Future Research Corporation - GSA Advantage
Transcript of Future Research Corporation - GSA Advantage
i | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Future Research
Corporation
Multiple Award Schedule
May 16, 2018 – May 15, 2023
(Potential Option Years through May 15, 2038)
Pricelist Effective: March 26, 2021 Mod: A826
Contract Number 47QTCA18D00CB
ii | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
MULTIPLE AWARD SCHEDULE
Special Item No. 54151S Information Technology Professional Services
Special Item No. 518210C Cloud Computing Services
SPECIAL ITEM NUMBER 54151S - INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES
FPDS CODE D301 IT Facility Operation and Maintenance
FPDS CODE D302 IT Systems Development Services
FPDS CODE D306 IT Systems Analysis Services
FPDS CODE D307 Automated Information Systems Design and Integration Services
FPDS CODE D308 Programming Services
FPDS CODE D310 IT Backup and Security Services
FPDS CODE D311 IT Data Conversion Services
FPDS CODE D313 Computer Aided Design/Computer Aided Manufacturing (CAD/CAM) Services
FPDS CODE D316 IT Network Management Services
FPDS CODE D317 Creation/Retrieval of IT Related Automated News Services, Data Services, or
Other Information Services (All other information services belong under
Schedule 76)
FPDS CODE D399 Other Information Technology Services, Not Elsewhere Classified
Note 1: All non-professional labor categories must be incidental to and used solely to support hardware, software
and/or professional services, and cannot be purchased separately.
Note 2: Offerors and Agencies are advised that the Group 70 - Information Technology Schedule is not to be used
as a means to procure services which properly fall under the Brooks Act. These services include, but are not limited
to, architectural, engineering, mapping, cartographic production, remote sensing, geographic information systems, and
related services. FAR 36.6 distinguishes between mapping services of an A/E nature and mapping services which are
not connected nor incidental to the traditionally accepted A/E Services.
Note 3: This solicitation is not intended to solicit for the reselling of IT Professional Services, except for the provision
of implementation, maintenance, integration, or training services in direct support of a product. Under such
circumstances the services must be performed by the publisher or manufacturer or one of their authorized agents.
SPECIAL ITEM NUMBER 518210C – CLOUD COMPUTING SERVICES
FPDS CODE D305 IT and Telecom Teleprocessing, Timeshare, and Cloud Computing
FPDS CODE D310 IT Backup and Security Services
FPDS CODE D399 Other Information Technology Services, Not Elsewhere Classified
Future Research Corporation
675 Discovery Dr., Bldg. 2, Suite 102
Huntsville, AL 35806
(256) 430-4304
www.future-research.com
iii | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Contract Number: 47QTCA18D00CB
Period Covered by Contract: 5/16/2018 - 5/15/2023
General Services Administration
Federal Acquisition Service
Products and ordering information in this Authorized Information Technology Schedule Pricelist are also available on
the GSA Advantage! System (http://www.gsaadvantage.gov).
iv | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Table of Contents
INFORMATION FOR ORDERING ACTIVITIES APPLICABLE TO ALL SPECIAL ITEM NUMBERS .............. 1
SPECIAL NOTICE TO AGENCIES: Small Business Participation ............................................................................ 1
1. Geographic Scope of Contract ............................................................................................................................ 1
2. Ordering Address and Payment Information ...................................................................................................1-2
3. Liability for Injury or Damage ............................................................................................................................ 2
4. Statistical Data for Government Ordering Office Completion of Standard Form 279 ........................................ 2
5. FOB Destination ................................................................................................................................................. 2
6. Delivery Schedule ............................................................................................................................................... 2
7. Discounts .........................................................................................................................................................2-3
8. Trade Agreements Act of 1979, as amended ...................................................................................................... 3
9. Statement Concerning Availability of Export Packing ....................................................................................... 3
10. Small Requirements ............................................................................................................................................ 3
11. Maximum Order ................................................................................................................................................. 3
12. Ordering Procedures for Federal Supply Schedule Contracts ............................................................................. 3
13. Federal Information Technology/Telecommunications Standards Requirements .............................................. 3
13.1 Federal Information Technology/Telecommunication Standards ............................................................... 3
13.2 Federal Telecommunication Standards (FED-STDS) ................................................................................. 4
14. Contractor Tasks/Special Requirements (C-FSS-370)(Nov. 2003) .................................................................... 4
15. Contract Administration for Ordering Activities ................................................................................................ 5
16. GSA Advantage! ................................................................................................................................................. 5
17. Purchase of Open Market Items .......................................................................................................................... 5
18. Contractor Commitments, Warranties and Representations ............................................................................... 5
19. Overseas Activities ..........................................................................................................................................5-6
20. Blanket Purchase Agreements (BPAs)................................................................................................................ 6
21. Contractor Team Arrangements .......................................................................................................................... 6
22. Installation, Deinstallation, Reinstallation .......................................................................................................... 6
23. Section 508 Compliance ..................................................................................................................................6-7
24. Prime Contractor Ordering from Federal Supply Schedules ............................................................................... 7
25. Insurance - Work on a Government Installation (Jan. 1997) (FAR 52.228-5) .................................................... 7
26. Software Interoperability .................................................................................................................................... 7
27. Advance Payments .............................................................................................................................................. 7
IT Professional Services (Labor Category Descriptions) .........................................................................................8-23
Schedule Price List ................................................................................................................................................. 24-25
Terms and Conditions Applicable to IT Professional Services (SIN 54151S) ....................................................... 26-28
USA Commitment to Promote Small Business Participation Procurement Programs ................................................ 29
v | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Best Value Blanket Purchase Agreement Federal Supply Schedule ........................................................................... 30
SAMPLE Blanket Purchase Agreement ................................................................................................................. 31-32
Basic Guidelines for Using Contractor Team Arrangements ...................................................................................... 33
Terms and Conditions Applicable to Cloud Computing Services (SIN 518210C) ...................................................... 34
Description of Cloud Computing Services ............................................................................................................. 35-36
Cloud SIN 518210C Pricing ........................................................................................................................................ 37
1 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
INFORMATION FOR ORDERING ACTIVITIES
APPLICABLE TO ALL SPECIAL ITEM NUMBERS
SPECIAL NOTICE TO AGENCIES: Small Business Participation
SBA strongly supports the participation of small business concerns in the Federal Acquisition Service. To enhance
Small Business Participation, SBA policy allows agencies to include in their procurement base and goals, the dollar
value of orders expected to be placed against the Federal Supply Schedules, and to report accomplishments against
these goals.
For orders exceeding the micro-purchase threshold, FAR 8.404 requires agencies to consider the catalogs/pricelists of
at least three schedule contractors or consider reasonably available information by using the GSA Advantage! Online
shopping service (www.gsaadvantage.gov). The catalogs/pricelists, GSA Advantage! and the Federal Acquisition
Service Home Page (www.gsa.gov/fas) contain information on a broad array of products and services offered by small
business concerns.
This information should be used as a tool to assist ordering activities in meeting or exceeding established small
business goals. It should also be used as a tool to assist in including small, small disadvantaged, and women-owned
small businesses among those considered when selecting pricelists for a best value determination. For orders
exceeding the micro-purchase threshold, customers are to give preference to small business concerns when two or
more items at the same delivered price will satisfy their requirement.
1. Geographic Scope of Contract
Domestic delivery is delivery within the 48 contiguous states, Alaska, Hawaii, Puerto Rico, Washington, DC, and U.S.
Territories. Domestic delivery also includes a port or consolidation point, within the areas, for orders received from
overseas activities.
Overseas delivery is delivery to points outside of the 48 contiguous states, Washington, D.C., Alaska, Hawaii, Puerto
Rico, and U.S. Territories.
Offerors are requested to check one of the following boxes:
[ ] The Geographic Scope of Contract will be domestic and overseas delivery.
[ ] The Geographic Scope of Contract will be overseas delivery only.
[X] The Geographic Scope of Contract will be domestic delivery only.
2. Ordering Address and Payment Information
Future Research Corporation accepts credit card payments equal to or less than the micro-purchase for oral or written
orders under this contract. The Contractor and the ordering agency may agree to use the credit card for dollar amounts
over the micro-purchase threshold (See GSAR 552.232-79 Payment by Credit Card). In addition, bank account
information for wire transfer payments will be shown on the invoice.
The following address and telephone number can be used to obtain technical and/or ordering assistance:
Ordering:
Future Research Corporation
675 Discovery Dr., Bldg. 2, Ste. 102
Huntsville, AL 35806
Phone: (256) 430-4304, ext. 222
Fax: (256) 430-4308
2 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Payment by credit card:
Future Research Corporation
675 Discovery Dr., Bldg. 2, Ste. 102
Huntsville, AL 35806
3. LIABILITY FOR INJURY OR DAMAGE
The Contractor shall not be liable for any injury to ordering activity personnel or damage to ordering activity property
arising from the use of equipment maintained by the Contractor, unless such injury or damage is due to the fault or
negligence of the Contractor.
4. STATISTICAL DATA FOR GOVERNMENT ORDERING OFFICE COMPLETION OF STANDARD
FORM 279
Block 9: G. Order/Modification Under Federal Schedule Contract
Block 16: Data Universal Numbering System (DUNS) Number: 036660686
Block 30: Type of Contractor: Other Small Business
Block 31: Woman-Owned Small Business - No
Block 37: Contractor’s Taxpayer Identification Number (TIN): 631159411
Block 40: Veteran-Owned Small Business - No
4a. CAGE Code: 06DW3
4b. Contractor is active in System for Award management (SAM) database.
Expiration Date: 07/22/21
5. FOB DESTINATION
6. DELIVERY SCHEDULE
a. TIME OF DELIVERY: The Contractor shall deliver to destination within the number of calendar days after
receipt of order (ARO), as set forth below:
SPECIAL ITEM NUMBER DELIVERY TIME (Days ARO)
54151S 30 days
518210C 30 days
b. URGENT REQUIREMENTS: When the Federal Supply Schedule contract delivery period does not meet the
bona fide urgent delivery requirements of an ordering activity, ordering activities are encouraged, if time permits, to
contact the Contractor for the purpose of obtaining accelerated delivery. The Contractor shall reply to the inquiry
within 3 workdays after receipt. (Telephonic replies shall be confirmed by the Contractor in writing.) If the Contractor
offers an accelerated delivery time acceptable to the ordering activity, any order(s) placed pursuant to the agreed upon
accelerated delivery time frame shall be delivered within this shorter delivery time and in accordance with all other
terms and conditions of the contract.
7. DISCOUNTS SIN 54151S: Prices shown are NET Prices; Basic Discounts have been deducted.
a. Prompt Payment: Government (1% - 10 days from receipt of invoice or date of acceptance, whichever is later).
b. Quantity: Government (2% > $500,000)
c. Dollar Volume: Government (2% > $500,000)
d. Other Special Discounts: N/A
3 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
DISCOUNTS SIN 518210C: Prices shown are NET Prices; Basic Discounts have been deducted.
a. Prompt Payment: N/A
b. Quantity: Government: N/A
c. Dollar Volume: Government N/A
d. Other Special Discounts: N/A
8. TRADE AGREEMENTS ACT OF 1979, as amended:
All items are U.S. made end products, designated country end products, Caribbean Basin country end products,
Canadian end products, or Mexican end products as defined in the Trade Agreements Act of 1979, as amended.
9. STATEMENT CONCERNING AVAILABILITY OF EXPORT PACKING:
Not applicable for this Contractor.
10. Small Requirements: The minimum dollar of orders to be issued is $100.00.
11. MAXIMUM ORDER (All dollar amounts are exclusive of any discount for prompt payment.)
The Maximum Order for the following Special Item Numbers is $500,000.00.
a. SIN 54151S Information Technology Professional Services
b. SIN 518210C Cloud Computing Services
Note: An order may be placed against the Schedule contract even though it exceeds the maximum order threshold of
$500,000.00 under SIN 54151S and 518210C.
12. ORDERING PROCEDURES FOR FEDERAL SUPPLY SCHEDULE CONTRACTS
Ordering activities shall use the ordering procedures of Federal Acquisition Regulation (FAR) 8.405 when placing an
order or establishing a BPA for supplies or services. These procedures apply to all schedules.
a. FAR 8.405-1 Ordering procedures for supplies and services not requiring a statement of work.
b. FAR 8.405-2 Ordering procedures for services requiring a statement of work.
13. FEDERAL INFORMATION TECHNOLOGY/TELECOMMUNICATION STANDARDS
REQUIREMENTS: Ordering activities acquiring products from this Schedule must comply with the provisions of
the Federal Standards Program, as appropriate (reference: NIST Federal Standards Index). Inquiries to determine
whether or not specific products listed herein comply with Federal Information processing Standards (FIPS) or Federal
Telecommunications Standards (FEDS-STDS), which are cited by ordering activities, shall be responded to promptly
by the Contractor.
13.1 FEDERAL INFORMATION PROCESSING STANDARDS PUBLICATIONS (FIPS PUBS)
Information Technology products under this Schedule that do not conform to Federal Information Processing
Standards (FIPS) should not be acquired unless a waiver has been granted in accordance with the applicable "FIPS
Publication." Federal Information Processing Standards Publications (FIPS PUBS) are issued by the U.S. Department
of Commerce, National Institute of Standards and Technology (NIST), pursuant to the National Security Act.
Information concerning their availability and applicability should be obtained from the National Technical
Information Service (NTIS), 5285 Port Royal Road, Springfield, Virginia 22161. FIPS PUBS include voluntary
standards when these are adopted for Federal use. Individual orders for FIPS PUBS should be referred to the NTIS
Sales Office, and orders for subscription service should be referred to the NTIS Subscription Officer, both at the above
address, or telephone number (703) 487-4650.
4 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
13.2 FEDERAL TELECOMMUNICATION STANDARDS (FED-STDS)
Telecommunication products under this Schedule that do not conform to Federal Telecommunication Standards (FED-
STDS) should not be acquired unless a waiver has been granted in accordance with the applicable "FED-STD." Federal
Telecommunication Standards are issued by the U.S. Department of Commerce, National Institute of Standards and
Technology (NIST), pursuant to the National Security Act. Ordering information and information concerning the
availability of FED-STDS should be obtained from the GSA, Federal Acquisition Service, Specification Section, 470
East L’Enfant Plaza, Suite 8100, SW, Washington, DC 20407, telephone number (202) 619-8925. Please include a
self-addressed mailing label when requesting information by mail. Information concerning their applicability can be
obtained by writing or calling the U.S. Department of Commerce, National Institute of Standards and Technology,
Gaithersburg, MD 20899, telephone number (301) 975-2833.
14. CONTRACTOR TASKS/SPECIAL REQUIREMENTS (C-FSS-370) (NOV. 2003)
(a) Security Clearances: The Contractor may be required to obtain/possess varying levels of security
clearances in the performance of orders issued under this contract. All costs associated with
obtaining/possessing such security clearances should be factored into the price offered under the Multiple
Award Schedule.
(b) Travel: The Contractor may be required to travel in performance of orders issued under this contract.
Allowable travel and per diem charges are governed by Pub. L. 99-234 and FAR Part 31, and are
reimbursable by the ordering agency or can be priced as a fixed price item on orders placed under the
Multiple Award Schedule. Travel in performance of a task order will only be reimbursable to the extent
authorized by the ordering agency. The Industrial Funding Fee does NOT apply to travel and per diem
charges.
(c) Certifications, Licenses and Accreditations: As a commercial practice, the Contractor may be required to
obtain/possess any variety of certifications, licenses, and accreditations for specific FSC/service code
classifications offered. All costs associated with obtaining/ possessing such certifications, licenses and
accreditations should be factored into the price offered under the Multiple Award Schedule program.
(d) Insurance: As a commercial practice, the Contractor may be required to obtain/possess insurance coverage
for specific FSC/service code classifications offered. All costs associated with obtaining/possessing such
insurance should be factored into the price offered under the Multiple Award Schedule program.
(e) Personnel: The Contractor may be required to provide key personnel, resumes or skill category descriptions
in the performance of orders issued under this contract. Ordering activities may require agency approval
of additions or replacements to key personnel.
(f) Organizational Conflicts of Interest: Where there may be an organizational conflict of interest as
determined by the ordering agency, the Contractor’s participation in such order may be restricted in
accordance with FAR Part 9.5.
(g) Documentation/Standards: The Contractor may be requested to provide products or services in accordance
with rules, regulations, OMB orders, standards and documentation as specified by the agency’s order.
(h) Data/Deliverable Requirements: Any required data/deliverables at the ordering level will be as specified or
negotiated in the agency’s order.
(i) Government-Furnished Property: As specified by the agency’s order, the Government may provide
property, equipment, materials or resources as necessary.
(j) Availability of Funds: Many Government agencies’ operating funds are appropriated for a specific fiscal
year. Funds may not be presently available for any orders placed under the contract or any option year.
The Government’s obligation on orders placed under this contract is contingent upon the availability of
appropriated funds from which payment for ordering purposes can be made. No legal liability on the part
of the Government for any payment may arise until funds are available to the ordering Contracting Officer.
(k) Overtime: For professional services, the labor rates in the Schedule should not vary by virtue of the
Contractor having worked overtime. For services applicable to the Service Contract Act (as identified in
the Schedule), the labor rates in the Schedule will vary as governed by labor laws (usually assessed a time
and a half of the labor rate).
5 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
15. CONTRACT ADMINISTRATION FOR ORDERING ACTIVITIES
Any ordering activity, with respect to any one or more delivery orders placed by it under this contract, may exercise
the same rights of termination as might the GSA Contracting Officer under provisions of FAR 52.212-4, paragraphs
(l) Termination for the ordering activity’s convenience, and (m) Termination for Cause (See 52.212-4).
16. GSA Advantage
GSA Advantage! is an on-line, interactive electronic information and ordering system that provides on-line access to
vendors' schedule prices with ordering information. GSA Advantage! will allow the user to perform various searches
across all contracts including, but not limited to:
(1) Manufacturer;
(2) Manufacturer's Part Number; and (3) Product categories.
Agencies can browse GSA Advantage! by accessing the Internet World Wide Web utilizing a browser (ex.: Internet
Explorer). The Internet address is http://www.gsaadvantage.gov
17. PURCHASE OF OPEN MARKET ITEMS
NOTE: Open Market Items are also known as incidental items, noncontract items, non-Schedule items, and items not
on a Federal Supply Schedule contract. Ordering Activities procuring open market items must follow FAR 8.402(f).
For administrative convenience, an ordering activity contracting officer may add items not on the Federal Supply
Multiple Award Schedule (MAS) -- referred to as open market items -- to a Federal Supply Schedule blanket purchase
agreement (BPA) or an individual task or delivery order, only if -
(1) All applicable acquisition regulations pertaining to the purchase of the items not on the Federal Supply Schedule
have been followed (e.g., publicizing (Part 5), competition requirements (Part 6), acquisition of commercial items
(Part 12), contracting methods (Parts 13, 14, and 15), and small business programs (Part 19));
(2) The ordering activity contracting officer has determined the price for the items not on the Federal Supply Schedule
is fair and reasonable;
(3) The items are clearly labeled on the order as items not on the Federal Supply Schedule; and
(4) All clauses applicable to items not on the Federal Supply Schedule are included in the order.
18. CONTRACTOR COMMITMENTS, WARRANTIES AND REPRESENTATIONS
a. For the purpose of this contract, commitments, warranties and representations include, in addition to those agreed
to for the entire schedule contract:
(1) Time of delivery/installation quotations for individual orders;
(2) Technical representations and/or warranties of products concerning performance, total system
performance and/or configuration, physical, design and/or functional characteristics and capabilities of a
product/equipment/ service/software package submitted in response to requirements which result in orders
under this schedule contract.
(3) Any representations and/or warranties concerning the products made in any literature, description,
drawings, and/or specifications furnished by the Contractor.
b. The above is not intended to encompass items not currently covered by the GSA Schedule contract.
c. The maintenance/repair service provided is the standard commercial terms and conditions for the type of
products and/or services awarded.
19. OVERSEAS ACTIVITIES
The terms and conditions of this contract shall apply to all orders for installation, maintenance and repair of equipment
in areas listed in the pricelist outside the 48 contiguous states and the District of Columbia, except as indicated below:
6 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
N/A
Upon request of the Contractor, the ordering activity may provide the Contractor with logistics support, as available,
in accordance with all applicable ordering activity regulations. Such ordering activity support will be provided on a
reimbursable basis, and will only be provided to the Contractor's technical personnel whose services are exclusively
required for the fulfillment of the terms and conditions of this contract.
20. BLANKET PURCHASE AGREEMENTS (BPAs)
The use of BPAs under any schedule contract to fill repetitive needs for supplies or services is allowable. BPAs may
be established with one or more schedule contractors. The number of BPAs to be established is within the discretion
of the ordering activity establishing the BPA and should be based on a strategy that is expected to maximize the
effectiveness of the BPA(s). Ordering activities shall follow FAR 8.405-3 when creating and implementing BPA(s).
21. CONTRACTOR TEAM ARRANGEMENTS
Teaming partners participating in Future Research Corporation team arrangements must abide by all terms and
conditions of their respective agreements. This includes compliance with Clauses 552.238-74, Industrial Funding Fee
and Sales Reporting, i.e., each contractor (team member) must report sales and remit the IFF for all products and
services provided under its individual contract. Those interested in pursuing teaming opportunities with Future
Research Corporation should contact our Director of Business Development:
Future Research Corporation
ATTN: William Harris, Director of Business Development
Phone: (256) 430-4304
Fax: (256-430-4308
Email: [email protected]
22. INSTALLATION, DEINSTALLATION, REINSTALLATION
The Davis-Bacon Act (40 U.S.C. 276a-276a-7) provides that contracts in excess of $2,000 to which the United States
or the District of Columbia is a party for construction, alteration, or repair (including painting and decorating) of
public buildings or public works with the United States, shall contain a clause that no laborer or mechanic employed
directly upon the site of the work shall receive less than the prevailing wage rates as determined by the Secretary of
Labor. The requirements of the Davis-Bacon Act do not apply if the construction work is incidental to the furnishing
of supplies, equipment, or services. For example, the requirements do not apply to simple installation or alteration of
a public building or public work that is incidental to furnishing supplies or equipment under a supply contract.
However, if the construction, alteration, or repair is segregable and exceeds $2,000, then the requirement of the Davis-
Bacon Act applies.
The ordering activity issuing the task order against this contract will be responsible for proper administration and
enforcement of the Federal labor standards covered by the Davis-Bacon Act. The proper Davis-Bacon wage
determination will be issued by the ordering activity at the time a request for quotations is made for applicable
construction classified installation, deinstallation, and reinstallation services under SIN 132-8 or 132-9.
23. SECTION 508 COMPLIANCE
I certify that in accordance with 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d), FAR 39.2, and
the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT)
Accessibility Standards (36 CFR 1194) General Services Administration (GSA), that all IT
hardware/software/services are 508 compliant:
Yes X No ______
The offeror is required to submit with its offer a designated area on its website that outlines the Voluntary Product
Accessibility Template (VPAT) or equivalent qualification, which ultimately becomes the Government Product
7 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Accessibility Template (GPAT). Section 508 compliance information on the supplies and services in this contract are
available at the following website address (URL): www.future-research.com.
The EIT standard can be found at: www.Section508.gov/.
24. PRIME CONTRACTOR ORDERING FROM FEDERAL SUPPLY SCHEDULES
Prime Contractors (on cost reimbursement contracts) placing orders under Federal Supply Schedules, on behalf of an
ordering activity, shall follow the terms of the applicable schedule and authorization and include with each order –
(a) A copy of the authorization from the ordering activity with whom the contractor has the prime contract (unless a
copy was previously furnished to the Federal Supply Schedule contractor); and
(b) The following statement:
This order is placed under written authorization from _____ dated ______. In the event of any inconsistency between
the terms and conditions of this order and those of your Federal Supply Schedule contract, the latter will govern.
25. INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN. 1997) (FAR 52.228-5)
(a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at
least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract.
(b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that
the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to
the effect that any cancellation or any material change adversely affecting the Government's interest shall not be
effective—
(1) For such period as the laws of the State in which this contract is to be performed prescribe; or
(2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever
period is longer.
(c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this
contract that require work on a Government installation and shall require subcontractors to provide and maintain the
insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all
subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.
26. SOFTWARE INTEROPERABILITY
Offerors are encouraged to identify within their software items any component interfaces that support open standard
interoperability. An item’s interface may be identified as interoperable on the basis of participation in a Government
agency-sponsored program or in an independent organization program. Interfaces may be identified by reference to
an interface registered in the component registry located at http://www.core.gov.
27. ADVANCE PAYMENTS
A payment under this contract to provide a service or deliver an article for the United States Government may not be
more than the value of the service already provided or the article already delivered. Advance or pre-payment is not
authorized or allowed under this contract. (31 U.S.C. 3324)
8 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
INFORMATION TECHNOLOGY SERVICES
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Program Manager—
Senior
Minimum of twelve (12) years
of experience. Two (2) years of
experience is equivalent to one
(1) year of education (i.e. eight
(8) years of experience is
equivalent to a Bachelor’s
Degree).
Under general direction, oversees the
operational planning, establishment,
execution, and evaluation of a multifaceted
program/project, typically consisting of a set
of closely related subprograms or associated
activities. Oversees fiscal, operational,
administrative, and human resources
management of the program; seeks and
develops outside funding sources; serves as
principal point of representation and liaison
with external constituencies on operational
matters; and provides day-to-day
technical/professional guidance and
leadership, as appropriate, to the area of
expertise. May function as Deputy program
manager.
BS/BA or
equivalent in a
related discipline
Program Manager—
Intermediate
Minimum of ten (10) years of
experience. Two (2) years of
experience is equivalent to one
(1) year of education (i.e. eight
(8) years of experience is
equivalent to a Bachelor’s
Degree).
Under immediate supervision, oversees the
operational planning, establishment,
execution, and evaluation of a multifaceted
program/project typically consisting of a set
of closely related subprograms or associated
activities. Oversees fiscal, operational,
administrative, and human resources
management aspects of the program; seeks
and develops outside funding sources; serves
as principal point of representation and
liaison with external constituencies on
operational matters; and provides day-to-day
technical/professional guidance and
leadership, as appropriate, to the area of
expertise. May function as Deputy program
manager.
BS/BA or
equivalent in a
related discipline
9 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Project Manager Minimum of eight (8) years of
experience. Two (2) years of
experience is equivalent to one
(1) year of education (i.e. eight
(8) years of experience is
equivalent to a Bachelor’s
Degree).
Responsible for all aspects of the
development and implementation of assigned
projects and provides a single point of
contact for those projects. Takes projects
from original concept through final
implementation. Interfaces with all areas
affected by the project including end users,
computer services, and client services.
Defines project scope and objectives.
Develops detailed work plans, schedules,
project estimates, resource plans, and status
reports. Conducts project meetings and is
responsible for project tracking and analysis.
Ensures adherence to quality standards and
reviews project deliverables. Manages the
integration of vendor tasks and tracks and
reviews vendor deliverables. Provides
technical and analytical guidance to project
team. Recommends and takes action to direct
the analysis and solutions of problems.
BS/BA or
equivalent in a
related discipline
Project Control
Specialist
Two (2) years of general
experience.
Performs complex evaluations of existing
procedures, processes, techniques, models,
and/or systems related to management
problems or contractual issues, which would
require a report and recommend solutions.
Develops work breakdown structures,
prepares charts, tables, graphs, and diagrams
to assist in analyzing problems. Provides
daily supervision and direction to staff.
Oversees financial management and
administrative activities, such as budgeting,
manpower resource planning, and financial
reporting.
BS/BA or
equivalent in a
related discipline
10 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Trainer Six (6) years of general
experience identifying,
developing, implementing, and
conducting training and
instruction of technical-based
subject matter related to
computer hardware/software,
communications, local and
wide area networking, Internet,
video, imaging, business
processes, Government
regulations,
procurement/acquisition,
strategic planning, etc., as
required for a particular
situation.
Designs, develops, prepares and refines
HSPD-12 training curriculum and course
materials for various classroom and other
instructional environments. Possesses skills
and knowledge in computer-based and
multimedia training environments. Conducts
training requirements surveys, designs
computer-based and multimedia curriculum
in response to specific system training
requirements during the life cycle.
BS/BA or
equivalent in a
related discipline
Software Architect Ten (10) years of general
experience. Senior Architect
who independently performs a
variety of system design and
integration tasks which are
broad in nature and are
concerned with design,
implementation and
architecting of major systems,
systems of systems, integration
of systems elements and related
support systems. Often
supervises a broad team of
engineers through project
completion.
Works independently designing and
developing new software products or major
enhancements to existing software. May lead
a large development team in design of highly
complex software systems. Acts as highest-
level technical expert, addressing problems
of systems integration, compatibility, and
multiple platforms. Responsible for project
completion. Performs feasibility analysis on
potential future projects to management.
BS/BA or
equivalent in a
related discipline
11 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Systems Engineer -
Intermediate
Four (4) to six (6) years of
experience depending on
education. Systems Engineer
independently performs
unusually complex network
engineering tasks for
management and/or the
customer involving application
of advanced engineering
principles, theories and
technical concepts which
require extensive
scientific/engineering
knowledge, experience and
ingenuity.
Under general supervision, performs high-
level systems analysis, evaluation,
design, integration, documentation, and
implementation of very complex application
that require
a thorough knowledge of administrative and
technical skills. Directs and participates in all
phases of system development with emphasis
on planning, analysis, evaluation, integration,
testing and acceptance phases (IV&V and
DT&E). Applies higher-level business or
technical
principles and methods to very difficult
technical problems to arrive at automated
engineering
solution.
BS/BA and six (6)
years of experience
or a Master's degree
and four (4) years of
experience.
Software Engineer—
Senior
Eight (8) years of experience in
the analysis, planning, design,
development, installation,
reengineering, and/or support
of integrated systems.
Knowledgeable of software
engineering concepts,
principles, methods, processes
and procedures.
Under general direction, conducts or
participates in multidisciplinary research and
collaborates with equipment designers and/or
hardware engineers in the planning, design,
development, and utilization of electronic
data processing systems software.
Determines computer user needs; advises
hardware designers on machine
characteristics that affect software systems
such as storage capacity, processing speed,
and input/output requirements; designs and
develops compilers and assemblers, utility
programs, and operating systems.
Bachelor’s degree
and 8 years of
experience or
Master’s degree and
6 years of
experience.
Software Engineer—
Associate
Zero (0) to two (2) years of
experience in the analysis,
planning, design, development,
installation, reengineering,
and/or support of integrated
systems. Knowledgeable of
software engineering concepts,
principles, methods, processes
and procedures.
Under direct supervision, assists in designing
and developing compilers and assemblers,
utility programs, and operating systems.
BS/BA or
equivalent in a
related discipline
12 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Applications
Programmer—Senior
Four (4) to six (6) years of
experience in the analysis,
planning, design, development,
installation, reengineering,
and/or support of integrated
systems. Knowledgeable of
software engineering concepts,
principles, methods, processes
and procedures.
Under general direction, devises or modifies
procedures to solve complex problems
considering computer equipment capacity
and limitations, operating time and form of
desired results. Designs, codes, tests, debugs
and documents those programs. Competent
to work at the highest technical level of all
phases of applications programming
activities. Note: This position does not
perform systems analysis functions.
BS/BA or
equivalent in a
related discipline
Applications
Programmer—
Intermediate
Two (2) or less years of
experience in the analysis,
planning, design, development,
installation, reengineering,
and/or support of integrated
systems. Knowledgeable of
software engineering concepts,
principles, methods, processes
and procedures.
Under general supervision, modifies
moderately complex applications programs
from detailed specification. Codes, tests,
debug, and documents and maintains those
programs. Competent to work on most
phases of applications programming
activities, but requires instruction and
guidance in phases. Note: This position does
not perform systems analysis functions.
BS/BA or
equivalent in a
related discipline
Configuration
Management (CM)
Specialist—Senior
Four (4) or more years of
experience in software and/or
hardware configuration
management.
Under general direction, responsible for
effectively tracking, logging, categorizing,
and maintaining changes made against the
accepted Army baseline(s) standards.
Develops, distributes, and tracks all change
packages resulting from approved
Configuration Control Board action. Trains
personnel by conducting workshops and
seminars on the proper methodology to
maintain a proactive CM program. Provides
daily support and direction to staff as to
change status requirements, deadlines, and
problems.
BS/BA or
equivalent in a
related discipline
Configuration
Management (CM)
Specialist—
Intermediate
Two (2) or more years of
experience in software and/or
hardware configuration
management.
Under immediate supervision, responsible
for effectively tracking, logging,
categorizing, and maintaining changes made
against the accepted Army baseline(s)
standards. Develops, distributes, and tracks
all change packages resulting from approved
Configuration Control Board action.
BS/BA or
equivalent in a
related discipline
13 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Systems
Administrator—Senior
Two (2) years of general
experience. Supervises and
manages the daily activities of
configuration and operation of
business systems which may be
mainframe, mini, or
client/server based.
Under general direction, responsible for
installing, configuring, and maintaining
operating system workstations and servers,
including web servers, in support of business
processing requirements. Performs software
installations and upgrades to operating
systems and layered software packages.
Schedules installations and upgrades and
maintains them in accordance with
established IT policies and procedures.
Monitors and tunes the system to achieve
optimum performance levels. Ensures
workstation/server data integrity by
evaluating, implementing, and managing
appropriate software and hardware solutions.
Ensures data/media recoverability by
implementing a schedule of system backups
and database archive operations. Supports
media management through internal methods
and procedures or through offsite storage and
retrieval services. Develops and promotes
standard operating procedures. Conducts
routine hardware and software audits of
workstations and servers to ensure
compliance with established standards,
policies, and configuration guidelines.
Develops and maintains a comprehensive
operating system hardware and software
configuration database/library of all
supporting documentation.
BS Degree in a
computer related
field
14 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Systems
Administrator—
Intermediate
Zero (0) to two (2) years of
experience, working under
direct supervision performing
daily activities of configuration
and operation of business
systems which may be
mainframe, mini, or
client/server based.
Performs system software upgrades
including planning and scheduling, testing,
and coordination. Performs workstation and
server administration setup. Coordinates disk
space planning and management. Maintains
growth statistics, space forecasts, tape
libraries, and software and hardware
inventories. Performs data backups and
recoveries. Monitors and maintains
continuity with system software licensing
and maintenance agreements. Provides
recommendations regarding hardware and
system software planning and budgeting.
Maintains production change control
schedule and participates in change control.
BS Degree in a
computer related
field
Database
Analyst/Programmer—
Intermediate
Two (2) or more years related
database administration
experience. Must be able to
Evaluate and design existing or
proposed systems to structure
and access databases. Analyze
database requirements of the
user department, applications
programming, and operations.
Under direct supervision, assists in the
implementation and maintenance of
databases.
BS degree or
equivalent
Help Desk Support
Service Specialist—
Senior
Two (2) to three (3) years of
progressively responsible
computer operations, network
management and/or desktop
support experience. Familiarity
with appropriate desktop
systems. Ability to
communicate orally and in
writing and experience
interfacing with clients and
customers and handling
sensitive issues.
Under general supervision, provides second-
tier support to end-users for PC, server,
mainframe applications and hardware.
Handles problems that the first-tier of help
desk support is unable to resolve. May
interact with network services, software
systems engineering, and/or applications
development to restore service and/or
identify and correct core problem. Simulates
or recreates user problems to resolve
operating difficulties. Recommends systems
modifications to reduce user problems.
Maintains currency and high level of
technical skill in field of expertise. Escalates
more complex problems to Senior Level.
BS in a technical
discipline or
computer related
field
15 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Help Desk Support
Service Specialist—
Intermediate
Two (2) or more years of
experience. Serves as a primary
contact for clients experiencing
technical and/or non-technical
issues. Requires ability to
diagnose and troubleshoot
client issues by employing
strong listening and
communication skills. Must
have creative problem-solving
skills to assist clients. Must be a
team player that contributes to
the resolution of the client’s
business problems. Provides
ongoing technical support for
specialized applications: logs
trouble calls, analyzes and
corrects problem at the source.
Advises users of changes in
procedures. Identifies problems
requiring vendor assistance and
coordinates vendor technical
support.
Under direct supervision, provides support to
end-users for PC, server or mainframe
applications, and hardware. May interact
with network services, software systems
engineering and/or applications development
to restore service and/or identify and correct
core problems. Simulates or recreates user
problems to resolve operating difficulties.
Recommends systems modifications to
reduce user problems. Refers more complex
problems to intermediate and/or senior level.
BS in a technical
discipline or
computer related
field
Web software
Developer—Senior
Four (4) years of experience in
various network technologies
for LAN and WAN, servers,
network operating systems and
protocols, inter/intranet servers
and languages, and designing,
developing, and maintaining
WEB pages activities. Works
independently in support of
client requirements. Installs and
configures WWW hardware;
installs and implements WWW
software; designs, develops,
implements, and maintains
Home/WEB pages tailored to
client requirements.
Under general supervision, designs and
develops user interface features, site
animation, and special-effects elements.
Contributes to the design group’s efforts to
enhance the look and feel of the
organization’s online offerings. Designs the
website to support the organization’s
strategies and goals relative to external
communications. . Develops applications
based on current, new and future net-based
applications. Requires significant graphics
and design experience as well as HTML
knowledge.
BS degree or
equivalent
16 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Systems Engineer -
Senior
6 to 8 years of experience
depending on education
Description: Under general direction,
performs high-level systems analysis,
evaluation, design, integration,
documentation, and implementation of very
complex application that require a thorough
knowledge of administrative and technical
skills. Directs and participates in all phases
of system development with emphasis on
planning, analysis, evaluation, integration,
testing and acceptance phases (IV&V and
DT&E). Applies higher-level business or
technical principles and methods to very
difficult technical problems to arrive at
automated engineering solution. Designs and
prepares technical reports and related
documentation, and makes charts and graphs
to record results. Prepare and deliver
presentations and briefings as required by the
Task Order. May be required to serve as
Task Leader. Responsible for ensuring the
quality and services delivered for particular
task(s) for which this skill is performing the
Task Leader position.
Bachelor's degree
and eight (8) years
of experience or a
Master's degree and
six (6) years of
experience
Systems Engineer -
Associate
4-6 years of experience in
various network technologies
for LAN and WAN, servers,
network operating systems and
protocols, inter/intranet servers
and languages, and designing,
developing and maintaining
WEB pages activities.
Under direct supervision assists in
performing systems analysis, evaluation,
design,
integration, documentation, and
implementation of applications that require
comprehensive
knowledge and technical skills.
BA/BS Degree in
computer related
field
17 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Network
Administrator—Senior
Four (4) years of experience
performing the following:
developing architectures,
designs and complex hybrid
network systems for
information or C2/C3
applications. Experience in the
application of ATMs,
controller, devices, routers,
bridges, firewalls, frame relay
and DISN, proxy servers, DNS,
token-rings, fiber optics, hubs,
and gateways. Must
demonstrate the ability to work
independently or under only
general direction.
Applies an enterprise-wide set of disciplines
for network planning, analysis, architecture
and design, integration, testing and
implementation of information or tactical
C2/C3 LAN/WAN networks. Develops
network plans and methodologies,
topologies, designs, approaches, techniques,
and schedules for development. Performs
network analyses and network component
analyses of routers, bridges, gateways, proxy
servers, FDDI, and detailed assessments of
UNIX-based host configurations and
performance. Performs assessments of
protocol usage across LANs/WANs
including detailed assessments of TCP/IP,
NETBUEI, RSA, X.25, X.400, X.500, packet
filtering, tunneling, etc. Performs network
troubleshooting in a variety hybrid networks,
develops specialized networking tools for
penetrating and resolving complex network
issues, and devises solutions to networking
issues. Provides technical guidance in
network engineering techniques and the use
of automated network support tools.
BS Degree in
computer related
field
18 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Network
Administrator—
Intermediate
Two (2) years of experience
performing the following:
.Applies computer techniques,
principles, and precedents to
develop, design, modify, install,
test, evaluate, or operate
network based data processing
systems or facilities. Maintains
repairs, inspects, troubleshoots
or programs systems equipment
or components. Reviews,
analyzes, develops, prepares, or
applies specifications, policies,
standards, or procedures. Plans
and performs test and
evaluations of systems
equipment or components.
Under general direction, responsible for the
acquisition, installation, maintenance and
usage of the company’s local area network.
Studies contractor products to determine
those which best meet company needs;
assists in presentation of information to
management resulting in purchase and
installation of hardware, software, and
telecommunication equipment. Manages
network performance and maintains network
security. Ensures that security procedures are
implemented and enforced. Installs all
network software. Evaluates, develops and
maintains telecommunications systems.
Troubleshoots network problems. Establishes
and implements network policies, procedures
and standards and ensures their conformance
with information systems and company’s
objectives. Trains users on network
operation.
BS Degree in
computer related
field
Network
Administrator—
Associate
Zero (0) to two (2) years of
experience in general computer
related disciplines.
Under direct supervision, responsible for the
acquisition, installation, maintenance, and
usage of the organization's local area
network. Manages network performance and
maintains network security. Ensures that
security procedures are implemented and
enforced. Installs all network software.
Evaluates, develops and maintains
telecommunications systems. Troubleshoots
network problems. Establishes and
implements network policies, procedures,
and standards and ensures their conformance
with information systems and organization
objectives. Trains users on network
operation. Frequently reports to a PC support
manager or Senior network Administrator.
BS Degree in
computer related
field
19 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Technical Writer/Editor Two (2) or more years as a
technical writer or software
technical editor.
Under direct supervision, prepares and/or
maintains systems, programming and
operations documentation, including user
manuals. Maintains a current internal
documentation library.
BA/BS in English,
Technical
Communications, or
related discipline.
Enterprise Resource
Planning (ERP)
Business Analyst—
Senior
Three (3) or more years of
experience in program,
financial, and resources
management, logistics support
and acquisition/development of
computer systems and
equipment. Demonstrated
experience in planning,
monitoring and tracking
contract activities. Experienced
in writing technical
requirements and providing
said requirements to the
developers.
Responsible for graphic design and use,
operation and setup of computer graphic
systems for business communications.
Executes graphic projects and assists in
coordination of all graphic production
scheduling; coordinates production support
with outside contractors, as needed. Ensures
that graphic projects are completed on time,
within budget and to user’s satisfaction.
Interfaces with users to determine scope of
project and best graphic medium. Trains
other personnel in proper use of computer
graphic equipment. Troubleshoots computer
equipment problems and performs minor
preventive maintenance.
BS/BA or
equivalent in a
related discipline
Enterprise Resource
Planning (ERP)
Business Analyst—
Intermediate
Two (2) or more years of
experience in the planning,
design, development,
implementation and support of
various ADP and
telecommunications software
programs. Experienced in
program, financial, and
resources management,
logistics support and
acquisition/development of
computer systems and
equipment. Demonstrated
experience in planning,
monitoring and tracking
activities.
Under general direction, serves as senior
subject matter expert associated with content,
processes and procedures associated with
ERP. Defines the detailed requirements,
analyzes the business needs, and validates
solutions with the client. Details
requirements through the product
development and other functions to support
the project team. Monitors other business
analysts in software development methods
and processes and implementation of those
methods. Evaluates development projects
and assists in tailoring the development
process to meet the project needs.
BS/BA or
equivalent in a
related discipline
20 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Enterprise Resource
Planning (ERP)
Business Analyst—
Associate
One (1) or more years of
experience in program,
financial, and resources
management, logistics support
and acquisition/development of
computer systems and
equipment. Demonstrated
experience in planning,
monitoring and tracking
contract activities. Experienced
in writing technical
requirements and providing
said requirements to the
developers.
Under general supervision, serves as subject
matter expert associated with content,
processes, and procedures associated with
enterprise applications. Applies functional
knowledge to design and customization of
workflow systems that provide seamless
integration for client/server applications.
Writes functional requirements, develops test
plans, and works with production issues.
BS/BA or
equivalent in a
related discipline
Chief Enterprise
Architect
Six (6) years of experience with
demonstrated experience
performing a variety of system
design and engineering tasks
which are broad in nature and
are concerned with design and
implementation of major
enterprise systems development
and integration, including
supporting personnel,
hardware, software, and support
facilities and/or equipment.
Supervises team of Sr. Systems
Engineers, Network Engineers,
Sr. Network Engineers, and
Network Engineers through
project completion and is
considered a Subject Matter
Expert (SME) in one or more
specific areas of computer
system design and networking
Applies knowledge of computer concepts
and techniques to develop and implement
automated solutions to engineering,
scientific, or business data acquisition and
management problems. Uses scientific and
engineering logic to independently identify
conceptual or theoretical solutions to
problems of computer hardware or software
design and operation. Develops alternative
approaches to design, test, and evaluation
techniques for solving automation problems.
Evaluates and recommends optimum
solutions balancing specific project needs
with economic constraints. Interfaces with
and uses micro, mini, and main computer
systems in addressing project objectives.
Formulates architectural design, functional
specification, interfaces and documentation
of computer systems considering system
interrelationships, operating modes, and
equipment configurations. Responsible for
developing project plans, justifications,
guidelines, and controls.
Bachelor’s Degree
in computer science,
information systems
management,
mathematics,
engineering or
related field.
21 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Quality Assurance
Analyst - Senior
8 or more years of experience
in Information Technology,
Quality Assurance, and Process
Development.
Under general direction, carries out
procedures to ensure that all information
systems products and services meet
organization standards and end-user
requirements. Performs
and leads tests of software to ensure proper
operation and freedom from defects. May
create test data for applications. Documents
and works to resolve all complex problems.
Reports progress on problem resolution to
management. Devises improvements to
current procedures and develops models of
possible future configurations. Acts as
information resource about assigned
areas to technical writers and other Quality
Assurance Analysts. Performs complete
workflowanalysis and recommends quality
improvements.
Bachelor's degree in
Information
Technology or
related field
Quality Assurance
Analyst - Intermediate
6 or more years of experience
in Information Technology,
Quality Assurance, and Process
Development.
Under general supervision, carries out
procedures to ensure that all information
systems products and services meet
minimum organization standards and end-
user requirements.
Thoroughly tests software to ensure proper
operation and freedom from defects.
Documents and
works to resolve all problems. Reports
progress on problem resolution to
management. Devises
improvements to current procedures and
develops models of possible future
configurations.
Performs workflow analysis and
recommends quality improvements.
Bachelor's degree in
Information
Technology or
related field
22 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Quality Assurance
Analyst - Associate
1 or more years of experience
in Information Technology,
Quality Assurance, and Process
Development.
Under direct supervision, carries out
procedures to ensure that all information
systems products and services meet
organization standards and end-user
requirements. Assists in
the testing of software to ensure proper
operation and freedom from defects.
Documents and
works to resolve basic problems. Reports
progress on problem resolution to
management. This
position is staffed by beginners who have
had sufficient educational background and/or
experience to qualify them to start in quality
assurance analysis.
Bachelor’s degree in
Information
Technology or
related field
Information Assurance
Engineer - Senior
8 years of progressive
experience in the field of IT,
including six years of
specialized experience in
numerous, highly specialized
IT disciplines involving a wide
range of hardware/software
solutions. An individual
knowledgeable and experienced
in all aspects of Security
Under general direction, responsible for all
activities relating to information
assurance procedures and systems. Develops
information systems assurance programs and
control guidelines. Confers with and advises
subordinates on administrative policies and
procedures and resolving technical problems,
priorities, and methods. Consults with and
advises
other sections regarding internal controls and
security procedures. Prepares activity and
progress
reports relating to the information systems
audit function
BS/BA or
equivalent in a
related discipline
23 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Commercial Labor
Category
Minimum/
General Experience and
Years of Experience
Functional Responsibility
Educational
Requirements
Information Assurance
Specialist -
Intermediate
6 years of progressive
experience in the field of IT,
including four years of
specialized experience in
numerous, highly specialized
IT disciplines involving a wide
range of hardware/software
solutions. An individual
knowledgeable and experienced
in all aspects of Security.
Under general supervision, develops
information systems assurance programs and
control guidelines, assists in resolving
technical problems, priorities, and methods.
BS/BA or
equivalent in a
related discipline
Information Assurance
Engineer - Associate
One (1) year of experience in
the field of IT involving a range
of hardware/software solutions.
Under general supervision, audits new and
existing information systems
applications to ensure that appropriate
controls exist, that processing is efficient and
accurate,
and that systems procedures are in
compliance with corporate standards.
BS/BA or
equivalent in a
related discipline
24 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
IT PROFESSIONAL SERVICES SIN 54151S PRICING
GOVERNMENT SITE RATES
GSA Prices Inclusive of IFF
Labor Category Year 1
5/16/18 –
5/15/19
Year 2
5/16/19 –
5/15/20
Year 3
5/16/20 –
5/15/21
Year 4
5/16/21 –
5/15/22
Year 5
5/16/22 –
5/15/23 Program Manager—Senior
$151.19 $154.97 $158.85 $162.82 $166.89
Program Manager—Intermediate $148.50 $152.21 $156.01 $159.91 $163.91
Project Manager $120.86 $123.88 $126.98 $130.15 $133.41
Project Control Specialist $104.93 $107.55 $110.24 $113.00 $115.82
Trainer $74.28 $76.14 $78.04 $79.99 $81.99
Software Architect $153.18 $157.01 $160.93 $164.96 $169.08
Systems Engineer - Intermediate $117.89 $120.84 $123.86 $126.95 $130.13
Software Engineer—Senior $125.55 $128.69 $131.91 $135.20 $138.58
Software Engineer—Associate $89.27 $91.51 $93.79 $96.14 $98.54
Applications Programmer—Senior $117.89 $120.84 $123.86 $126.95 $130.13
Applications Programmer—
Intermediate $104.93 $107.55 $110.24 $113.00 $115.82
Configuration Management (CM)
Specialist—Senior $86.09 $88.24 $90.45 $92.71 $95.03
Configuration Management (CM)
Specialist—Intermediate $62.82 $64.39 $66.00 $67.65 $69.34
Systems Administrator—Senior $108.24 $110.95 $113.72 $116.57 $119.48
Systems Administrator—
Intermediate $86.63 $88.79 $91.01 $93.29 $95.62
Database Analyst/Programmer—
Intermediate $86.63 $88.79 $91.01 $93.29 $95.62
Help Desk Support Service
Specialist—Senior $87.94 $90.13 $92.39 $94.70 $97.06
Help Desk Support Service
Specialist—Intermediate $69.22 $70.95 $72.72 $74.54 $76.41
Web Software Developer—Senior $104.93 $107.55 $110.24 $113.00 $115.82
Systems Engineer - Senior $138.69 $142.15 $145.71 $149.35 $153.08
25 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Labor Category Year 1
5/16/18 –
5/15/19
Year 2
5/16/19 –
5/15/20
Year 3
5/16/20 –
5/15/21
Year 4
5/16/21 –
5/15/22
Year 5
5/16/22 –
5/15/23 Systems Engineer - Associate
$87.51 $89.70 $91.95 $94.24 $96.60
Network Administrator—Senior $104.93 $107.55 $110.24 $113.00 $115.82
Network Administrator—
Intermediate $86.63 $88.79 $91.01 $93.29 $95.62
Network Administrator—Associate $62.16 $63.72 $65.31 $66.94 $68.62
Technical Writer/Editor $66.53 $68.20 $69.90 $71.65 $73.44
Enterprise Resource Planning
(ERP) Business Analyst—Senior $104.93 $107.55 $110.24 $113.00 $115.82
Enterprise Resource Planning
(ERP) Business Analyst—
Intermediate $86.09 $88.24 $90.45 $92.71 $95.03
Enterprise Resource Planning
(ERP) Business Analyst—
Associate $62.82 $64.39 $66.00 $67.65 $69.34
Chief Enterprise Architect $125.49 $128.63 $131.84 $135.14 $138.52
Quality Assurance Analyst - Senior $101.63 $104.17 $106.77 $109.44 $112.18
Quality Assurance Analyst -
Intermediate $89.38 $91.62 $93.91 $96.25 $98.66
Quality Assurance Analyst -
Associate $74.17 $76.02 $77.92 $79.87 $81.86
Information Assurance Engineer -
Senior $126.48 $129.64 $132.88 $136.20 $139.61
Information Assurance Specialist -
Intermediate $98.40 $100.86 $103.38 $105.97 $108.62
Information Assurance Engineer -
Associate $79.12 $81.10 $83.13 $85.20 $87.33
26 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
IT PROFESSIONAL SERVICES SIN 54151S PRICING
CONTRACTOR SITE RATES
GSA Prices Inclusive of IFF
Labor Category Year 1
5/16/18 –
5/15/19
Year 2
5/16/19 –
5/15/20
Year 3
5/16/20 –
5/15/21
Year 4
5/16/21 –
5/15/22
Year 5
5/16/22 –
5/15/23 Program Manager—Senior
$182.78 $187.35 $192.03 $196.83 $201.75
Program Manager—Intermediate $179.52 $184.01 $188.61 $193.32 $198.15
Project Manager $146.11 $149.76 $153.50 $157.34 $161.27
Project Control Specialist $126.85 $130.02 $133.27 $136.60 $140.02
Trainer $89.80 $92.05 $94.35 $96.71 $99.12
Software Architect $185.18 $189.81 $194.55 $199.42 $204.40
Systems Engineer - Intermediate $142.52 $146.08 $149.73 $153.47 $157.31
Software Engineer—Senior $151.78 $155.57 $159.46 $163.45 $167.53
Software Engineer—Associate $107.92 $110.62 $113.39 $116.22 $119.13
Applications Programmer—Senior $142.52 $146.08 $149.73 $153.47 $157.31
Applications Programmer—
Intermediate $126.85 $130.02 $133.27 $136.60 $140.02
Configuration Management (CM)
Specialist—Senior $104.07 $106.67 $109.34 $112.07 $114.88
Configuration Management (CM)
Specialist—Intermediate $75.94 $77.84 $79.79 $81.78 $83.83
Systems Administrator—Senior $130.85 $134.13 $137.48 $140.92 $144.44
Systems Administrator—
Intermediate $104.72 $107.34 $110.02 $112.77 $115.59
Database Analyst/Programmer—
Intermediate $104.72 $107.34 $110.02 $112.77 $115.59
Help Desk Support Service
Specialist—Senior $106.30 $108.96 $111.69 $114.48 $117.34
Help Desk Support Service
Specialist—Intermediate $83.68 $85.77 $87.92 $90.11 $92.37
Web Software Developer—Senior $126.85 $130.02 $133.27 $136.60 $140.02
Systems Engineer - Senior $167.66 $171.85 $176.14 $180.55 $185.06
27 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Labor Category Year 1
5/16/18 –
5/15/19
Year 2
5/16/19 –
5/15/20
Year 3
5/16/20 –
5/15/21
Year 4
5/16/21 –
5/15/22
Year 5
5/16/22 –
5/15/23 Systems Engineer - Associate
$105.80 $108.44 $111.15 $113.93 $116.78
Network Administrator—Senior $126.85 $130.02 $133.27 $136.60 $140.02
Network Administrator—
Intermediate $104.72 $107.34 $110.02 $112.77 $115.59
Network Administrator—Associate $75.15 $77.03 $78.96 $80.93 $82.95
Technical Writer/Editor $80.43 $82.44 $84.50 $86.62 $88.78
Enterprise Resource Planning
(ERP) Business Analyst—Senior $126.85 $130.02 $133.27 $136.60 $140.02
Enterprise Resource Planning
(ERP) Business Analyst—
Intermediate $104.07 $106.67 $109.34 $112.07 $114.88
Enterprise Resource Planning
(ERP) Business Analyst—
Associate $75.94 $77.84 $79.79 $81.78 $83.83
Chief Enterprise Architect $151.71 $155.50 $159.39 $163.37 $167.46
Quality Assurance Analyst - Senior $122.86 $125.93 $129.08 $132.30 $135.61
Quality Assurance Analyst -
Intermediate $108.05 $110.75 $113.52 $116.36 $119.27
Quality Assurance Analyst -
Associate $89.66 $91.90 $94.20 $96.55 $98.97
Information Assurance Engineer -
Senior $152.90 $156.72 $160.64 $164.66 $168.77
Information Assurance Specialist -
Intermediate $118.96 $121.93 $124.98 $128.10 $131.31
Information Assurance Engineer -
Associate $95.65 $98.04 $100.49 $103.00 $105.58
28 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
TERMS AND CONDITIONS APPLICABLE TO IT PROFESSIONAL SERVICES
(SPECIAL ITEM NUMBER 54151S)
1. SCOPE
a. The prices, terms and conditions stated under Special Item Number 54151S Information Technology Professional
Services apply exclusively to IT Professional Services within the scope of this Information Technology Schedule.
b. The Contractor shall provide services at the Contractor’s facility and/or at the ordering activity location, as agreed
to by the Contractor and the ordering activity.
2. PERFORMANCE INCENTIVES
a. Performance incentives may be agreed upon between the Contractor and the ordering activity on individual fixed
price orders or Blanket Purchase Agreements under this contract.
b. The ordering activity must establish a maximum performance incentive price for these services and/or total solutions
on individual orders or Blanket Purchase Agreements.
c. Incentives should be designed to relate results achieved by the contractor to specified targets. To the maximum
extent practicable, ordering activities shall consider establishing incentives where performance is critical to the
ordering activity’s mission and incentives are likely to motivate the contractor. Incentives shall be based on objectively
measurable tasks.
3. ORDER
a. Agencies may use written orders, EDI orders, blanket purchase agreements, individual purchase orders, or task
orders for ordering services under this contract. Blanket Purchase Agreements shall not extend beyond the end of the
contract period; all services and delivery shall be made and the contract terms and conditions shall continue in effect
until the completion of the order. Orders for tasks which extend beyond the fiscal year for which funds are available
shall include FAR 52.232-19 (Deviation – May 2003) Availability of Funds for the Next Fiscal Year. The purchase
order shall specify the availability of funds and the period for which funds are available.
b. All task orders are subject to the terms and conditions of the contract. In the event of conflict between a task order
and the contract, the contract will take precedence.
4. PEFORMANCE OF SERVICES
a. The Contractor shall commence performance of services on the date agreed to by the Contractor and the ordering
activity.
b. The Contractor agrees to render services only during normal working hours, unless otherwise agreed to by the
Contractor and the ordering activity.
c. The ordering activity should include the criteria for satisfactory completion for each task in the Statement of Work
or Delivery Order. Services shall be completed in a good and workmanlike manner.
d. Any Contractor travel required in the performance of IT Services must comply with the Federal Travel Regulation
or Joint Travel Regulations, as applicable, in effect on the date(s) the travel is performed. Established Federal
Government per diem rates will apply to all Contractor travel. Contractors cannot use GSA city pair contracts.
5. STOP WORK (FAR 52.242-15) (AUG. 1989)
(a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or
any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor,
and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work
order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and
take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the
period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any
extension of that period to which the parties shall have agreed, the Contracting Officer shall either -
(1) Cancel the stop-work order; or
29 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
(2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the
Government, clause of this contract.
(b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires,
the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule
or contract price, or both, and the contract shall be modified, in writing, accordingly, if-
(1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable
to, the performance of any part of this contract; and
(2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage;
provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and
act upon the claim submitted at any time before final payment under this contract.
(c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the
Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the
termination settlement.
(d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting
Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order.
6. INSPECTION OF SERVICES
In accordance with FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAR
2009) (DEVIATION I - FEB 2007) for Firm-Fixed Price orders and FAR 52.212-4 CONTRACT TERMS AND
CONDITIONS −COMMERCIAL ITEMS (MAR 2009) (ALTERNATE I − OCT 2008) (DEVIATION I – FEB 2007)
applies to Time-and-Materials and Labor-Hour Contracts orders placed under this contract.
7. RESPONSIBILITIES OF THE CONTRACTOR
The Contractor shall comply with all laws, ordinances, and regulations (Federal, State, City, or otherwise) covering
work of this character. If the end product of a task order is software, then FAR 52.227-14 (Dec 2007) Rights in Data
– General, may apply.
8. RESPONSIBILITIES OF THE ORDERING ACTIVITY
Subject to security regulations, the ordering activity shall permit Contractor access to all facilities necessary to perform
the requisite IT Professional Services.
9. INDEPENDENT CONTRACTOR
All IT Professional Services performed by the Contractor under the terms of this contract shall be as an independent
Contractor, and not as an agent or employee of the ordering activity.
10. ORGANIZATIONAL CONFLICTS OF INTEREST
a. Definitions.
“Contractor” means the person, firm, unincorporated association, joint venture, partnership, or corporation that is a
party to this contract.
“Contractor and its affiliates” and “Contractor or its affiliates” refers to the Contractor, its chief executives, directors,
officers, subsidiaries, affiliates, subcontractors at any tier, and consultants and any joint venture involving the
Contractor, any entity into or with which the Contractor subsequently merges or affiliates, or any other successor or
assignee of the Contractor.
An “Organizational conflict of interest” exists when the nature of the work to be performed under a proposed ordering
activity contract, without some restriction on ordering activities by the Contractor and its affiliates, may either (i)
result in an unfair competitive advantage to the Contractor or its affiliates or (ii) impair the Contractor’s or its affiliates’
objectivity in performing contract work.
b. To avoid an organizational or financial conflict of interest and to avoid prejudicing the best interests of the ordering
activity, ordering activities may place restrictions on the Contractors, its affiliates, chief executives, directors,
subsidiaries and subcontractors at any tier when placing orders against schedule contracts. Such restrictions shall be
consistent with FAR 9.505 and shall be designed to avoid, neutralize, or mitigate organizational conflicts of interest
that might otherwise exist in situations related to individual orders placed against the schedule contract. Examples of
situations, which may require restrictions, are provided at FAR 9.508.
30 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
11. INVOICES
The Contractor, upon completion of the work ordered, shall submit invoices for IT Professional services. Progress
payments may be authorized by the ordering activity on individual orders if appropriate. Progress payments shall be
based upon completion of defined milestones or interim products. Invoices shall be submitted monthly for recurring
services performed during the preceding month.
12. PAYMENTS
For firm-fixed price orders the ordering activity shall pay the Contractor, upon submission of proper invoices or
vouchers, the prices stipulated in this contract for service rendered and accepted. Progress payments shall be made
only when authorized by the order. For time-and-materials orders, the Payments under Time-and-Materials and Labor-
Hour Contracts at FAR 52.212-4 (MAR 2009) (ALTERNATE I – OCT 2008) (DEVIATION I – FEB 2007) applies
to time-and-materials orders placed under this contract. For labor-hour orders, the Payment under Time-and-Materials
and Labor-Hour Contracts at FAR 52.212-4 (MAR 2009) (ALTERNATE I – OCT 2008) (DEVIATION I – FEB
2007) applies to labor-hour orders placed under this contract. 52.216-31(Feb 2007) Time- and-Materials/Labor-Hour
Proposal Requirements—Commercial Item Acquisition. As prescribed in 16.601(e) (3), insert the following provision:
(a) The Government contemplates award of a Time-and-Materials or Labor-Hour type of contract resulting from this
solicitation.
(b) The offeror must specify fixed hourly rates in its offer that include wages, overhead, general and administrative
expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor
performed by—
(1) The offeror;
(2) Subcontractors; and/or
(3) Divisions, subsidiaries, or affiliates of the offeror under a common control.
13. RESUMES
Resumes shall be provided to the GSA Contracting Officer or the user ordering activity upon request.
14. INCIDENTAL SUPPORT COSTS
Incidental support costs are available outside the scope of this contract. The costs will be negotiated separately with
the ordering activity in accordance with the guidelines set forth in the FAR.
15. APPROVAL OF SUBCONTRACTS
The ordering activity may require that the Contractor receive, from the ordering activity's Contracting Officer, written
consent before placing any subcontract for furnishing any of the work called for in a task order.
31 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
1231334W234
USA COMMITMENT TO PROMOTE
SMALL BUSINESS PARTICIPATION
PROCUREMENT PROGRAMS
Future Research Corporation provides commercial products and services to ordering activities. We are committed to
promoting participation of small, small disadvantaged and women-owned small businesses in our contracts. We pledge
to provide opportunities to the small business community through reselling opportunities, mentor-protege programs,
joint ventures, teaming arrangements, and subcontracting.
COMMITMENT
● To actively seek and partner with small businesses.
● To identify, qualify, mentor and develop small, small disadvantaged and women-owned small businesses
by purchasing from these businesses whenever practical.
● To develop and promote company policy initiatives that demonstrate our support for awarding contracts
and subcontracts to small business concerns.
● To undertake significant efforts to determine the potential of small, small disadvantaged and women-owned
small business to supply products and services to our company.
● To insure procurement opportunities are designed to permit the maximum possible participation of small,
small disadvantaged, and women-owned small businesses.
● To attend business opportunity workshops, minority business enterprise seminars, trade fairs, procurement
conferences, etc., to identify and increase small businesses with whom to partner.
● To publicize in our marketing publications our interest in meeting small businesses that may be interested
in subcontracting opportunities.
● We signify our commitment to work in partnership with small, small disadvantaged and women-owned
small businesses to promote and increase their participation in ordering activity contracts.
To accelerate potential opportunities please contact the following:
William Harris,
Director of Business Management
Future Research Corporation
675 Discovery Dr., Bldg. 2, Ste. 102
Huntsville, AL 35806
(256) 430-4304
www.future-research.com
32 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
BEST VALUE BLANKET PURCHASE AGREEMENT FEDERAL SUPPLY SCHEDULE
(Insert Customer Name)
In the spirit of the Federal Acquisition Streamlining Act (ordering activity) and (Contractor) enter into a cooperative
agreement to further reduce the administrative costs of acquiring commercial items from the General Services
Administration (GSA) Federal Supply Schedule Contract(s) ____________________.
Federal Supply Schedule contract BPAs eliminate contracting and open market costs such as: search for sources; the
development of technical documents, solicitations and the evaluation of offers. Teaming Arrangements are permitted
with Federal Supply Schedule Contractors in accordance with Federal Acquisition Regulation (FAR) 9.6. This BPA
will further decrease costs, reduce paperwork, and save time by eliminating the need for repetitive, individual
purchases from the schedule contract. The end result is to create a purchasing mechanism for the ordering activity that
works better and costs less.
Signatures
________________________________________ __________________________________________
Ordering Activity Date Contractor Date
33 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
SAMPLE Blanket Purchase Agreement
Pursuant to GSA Federal Supply Schedule Contract Number(s) ____________, Blanket Purchase Agreements, the
Contractor agrees to the following terms of a Blanket Purchase Agreement (BPA) EXCLUSIVELY WITH (ordering
activity):
(1) The following contract items can be ordered under this BPA. All orders placed against this BPA are subject to the
terms and conditions of the contract, except as noted below:
MODEL NUMBER/PART NUMBER *SPECIAL BPA DISCOUNT/PRICE
__________________________________ ________________________________________
__________________________________ ________________________________________
(2) Delivery:
DESTINATION DELIVERY SCHEDULES / DATES
__________________________________ ________________________________________
__________________________________ ________________________________________
(3) The ordering activity estimates, but does not guarantee, that the volume of purchases through this
agreement will be _________________________.
(4) This BPA does not obligate any funds.
(5) This BPA expires on _________________ or at the end of the contract period, whichever is earlier.
(6) The following office(s) is hereby authorized to place orders under this BPA:
OFFICE POINT OF CONTACT
___________________________________ __________________________________________
___________________________________ __________________________________________
(7) Orders will be placed against this BPA via Electronic Data Interchange (EDI), FAX, or paper.
(8) Unless otherwise agreed to, all deliveries under this BPA must be accompanied by delivery tickets or sales
slips that must contain the following information as a minimum:
(a) Name of Contractor;
(b) Contract Number;
(c) BPA Number;
(d) Model Number or National Stock Number (NSN);
(e) Purchase Order Number;
(f) Date of Purchase;
(g) Quantity, Unit Price, and Extension of Each Item (unit prices and extensions need not be shown when incompatible
with the use of automated systems; provided, that the invoice is itemized to show the information); and
(h) Date of Shipment.
(9) The requirements of a proper invoice are specified in the Federal Supply Schedule contract. Invoices will be
submitted to the address specified within the purchase order transmission issued against this BPA.
34 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
(10) The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an
inconsistency between the provisions of this BPA and the Contractor’s invoice, the provisions of this BPA will take
precedence.
35 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
Basic Guidelines for Using Contractor Team Arrangements
Federal Supply Schedule Contractors may use “Contractor Team Arrangements” (see FAR 9.6) to provide solutions
when responding to an ordering activity requirements.
These Team Arrangements can be included under a Blanket Purchase Agreement (BPA). BPAs are permitted under
all Federal Supply Schedule contracts.
Orders under a Team Arrangement are subject to terms and conditions or the Federal Supply Schedule Contract.
Participation in a Team Arrangement is limited to Federal Supply Schedule Contractors.
Customers should refer to FAR 9.6 for specific details on Team Arrangements.
Here is a general outline on how it works:
• The customer identifies their requirements.
• Federal Supply Schedule Contractors may individually meet the customer’s needs, or -
• Federal Supply Schedule Contractors may individually submit a Schedules “Team Solution” to meet the customer’s
requirement.
• Customers make a best value selection.
36 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
TERMS AND CONDITIONS APPLICABLE TO PURCHASE OF CLOUD COMPUTING SERVICES
SPECIAL ITEM NUMBER 518210C
SCOPE
The prices, terms and conditions stated under Special Item Number (SIN) 518210C Cloud Computing Services apply
exclusively to Cloud Computing Services within the scope of this Information Technology Schedule.
This SIN provides ordering activities with access to technical services that run in cloud environments and meet the
NIST Definition of Cloud Computing Essential Characteristics. Services relating to or impinging on cloud that do not
meet all NIST essential characteristics should be listed in other SINs.
The scope of this SIN is limited to cloud capabilities provided entirely as a service. If required by the Customer,
Future Research Corporation may be required to purchase software or appliances/servers to integrate on-premise and
cloud resources. Hardware, software and other artifacts supporting the physical construction of a private or other
cloud are out of scope for this SIN. Currently, an Ordering Activity can produce the hardware and software needed
to build on premise cloud functionality, through combining different services on other IT Schedule 70 SINs (e.g.
54151S).
Sub-categories in scope for this SIN are the three NIST Service Models: Software as a Service (SaaS), Platform as a
Service (PaaS), and Infrastructure as a Service (IaaS). Offerors may optionally select a single sub-category that best
fits a proposed cloud service offering. Only one sub-category may be selected per each proposed cloud service
offering. Offerors may elect to submit multiple cloud service offerings, each with its own single sub-category. The
selection of one of three sub-categories does not prevent Offerors from competing for orders under the other two sub-
categories.
Sub-category selection within this SIN is optional for any individual cloud service offering, and new cloud computing
technologies that do not align with the three sub-categories may be included without a sub-category selection as long
as they comply with the essential characteristics of cloud computing as outlined by NIST.
See Table 1 for a representation of the scope and sub-categories.
Table 1: Cloud Computing Services SIN
SIN DESCRIPTION SUB-CATEGORIES1
Commercially available cloud computing
services
Meets the National Institute for Standards and
Technology (NIST) definition of Cloud
Computing essential characteristics
Open to all deployment models (private,
public, community or hybrid), vendors specify
deployment models
1. Software as a Service (SaaS): Consumer uses
provider’s applications on cloud infrastructure. Does
not manage/control platform or infrastructure. Limited
application level configuration may be available.
2. Platform as a Service (PaaS): Consumer deploys
applications onto cloud platform service using provider-
supplied tools. Has control over deployed applications
and some limited platform configuration but does not
manage the platform or infrastructure.
3. Infrastructure as a Service (IaaS): Consumer
provisions computing resources. Has control over OS,
storage, platform, deployed applications, and some
limited infrastructure configuration, but does not
manage the infrastructure.
1 Offerors may optionally select the single sub-category that best fits each cloud service offering, per Service Model Guidance, or select no sub-category if the offering does not fit an existing NIST service model.
37 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
DESCRIPTION OF CLOUD COMPUTING SERVICES AND PRICING
Cloud Services
IaaS: Future Research Corporation (FRC) develops open, Linux-based solutions for enterprise datacenters, HPC and
Cloud. We offer access to over 8 million servers and 1400 FLOP’s of computing capacity, including some of the
largest HPC data centers in the world. Additionally, we offer integration services to support On-Premise/Cloud
integration, cloud cost control and budgeting, application support and analytics.
PaaS: Our Platform as a Service (PaaS) offering also provides an 11,000 core HPC compute cluster that contains non-
hyperthreaded, non-virtual cores, an Intel Omni-Path, non-blocking fabric pre-loaded with the Linux operating system.
The Linux operating system is the standard for supercomputing applications, garnering 100% of the Top 500
supercomputers worldwide.
We use encrypted communication for data transfers, and services are hosted in a SSAE 16 Type II data center. FRC
provides segregated storage and compute instances. Users can run export-restricted workloads, encrypt their data, or
even request air gap security environments for highly sensitive information.
Future Research Corporation’s Cloud services adhere to the National Institute of Standards for Technology’s five
essential characteristics (NIST Special Publication 800-145). See Table 2 for the NIST’s five essential characteristics.
Table 2: NIST Five Essential Characteristics
NIST SERVICE
ESSENTIAL
CHARACTERISTICS
DESCRIPTION OF SERVICE
On-demand self-service A consumer can unilaterally provision computing capabilities, such as server time and
network storage, as needed automatically without requiring human interaction with
each service provider.
Broad network access Capabilities are available over the network and accessed through standard
mechanisms that promote use by heterogeneous thin or thick client platforms (e.g.,
mobile phones, tablets, laptops, and workstations).
Resource pooling The provider’s computing resources are pooled to serve multiple consumers using a
multi-tenant model, with different physical and virtual resources dynamically
assigned and reassigned according to consumer demand. There is a sense of location
independence in that the customer generally has no control or knowledge over the
exact location of the provided resources but may be able to specify location at a higher
level of abstraction (e.g., country, state, or datacenter). Examples of resources include
storage, processing, memory, and network bandwidth.
Rapid elasticity Capabilities can be elastically provisioned and released, in some cases automatically,
to scale rapidly outward and inward commensurate with demand. To the consumer,
the capabilities available for provisioning often appear to be unlimited and can be
appropriated in any quantity at any time.
Measured Service Cloud systems automatically control and optimize resource use by leveraging a
metering capability (typically done on a pay-per-use or charge-per use basis) at some
level of abstraction appropriate to the type of service (e.g., storage, processing,
bandwidth, and active user accounts). Resource usage can be monitored, controlled,
and reported, providing transparency for both the provider and consumer of the
utilized service.
On-demand self-service. Instant access to our HPC cloud is simplified, via a traditional Linux command line
interface (CLI), a remote desktop, or a secure web portal. In addition, we use an intuitive HPC scheduler environment
accessible via a remote desktop, the web or command line. Benefits include faster setup times and easier migration of
38 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
existing workloads to the cloud. This on-demand self-service feature allows for easy provisioning of compute and
storage. The Linux operating system is provided as part of the On-demand self-service offerings. Additionally, we
offer access to a wide range of pre-installed research-based applications that are easily selected via our secure web
access or traditional CLI.
Broad network access. Access to our HPC cloud can be run through a web browser GUI (https) interface using the
Job Manager in our Portal. The Linux operating system is pre-loaded on our cloud offerings, along with access to
more than 200 research applications. This allows access from a wide variety of devices including Windows desktops,
Linux desktops, Mac OS desktops, iOS and Android devices such as tablets and mobile phones. In addition, access is
available via a traditional Linux command line interface (CLI); this is available through any SSH client, which is
readily available for all desktops and mobile devices.
Resource pooling. Our resources can be made immediately available by controlling resource adjustments at a meta
level. This allows customers to change their levels of service at will without being subject to any of the limitations of
physical or virtual resources. Once a job is completed, those resources are returned and are available for use by other
clients (multi-tenancy). This includes access to compute, memory, storage, and network resources through our secure
web portal, or traditional Linux command line interface (CLI).
Rapid elasticity. Our on-demand HPC cloud provides extreme scalability and the power you need to dramatically
reduce your time to solution. Users have the flexibility to increase capacity quickly when needs warrant without
restrictions on resource use. This is accomplished through our secure web portal, or traditional Linux CLI. Our self-
service provisioning model allows users to automatically request additional cloud resources. This much different from
older systems, where the limits of compute, storage or memory are immediately visible to a user. Our HPC Cloud
system can scale up and scale out to meet a variety of capacity or capability requirements. We can provide optimal
processor, memory, network and storage configurations within an agency’s budget.
1.5 Measured service. Our HPC Cloud service provides a clear, pay-per-use billing model measured down to the
second to allow predictability.
39 | P a g e
Tel: 256.430.4304 Fax: 256.430.4308 www.future-research.com
CLOUD COMPUTING SERVICES SIN 518210C PRICING
Service Description Unit Cost
Linux Cluster Core hours are only accumulated while jobs are
running
$0.10972
GPU Cluster Priced per GPU hour with 8 cores provisioned per
GPU
$0.94755
50 TB Storage Per GB per month $0.08977
Additional Storage GB/month is the average of consumed storage over
the month
$0.08977
10 GB NFS Storage No charge
HPC Support No charge
Network Upload &
Download
No charge
4 x 8 PID login Node Virtual login node with 4 cores and 8GB memory No charge