offeror with no relevant past performance history will receive a rating of “Neutral.”

In addition, the Source Selection official may use the Past Performance Information Retrieval System (PPIRS) in accordance with Homeland Security Acquisition Manual (HSAM) Chapter 3015. PPIRS may be retrieved by Acquisitions and forwarded to the SSEB. FACTOR 4- COMPANY EXPERIENCE

The Government will evaluate each offeror’s company experience in providing mass care services which are of similar nature of the work to be performed under the requirement described in this RFP. At a minimum, your narrative must include the following:

Company’s number of years providing the services. Company’s size, experience in the field, and resources available to enable the offeror to fulfill requirements of

the size anticipated for award. Brief history of the company’s activities contributing to the development of expertise and capabilities related to

this requirement; an abstract of key personnel, years of experience and education. Information that demonstrates the offerors organizational and accounting controls and manpower presently in-

house. Ability to acquire the type and kinds of personnel proposed including subcontractors; and Company’s

organizational chart. FACTOR 5- SUBCONTRACTNG PLAN The Offerors will be evaluated on the level of small business commitment that they are demonstrating for the proposed acquisition, and their prior level of commitment to utilizing small businesses in performance of prior contracts. The contractor Subcontracting Plan must be in accordance with FAR 19.704. The contractor must comply with all 11 elements to be a satisfactory plan.

Page 107: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

Evaluation Elements for Subcontracting Plans

Does the plan have — YES NO

FAR Part 19.704 (a) (1)

Separate percentage goals for using small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes) and women-owned small business concerns as subcontractors;

19.704 (a) (2) A statement of the total dollars planned to be subcontracted and a statement of the total dollars planned to be subcontracted to small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes) and women-owned small business concerns;

19.704 (a) (3) A description of the principal types of supplies and services to be subcontracted and an identification of types planned for subcontracting to small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns;

19.704 (a) (4) A description of the method used to develop the subcontracting goals; 19.704 (a) (5) A description of the method used to identify potential sources for solicitation

purposes;

19.704 (a) (6) A statement as to whether or not the offeror included indirect costs in establishing subcontracting goals, and a description of the method used to determine the proportionate share of indirect costs to be incurred with small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns;

19.704 (a) (7) The name of an individual employed by the offeror who will administer the offeror’s subcontracting program, and a description of the duties of the individual;

19.704 (a) (8) A description of the efforts the offeror will make to ensure that small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns have an equitable opportunity to compete for subcontracts;

19.704 (a) (9) Assurances that the offeror will include the clause at 52.219-8, Utilization of Small Business Concerns (see 19.708(a)), in all subcontracts that offer further subcontracting opportunities, and that the offeror will require all subcontractors (except small business concerns) that receive subcontracts in excess of $650,000 ($1.5 million for construction) to adopt a plan that complies with the requirements of the clause at 52.219-9, Small Business Subcontracting Plan (see 19.708(b));

19.704 (a) (10) Assurances that the offeror will: (i) Cooperate in any studies or surveys as may be required;

Page 108: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

Satisfactory Meets all evaluation factors 1 through 11. Unsatisfactory Fails to meet one or more of all evaluation factors 1 through 11.

For the plan to be satisfactory, elements 1 through 11 must receive a “Yes”. A “No” in any of the factors will result in the plan being unsatisfactory. FACTOR 6-COST/PRICE:

Sub-Factor 6A – Steady State Price Proposal Sub-Factor 6B – Disaster Scenario Cost Proposal

Price, while being an important factor, is not in and of itself the determining factor in the selection of the successful offeror for award of the contract contemplated by this RFP. Price is not scored and will be evaluated separate from technical proposals. The Government will evaluate price proposals for price reasonableness for this effort for the Base Period and Four (4) one (1) Year Option Periods. Price Proposals must be structured to correlate with Section B.1 of the RFP, identifying proposed labor categories, commodities, etc. Offerors shall submit the total breakdown for each proposed CLIN. Time & Material CLINs; the Government may conduct a cost realism analysis to determine the probable estimated cost of performance for each offeror. This will consist of a comparison of proposed prices, Independent Government Cost Estimate (IGCE), and historical information to determine if the proposed costs is realistic for the work to be performed, and to reflect if the offeror understands the requirements; and are consistent with the unique methods of performance described in the offeror’s technical proposal. The offeror’s cost proposal shall contain sufficient factual information to establish realism, and completeness of the proposed estimated cost. The T&M only applies to Presidentially Declared Disaster Task Orders. Firm-Fixed-Price, the price proposals for Steady State will be evaluated for price reasonableness. Price analysis will be performed by the following techniques, to ensure fair and reasonable pricing: Responses to the RFP, Independent Government Cost Estimate, and historical information. Proposed rates for each labor category will be multiplied by the estimated Level of Effort to obtain the overall Firm Fixed Price. Offerors submitting partial pricing information shall be ineligible for award. M.6 PRICE FACTOR EVALUATION RATINGS Total evaluated price of the Offeror’s proposal will be calculated and analyzed from the Offerors Price/Cost proposal. A price analysis will be conducted in accordance with FAR 15.305(a) (1). Price analysis is described at FAR 15.404-1(b). This analysis is done to ensure that a “fair and reasonable” price is paid by the Government.

(ii) Submit periodic reports so that the Government can determine the extent of compliance by the offeror with the subcontracting plan; (iii) Submit the Individual Subcontract Report (ISR), and the Summary Subcontract Report (SSR) using the Electronic Subcontracting Reporting System (eSRS) (http://www.esrs.gov), following the instructions in the eSRS;

19.704 (a) (11) A description of the types of records that will be maintained concerning procedures adopted to comply with the requirements and goals in the plan, including establishing source lists; and a description of the offeror’s efforts to locate small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns and to award subcontracts to them.

Page 109: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

M.7 REASONABLNESS The Government will evaluate the reasonableness of proposed price for the option periods by assessing the acceptability of the offeror's methodology used in developing the price estimates. Reasonableness takes into account the context of a given source selection, including current market conditions and other factors that affect the ability of an offeror to perform the contract requirements. Reasonableness depends upon a variety of considerations and circumstances, including:

• Whether it is the type of price generally recognized as ordinary and necessary for the conduct of the offeror's business or of the contract performance.

• Generally accepted sound business practices, Federal and State laws and regulations, etc., and • Any significant deviations from the offeror's established practices. • A price reasonableness approach will be utilized by the Government to determine that the proposed prices

offered are fair and reasonable and that a “buy-in” or unbalanced pricing between CLINs or Option Periods is not occurring.

• The Government will examine price proposals for artificially low unit prices. Offers found to be unreasonably high, unrealistically low (an indication of “buy –in”), or unbalanced, may be considered unacceptable and may be rejected on that basis.

M.8 COMMUNICATIONS BEFORE ESTABLISHMENT OF THE COMPETITIVE RANGE Communications are exchanges, between the Government and offerors, after receipt of proposals, leading to establishment of the competitive range. If a competitive range is to be established, these communications shall be limited to the offerors described in FAR 15.306 (b).

M.9 COMPETITIVE RANGE: The CO may determine that the number of most highly rated proposals that might otherwise be included in the competitive range exceeds the number at which an efficient competition can be conducted. In such instances the contracting officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. After discussions the CO may decide that an offeror’s proposal should no longer be included in the competitive range. If the CO decides to eliminate a proposal, the proposal shall be eliminated from consideration for award. Written notice of this decision will be provided to unsuccessful offerors in accordance with FAR 15.503. M.10 EXCHANGES WITH OFFERORS AFTER ESTABLISHMENT OF THE COMPETITIVE RANGE: Negotiations are exchanges between the Government and offerors that are undertaken with the intent of allowing the offeror to revise its proposal. These negotiations may include bargaining. Bargaining includes persuasion, alteration of assumptions and positions, give-and-take, and may apply to price, schedule, technical requirements, type of contract, or other terms of a proposed contract. When negotiations are conducted they take place after establishment of the competitive range and are called discussions. Government personnel involved in the acquisition shall not engage in conduct that: (1) favors one offeror over another; (2) Reveals an offeror’s technical solution, or any information that would compromise an offeror’s intellectual property to another offeror; (3) Reveals an offeror’s price without that offeror’s permission. However, the CO may inform an offeror that its price is considered by the Government to be too high, or too low, and reveal the results of the analysis supporting that conclusion.

Page 110: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

M.11 DISCUSSIONS The Government intends to evaluate proposals and make award without discussions, but may in its discretion determine to conduct discussions if discussions are determined to be in the Government’s best interest. Discussions will be tailored to each offeror’s proposal, and will be conducted by the CO with each offeror within the competitive range. The primary objective of discussions is to maximize the Government’s ability to obtain best value, based on the requirement and the evaluation factors set forth in the RFP. At a minimum, the CO will discuss with each offeror still being considered for award, deficiencies, significant weaknesses, and adverse past performance information to which the offeror has not yet had an opportunity to respond. The CO may also discuss other aspects of the offeror’s proposal that could, in the opinion of the CO, be altered or explained to enhance materially the proposal’s potential for award. However, the CO is not required to discuss every area where the proposal could be improved. The scope and extent of discussions are a matter of CO’s judgment. If, after discussions have begun, an offeror originally in the competitive range is no longer considered to be among the most highly rated offerors being considered for award, that offeror may be eliminated from the competitive range whether or not all material aspects of the proposal have been discussed, or whether or not the offeror has been afforded an opportunity to submit a proposal revision. M.12 RATING METHODOLOGY: The ratings for Factors 1 (Sub-factors 1a - & 1b), and Factor 2 (Sub-factors 2a, 2b &2c) and Factor 4 are the following:

Rating System for Technical Evaluation Factors

• Superior-Proposal demonstrates an excellent understanding of the requirements and an approach that significantly exceeds performance or capability standards. Proposal has significant strengths that will significantly benefit the Government and risk of unsuccessful performance is very low.

• Good-Proposal demonstrates a good understanding of the requirement and an approach that exceeds performance or capability standards. Proposal has strengths that will benefit the Government and risk of unsuccessful performance is low.

• Satisfactory-Proposal demonstrates an understanding of the requirement and an approach that meets performance or capability standards. Proposal presents an acceptable solution with no strengths and risk of unsuccessful performance is moderate.

• Marginal-Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has weaknesses which are not offset by strengths. The risk of unsuccessful performance is high.

• Unsatisfactory-: Proposal does not meet requirements and contains one or more deficiencies. Proposal is un-awardable and will not be considered for award.

Definitions

• Significant Strength- An element of a proposal which significantly exceeds a requirement of the RFP in a way that is very beneficial to the Government.

• Strength- An element of a proposal which exceeds a requirement of the RFP in a beneficial way to the Government.

• Weakness-A flaw in the proposal that increases the risk of unsuccessful contract performance. • Significant Weakness- A flaw in a proposal that appreciably increases the risk of unsuccessful contract

performance.

Page 111: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

HSFE70-17-R-0012

• Deficiency- A material failure of an offer to meet a Government requirement or a combination of significant weaknesses in an offer that increases the risk of unsuccessful contract performance to an unacceptable level.

Rating System for Past Performance Evaluation Factor:

• Neutral: No relevant performance record is identifiable upon which to base a meaningful performance rating. A search was unable to identify any relevant past performance information for the Offeror, key personnel, or subcontractors. This is neither a negative or positive assessment.

• Superior: Based on the Offeror’s past performance record, essentially no doubt exists that the Offeror will successfully perform the required effort. Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this RFP requires.

• Satisfactory: Based on the Offeror’s past performance record, it is likely that the Offeror will successfully perform the required effort. Present/past performance effort involved similar scope and magnitude of effort and complexities this RFP requires.

• Unsatisfactory: Based on the Offeror’s past performance record, it is not likely that the Offeror will successfully perform the required effort.

M.13 EVALUATION OF OPTIONS: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).

Page 112: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

1 Federal Emergency Management Agency

Individual Assistance Support Contract (IASC)

Scenarios

Page 113: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

2 Federal Emergency Management Agency

SCENARIO OVERVIEW The following three (3) scenarios were designed to accompany the Statement of Objectives in which offeror(s) will be expected to provide written responses. Offeror(s) shall develop a Performance Work Statement that clearly identifies an implementation process, quality control, capabilities, capacity and an overall understanding that supports the conditions described in the 3 types of scenarios. The objectives in each table describes the expected outcomes for the scenarios. The requirements are linked to the Objectives identified in the SOO. Each written scenario will allow offeror(s) to provide the specific details necessary to address the specific mission area(s).

Event Type Earthquake 6.5 Magnitude Impacted Sector(s) Sector 2 Affected States Missouri & Arkansas Mission Areas Sheltering, Home Repairs,

Feeding, Distribution, Evacuee Support

Scenario (1) Narrative: Mass Care/Emergency Assistance

In the early morning hours of January 10, 2016, a damaging 6.5 Magnitude earthquake strikes along the New Madrid Seismic Zone (NMSZ) in the central region of the US. The epicenter is outside of the town of Portage in the Bootheel of Missouri. The most damaging shaking occurs in Northeastern Arkansas, Western Tennessee, Bootheel of Missouri, Western Kentucky, and Southern Illinois. The States of Missouri and Arkansas and FEMA, in coordination with DOD, are working together to meet the disaster-caused needs of survivors. It is the third day (Day 3) after the event has occurred and aftershocks are beginning to subside. Arkansas and Missouri have requested FEMA to provide Mass Care and Emergency Assistance to survivors for the following activities: sheltering, feeding, evacuee support, and distribution of emergency supplies. The state of Arkansas has been working closely with voluntary agency partners who are receiving, processing, and sheltering survivors at Ft. Chafee. The State of Arkansas is requesting sheltering and feeding support from FEMA for 50,000 to 100,000 displaced survivors and their 4,000-10,000 household pets and service animals at Ft. Chaffee. Missouri is also requesting FEMA support to provide feeding and sheltering services to a population of 50,000 to 100,000 affected survivors and their 4,000-10,000 household pets and service animals, throughout several affected counties. The following Survivor demographics should be added into the overall number of survivors your firm can support. These are for the following mission areas: Sheltering, Feeding and Distribution. 1.4 % children – 0 to 2 years of age

a. 4.2 % children – between 2 and 12 years of age b. 12 % children – between 12 and 18 years of age c. 18% adults – over 65 years of age d. 51 % survivors are female e. 2.1% survivors have diabetes Type 1 f. 1% survivors require wheelchairs and personal assistance.

The following table contains a list of available resources for each mission area. These resources should be added to your firm’s operations plan.

Land Facilities

Page 114: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

3 Federal Emergency Management Agency

The General Services Administration (GSA) is providing land outside of the affected area.

Both open land areas have access to municipal water, sewer, and power services

Both states of AR and MO have established state lead shelter task forces and have started conducting facility assessments.

Both states have identified open space at a combination of various facilities (e.g. armories, arenas, schools and government owned facilities) and have made these sites available for potential use for sheltering.

Shelter Mission Shelter Mission AR Four (4) 100 acres of

land. AR 1.5 million SF

MO Six (6) 100 acres of land.

MO 800,000 SF

Evacuee Support Services Mission Evacuee Support Services Mission

N/A AR 475,000 SF MO 428,000 SF

Objective SOO Min/Max Anticipated # of Days

1. Provide an implementation plan and schedule that describes in detail your firm’s approach, capability, and capacity to deliver congregate/non-congregate sheltering for a population ranging from 50,000-200,000 displaced survivors and their 8,000-20,000 household pets.

Objectives 2,3 & 9

50,000/200,000+ Displaced survivors

seeking shelter

8,000/20,000+ Household Pets

30/60+ days

2. Several affected communities in AR and MO have populations of survivors that have chosen not to evacuate and have been sheltering in place in their damaged homes and property for several weeks now. State and local assessment teams have viewed many homes, and so far it has been determined that 10,000 of them could be deemed habitable with some repairs to the building envelope (e.g. roof, sub floor, exterior doors, windows and exterior walls). Some homes also require repairs to the essential utilities (e.g. furnace and water heater repair, electrical and plumbing).

State Homes in Need of Repair

MO 7,000

AR 3,000

Provide an implementation plan and schedule that describes in detail your firm’s approach, capability, and capacity for conducting a repair mission to 10,000 homes.

Objectives 3 & 8

10,000/10,000+ N/A

3. Provide an implementation plan that describes in detail your firm’s approach for preparing and providing daily meals for the populations you are sheltering.

Describe in detail, your firm’s approach for preparing 69,000 meals, twice per day, for a third-party organization (e.g. Salvation Army and Red Cross).

Objectives 2,3 & 9

235,000/ 235,000+

69,000/138,000+

30 to 60+ days

30 to 60+ days

Page 115: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

4 Federal Emergency Management Agency

Objective SOO Min/Max Anticipated # of Days

In addition to feeding at shelter locations, describe in full detail, your approach for preparing and distributing 48,500 meals to disaster survivors, twice per day, for 15 days, through the use of mobile feeding units. Describe your approach to prepare and package 15,000 food boxes per day for 7 days to accommodate a population of adult/child (omnivores), infants and adult/child (vegetarians).

Objectives 2,3

& 9

15,000/15,000+ Food

boxes per day

48,500/97,000+ twice per day

7 days

15 days

4. Provide an implementation plan and schedule that describes your firm’s approach, capability, and capacity to set up, staff, and operate an Evacuee Reception Processing Site to accommodate a population of 20,000 evacuees.

Objectives 2,6 & 9

5,000/20,000+ evacuees

returning/reintegrating Arkansas and

Missouri

7 days

Distribution: The state of MO has identified three (3) communities, where disaster survivors are sheltering in place. You have been tasked to distribute food boxes and liters/gallons of water to 2,000 households over a 12 mile square radius.

Provide an implementation plan and schedule that describes your firm’s approach, capability, and capacity to deliver house-to-house distribution of emergency supplies to 2,000 households over a 12-square-mile radius.

Objective 2,5 & 9

5,000/50,000+ households per day Tarps Water – gallons

and liters. 1st Aid Kits. Flashlights with

batteries. Trash bags Hand-cranked

AM/FM/weather radios.

Blankets or sleeping bags.

Household pet supplies

N/A

Scenario 2 Narrative: Steady State & Planning Support

Your assignment is to provide technical assistance and planning support to establish and maintain an effective readiness posture. These tasks will focus on building and maintaining the capabilities necessary to meet the needs of disaster survivors. Steady State and Planning Support Services are intended to integrate the contractor’s capabilities and resources into FEMA’s overall Mass Care/Emergency strategy by planning, coordinating and validating their capability to respond to the Government’s requirements. Describe your approach to each requirement below:

Page 116: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

5 Federal Emergency Management Agency

Requirements SOO 1. Develop actionable, hazard-specific

operational plans for FEMA Regions 6, 7, 8, 9 and 10.

Objective 1

2. Develop and update Region-specific “Playbooks”, including resource mobilization timelines and mission Capability summaries.

Objective 1

3. Travel to 5 FEMA Regions to hold briefings and coordination meetings with key stakeholders.

Objective 1

4. Following a 6.5 magnitude earthquake along the New Madrid Seismic Zone (NMSZ), deploy five (5) Mass Care planners each to the Initial Operating Facilities (IOFs) in Arkansas and Missouri for a duration of fifteen (15) days, in advance of a formal Federal Declaration

Objective 1

5. In response to this New Madrid event, establish a “planning cell” at FEMA HQ in Washington DC consisting of five (5) planners and senior staff.

Objective 1

6. Deploy Mission Planning Teams (MPTs) to the field in Arkansas and Missouri for a total duration of 15 days.

Objective 1

7. Send a representative to the 2018 National Mass Care Exercise to serve on various Task Forces.

Objective 1

Scenario 3 Narrative: Individuals & Household Programs (IHP) Permanent Construction

A 7.5 earthquake occurred 70 miles east of Anchorage Alaska on August 1, 2016. A declaration of major disaster for Individual Assistance and Public Assistance programs in 7 counties is granted (Anchorage, Denali, Lake and Peninsula, Matanuska-Susitna, Southeast Fairbanks, Yukon- Koyukuk, Valdez-Cordova). The State and FEMA are working together to meet the disaster-caused needs of survivors. It is day 15 after the declaration, and the State has requested FEMA to provide permanent housing construction to survivors. A Direct Housing Assessment Team (DHAT) has been set up comprising of FEMA staff. The determination was made that permanent housing construction will need to be the housing solution in Venetie, AK for 50 households. Assume cooperative construction weather conditions.

Event Type Earthquake 7.5 Magnitude

Impacted Sector(s) Sector 2 Affected States Alaska Mission Areas Construction Services

Objectives SOO 1. Provide an implementation plan and

schedule that describes your firm’s approach to providing Construction Services in support of this mission.

Objective 8

Page 117: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

6 Federal Emergency Management Agency

Objectives SOO 2. Describe your approach for providing

architectural engineer certified building plans developed in AUTOCAD or other industry-standard format, complete with materials list, and estimated costs to construct a housing solution that is appropriate for the cultural and climate considerations in the area identified by this FEMA scenario.

Objective 8

3. Explain how you intend to provide all construction equipment, supplies, and personnel required to manage the permanent housing construction project (s).

Objective 8

4. How would your firm coordinate the transport of construction equipment, supplies, material, and personnel from the mainland to Venetie.

Objective 8

5. Describe the coordination with FEMA, the State of Alaska, and local authorities, to establish a receiving and processing area of shipments for off-loading of equipment and materials as needed, in Venetie.

Objective 8

6. Describe the coordination with FEMA, the State of Alaska, and the local officials of Venetie regarding all permits for this project and work with FEMA on obtaining necessary waivers as needed.

Objective 8

7. Describe the monitoring of the construction progress and the provision of giving updates to FEMA on the progress of each project.

Objective 8

8. How would you address compliance with the Architectural Barriers Act, Uniform Federal Accessibility Standards (UFAS), local construction codes, and all other requirements? This includes being prepared to construct housing for disaster applicants with access and functional needs.

Objective 8

9. Describe how you intend to prepare all sites, including any mitigation activities to ensure sites are compliant with floodplain regulations and other environmental and historic preservation laws, as applicable, and provide compliance documentation to FEMA.

Objective 8

10. Detail your approach to perform demolition work to clear sites of pre-existing foundations, structures, and septic systems. Debris shall be removed and disposed in accordance to local regulations.

Objective 8

Page 118: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Offeror: TOTALDIRECT LABOR Hours Rate Cost Hours Rate Cost Hours Rate Cost Hours Rate Cost Hours Rate Cost Total Cost

Labor category title 1040 $0.00 1040 $0.00 1040 $0.00 1040 $0.00 1040 $0.00 $0.00 Labor category title 2080 $0.00 2080 $0.00 2080 $0.00 2080 $0.00 2080 $0.00 $0.00 Labor category title 2080 $0.00 2080 $0.00 2080 $0.00 2080 $0.00 2080 $0.00 $0.00 Labor category title 1000 $0.00 1000 $0.00 1000 $0.00 1000 $0.00 1000 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00Total Direct Labor 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 $0.00

INDIRECT LABOR COST (Note 1) Rate Cost Rate Cost Rate Cost Rate Cost Rate Cost Total Cost

Indirect Labor Cost Pool 1 $0.00Indirect Labor Cost Pool 2 $0.00

TOTAL INDIRECT BURDEN APPLIED TO

LABOR COST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

DIRECT MATERIAL Quantity Unit Cost Cost Quantity Unit Cost Cost Quantity Unit Cost Cost Quantity Unit Cost Cost Quantity Unit Cost Cost Total Cost Material description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Material description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Material description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Material description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Material description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00Total Direct Material $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

INDIRECT BURDEN APPLIED TO MATERIAL

COST (Note 2) Rate Cost Rate Cost Rate Cost Rate Cost Rate Cost Total CostIndirect Burden Applied To Material Cost Pool 1 $0.00Indirect Burden Applied To Material Cost Pool 2 $0.00

TOTAL INDIRECT BURDEN APPLIED TO

MATERIAL COST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

SUBCONTRACT Cost Cost Cost Cost Cost Total Cost Subcontractor name $0.00 Subcontractor name $0.00 Subcontractor name $0.00

STEADY STATE (FIRM-FIXED Price)BASE YEAR OPTION YEAR 1 OPTION YEAR 2 OPTION YEAR 3 OPTION YEAR 4

Page 119: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

TOTAL SUBCONTRACT $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

INDIRECT BURDEN APPLIED TO

SUBCONTRACT COST (Note 3) Rate Cost Rate Cost Rate Cost Rate Cost Rate Cost Total Cost

Indirect Burden Applied To Subcontract Cost Pool 1 $0.00Indirect Burden Applied To Subcontract Cost Pool 2 $0.00

TOTAL INDIRECT BURDEN APPLIED TO SUBCONTRACT COST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

OTHER DIRECT COST Cost Cost Cost Cost Cost Total Cost Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00Total Other Direct Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

TOTAL G&A BASE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

GENERAL AND ADMINISTRATIVE (G&A) Rate Cost Rate Cost Rate Cost Rate Cost Rate Cost Total Cost

G&A $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

TOTAL COST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

PROFIT Rate Cost Rate Cost Rate Cost Rate Cost Rate Cost Total CostFixed Fee $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

TOTAL COST + PROFIT $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

FACILITIES CAPITAL COST OF MONEY

(FCCOM) Cost Cost Cost Cost Cost Total CostFCCOM $0.00

Page 120: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

TOTAL COST + PROFIT + FCCOM $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

Note 1: For all Indirect Labor Cost pools, please provide the description of the allocation base for each pool (please add additional pools if aplicable):

Indirect Labor Cost Pool 1:

Indirect Labor Cost Pool 2:

Note 2: For all Indirect Material Cost pools, please provide the description of the allocation base for each pool (please add additional pools if aplicable): Indirect Material Cost Pool 1: Indirect Material Cost Pool 2:

Note 3: For all Indirect Subcontract Cost pools, please provide the description of the allocation base for each pool (please add additional pools if aplicable): Indirect Subcontract Cost Pool 1: Indirect Subcontract Cost Pool 2:

Page 121: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Offeror: TOTALDIRECT LABOR Hours Rate Cost Hours Rate Cost Hours Rate Cost Hours Rate Cost Hours Rate Cost Total Cost

Labor category title 1040 $0.00 $0.00 1040 $0.00 1040 $0.00 1040 $0.00 1040 $0.00 $0.00 Labor category title 2080 $0.00 $0.00 2080 $0.00 2080 $0.00 2080 $0.00 2080 $0.00 $0.00 Labor category title 2080 $0.00 $0.00 2080 $0.00 2080 $0.00 2080 $0.00 2080 $0.00 $0.00 Labor category title 1000 $0.00 $0.00 1000 $0.00 1000 $0.00 1000 $0.00 1000 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00Total Direct Labor 6,200 $0.00 6,200 $0.00 6,200 $0.00 6,200 $0.00 6,200 $0.00 $0.00

INDIRECT LABOR COST (Note 1) Rate Cost Rate Cost Rate Cost Rate Cost Rate Cost Total Cost

Indirect Labor Cost Pool 1 $0.00Indirect Labor Cost Pool 2 $0.00

TOTAL INDIRECT BURDEN APPLIED TO

LABOR COST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

DIRECT MATERIAL Quantity Unit Cost Cost Quantity Unit Cost Cost Quantity Unit Cost Cost Quantity Unit Cost Cost Quantity Unit Cost Cost Total Cost Material description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Material description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Material description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Material description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Material description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00Total Direct Material $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

INDIRECT BURDEN APPLIED TO MATERIAL

COST (Note 2) Rate Cost Rate Cost Rate Cost Rate Cost Rate Cost Total CostIndirect Burden Applied To Material Cost Pool 1 $0.00Indirect Burden Applied To Material Cost Pool 2 $0.00

TOTAL INDIRECT BURDEN APPLIED TO

MATERIAL COST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

SUBCONTRACT Cost Cost Cost Cost Cost Total Cost Subcontractor name $0.00 Subcontractor name $0.00 Subcontractor name $0.00

STEADY STATE (FIRM-FIXED Price)BASE YEAR OPTION YEAR 1 OPTION YEAR 2 OPTION YEAR 3 OPTION YEAR 4

Page 122: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

TOTAL SUBCONTRACT $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

INDIRECT BURDEN APPLIED TO

SUBCONTRACT COST (Note 3) Rate Cost Rate Cost Rate Cost Rate Cost Rate Cost Total Cost

Indirect Burden Applied To Subcontract Cost Pool 1 $0.00Indirect Burden Applied To Subcontract Cost Pool 2 $0.00

TOTAL INDIRECT BURDEN APPLIED TO SUBCONTRACT COST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

OTHER DIRECT COST Cost Cost Cost Cost Cost Total Cost Cost description $0.00 $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00Total Other Direct Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

TOTAL G&A BASE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

GENERAL AND ADMINISTRATIVE (G&A) Rate Cost Rate Cost Rate Cost Rate Cost Rate Cost Total Cost

G&A $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

TOTAL COST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

PROFIT Rate Cost Rate Cost Rate Cost Rate Cost Rate Cost Total CostFixed Fee $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

TOTAL COST + PROFIT $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

FACILITIES CAPITAL COST OF MONEY

(FCCOM) Cost Cost Cost Cost Cost Total CostFCCOM $0.00

Page 123: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

TOTAL COST + PROFIT + FCCOM $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

Note 1: For all Indirect Labor Cost pools, please provide the description of the allocation base for each pool (please add additional pools if aplicable):

Indirect Labor Cost Pool 1:

Indirect Labor Cost Pool 2:

Note 2: For all Indirect Material Cost pools, please provide the description of the allocation base for each pool (please add additional pools if aplicable): Indirect Material Cost Pool 1: Indirect Material Cost Pool 2:

Note 3: For all Indirect Subcontract Cost pools, please provide the description of the allocation base for each pool (please add additional pools if aplicable): Indirect Subcontract Cost Pool 1: Indirect Subcontract Cost Pool 2:

Page 124: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Contractors are to propose their own labor Category for Objectives 2-9 below. Contractors are encourage to add additional titles as they see fit. Please utilize this format.

Offeror: TOTALPRIME CONTRACTOR -

LABOR CATEGORY (Note 1) HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost Total Cost Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00Total Prime Contractor Labor 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 $0.00SUBCONTRACTOR A - LABOR

CATEGORY (Note 2) HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost Total Cost Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00Total Subcontract A Labor 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 $0.00SUBCONTRACTOR B - LABOR

CATEGORY (Note 2) HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost Total Cost Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00Total Subcontract B Labor 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 $0.00SUBCONTRACTOR C - LABOR

CATEGORY (Note 2) HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost HoursFixed

Hourly Rate Cost Total Cost Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor category title $0.00 $0.00 $0.00 $0.00 $0.00 $0.00Total Subcontract C Labor 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 $0.00

TOTAL PRIME AND SUBCONTR 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 $0.00

MATERIALS (Note 3 & 4) Quantity Unit Cost Cost Quantity Unit Cost Cost Quantity Unit Cost Cost Quantity Unit Cost Cost Quantity Unit Cost Cost Total Cost Cost description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Cost description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Cost description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Cost description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Cost description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Cost description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Cost description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Cost description $0.00 $0.00 $0.00 $0.00 $0.00 $0.00Total Materials $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

BASE YEAR OPTION YEAR 1 OPTION YEAR 2 OPTION YEAR 3 OPTION YEAR 4

Page 125: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

INDIRECT BURDEN APPLIED TO MATERIAL COST

(Note 5) Rate Cost Rate Cost Rate Cost Rate Cost Rate Cost Total Cost Indirect Burden Applied To Material Cost Pool 1 $0.00 Indirect Burden Applied To Material Cost Pool 2 $0.00TOTAL INDIRECT BURDEN APPLIED TO MATERIAL COST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

TOTAL COST $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

Note 1: The rates should be fully burdened labor rates for effort performed by the Prime contractor (including indirect costs and profit).

Note 2: The rates should be fully burdened labor rates for effort performed by this particular Subcontractor (including indirect costs and profit).

Note 3: Materials include direct materials, subcontracts for supplies and incidental services, and other direct costs (e.g., travel, computer usage charges).

Note 4: Profit is NOT allowable on Materials.

Note 5: For all Indirect Material Cost pools, please provide the description of the allocation base for each pool (please add additional pools if applicable): Indirect Burden Applied to Material Cost Pool 1: Indirect Burden Applied to Material Cost Pool 2:

Page 126: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

Offeror: TOTALOTHER DIRECT COST Cost Cost Cost Cost Cost Total Cost Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00 Cost description $0.00Total Other Direct Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

BASE YEAR OPTION YEAR 1 OPTION YEAR 2 OPTION YEAR 3 OPTION YEAR 4

Page 127: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

1 Federal Emergency Management Agency

Individual Assistance Support Contract (IASC)

Scenarios

Page 128: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

2 Federal Emergency Management Agency

SCENARIO OVERVIEW The following three (3) scenarios were designed to accompany the Statement of Objectives in which offeror(s) will be expected to provide written responses. Offeror(s) shall develop a Performance Work Statement that clearly identifies an implementation process, quality control, capabilities, capacity and an overall understanding that supports the conditions described in the 3 types of scenarios. The objectives in each table describes the expected outcomes for the scenarios. The requirements are linked to the Objectives identified in the SOO. Each written scenario will allow offeror(s) to provide the specific details necessary to address the specific mission area(s).

Event Type Earthquake 6.5 Magnitude Impacted Sector(s) Sector 2 Affected States Missouri & Arkansas Mission Areas Sheltering, Home Repairs,

Feeding, Distribution, Evacuee Support

Scenario (1) Narrative: Mass Care/Emergency Assistance

In the early morning hours of January 10, 2016, a damaging 6.5 Magnitude earthquake strikes along the New Madrid Seismic Zone (NMSZ) in the central region of the US. The epicenter is outside of the town of Portage in the Bootheel of Missouri. The most damaging shaking occurs in Northeastern Arkansas, Western Tennessee, Bootheel of Missouri, Western Kentucky, and Southern Illinois. The States of Missouri and Arkansas and FEMA, in coordination with DOD, are working together to meet the disaster-caused needs of survivors. It is the third day (Day 3) after the event has occurred and aftershocks are beginning to subside. Arkansas and Missouri have requested FEMA to provide Mass Care and Emergency Assistance to survivors for the following activities: sheltering, feeding, evacuee support, and distribution of emergency supplies. The state of Arkansas has been working closely with voluntary agency partners who are receiving, processing, and sheltering survivors at Ft. Chafee. The State of Arkansas is requesting sheltering and feeding support from FEMA for 50,000 to 100,000 displaced survivors and their 4,000-10,000 household pets and service animals at Ft. Chaffee. Missouri is also requesting FEMA support to provide feeding and sheltering services to a population of 50,000 to 100,000 affected survivors and their 4,000-10,000 household pets and service animals, throughout several affected counties. The following Survivor demographics should be added into the overall number of survivors your firm can support. These are for the following mission areas: Sheltering, Feeding and Distribution. 1.4 % children – 0 to 2 years of age

a. 4.2 % children – between 2 and 12 years of age b. 12 % children – between 12 and 18 years of age c. 18% adults – over 65 years of age d. 51 % survivors are female e. 2.1% survivors have diabetes Type 1 f. 1% survivors require wheelchairs and personal assistance.

The following table contains a list of available resources for each mission area. These resources should be added to your firm’s operations plan.

Land Facilities

Page 129: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

3 Federal Emergency Management Agency

The General Services Administration (GSA) is providing land outside of the affected area.

Both open land areas have access to municipal water, sewer, and power services

Both states of AR and MO have established state lead shelter task forces and have started conducting facility assessments.

Both states have identified open space at a combination of various facilities (e.g. armories, arenas, schools and government owned facilities) and have made these sites available for potential use for sheltering.

Shelter Mission Shelter Mission AR Four (4) 100 acres of

land. AR 1.5 million SF

MO Six (6) 100 acres of land.

MO 800,000 SF

Evacuee Support Services Mission Evacuee Support Services Mission

N/A AR 475,000 SF MO 428,000 SF

Objective SOO Min/Max Anticipated # of Days

1. Provide an implementation plan and schedule that describes in detail your firm’s approach, capability, and capacity to deliver congregate/non-congregate sheltering for a population ranging from 50,000-200,000 displaced survivors and their 8,000-20,000 household pets.

Objectives 2,3 & 9

50,000/200,000+ Displaced survivors

seeking shelter

8,000/20,000+ Household Pets

30/60+ days

2. Several affected communities in AR and MO have populations of survivors that have chosen not to evacuate and have been sheltering in place in their damaged homes and property for several weeks now. State and local assessment teams have viewed many homes, and so far it has been determined that 10,000 of them could be deemed habitable with some repairs to the building envelope (e.g. roof, sub floor, exterior doors, windows and exterior walls). Some homes also require repairs to the essential utilities (e.g. furnace and water heater repair, electrical and plumbing).

State Homes in Need of Repair

MO 7,000

AR 3,000

Provide an implementation plan and schedule that describes in detail your firm’s approach, capability, and capacity for conducting a repair mission to 10,000 homes.

Objectives 3 & 8

10,000/10,000+ N/A

3. Provide an implementation plan that describes in detail your firm’s approach for preparing and providing daily meals for the populations you are sheltering.

Describe in detail, your firm’s approach for preparing 69,000 meals, twice per day, for a third-party organization (e.g. Salvation Army and Red Cross).

Objectives 2,3 & 9

235,000/ 235,000+

69,000/138,000+

30 to 60+ days

30 to 60+ days

Page 130: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

4 Federal Emergency Management Agency

Objective SOO Min/Max Anticipated # of Days

In addition to feeding at shelter locations, describe in full detail, your approach for preparing and distributing 48,500 meals to disaster survivors, twice per day, for 15 days, through the use of mobile feeding units. Describe your approach to prepare and package 15,000 food boxes per day for 7 days to accommodate a population of adult/child (omnivores), infants and adult/child (vegetarians).

Objectives 2,3

& 9

15,000/15,000+ Food

boxes per day

48,500/97,000+ twice per day

7 days

15 days

4. Provide an implementation plan and schedule that describes your firm’s approach, capability, and capacity to set up, staff, and operate an Evacuee Reception Processing Site to accommodate a population of 20,000 evacuees.

Objectives 2,6 & 9

5,000/20,000+ evacuees

returning/reintegrating Arkansas and

Missouri

7 days

Distribution: The state of MO has identified three (3) communities, where disaster survivors are sheltering in place. You have been tasked to distribute food boxes and liters/gallons of water to 2,000 households over a 12 mile square radius.

Provide an implementation plan and schedule that describes your firm’s approach, capability, and capacity to deliver house-to-house distribution of emergency supplies to 2,000 households over a 12-square-mile radius.

Objective 2,5 & 9

5,000/50,000+ households per day Tarps Water – gallons

and liters. 1st Aid Kits. Flashlights with

batteries. Trash bags Hand-cranked

AM/FM/weather radios.

Blankets or sleeping bags.

Household pet supplies

N/A

Scenario 2 Narrative: Steady State & Planning Support

Your assignment is to provide technical assistance and planning support to establish and maintain an effective readiness posture. These tasks will focus on building and maintaining the capabilities necessary to meet the needs of disaster survivors. Steady State and Planning Support Services are intended to integrate the contractor’s capabilities and resources into FEMA’s overall Mass Care/Emergency strategy by planning, coordinating and validating their capability to respond to the Government’s requirements. Describe your approach to each requirement below:

Page 131: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

5 Federal Emergency Management Agency

Requirements SOO 1. Develop actionable, hazard-specific

operational plans for FEMA Regions 6, 7, 8, 9 and 10.

Objective 1

2. Develop and update Region-specific “Playbooks”, including resource mobilization timelines and mission Capability summaries.

Objective 1

3. Travel to 5 FEMA Regions to hold briefings and coordination meetings with key stakeholders.

Objective 1

4. Following a 6.5 magnitude earthquake along the New Madrid Seismic Zone (NMSZ), deploy five (5) Mass Care planners each to the Initial Operating Facilities (IOFs) in Arkansas and Missouri for a duration of fifteen (15) days, in advance of a formal Federal Declaration

Objective 1

5. In response to this New Madrid event, establish a “planning cell” at FEMA HQ in Washington DC consisting of five (5) planners and senior staff.

Objective 1

6. Deploy Mission Planning Teams (MPTs) to the field in Arkansas and Missouri for a total duration of 15 days.

Objective 1

7. Send a representative to the 2018 National Mass Care Exercise to serve on various Task Forces.

Objective 1

Scenario 3 Narrative: Individuals & Household Programs (IHP) Permanent Construction

A 7.5 earthquake occurred 70 miles east of Anchorage Alaska on August 1, 2016. A declaration of major disaster for Individual Assistance and Public Assistance programs in 7 counties is granted (Anchorage, Denali, Lake and Peninsula, Matanuska-Susitna, Southeast Fairbanks, Yukon- Koyukuk, Valdez-Cordova). The State and FEMA are working together to meet the disaster-caused needs of survivors. It is day 15 after the declaration, and the State has requested FEMA to provide permanent housing construction to survivors. A Direct Housing Assessment Team (DHAT) has been set up comprising of FEMA staff. The determination was made that permanent housing construction will need to be the housing solution in Venetie, AK for 50 households. Assume cooperative construction weather conditions.

Event Type Earthquake 7.5 Magnitude

Impacted Sector(s) Sector 2 Affected States Alaska Mission Areas Construction Services

Objectives SOO 1. Provide an implementation plan and

schedule that describes your firm’s approach to providing Construction Services in support of this mission.

Objective 8

Page 132: 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF …The following is a list of services required in this contract: 1. Steady State and PlanningSupport Services 2. Mobilizationand Deployment

6 Federal Emergency Management Agency

Objectives SOO 2. Describe your approach for providing

architectural engineer certified building plans developed in AUTOCAD or other industry-standard format, complete with materials list, and estimated costs to construct a housing solution that is appropriate for the cultural and climate considerations in the area identified by this FEMA scenario.

Objective 8

3. Explain how you intend to provide all construction equipment, supplies, and personnel required to manage the permanent housing construction project (s).

Objective 8

4. How would your firm coordinate the transport of construction equipment, supplies, material, and personnel from the mainland to Venetie.

Objective 8

5. Describe the coordination with FEMA, the State of Alaska, and local authorities, to establish a receiving and processing area of shipments for off-loading of equipment and materials as needed, in Venetie.

Objective 8

6. Describe the coordination with FEMA, the State of Alaska, and the local officials of Venetie regarding all permits for this project and work with FEMA on obtaining necessary waivers as needed.

Objective 8

7. Describe the monitoring of the construction progress and the provision of giving updates to FEMA on the progress of each project.

Objective 8

8. How would you address compliance with the Architectural Barriers Act, Uniform Federal Accessibility Standards (UFAS), local construction codes, and all other requirements? This includes being prepared to construct housing for disaster applicants with access and functional needs.

Objective 8

9. Describe how you intend to prepare all sites, including any mitigation activities to ensure sites are compliant with floodplain regulations and other environmental and historic preservation laws, as applicable, and provide compliance documentation to FEMA.

Objective 8

10. Detail your approach to perform demolition work to clear sites of pre-existing foundations, structures, and septic systems. Debris shall be removed and disposed in accordance to local regulations.

Objective 8