UNCLASSIFIED
SOLICITATION, OFFER AND AWARD
RATING
1. THIS CONTRACT IS A RATED ORDER UNDER DPAS 15 CFR 7900)
2 CONTRACT NUMBER
3 SOLICITATION NUMBER
COD
OF
PAGES
1
4 TYPE OF SOLICITATION
5 DATE ISSUED
67
6 REQUISITION/PURCHASE NUMBER
SEALED BID (IFS) NEGOTIATED (RFP/
MHM402-15-R-0055 7 ISSUED BY
PAGE
3 ADDRESS OFFER TO Or °Was Wan Sam
1HHQ105
VIRGINIA CONTRACTING ACTIVITY (b)(3) 10 USG 424
n
SEE BLOCK 9 USA
NOTE: In sealed bid solicitations "offer and offeror' mean "bit and 'bidder".
9. Sealed otters in original and
SOLICITATION copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if
6
handcamed, in the depository located in
until
See Instructions to Offerors
12:00 PM ET
local time
(Hour) CAUTION - LATE Submissions. Modifications, and Withdr solicitation.
MAY 26, 2015 Male)
See Section L. Provision No 52.214-7 or 52.215-t All offers are subject to all terms and conditions contained in this
(b)(3) 10 USG 424
to-FOR INFORMATION CALL
i 11. TABLE OF CONTENTS (X)
SEC
DESCRIPTION
PAGES(Si
(X)
SEC
DESCRIPTION
PART 1 - THE SCHEME X
A
SOLICITATION/CONTRACT FORM
X
B
SUPPLIES OR SERVICES AND PRICES,COSTS
X
C
DESCRIPTION/SPECS /WORK STATEMENT
0
PACKAGING AND MARKING
E
INSPECTION AND ACCEPTANCE
F
DELIVERIES OR PERFORMANCE
G
CONTRACT ADMINISTRATION DATA
H
SPECIAL CONTRACT REQUIREMENTS
PAGE(S)
PART li . CONTRACT CLAUSES I
2-4
CONTRACT CLAUSES
6-6
PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. LIST OF ATTACHMENTS PART IV - REPRESENTATIONS AND INSTRUCTIONS 1
K
REPRESENTATIONS CERTIFICATIONS AND OTHER
L
INSTRS , CONDS. AND NOTICES TO OFFERORS
STATEMENTS OF OFFERORS
EVALUATION FACTORS FOR AWARD OFFER
NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16. Minimum Bid Acceptance Period. 12 In compliance with the above, the undersigned agrees. if this offer is accepted within
calendar days (60 calendar days unless a different
period is inserted by the of feror) from the date for receipt of offers sp cified above, to furnish any or all items upon which prices are offered at the set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 10 CALENDAR DAYS Cfs)
13. DISCOUNT FOR PROMPT PAYMENT (SeeSeabee?. Clause No, 52.232-81
20 CALENDAR DAYS r%)
AMENDMENT NO
14, ACKNOWLEDGMENT OF AMENDMENTS
30 CALENDAR DAYS KM
DATE
CALENDAR DAYS (Vs)
AMENDMENT NO
DATE
(The offeror acknowledges receepl of amendments 10 the SOLICITATION /or ofterers and related documents numbered and dated)
I
CODE
FACILITY
16 NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER
15A NAME AND ADDRESS OF OFFEROR
0-Yee Or print)
15B TELEPHONE NUMBER AREA CODE
NUMBER
EXT.
15C CHECK IF REMITTANCE ADDRESS IS DIFFERENT
17 SIGNATURE
13 OFFER DATE
FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE
AWARD (To be comp eteel by Government) IS, ACCEPTED AS TO ITEMS NUMBERED
20, AMOUNT
21, ACCOUNTING AND APPROPRIATION
22 AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION 10 U S C 2304(c) 41 U.S.0 253(c)
25 SUBMIT INVOICES TO ADDRESS SHOWN IN i4 copies unless OtherWISespeohed
24 ADMINISTERED BY (If other than Item 71
25 PAYMENT WILL BE MADE BY
26 NAME OF CONTRACTING OFFICER( Typo or print f
27 UNITED STATES OF AMERICA
ITEM CODE 23 AWARD DATE
(Manahan of Contracting Officer) IMPORTANT - Award will he maw on this Form, or on Standard Form 26, or by other authorized official ma ten notice Must be FOY completed by cifiesurff AUTHORIZED FOR LOCAL REPRODUCTION Previous edition is unusable
STANDARD FORM 33 (REV 9.971 Prescribed by GSA - FAR 148 CFR) 53 214101
UNCLASSIFIED HHM402-15-R-0055 1
UNCLASSIFIED SCHEDULE Continued ITEM NO.
0001
SUPPLIES/SERVICES
QUANTITY
Base Year
0.00
UNIT
UNIT PRICE
EA
AMOUNT
NSP
NSF
NTE
NTE
NTE
NTE
NTE
NTE
NSP
OPT NSP
FOB: Destination Period of Performance: 09/30/2015 to 09/29/2016 (b)(4)
0001AA Base Year - Direct Labor
LO
FOB: Destination Period of Performance 09/30/2015 to 09/29/2016 0001AB Base Year- ODCs
LO
Travel FOB: Destination Period of Performance: 09/30/2015 to 09/29/2016 0001AC Base Year- Surge Labor
LO
FOB: Destination Period of Performance 09/30/2015 to 09/29/2016 1001
Option Yr. 1
0.00
EA
FOB: Destination Period of Performance: 09/30/2016 to 09/29/2017 NTE
(b M4) 1001AA Option Yr. 1 - Direct Labor
NTE/OPT
LO
FOB: Destination Period of Performance 09/30/2016 to 09/29/2017 OPT 1001AB Option Yr. 1 - ODCs
0.00
EA
NSP
NSP
Travel FOB: Destination Period of Performance: 09/30/2016 to 09/29/2017 (b)(4)
NTE
1001AC Option Year 1 - Surge Labor
NTE/OPT
LO
FOB: Destination Period of Performance: 09/30/2016 to 09/29/2017 2001
Option Yr. 2- Direct Labor
0.00
EA
NSP
OPT NSF
FOB: Destination Period of Performance: 09/30/2017 to 09/29/2018 NTE 2001AA Option Yr. 2- Direct Labor
LO
UNCLASSIFIED HHM402-15-R-0055 2
NTE/OPT
UNCLASSIFIED SCHEDULE Continued ITEM NO.
SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
FOB: Destination Period of Performance 09/30/2017 to 09/29/2018 (b)(4)
2001AB Option Yr. 2- ODCs
NTE
NTE/OPT
NTE
NTE/OPT
LO
Travel FOB: Destination Period of Performance: 09/30/2017 to 09/29/2018 2001AC Option Year 2- Surge Labor
LO
FOB: Destination Period of Performance 09/30/2017 to 09/29/2018 3001
Option Yr. 3
0.00
EA
NSP
OPT NSP
FOB: Destination Period of Performance: 09/30/2018 to 09/30/2019 (b)(4)
3001AA Option Yr. 3 - Direct Labor
NTE
NTE/OPT
NTE
NTE/OPT
NTE
NTE/OPT
LO
FOB: Destination Period of Performance 09/30/2018 to 09/30/2019 3001AB Option Yr. 3- ODCs
LO
Travel FOB: Destination Period of Performance: 09/30/2018 to 09/29/2019 3001AC Option Year 3 - Surge Labor
LO
FOB: Destination Period of Performance 09/30/2018 to 09/29/2019 4001
Option Yr. 4
0.00
EA
NSP
OPT NSP
FOB: Destination Period of Performance: 09/30/2019 to 09/29/2020 b)(4)
4001AA Option Yr. 4 - Direct Labor
NTE
NTE/OPT
NTE
NTE/OPT
LO
FOB: Destination Period of Performance 09/30/2019 to 09/29/2020 4001AB Option Yr. 4- ODCs
LO
Travel FOB: Destination Period of Performance 09/30/2019 to 09/29/2020 UNCLASSIFIED HHM402-15-R-0055 3
UNCLASSIFIED SCHEDULE Continued ITEM NO
SUPPLIES,SERVIC ES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
NTE 4001AC Option Year 4 - Surge Labor
NTE/OPT
LO
FOB: Destination Period of Performance: 09/30/2019 to 09/29/2020 5001
Option to Extend Services
0.00
EA
NSF'
OPT NSP
DELIVERY DATE: 09/30/2015 SHIP TO: Defense Intelligence A.enc ATTN
FOB: Destination Period of Performance: 09/30/2020 to 03/29/2021 (b)(4) 5001AA Option to Extend Services - Direct Labor
NTE
NTE/OPT
NTE
NTE/OPT
NTE
NTE/OPT
LO
FOB: Destination Period of Performance: 09/30/2020 to 03/29/2021 5001AB Option to Extend Services - ODCs
LO
Travel FOB: Destination Period of Performance: 09/30/2020 to 03/29/2021
Lo
5001AC Option to Extend Services- Surge Labor
FOB: Destination Period of Performance 09/30/2020 to 03/29/2021
UNCLASSIFIED HHM402-15-R-0055 4
Table of Contents
SECTION C STATEMENT OF WORE
6
SECTION I CONTRACT CLAUSES
28
52.217-5 EVALUATION OF OPTIONS (JUL 1990) T. 2
52.212 22 •4
28
52.21/-9 OPTION TO EXTEND THE TERM OF TEE CONTRACT (APS 2008)
2Q
LIMITATION O 30NDS (APR 1984)
252.216 7802 ALEBRRA5E As lEME AND MATERIALS/LABOR SOUR PROPOSAL REOUNREVERES
28 NON COMME MCIAL
IlLEFM ACOMISI1AON ELM ADEOUA1M PRICE COM-6E1E7 10N (44B 2007) 1052.232-9. 7NVO7C-FNG PROCBDIRBS AND RAYMBUT - COST REINMURSARIG CONTRACTS (MAR 2014) I. 6
SECTION J
2Q 28
1052.232-96 INCREMENTAL FUNDING DEC 20081
23
29
LIST OF ATTACHMENTS
J. 1
DO 224
J. 2
COST MODEXL
SECTION L INSTRUCTIONS TO OFFERORS
54
SECTION M EVALUATION CRITERIA
63
5
UNCLASSIFIED
STATEMENT OF WORK United States Cyber Command Cyber Analytical Support Date:4 MAY 2015
1.0. BACKGROUND: USCYBERCOM Directorate of intelligence (J2) plans, coordinates, integrates, and synchronizes full spectrum analysis and production of all-source intelligence to support USCYBERCOM's ability to direct the operation and defense of specified Department of Defense Information Networks (DoDIN) and, when directed, support full spectrum military cyberspace operations in order to enable actions in all domains, ensure US/Allied freedom of action in cyberspace, and deny the same to our adversaries. 2.0. SCOPE: The Contractor shall provide a broad range of intelligence services for USCYBERCOM. The Contractor shall provide all-source cyber collection and production requirements and mission management support; create all-source intelligence Cyber products in support of cyberspace situational awareness for DollIN operations and defense; provide intelligence planning support, produce joint intelligence preparation of the operational environment (JIPOE) and target development products in support of offensive and defensive cyber planning and operations: perform technical analysis related to cyberspace activities, capabilities and intent of nation state and non-nation state actors; provide notification of activity related to USCYBERCOM priority intelligence requirements; provide support to USCYBERCOM HUMINT and Cl missions. This effort will help to ensure cyberspace freedom of action within the Doll, with our federal, state, and local government counterparts, and with our coalition partners and allies. 2.1. GENERAL: The Government estimates that it will need approximately 99 (See Table 1) base labor Full Time Equivalents (FTEs) to support this effort. FTEs are mission driven and the Government reserves the right to request reduced and/or increased quantities of FTEs at any given time to meet changing operational requirements. 2.11 Surge: Past events within the cyber domain have led to periods of temporary surge and permanent growth of the USCYBERCOM/J2 mission as world events shape the need for intelligence. The Contractor shall provide a plan for addressing possible future surge requirements for the positions identified in Table 1. The plan will address contractor's ability to temporarily surge for up to 90 days and will also address contractor's ability to add permanent positions.
UNCLASSIFIED 6
UNCLASSIFIED
Table 1. Labor Categories
Qualification
Position Description 3.1 Mission Management, Collection, Production Requirements ROC All-source Analysts (Intelligence Mission Management)
Senior Middle Junior TOTAL Surge 6
2
0
8
0
3.2 All Source Analysis and Production HOC All-source Analysts (Analysis and Production)
6
3.3 Current Intelligence and Joint Operations Center Intelligence ROC All-source Analysts (Current Intelligence)
4
HOC All-source Analysts (Current Intelligence 24x7x365 day a year Watch)
0
3.4 Intelligence Plans Integration & Intelligence Support Exercises and Training Intelligence Planner and Integration Intelligence Support to Exercises and Training
0
3.5 Knowledge Management Intelligence Requirements Analyst Intelligence Requirements Engineer Intelligence Graphics Specialist Intelligence Technical Editor of Finished Intelligence Products Intelligence Sharepoint Develo Cr
0 0 0 0 0
3.6 Combat Target Development and Rattle Damage Assessment Cyber Combat Target Developer and Battle Damage Assessments (Targeteer)
2
3.7 DoD HUMINT and Counterintelligence (CI) CUHUMINT Requirements Manager CT/HUMINT Reports Officer
0 1
HUMINT Collection Operations Analyst IT Analyst supporting CI and HUMINT communications objectives CT/HUMINT language anal 'st
0 0 0
1
0
Continued on p. 3 UNCLASSIFIED
UNCLASSIFIED
Continued from p. 2
Table 1. Labor Categories Position Description
Qualification Senior Middle Junior TOTAL Surge
3.8 Mission Support ()
Intelligence Oversight and Policy Access Manager Intelligence Personnel Security Clearance Processing
2
0
Defense Travel System Facilitator & Joint Travel Regulations Analyst
1
0
Executive Suite Intelligence Task Facilitator
1
1
2
0
3
1
4
0
.9 Operations Support Intelligence Operations Research and Analytical Support Intelligence Analysis to Synchronize Cyber Intelligence Enterprise 3.10 Cyber National Mission Force Intelligence Cyber Combat Target Developer and Battle Damage Assessments (Targeteer)
0
All-source Analysts (Current Intelligence)
1
1
All-source Analysts (Analysis and Production)
0 0
3.11 Task Order Management
0
0
Contract Pro_ram Mana•er
1
0
99
15
. TOTALS
72
.
23
4
Table 1.1 Surge Labor Category Breakout Position Description
Senior
Middle
Junior
TOTAL
4
2
6
.110C All-source Analysts (CuiTent Intelligence)
3
1
4
3.4 Intelligence Plans Integration & Intelligence Support Exercises and Training Intelligence Support to Exercises and Training
2
1
3
1
1
2
3.2 All Source Analysis and Production .110C All-source Analysts (Analysis and Production) 3.3 Current Intelligence and Joint Operations Center Intelligence
3.6 Combat Target Development and Battle Damage Assessment Cyber Combat Target Developer and Battle Damage Assessments (Targeteer)
UNCLASSIFIED 8
UNCLASSIFIED
2.2. PERSONAL QUALIFICATIONS: The contractor shall provide personnel with appropriate technical skills, knowledge, and experience to accomplish the work set forth in this PWS. Junior Level: Bachelor or master's degree, or, specialized training & 2-3 years intelligence analysis experience, or, 3-4 years of military intelligence experience, or, equivalent intelligence/academic coursework. Time to Productivity: Junior level contractor personnel work semi-independently with frequent Government oversight. Provide completed products that may require multiple significant revisions and/or editing. Mid- Level: Bachelor or master's degrees with 4-6 years of intelligence analysis experience, or, specialized training & 4-g years intelligence analysis experience, or, equivalent intelligence/academic coursework. Time to Productivity: Mid-level contractor personnel work independently with moderate Government oversight. Provide comprehensive and completed products that may require multiple minor revisions and/or editing. Senior Level: Bachelor or master's degrees with 8+ years of intelligence analysis experience, or, specialized training & 10+ years of intelligence analysis experience, or, equivalent intelligence/academic coursework. Credentialed subject matter expert or recognized specialist in relevant field. Time to Productivity: Senior level contractor personnel work independently with minimal Government oversight. Provide thorough and completed products that may require minor revisions and/or editing. 3.0. SPECIFIC TASKS: 3.1. Intelligence Mission Management, Collection and Production Requirements Support: The Contractor shall provide requisite expertise and assistance in the creation of collection strategies, postures, and plans in order to meet USCYBERCOM Intelligence and information gaps. Contractor personnel will have documented experience, be knowledgeable in all source intelligence collection management systems, databases and processes (e.g. SIGINT, HUMINT, MASINT, CI, °SINT, IMINT, GEOINT, TECHINT) and be familiar with USCYBERCOM and subordinate organizations' structure, role, and command relationship. The Contractor will also be able to crosswalk tactical requirements to strategic objectives. Contractor personnel will assist in validating, coordinating, drafting, submitting, and maintaining formal USCYBERCOM Cyber Intelligence requirements and information requests through USSTRATCOM to the Intelligence Community. The Contractor shall be knowledgeable in the use of intelligence collection and requirements tools and databases, to include Coliseum, HOTR, NHRTC, and OSCAR-MS. Contractor personnel will participate in strategic boards, bureaus, committees, centers, and working groups (B2C2WG) in order to effectively assist in the planning of standing and ad hoc collection efforts, dc-conflict and coordinate Intelligence and information needs and requirements that cross organizational boundaries, and facilitate joint collection efforts at the strategic and operational levels. Contractor personnel will assist in managing requests for collection operations; coordinate asset and resource availability; develop operational plans to satisfy intelligence requirements. Contractor personnel will assist in the deconfliction of time sensitive requirements among mission partners in collaboration with CYBERCOM 12 personnel as needed. Contractor personnel will assist in the planning and management of organic collection assets through the Intelligence, Surveillance, and Reconnaissance UNCLASSIFIED 9
UNCLASSIFIED
planning process. Contractor personnel will assist in the coordination of non-organic collection activities supporting USCYBERCOM. Contractor personnel will assist in the validation, deconfliction, and consolidation of Intelligence requirements for operationally controlled (OPCON) service cyber components and Cyber Mission Forces (CMF). Contractor personnel will assist in the development, revision, and maintenance of the Command Priority Intelligence Requirements as well as support the collection planning of Intelligence Planning Teams and other operational planning groups within the command. Contractor personnel are also required to provide subject matter and technical expertise in GEOINT Information Management Services (GIMS) for the development and sustainment of a GEOINT collection requirements portfolio and associated management function within the JI0C. Contractor personnel will understand 121s role in executing USCYBERCOM's collection management authorities as governed by delegated SIGINT authorities and how those authorities are extended to the CMF via tasking and guidance in accordance with mission alignment. Finally, the Contractor shall develop Collection Management strategies for USCYBERCOM's JFHQ-Cs and CNMF-HQ and collaborate with NSA for appropriate mission alignment. 3.2. All-Source Analysis and Production: The Contractor shall provide all-source analysis to include: research, evaluation and decontliction of single-source classified reporting, technical intrusion information, other agency all-source finished intelligence, open-source information and other relevant data. This analysis shall adhere to Office of the Director of National Intelligence (ODNI) and Defense Intelligence Agency (DIA) all-source analytic tradecraft and standards. At the direction of USCYBERCOM leadership and in accordance with the guidance of government sponsors within assigned division, the Contractor shall establish and maintain communications with counterparts in the Intelligence Community, the USCYBERCOM service components, other combatant commands, Cyber National Mission Force, Department of Homeland Security/NCSD, CERTS and Information Assurance Centers to collaborate on analysis and identify changes in the environment. The Contractor shall maintain cognizance of events occurring both within the U.S. government systems and internationally as directed to identify possible relationships to established knowledge base. The Contractor shall continue to execute tasking with J2 guidance. The Contractor shall have a minimum of 2 years experience producing all-source intelligence products within the U.S. intelligence community and either a certificate of completion /or verified work experience/course work equivalent to the skills identified in DoD Directive 8570.01 for IAT level I or JAM level I. A minimum 2 years education in computer science/engineering, software design/engineering from an accredited college or university would substitute for the certificate completion/work experience requirement. The Contractor shall be knowledgeable in the use of intelligence production tools and databases, to include Tripwire Analytic Capability, Intellipedia, Palantir, MIDB, Cyber Common Operating Picture (CyberCOP), Target Knowledge Base, Cyber Threat Matrix, Automated Message Handling System, WISE Information Management System, Network Knowledge Base, FoxTrail, CENTAUR, ispace, Pathfinder, and Microsoft OneNote. The Contractor shall provide intelligence support, including the following: Intelligence Support to Planning and Operations - The Contractor shall provide all-source JIPOE support to offensive cyber operations / defensive cyber operations (OCO/DCO) planning and execution to include production of cyber related Intelligence Estimates and associated products. This analysis shall include direct support to the Intelligence Planning Teams (IPTs), as required.
UNCLASSIFIED 10
UNCLASSIFIED
Threat Trends and Indicators - The Contractor shall produce bulletins and briefs related to assigned area of responsibility. These shall include specific changes in tactics, techniques and procedures (TIP) and technical trends in cyber threats directed at the DoDIN and U.S. critical infrastructure/key resources (CYKR), as required. The Contractor shall also monitor threat activities to develop specific cyber indicators to support the USCYBERCOM role in the Defense Warning Program. Cyber-related Exercise Support - The Contractor shall provide scenario development, white cell or role playing support to cyber related exercises, as required. USCYBERCOM Staff Support - The Contractor shall respond expeditiously to J2 or other USCYBERCOM staff requests for information, as required. Product Development - The Contractor shall assist in the production, editing, publishing and dissemination of clear, concise, timely and relevant cyber analytic products, as required. Briefing - The Contractor shall develop and present intelligence slides and in-depth briefings and presentations related to assigned area of responsibility to USCYBERCOM staff up to GO/F0 level. Meeting Support - The Contractor shall, as required, provide support to meetings related to assigned area of responsibility. This shall include meetings within the Command or held at other government or cleared defense contractor facilities. Travel may be required for long distance meetings, but virtual participation is preferred. 3.3. Current Intelligence and Joint Operations Center Intelligence Support: The Contractor shall provide current intelligence briefs and products on a daily basis in support of DoDIN operations and defense with short suspense. This support shall include research and development of current event topics related to cyber threats to the DoDIN and U.S. critical infrastructure/key resources or in support of current operations. The Contractor shall ensure products submitted demonstrate knowledge of the pertinent subject matter that clearly articulates the adversaries' doctrine, objectives and technical capabilities. The Contractor shall ensure collection requirements adequately define the ongoing need for information on technically complex subjects. Products shall include Cyber Intelligence Update articles, 12 Daily Brief slides, or other current intelligence products, as required. These products shall use Office of the Director of National Intelligence (ODNI) and Defense Intelligence Agency (DIA) all-source analytic tradecraft and standards (to include but not limited to ICD 203, 206, 208, and 209). The Contractor shall provide intelligence support to 24 x 7, 365 day-a-year Intelligence Watch position in support of 12/Joint Intelligence Operations Center (HOC) as required. The Contractor shall assist the 10C Intelligence Watch Officer to understand, manage, and mitigate incidents on the DoDIN. The Contractor shall assist in the management and dissemination of daily single source reporting related to USCYBERCOM Priority Intelligence Requirements (PIRs). The Contractor shall assist in developing and disseminating brief books, alerts, and briefing slides. The Contractor shall update, maintain and post intelligence products on USCYBERCOM 1.12 websites on the NIPRNET, SIPRNET, 1WICS, NSANet and other networks as required. The Contractor shall monitor adversaries and threats, providing contextual analysis of findings, and conducting data transfer authority duties. The Contractor shall be knowledgeable in the use of intelligence database and tools, to include Palantir, Cyber Common Operating Picture (CyberCOP), Target Knowledge Base, Cyber Threat Matrix, Automated Message Handling System, WISE Information Management System, Network Knowledge Base, FoxTrail, CENTAUR, ispace, Pathfinder, and Microsoft OneNote, The Contractor shall support USCYBERCOM Defense Warning Program efforts. The Contractor shall develop, manage and update threat indicators and levels for specified cyber threat entities. The Contractor
UNCLASSIFIED 11
UNCLASSIFIED
shall monitor daily traffic, databases, and tools for indicators and new threat trends and report when indicators or threat levels change. Contractor shall report and brief changes in indicators and threat levels, as required. The Contractor shall, as required, provide support to meetings related to assigned area of responsibility. This shall include meetings within the Command or held at other government or cleared defense contractor facilities. Travel may be required. 3.4. Intelligence Plans Integration and Intelligence Support to Exercises and Training: 3.4.1. Intelligence Plans Integration: The Contractor shall provide support in the conduct of Cyberspace intelligence planning activities in support of USCYBERCOM missions and recommend efficient use of resources throughout all planning efforts. The Contractor shall review and report on Strategic Guidance applicable to cyberspace intelligence operations. The Contractor shall coordinate production of National Intelligence Support Plans (NISP), Annex B, and Functional Support Plans. The Contractor shall assess Intelligence Planning and recommend production adjustments as necessary. The Contractor shall assist in ensuring intelligence planning activities are integrated and synchronized with J3, J5 and J7 battle rhythms as well as the planning of Cyberspace Intelligence Operations. The Contractor shall assist the government personnel focal points to the Joint Planning Group (JPG) and/or Operational Planning Team (OPT) for all intelligence support activities and able to communicate feedback to the J2/JI0C matrix team. The Contractor shall develop, manage, and coordinate an intelligence task list that identifies intelligence support products and designates divisions within the J2 responsible for completion. The Contractor shall identify, coordinate, and decontlict deadlines and overall scope for intelligence production requests (PR) and services. The Contractor shall coordinate and articulate requirements for JIPOE and other products that support planning. The Contractor shall coordinate production of Functional Support Plans (FSP) (when required). The Contractor shall participate in Intelligence Planning Steering Groups (IPSG) to determine scope and level of intelligence planning support. The Contractor shall integrate CCMDs, service components, IC, and NSA into planning as necessary to ensure intelligence expertise and to decontlict and synchronize with other planning efforts. The Contractor shall assist 12 support to USCYBERCOM Integrated Joint Special Technical Operations and facilitate Intelligence Estimate, Priority Intelligence Requirements (PIRO, Center of Gravity (CoG) analysis, Most Likely and Most Dangerous Adversary Course of Action (MLCOA/MDCOA), and any other intelligence related requirements to support JPG/OPT planning efforts. The Contractor shall coordinate with targeting support for plans development and understand the J2 portion of the Combat Targeting / Combat Fires process and be able to synchronize intelligence efforts from across the JIOC to support the development of Entities of Interest (E01s) into Target Development Nominations (TDN). The Contractor shall be knowledgeable in the use of intelligence tools and databases, to include Tripwire Analytic Capability, Intellipedia, Palantir, MIDB, Cyber Common Operating Picture (CyberCOP), Target Knowledge Base, Cyber Threat Matrix, Automated Message Handling System, WISE Infirmation Management System, Network Knowledge Base, FoxTrail, CENTAUR, ispace, Pathfinder, and Microsoft OneNote, 3.4.2. Intelligence Support to Exercises and Training: The Contractor shall provide support in the conduct of Cyberspace Intelligence planning supporting combined/joint exercise and training events. The Contractor shall review and report on Strategic Guidance applicable to cyberspace intelligence support to exercises and training. The Contractor shall assess Intelligence Planning and recommend production adjustments necessary to support combined/joint exercises and participate as required. The Contractor shall provide support to the conduct of Cyberspace intelligence exercise planning activities to include representing the USCG J2/JI0C at exercise JELC UNCLASSIFIED 12
UNCLASSIFIED
(Joint Event Life Cycle) and CyMAT (Cyber Mission Area Training) events and provide trip reports or summaries as required. The Contractor shall assist exercise intelligence planners in the full range of exercise development, including exercise objective development, cyber scenario development, intelligence support scripting, cyber MSELs (Master Scenario Event List) events development, and implementer products. Provide support to exercise execution, including white cell participation, assessment, and After Action Report collection, preparation, and presentation. 3.5. Knowledge Management: The Contractor (Requirements Analyst) shall develop information system requirements supporting mission requirements, which fit with DoD and U.S. Intelligence Community system architecture standards. The Contractor shall capture or update user and functional system requirements via user interviews, system reviews, and process assessments. The Contractor shall support the creation of logical data models based on functional requirements. The Contractor shall develop use cases for new applications. The Contractor shall assess detail systems factors, including input and output requirements, information flow, hardware and software requirements, and reliability characteristics. The Contractor shall interface with users to define problems, determine system data availability, validate requirements, and resolve system design issues. The Contractor shall demonstrate the ability to work under moderate supervision and as part of a knowledge management (KM) team. The Contractor shall coordinate and participate in all related KM meetings and activities. The Contractor shall maintain and update requirements documentation to include information stored in various data repositories. The Contractor (Requirements Engineer) shall apply requirement management methodologies and best practices to assist in developing or reengineering processes in order to better align them with organization mission needs and priorities. He shall act as the conduit between a variety of J2 customers and the IT/KM Requirements Analyst to ensure KM requirements are incorporated into the overall requirement management cycle. Related support shall include: identifying organization customers and suppliers; identifying key processes and documenting as needed; designing, documenting and assessing new processes and all related DoD and Intelligence Community policies; and planning for new processes to include related changes in technology. The Contractor (Intelligence Graphics Specialist) shall be primarily responsible for developing graphics and diagrams associated with USCC J2 intelligence production. In this regard, the Contractor shall research and collect information from internal and external stakeholder subject matter experts as well as other sources. The Contractor shall analyze, interpret, and cross-check information to ensure accuracy. He shall organize information, determine optimum method of presentation, and create content according to plan. The Contractor shall ensure that current style guides and other applicable publications policy are followed in the preparation of all materials. The Contractor shall ensure completed materials fulfill the specified purpose and scope. The Contractor shall assist in determining and supervising the production process for completed materials, to include both digital and print media. The Contractor shall be responsible for the completeness, accuracy, and overall quality of all content in materials he or she produces. The Contractor (Technical Editor) shall assist in the management of all J2 finished intelligence products approved for external dissemination. He or she shall research and collect information from internal and external stakeholder subject matter experts as well as other sources. The Contractor shall analyze, interpret, cross-check and edit intelligence products, as required, to ensure accuracy and compliance with associated Intelligence Community guidance, to include but not limited to ICDs 206, 209, 501 and 710. The Contractor shall organize information, determine optimum method of presentation, and create content according to plan. The Contractor shall ensure that current style guides and other applicable publications policy are followed in the preparation of all materials. The Contractor shall ensure completed materials fulfill the specified purpose and scope. The Contractor shall assist in determining and supervising the UNCLASSIFIED 13
UNCLASSIFIED
production process for completed materials. The Contractor shall be responsible for the completeness, accuracy, and overall quality of all content in materials he or she produces. The Contractor shall perform administrative SharePoint duties to include, but not limited to, development and maintenance of SharePoint sites, pages, lists, and libraries; troubleshooting of technical issues with SharePoint users; and ensuring proper access controls are utilized for operational security management. The contractor shall perform web application development duties, that involve software development utilizing multiple programming languages to include, but not limited to, Hyper Text Markup Language (HTML), Cascading Style Sheets (CSS), JavaScript, and C#NB.NET. SharePoint and wed development shall be in support of, but not limited to, the Knowledge Management Strategy and the Dissemination Tool (e.g., HighPoint/SharePoint). 3.6. Combat Target Development and Battle Damage Assessment: The Contractor shall provide assistance in developing the processes and procedures to facilitate combat target development JAW CJCSI 3122.06C, CJCSI 3160.01A, CJCSI 3370.01A, CJCSM 3370.01, and CJCSM 3375.01, battle damage assessment (BDA) JAW CJCSM 3162.01, dynamic targeting IAW Joint Publication 3-60, and combat target enterprise management (training, automation, standardization, exercise coordination, and readiness), to United States Cyber Command (USCC) Commander, the USCC 12, 13, 15, and &IA staffs, and the USCC Components. The Contractor will assist with long range planning and coordinate intelligence and combat targeting efforts within USCG, with USSTRATCOM, other Combatant Commands, the Joint Staff, Military Targeting Committee, and the Intelligence Community. Contractor personnel will assist in the production of combat target materials, BDA reports, and with the maintenance of combat target lists. The Contractor shall submit Requests for Information and intelligence report evaluations, produce combat target materials that include, but are not limited to, Target System Analysis (TSA), Electronic Target Folders (ETFs), target graphics, and Battle Damage Assessments (BDA)The Contractor shall be knowledgeable in the use of intelligence tools, including Modernized Integrated Database (MIDB) interfaces such as National Production Workshop (NPW) and Joint Targeting Toolbox (ITT). The Contractor shall be prepared to use a wide-range of research and analytic tools and techniques in order to conduct target systems analysis, target development, and BDA, and to provide recommendations to the 12, 13, 15, and USCC Components to conduct OCO/DCO-RA. The Contractor shall assist in editing all combat targeting products for content and clarity in support of the USCC J2. The Contractor shall be prepared to conduct staff functions, including creating, managing and coordinating responses to formal staff packages, respond to requests as subject matter experts, act as subject matter experts during operational, planning, and combat targeting meetings, working groups, and coordination boards, and provide oral and written updates to 12, J3, J5 and USCC Component leadership. 3.7. DoD HUNIINT and Cl: The Contractor shall manage all 12X taskers assigned from the Joint Intelligence Operations Center (110C) to include compiling, staffing, refining and submitting completed taskers. The Contractor will manage and refine all J2X requirements for readiness, to include preparation for both the monthly readiness meeting and monthly report. This effort will be coordinated with Division Chief and Branch Chiefs to ensure reporting is accurate and depicts the current state of readiness for J2X. The Contractor will also oversee the J2X requirements for training, to include preparation for the monthly training meeting and training report. This effort will be continually coordinated at the Branch and Division level to ensure projection of training requirements, completion of training and accurate reporting is conducted. The Contractor will attend the Operations Management Group weekly meeting; garner insight into J2X open taskers and responses. They will provide input to the new Task Process Flow documentation for the J2 Directorate; input will provide J2 Operations Officers with a clear depiction of the J2 tasking process with concrete examples for completion of taskers. Additionally, the Contractor will work to assimilate deconfliction requirements for .12X. Contractor personnel shall learn and comply with the deconfliction
UNCLASSIFIED 14
UNCLASSIFIED
process, provide deconfliction support as required and work to convert current data spreadsheet to MS Access. The Contractor shall consolidate relevant and actionable reporting into Intelligence Information Report (IIR) format to meet Command reporting obligations, filling intelligence gaps for the United States Cyber Command (USCYBERCOM) J2, J3 and J5, as well as external members of the intelligence Community (IC). The Contractor will update all applicable databases to ensure HUMINT records are accurately documented and maintained in accordance with applicable policies and regulations. On behalf of USCYBERCOM analysts, draft and submit evaluations and Source Directed Requirements (SDR) to collectors to ensure continued and increased collection against and visibility into Command requirements. Maintain communication with collectors to ensure visibility into any produced information that will assist the Command's mission requirements. Identify specific analytical, operational or planning-related needs of the Command and solicit HUMINT support to fill these intelligence gaps, when possible. This individual will function as the 12X lead for Intelligence Planning Teams. Compile monthly collection operations management statistics and reporting. Maintain responsibility for the consolidation, storage and dissemination of all DoD HUMINT and CI collected malware. Maintain the Knowledge Management/Information Technology and Records Management Command requirements for the J2X. Manage web portals, information technology needs and applicable records in accordance with regulations. The Contractor shall serve as a human intelligence (HUMINT) collection operations analyst; manage, guide, and oversee complex regional and/or functional operations strategies; develop HUMINT targeting packages in support of Command priorities for a variety of collection platforms; work with Command analytic elements and operations personnel to develop analytically sound strategies for organic capabilities and review collection plans and recommend alternatives to steer organic collection. Through close coordination with Collection Requirements Managers, desk officers, collectors, analysts, and associated processing, exploitation, and dissemination stakeholders, the contractor will help to define the intelligence collection gaps on Command priority collection issues and develop avenues of approach and HUMINT leads. The Contractor shall perform IT analysis supporting CI and HUMINT communication objectives. The contractor shall perform analytic and evaluative duties related to classified and unclassified IT networks and cyber systems with primary knowledge requirements of information processing methodology, telecommunications systems, and computer capabilities, processing techniques, IT troubleshooting and data communications. Network infrastructure includes Local, Wide and Virtual area networks, intrusion detection systems, network switches, routers, information transfer nodes and platform IT systems. Additionally, the incumbent will design, advise, supervise and incorporate infrastructure security solutions including but not limited to identifying security threats, threat mitigation, security event monitoring, alerting, and response with the intent of improving the overall security posture. The Contractor shall perform as language specialist at the native level providing accurate reading, writing, speaking skills, as well as provide cultural understanding regarding geopolitical, economic and social issues. The contractor shall conduct research, HUMINT intelligence collection and analysis. Additionally provides accurate written gists, translations of transcripts, video and audio sources, from the target language to English and vice versa while preserving the original meaning and intent of the on source. As a language specialist, devise and advise new methods of target language research and exploitation of information and determine the most effective methods for presenting and disseminating the information. (Initial target language will be provided via separate correspondence). While no specific certifications are required, the contractor should be an expert in network defense principles and the intricacies of establishing network infrastructure for worldwide connectivity, to include hardware and software.
UNCLASSIFIED 15
UNCLASSIFIED
3.8. Mission Support: Intelligence Oversight is an inherently governmental activity, however the Contractor shall support the Intelligence Oversight and Policy (10&P) team and provide mission support including: The Contractor (SIGINT Access Manager) shall review, track and store signed documentation, to include training records of staff personnel who serve as members of the USCYBERCOM Production Chain. The contractor shall maintain spreadsheets to support quick presentation and review of USCYBERCOM Production Chain members. The contractor shall perform administrative duties to include, but not limited to, development and maintenance of file directories. SharePoint sites, pages, lists and libraries. Contractor will troubleshoot system or procedural issues regarding document storage and document review; propose process improvements that may utilize software (ex. EXCEL, Sharepoint, file management systems etc) and to ensure proper access controls are utilized for operational security management in the allocation of personnel within USCYBERCOM SIGINT Production Chain. The Contractor shall provide administrative functions including management of all tasks assigned to the 12 IO&P team from the USCYBERCOM Chief of Staff, the 12 Front Office and from the Joint Intelligence Operations Center. Contractors will obtain responses from IO&P staff members in response to formal staff packages. Contractors will then manage and coordinate IO&P responses to formal staff packages. In addition, contractors will create and manage formal staff packages that have been produced by members of the IO&P team. The Contractor shall schedule and manage VTCs, conference monis, and invitations to various weekly, monthly and quarterly Intelligence Oversight meetings attended by USCYBERCOM, Cyber Mission Force, and NSA personnel. The Contractor shall track all J2 IO&P Team requirements and assignments to support production of the USCYBERCOM Intelligence Oversight Quarterly report to include production of training statistics and graphs, and shall support drafting and review of USCYBERCOM Intelligence Oversight policies and procedures. The contractor shall provide administrative operations support to the Directorate of Intelligence, that may include the following, as required: Assist with Defense Travel System requests (authorizations/vouchers) for travel, to ensure all requests are in compliance with JTRLIFTR and command travel policy, perform administrative functions related to personnel security processing, visit requests, command indoctrinations and debriefs, and administrative support in coordinating, scheduling senior level video teleconference meetings, securing spaces for appropriate conference rooms, and dissemination of documents for executive daily, weekly, monthly and quarterly meetings attended by DIA, USCYBERCOM, Cyber Mission Force, and NSA personnel. 3.9. Operations Support: 3.9.1. Operations Support The Contractor shall provide operations research and analytical support to the Directorate of Intelligence. Specific tasks may include identification and developments of mission enhancement opportunities, status reports outlining updates and progress of accomplishments, task management through completion, strategic engagements and visits. The Contractor shall provide recommendations on continual process improvement to support the directorate's mission. 3.9.2 Synchronizing the Cyber Intelligence Enterprise The Contractor shall provide support in the conduct of the development of the intelligence support framework to support the Defense Intelligence Enterprise for cyber (DIE-C) including activities to shape and promote J2 synchronization and integration at the strategic, operational, and tactical level. The UNCLASSIFIED 16
UNCLASSIFIED
Contractor shall plan, guide, coordinate, and support the execution of the long-term growth strategy for the DIE-C. The contractor shall identify, coordinate, and deconllict processes to support the maturation of the DIE-C at the strategic, operational, and tactical level. The Contractor shall support ROC enterprise management efforts as a strategic enabler that supports USCYBERCOM strategic initiatives that involve building capacity and capabilities, enhancing relationships across the DIE-C and national cyber partners, and providing a means to institutionalize efficiencies in operational izi ng the cyber domain. The Contractor shall support ROC pursuit to provide the means in a rapidly evolving domain to prioritize key focus areas, resolve intelligence gaps, and promulgate enterprise-wide initiatives and solutions to current and emerging challenges requiring broader attention. 3.10. Cyber National Mission Force Intelligence: The Contractor shall assist the Cyber National Mission Force (CNMF) Directorate of intelligence (J2) in developing the processes and procedures to facilitate combat target development JAW CJCSI 3122.06C, CJCSI 3160.01A, CJCSI 3370.01A, CJCSM 3370.01, and CJCSM 3375.01, battle damage assessment (BDA) JAW CJCSM 3162.01, and dynamic targeting IAW Joint Publication 3-60. The contractor(s) will participate in USCYBERCOM Target Development Working Groups, Joint Targeting Working Groups, and Joint Targeting Coordination Boards, coordinate target development nominations, sensitive target approval and review, and battle damage assessment with USCC/J2T, support USCC/138 and CNMF advanced target development (weaponeering solutions, aimpoint selection, and collateral damage estimation), train and mentor government military and civilian personnel JAW USCC/J2T and CNMF/J2 guidance, and closely collaborate with USCC/J2T/J3F/138/SJA and CNMF Fires, National Mission Teams, and National Support Teams. The Contractor shall provide all-source analysis to include: Cyber Intelligence Preparation of the Battlespace (CIPB), research, evaluation and decontliction of single-source classified reporting, technical intrusion information, other agency all-source finished intelligence, open-source information and other relevant data. This analysis shall adhere to Office of the Director of National Intelligence (ODNI) and Defense Intelligence Agency (DIA) all-source analytic tradecraft and standards (to include but not limited to ICD 203, 206, 208, and 209) . At the direction of CNMF leadership and in accordance with the guidance of government sponsors, the Contractor shall establish and maintain communications with counterparts in the Intelligence Community, USCYBERCOM, WHQ-C, Department of Homeland Security/NCSD, CFRTS and Information Assurance Centers to collaborate on analysis and identify changes in the environment, focusing on the tactical level of cyber intelligence. The Contractor shall maintain cognizance of events occurring both within the U.S. government systems and internationally as directed to identify possible relationships to established knowledge base. The Contractor shall continue to execute tasking with CNMF J2 guidance. The Contractor shall have a minimum of 2 years experience producing all-source intelligence products within the U.S. intelligence community and either a certificate of completion or verified work experience/course work equivalent to the skills identified in DoD Directive 8570.01. for IAT level 1 or JAM level 1. A minimum 2 years education in computer science/engineering, software design/engineering from an accredited college or university would substitute for the certificate completion/work experience requirement. The Contractor shall provide intelligence support, including the following: Cyber National Mission Force Build-out - The Contractor shall support the CNMF build-out process. The Contractor shall create a framework that enables the maturation of the CNMF through processes and initiatives that involve building capacity and capabilities, enhance relationships between CNMF, JFHQs, and USCYBERCOM JIOC, and provide a means to institutionalize efficiencies for cyber intelligence UNCLASSIFIED 17
UNCLASSIFIED
within the CNMF. Specific tasks may include developing the intelligence processes and procedures to integrate the Cyber Mission Forces intelligence teams, structures, and infrastructure; status reports outlining updates and progress of accomplishments; and identification and developments of mission enhancement opportunities. The Contractor shall provide recommendations on continual process improvement to during the maturity of the Cyber National Mission Force construct. Intelligence Support to Tactical Planning and Operations - The Contractor shall provide all-source CIPB (Cyber Intelligence Preparation of the Battlespace ) support to offensive cyber operations / defensive cyber operations (OCO/DCO) planning and execution to include assessments and analysis associated with CIPB products. Threat Trends and Indicators - The Contractor shall produce tactical supports products and briefs related to assigned area of responsibility. These shall include specific changes in tactics, techniques and procedures (TTP) and technical trends in cyber threats directed at the DoDIN and U.S. critical infrastructure/key resources (CUKR), as required. The Contractor shall also monitor threat activities to develop specific cyber indicators to support the CNMF role in the Defense Warning Program. Cyber-related Exercise Support - The Contractor shall provide scenario development, white cell or role playing support to cyber related exercises, as required. CNMF Staff Support - The Contractor shall respond expeditiously to CNMF J2 or other CNMF staff requests for information, as required. Product Development - The Contractor shall assist in the production, editing, publishing and dissemination of clear, concise, timely and relevant cyber analytic products, as required. Briefing - The Contractor shall develop and present intelligence slides and in-depth briefings and presentations related to assigned area of responsibility to CNMF staff up to GO/FO level. Meeting Support - The Contractor shall, as required, provide support to meetings related to assigned area of responsibility. This shall include meetings within CNMF or held at other government or cleared defense contractor facilities. Travel may be required for long distance meetings, but virtual participation is preferred. 3.11. Task Order Management: The Contractor and the government will hold a Post Award Conference within 15 days of contract award. to establish firm dates for the Contract Deliverable Requirements List. Contractor management personnel will meet weekly with the government to discuss activities, identify resource issues, and clarify priorities. The Contractor will provide a monthly status report monitoring the quality assurance, progress/status reporting and program reviews applied to the TO. Within the monthly status report, the Contractor shall provide the following information: sub-tasks worked, hours expended by labor category and costs by labor category. The Contractor will document its accounting procedures for tracking labor hours. The Contractor shall prepare a Plan of Accomplishment that will address any changes made at the time and serve as the vehicle for establishing firm dates for incremental deliverables. 4.0. CONTRACT DATA REQUIREMENTS LIST (CDRLs) 4.1. All products delivered to the Government under this SOW will be in accordance with JIOC standard operating procedures, formats and standards for written and graphic materials. Products will span the full spectrum of classification from unclassified to compartmented information, with an emphasis on "writing-for-release" at the lowest possible level of classification. The general standard for written and graphic products requires grammar, syntax, vocabulary, clarity, logic and analytical soundness UNCLASSIFIED 18
UNCLASSIFIED
appropriate for presentation to senior executives, leaders and decision-makers within DoD, the U.S. Government and the Interagency. These product standards will apply regardless of intended use or final disposition of the product. The contractor must be able to deliver products at this level of quality with little to no editing or alteration needed by Governmental approving authorities. CDRLs, whether specifically listed or not, shall be considered Government property.
4.2. The contractor shall ensure that all CDRLs and working notes are classified properly up to TS/SCI with no foreign dissemination, although some derivative materials may need to be prepared for foreign or unclassified release. All deliverables shall include a listing of source materials used. CDRLS due dates will be established by the Government. Key CDRLs, identified by SOW task number, are provided below: Table 2. CDRLs Deliverable Title
Frequency
# of Copies
Format
Submit To
All
Monthly Report
15th working day of each month
One Soft Copy
Government Derived
CDR
All
In-Progress Review (1PR) Notes
Weekly
One Soft Copy
Government Derived
COR
All
Travel Request
14 days prior to travel
One Soft Copy
Contractor format acceptable
CDR
All
Travel/Trip Report
7 days after completion of travel
One Soft
Contractor fo rmat acceptable
CDR
N/A
Invoice and Invoice back-up Data
5 days prior to receiving NSA's official invoice
I copy
Contractor Format acceptable
COR
All
Quality Control Plan
30 days after contract award
1 original
Contractor Format acceptable
COR
Task #
Copy
4.2.1. Delivery of additional documents beyond th( se noted in the Table 2 may also be required of the contractor. Requirements and timelines for the documents will be worked out with the Government technical leads on a case-by-case basis. 5.0. PERFORMANCE METRICS: 5.1. The contractor will be expected to meet and maintain the performance standards (not all inclusive) identified in Table 3, below:
UNCLASSIFIED 19
UNCLASSIFIED
Table 3. Performance Metrics
Performance Objective
Performance Standards (Acceptance, Quality Level)
Assessment Methodology
Corrective Action
Product Quality (analytical, briefings, desk notes, studies, assessments, targeting, GEOI NT, etc.)
95%, written and briefing 8 products ifleet defense agency and CCMD requirements while adhering to Analytic Tradecraft and Production Standards (ICDs 203, 206, 208,and 209),
Product Timelines
98% of products meet USCYBERCOM J2 timelines.
Discussion and reports received from USCYBERCOM subject matter experts (SMEs) for each respective division and/or branch, Products will be assessed against 1I0C-wide common product review standards as specified in product evaluation template (see attached APPENDIX A for currently used tem late). Discussion and reports received from USCYBERCOM subject matter experts (SMEs) for each respective division and/or branch,
Meet Conduct/ Performance Standards
Contactor employees shall comply with established standards in accordance with policies and procedures.
USCYBERCOM 12 COR will ensure contractor is aware of expectations regarding employees' professional conduct.
Contractor is required to explain and take action to correct identified discrepancies; failure to resolve recurring issues could result in formal contractual action; quality issues will be addressed during formal contract review meetings or as re uired. Contractor is required to explain and take action to correct identified discrepancies: failure to resolve recurring issues could result in formal contractual action: timeliness issues also will be addressed during formal contract review meetings or as required. COR will inform contract PM of any issues, problems, concerns to be addressed during formal contract review meetings or as required.
Security Standards
Contractor will meet all SOW and USCYBERCOM security standards.
USCYBERCOM standards are identified in the USCYBERCOM classification/security paragraph 9.0. of the SOW,
UNCLASSIFIED 20
Failure to comply could result in removal of an employee from a task or contract (no intent to direct termination); also could result in cancellation of employee's SO access and could affect collateral security clearance: issues will
UNCLASSIFIED
be addressed as they occur and at formal contract review
Staffing
Contractor will maintain the Contractor Manning Document (C MD) provided by USCYBERCOM J2 COR at the kickoff meeting,
USCYBERCOM CMD will he used to link contractor names with specific jobs/functions, skills/qualifications, and locations.
Recurring failure to comply could result in formal contractual actions; staffing issues will be addressed at formal contract review meetings or as required.
Monthly Activity Reports
100% of the reports shall be in the required format Do be provided at the kickoff meeting) and will be submitted to USCYBERCOM 12 COR no later than the working day closest to the 15th of each month.
Data will be sufficient to enable USCYBERCOM 12 COR to compare its labor and travel cost figures, employee names, and employee travel and travel costs with the information provided by the contractor; discrepancies must be resolved within 10 working days of notification of a discrepancy.
Management Reporting and IPRs
Contractor shall provide weekly reports and will participate in monthly and quarterly contract review meetings; report formats will be provided at the kickoff meeting.
Data provided shall be sufficient to identify issues, track actions, and serve as a basis to evaluate contractor performance.
Contractor Travel/Trip Report
100% of the reports shall be submitted to government section leader no later than the 7ffi workday after return from trip,
Data provided shallprovidc sufficient synopsis to evaluate trip success,
Contractor shall be required to explain and work to resolution of any discrepancies; recurring discrepancies could be the basis for formal contractual action; discrepancies will be addressed at formal contract review meetings or as required. Contractor shall be required to resolve discrepancies and issues within a mutually-agreeable time period; failure to resolve recurring issues could result in formal contractual action; appropriate items will be addressed at formal contract review meetings or as required. Contractor is required to explain and take action to correct identified discrepancies; failure to resolve recurring issues could result in formal contractual
UNCLASSIFIED 21
UNCLASSIFIED
action; issues will be addressed during formal contract review meetings or as required.
5.2. The preceding me ries reflect common standards of performance and behavior. Issues relating to metrics will be addressed at formal contract review meetings or as required. 6.0. PERIOD OF PERFORMANCE: One Year from date of award plus four one-year options. 7.0. PLACE OF PERFORMANCE: Work shall be performed at the government site located in the vicinity of Fort Meade, Maryland. However, changes in mission requirements could dictate performance at other locations, as required, around the globe. 8.0. TRAVEL: Travel may be required; however, specific durations and locations cannot be specified at this time. All Contractor travel shall be coordinated and approved in advance by Contracting Officer's Representative. Local travel costs are at no cost to the government and will not be reimbursed by the government. Local travel is defined to mean any and all travel within a fifty (50) mile radius of the traveler's primary place of duty location. Long distance travel (e.g., travel beyond 50 mile radius) will be governed and reimbursed IAW the Joint Federal Travel Regulations (JETR)
9.0. CLASSIFICATION/SECURITY: All Contractor personnel shall possess active Top Secret clearances with Sensitive Compartmented Information (SCI) access eligibility prior to being assigned to this contract. Prior to nomination, the nominee completes a new or updates an existing Standard Form g6 or e-QIP, an electronic version of the form, along with submitting a SCI Nomination Letter and Questionnaire for National Security Positions, which does not contain any derogatory or disqualifying information as defined in DoD 5200.2-R, DoD Personnel Security Program, DoD 5105.21-M-1, Sensitive Compartmented Information Administrative Security Manual, and !CD 704, Personnel Security Standards and Procedures Governing Eligibility for Access To Sensitive Compartmented Information (SCI); Nominee has successfully undergone a Single Scope Background Investigation (SSBI) that is current (within scope) as defined by DoD 5200.2-R, DoD 5105.21-M-1, and ICD 704; Nominee has successfully completed a Counterintelligence Scope Polygraph (CSP) examination that is current (within scope); and Nominee has been granted full SCI eligibility by a U.S. Government Adjudication Authority within the past 60 months and has not had a break in SCI access of more than 24 months during this period. After adjudication is verified by DIA security, nominee must be vetted and approved for access approval by the National Security Agency (NSA) Military Affairs Desk Office (MADO) prior to access to USCYBERCOM classified information, spaces and IT systems and networks being granted. To ensure security processing is conducted by both DIA and NSA, a requirement to work at USCYBERCOM J2, 50% of Contractor personnel security packages will be submitted to DIA within 5 calendar days after the award date, 75% shall be submitted by Award Date + 15 , and 100% submitted by UNCLASSIFIED 22
UNCLASSIFIED
Award Date + 30. Staffing levels are shall be at 75% on the first day of the PoP, 90% by the 30th day, and 100% by the 60] day. The Contractor shall immediately notify the DIA Security Office of any circumstance or fact (as stated in DoD 5200.2-R, DoD 5105.21-M-1, and DCID 6/4), which affects the security clearance and access eligibility of any person performing work under this contract. The Contractor shall be responsible for safeguarding all government property and information provided for Contractor use. Transition and Staffing Phase In Timeline
Award Date + 5 A+15 A+30 PoP Day 1 PoP Day 30 PoP Day 60
50% of Security Packages Submitted 75% of Security Packages Submitted 100% of Security Packages Submitted 75% Staffed 90% Staffed 100% Staffed
10.0. GOVERNMENT FURNISHED PROPERTY AND INFORMATION: The government will provide workspace, computers, connectivity and other resources required to accomplish the tasks outlined in this Statement of Work. The government will provide access to nonprocurement sensitive documentation, information on various weapon systems, program process and schedules as well as intelligence and information pertaining to cyber activities in support of military information operations, related activities and associated follow-on tasks to enable Contractor personnel to complete their assigned tasks. Information will include reports, briefings and other related reference material. Government furnished equipment related to this task may be provided. The government will provide the Contractor with the timely information, to include access to both unclassified and classified government information networks, required for the completion of this effort and facilitate Contractor personnel interfaces with other Department of defense staff, service staff, national agency offices, as required to complete this effort. 11.0. NON-PERSONAL SERVICES STATEMENT: Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the Contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the statement of work. Contractor employees will perform their duties independent of, and without the supervision of, any government official or other Defense Contractor. The tasks, duties, and responsibilities set forth in the task order may not be interpreted or implemented in any manner that results in any Contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The government will control access to the facility and will perform the inspection and acceptance of the completed work.
UNCLASSIFIED 23
UNCLASSIFIED
APPENDIX A: Title: Author:
Date of Product:
Oh)
Date of evaluation:
ID Yes ID No Yes—The pronuti is tree OF hosed language.The product presents at complete picture present and explained.
No The analysigproduct omits crucial evidence: OR the all language appears to be biased. Comment
Independetit of politic Yes
leratl
ntrounded Ahern,
duct leans in favor of one argUIllent
xpl
OR the
El Ye)) El No
The punt tier is free of language in
No—The analysis/product unreasonably supports a poll political view, stance or action. Comment
Based on all available OulCes of ititellL
Ye
] view. stance or
OR the language appears to he biased in f,vor 4(
U No
Yes—The analysis/product uses all r/I citable sources To the extent possible, the discussion acc n kinds of sources. the argument should di cu,r)( how the a LI thor can or cannot an swe he intelligence gal No
The product omits crucial evidence: OR the product ignores any one type of evidence to the detMment of the assess(
C011111 ent
I. Properly describes quality and Credibility Of Underlying Sources and information Poor (0) 17 Largely lacks or misidentifies descriptions or the reporting hose: OR 0 Misrepresents reporting cited in the product deportilIR does not say what product claims it says).
Fair (I) n Contains basic, i text descriptions of reporting used in the product BUT O Provides little to no description of source quality and reliability.
Good (2) O Contains basic, in-text descriptions of reporting used in the product: AND 0 hoighnidry describes factors that ''cat. > atiect quality or reliability for sources critical to key assessments (completeness, context. age of inforIllation. level of access past reporting record. potential bias. possible denial/deceptiong
Excellent (3) Satisfies "goodx crit ria: AND 0 Provides particularly insightful source summary statement consistent with classification: OR El Explains which in proved crucial to particular analytic judgments: OR 0 Outlines at strategy to lapreve I eporting base.
Comment:
2. Properly caveats and expresses ttncertai nties or confidence in analytic judgments Poor (0) 0 Provides few or no indications of uncertainties or confidence levels for analytic judgments: OR Ei Expresses or implies uncertainties or
Fair (I) 0 Expresses or implies titicertainties or confidence levels for all judgments but does not explain them: OR
UNCLASSIFIED 24
Good (2) Indicates uncertainties or confidence levels for analytic judgments: AND O Explains their basis
Excellent (3) Satisfies (good( criteria: AND El Consistent with classification. identifies
UNCLASSIFIED
o
confidence levels h With miortitattion presented
Identifies infornation gaps but does MA explain thew significance or uncertainties or conlidenye levels
mation gaps ally - y reporting) and ance where they are ant to key sni
iiicticatois 0
confident e in assess, ri en' Lit prompt rey assessments
Comment:
3. Properly distinguishes between underlying intelligence and analyst's assump ions and judgments Poor 10)
Fair (1)
Good (2)
Excellent (3)
fl Does not distinguisi
fl Sometimes distinguishes between
D Consistently distinguishes
between statements of underlying intic [nation and assessments or assunctions
statements of underlying information and as Or as with language sufficiently precise br consumer to identify or infer what is thought to he known and what is assessed: BUT Does not state or explain assumptions in cases where they are illIportant to the analysis.
between statements of underlying intbrmation and assessments or aSSUMpLIOFIS: AND States and explains assumptions in cases where they are important to the analysis.
D
Satisfies "200e CI iteria: AND Identifies indicators that could validate or refute assessments or assumptions in the future: OR Explains the implications for analytic assesSIllents if assumptions are ITICOIreet.
P
P
COTHInent:
4. Incorporates analysis of alternatives where appropriate Poor 10)
Fair (1)
Excellent (3)
Good (2)
E Does not present alterilatives
D Presents
P Explains strengths and
(hypotheses. view-points, outcomes. etc.) when use of alternative alcaysis would he appropriate (if the assessment is moderate confidence, some exploration of alternatives would be appropriate).
hypotheses, viewpoints, or OLItC0111eN but inadequately addresses thew strengths and weaknesses.
weaknesses of ahem:wise hypotheses. viewpoints or outcomes and relates these to information availability. assUnip dons. or other factOIS,
Satisfies 'good' c AND Displays a so pIn stic ateil and thorough approach to alternative analysis: OR Discusses indicators that, if detected. would alter the relative likelihood of the alternatixes presented.
D
Comment:
5. Advances USCYBERCOM mission, deinonstrates relevance to Cyber Enterprise Poor (d) Provides little information or insight of interest to likely intended consumer: OR 1:1 Does not respond adequately to a specific tasking.
Fair (I)
Good (2) O Provide) insight on issues
E is more descriptive than analytic but provides basic information useful to soine likely intended consumers: OR Provides judgments that are tautological or obvious: OR Satisfies a tasking only parially.
relevant to likely intended COTISUIllerS: OR O Provides useful context, warning, or opportunity analysis to enable decision making: OR Satisfies specific tasking
P
UNCLASSIFIED 25
Excellent (3) Satisfies "good" criteria: AND Provides in and information reflecting deep expertise. by drawing on several disciplines. making cross-cultural or Historical comparisons, or demonstrating mastery of a subject: OR Li Assesses longer-term. indirect. or secondorder implications for cyber enterprise: OR Analyses risks and benefits associated yvith exploiting potential opportunities or addresses the conditions underlying such opportunities.
P
UNCLASSIFIED
Comment
110C Baseline PoA KIQs satisfied: 6. Uses dc r and logical argument
Poor (0) Includes mismatches Between key analytic judgments and the text: OR fl Presellb IIIISLIppected asseitions that appear to he contialy to evidence cited or C11111111011 sense: OR Contains internal inconsistencies on important points; OR Uses language or syntax that is so imprecise or unclean that it obwines the Meaning of key points: OR Presenis graphics or images that appeal to be inconsistent with the text or confuse the consume'
Fair (1) ▪ thusenis information and reasoning that partially support key analytic points and as confidence levels (explicit or implied): BUT O Uses weak or unclear reasoning: OR 111 Uses language or syntax that might require consumer to read the text more than once to grasp the meaning of key points; OR ▪ Presents Eraphies or images that do little to illustrate, support. or summarize imporant points.
Good (2)
Excellent (3)
ID Presents in and reasoning that partially support key analytic points and associated confidence levels (explicit or implied): AND Uses argumentation that is internally consistent; AND El Uses language and syntax that convey the mean* of key points readily and clearly; AND Explains how reporting supports key assessments: AND El Presents graphics or images that are readily grasped and illustrate. support, or summarize key information
Satisfies jgood c]-iteria: AND El Makes explicit, well itasoned assessments about trends or underlying dynamics/key drivers shaping events: OR Explains how reporting. assumptionw and inferences are woven together to reach key assessments: AND Presents graphics or images that convey concepts or data effectively and could stand alone as valuable referethe aids or visual tools.
Comment
7. Explains chang
nalytic judgments
Poor (0)
Fair (1)
0 Presents with no explanation a key analytic message that is inconsistent with previous analytic production on the same topic by the same analytic clement: El Does not discuss the relationship to previous analytic assessinents on the same topic.
O Notes that a key analytic message has changed. but does not explain the reason for the change: OR O Presents a key analytic message that is consistent with previous analytic production but does not add significant new informafion or
Good (2) I lighlights and explains a change in a key analytic message: OR El Adds significant new hearth:Monor understanding presenting a key analytic message that k consistent with previous production.
Excellent (3) !!g0()
Satisfies Titeria: AND El Discusses iniplications of a change in a key analytic message: OR Discusses implications of a consistent analytic line with significant new information and insight.
Li nderstanding. Comment:
S. Demonstrates collaborative search and analysis
Li
Yes
n No
n N/A
LI
Unclear
Yes—The product shows evidence of collaboration through a co-authorship or contributor line:OR the product shows evidence of outreach in its text or source citations. OR the Body of the test shows evidence of collaboration within the cyber enterprise. wider DoFJ and/or the IC letilhere is no evidence of collaboration during research and all The analysis/product omits crucial points or information because of a lack of collaboration. Alternatives for other agencies or offices are presented with no discussion or explanation.
UNCLASSIFIED 26
UNCLASSIFIED
N/A—The product could mg he coor'Iinaled.
howork was not possible given limest
int or IKe gam]
ipi
Comment
9. Avoids basic presentation flaws
Incorrect Grammar Comment
Incorrect Spelling
Jargon
Incorrect template
10. Effectively Structured
. Yes Yes—The product's main assessment is pion
. No enand clean them is one main po st pei section. and one momment topic sentence per
pal agiaph Bullet and sub bullets ale consist CIII WI lithe pal ate' aph to which they are attached
rifles and sub-titles accurate!, desciihe the
content No—Main assessment uncleai oi poorly expressed: topic sentences not present in subsequent paragiaphs Bullets. sub-bullets. titles and/or subtitles do not conespond to the content piesented Comment:
Summary: What is the overall quality of the assessment?
What is the quality of the writing?
Does the product "add value" to intelligence consumers?
UNCLASSIFIED 27
UNCLASSIFIED
SECTION I CONTRACT CLAUSES EVAL0A110
L 1990)
52.217-5)
(Ref 1. 2
k
2.2
OPMON TO EXTEND 11-M IMRE CL ME CONTRA
(Reference 52.217-9) 1. 3
52.232 22 LIMITATION Op h:JNDS IAPR 1984
(Reference 52.232-221 PME ?PENCE PAP CLAUSE 52.216 29 .LN THE IDOO CO
)k
1. 4 252.216 7002 ALTERNATE A, TIME AND MATERIAL SRLAPOR F 03M PRO: ITEM ACQUISITION WI7H ADEQUATE ?RICE COMPETITION (FEB 2007
L RECLOREMEN1M
NO N COMMERC IA
(Reference 252.216 7002) 1052.232-91 INVOICING PROCEDURES AND PAYMENT - COST REIMBURSABLE COMOBACOS MA? 2011) (Reference 1052.232 91) I. 6
1052.232-96 INCREMELMAL FUND:NEMEC 2008)
(Reference 1052.232 96)
UNCLASSIFIED 28
DEPARTMENT OF DEFENSE
I. CLEARANCE AND SAFEGUARDING a FACILITY CLEARANCE REQUIRED
CONTRACT SECURITY CLASSIFICATION SPECIFICATION
TOP SECRET b. LEVEL OF SAFEGUARDING REQUIRED
The requirements of the DoD Industrial Security Manual apply to all security aspects of this effort) 2. THIS SPECIFICATION IS FOR X and COMplele as applicable) a. PRIME CONTRACT NUMBER X TBD b. SUBCONTRACT NUMBER C. SOLICITATION OR OTHER NUMBER
NONE
I 3. THIS SPECIFICATION IS FOR: M and complete as applicable) . ORIGINAL (Complete date in all cased) Date IYYMIADDI X b. REVISED (Supersedes all revious sixes)
DUE Date (YYMMIDID)
Revision No.
C. FINAL iCorplele Iterli 5 in all isesi
Date IYYMMDDI Dale
DO)
APR 605-0013-15-Z 4. IS THIS A FOLLOW-ON CONTRACT?
X
YES
NO.
I
Classified material received or generated under
HHM402-10-F-0545
5. IS THIS FINAL DO Form 250?
I YES
In r sponse to Me contractor's requested dated
f Yea complete the following: is transferred to this follow-on contract
NO. If Yes, complete the following: I X . retention of the identified classified material is authorized for the period of
6. CONTRACTOR (Include Commercial and Government Entity (CAGE) Code) a. NAME, ADDRESSand ZIP CODE
b. CAGE CODE
c. COGNIZANT SECURITY OFFICE (Name. Address, and Zip Code) Defense Security Service (10FXXX)
TBD
TBD
7. SUBCONTRACTOR a. NAME, ADDRESS, AND ZIP CODE
b CAGE CODE
N/A
C. COGNIZANT SECURITY OFFICE (Name, Address, and Zip Code)
N/A
8. ACTUAL PERFORMANCE a. LOCATION
b CAGE CODE
See Block 13
N/A
C. COGNIZANT SECURITY OFFICE (Name, Address, and Zip Code)
N/A
N/A
9. GENERAL IDENTIFICATION OF THIS PROCUREMENT USCYBERCOM Analysts 10. CONTRACTOR WILL REQUIRE ACCESS TO:
YES
No
a COMMUNICATIONS SECURITY (COMSEC) INFORMATION
11. IN PERFORMING THIS CONTRACT, THE CONTRACTOR WILL: a. HAVE ACCESS TO CLASSIFIED INFORMATION ONLY AT ANOTHER CONTRACTORS FACILITY OR A GOVERNMENT ACTIVITY
X b RESTRICTED DATA
YES
NO
X
b. RECEIVE CLASSIFIED DOCUMENTS ONLY X
c CRITICAL NUCLEAR WEAPON DESIGN INFORMATION
X C. RECEIVE AND GENERATE CLASSIFIED MATERIAL
X d FORMERLY RESTRICTED DATA
X d FABRICATE. MODIFY. OR STORE CLASSIFIED HARDWARE
X e INTELLIGENCE INFORMATION
X e. PERFORM SERVICES ONLY X I HAVE ACCESS TO U.S CLASSIFIED INFORMATION OUTSIDE THE U.S. PUERTO RICO. U.S.POSSESSIONS AND TRUST TERRITORIES
(I) Sensitive Compartmented InlormalLon ISCI) X IP) Non-SCI
X
g BE AUTHORIZED TO USE THE SERVICES OF DEFENSE TECHNICAL INFORMATION CENTER (DTIC) OR OTHER SECONDARY DISTRIBUTION CENTER h. REQUIRE A COMSEC ACCOUNT
X f SPECIAL ACCESS INFORMATION
X
X
X
g. NATO INFORMATION
I. HAVE TEMPEST REQUIREMENTS X
X
h. FOREIGN :GOVERNMENT INFORMATION
i. HAVE OPERATIONS SECURITY (OPSEC) REQUIREMENTS X
X
I LIMITED DISSEMINATION INFORMATION
k RE AUTHORIZED TO USE THE DEFENSE COURIER SERVICE X
i. FOR OFFICIAL USE ONLY INFORMATION
X I OTHER (Specify)
X k. OTHER (Specify) DoDI 8582.01 Requirements DD FORM 254, DEC 1999
See Block 13 X PREVIOUS EDITIONS ARE OBSOLETE
29
X
12. PUBLIC RELEASE.
Any information (classified or unclassified) pertaining, to this contract shall not be released or public dissemination except as provided by the Industrial Security Manual or unless it has bccn approved for •ublie ralcasc by appropriate Govcrnmcnt authority. Proposed public rd eases shall be submitted lor approval prior to rd ease Direct Through (Specify) The Contracting Officer Representative (b)(3) 10 usc 424
NO PUBLIC RELEASE OF SCI IS AUTHORIZED. Requests for other than SCI must be approved through the COR and appropriate channels prior to release. 13. SECURITY GUIDANCE.
The security classification guidance needed for this effort is identified below. If any difficulty is
encountered in applying this guidance or if any other contributing factor indicates a need for changes in this guidance, the contractor is authorized and encouraged to provide recommended changes: to challenge the guidance or classification assigned to any information or material furnished or generated under this contract; and to submit any questions for interpretation of this guidance to the official identified below. Pending final decision, the information involved shall be handled and protected at the highest level of classification assigned or recommended. Baseline Security Classification Guidance (SCG): DoD Instruction C-5240.08, 28 November 2011.
More specific SCG shall be provided by the COR as required. All applicable provisions of DoD 5220.22M and its supplements apply. The Contractor will be required to have a Top Secret Facility clearance granted by the Defense Security Service (DSS) prior to contract implementafion. See attached Security Addendums
CONSENT TO SUBCONTRACT RESTRICTION All security requirements levied upon the prime contractor and/or otherwise associated with this contract shall immediately be flowed down from the prime contractor to any subcontractor (or from subcontractor to a lower tier subcontractor), regardless of the scope of any such participation should it require access to classified Information or unescorted access to controlled space where classified information (regardless of media) and/or hardware is open-stored, generated or otherwise accessible. Escorted access is defined as being under the visual control of appropriately cleared personnel with the requisite need-to-know. Subcontractors are expressly not authorized to participate in this contract unless and until such time the DIA Contracting Officer in coordination with the Office of Security attn: Chief, Industrial Security has expressly consented in writing to the participation of any such participant. As verification, the prime contractor will forward copies of all sub-contract DD254s to the DIA Industrial Security Team. These will be signed in a signature-line, Block 13, and then returned to the prime contractor's Facility Security Officer (FSO) for their signature and distribution. 8a. /11a. Contract performance and access to classified material IS restricted WIMP 10 n33 424 1(b)(3) 10 USG 424 land any other DIA or other U.S. Government controlled facilities. The using contractor or U.S. Government activity will provide security classification guidance for the performance of this contract. The contractor Facility Security Officer (FS0) on file with DSS is: TBD.
If this information is not correct, the contractor must contact
the DSS Field Office identified in Block 6c. and update contractor information as applicable.
See Block 13 Continuation
14. ADDITIONAL SECURITY REQUIREMENTS.
Requirements in addition to ISM requirements, are established for this contract (If Yes, No Yes X Identity the pertinent contractual clauses in the contracl document itself . or provide an appropriate statement. which identines he additional requirements. Provide a copy of the requirements to the cognizant security office Use Item' is if additional space is needed.) Access to intelligence information requires a special briefing and a FINAL U.S. Government clearance at appropriate level for access. Foreign nationals are prohibited from access to any classified information unless sanctioned by an international or cooperative program agreement.
15. INSPECTIONS. Elements oi this contract are outside the inspection responsibility of the cognizant security office.
(If Yes, identify specific areas or
1
1 Yes 1
X
I No
elements carved out and the activity responsible for inspections. Use Item 13 if additional space is needed.)
16 b. CERTIFICATION AND SIGNATURE. Security requirements stated herein are complete and adequate for safeguarding the classified information lobe released or generated under this classified effort. All questions shall e referred to the official named below (b)(3) 10 USG 424 cf. ADDRESS Includ
17. REQUIRED DISTRIBUTION
ip Code)
DIA
X (b)(3) 10 USG 424
a CONTRACTOR b. SUBCONTRACTOR
x
c COGNIZANT SECURITY OFFICE FOR PRIME AND SUBCONTRACTOR d U.S.ACTIVITY RESPONSIBLE FOR OVERSEAS SECURITY ADMINISTRATION
e. SIGNATURE X X
DD FORM 254, DEC 1999 (BACK) 30
e ADMINISTRATION CONTRACTING OFFICER f. DIA Security Office
Item 13 Continuation (pg 1) 10a. Contractor must forward request for COMSEC material/information through the Contracting Officers Representative (COR). The contractor is governed by DoD 5220.22-M, Chapter 9, Section 4 "Communications Security (COMSEC)" and NSA/CSS Policy Manual 3-16. Access to COMSEC material is restricted to US citizens holding a final US Government security clearance. Such information is not releasable to personnel holding only reciprocal clearance. Prior approval from the Government Contracting Agency is required in order for a Prime Contractor to grant COMSEC access to a Subcontractor. Contractor must comply with DIA/DS guidelines. The NSA Central Office of Record has primary responsibility for the auditing of all COMSEC material governed by DoD 5220.22-M. be. (1) See attached SCI Release of Intelligence Information for additional security requirements. Access to intelligence information requires SCI indoctrination and a final Top Secret U.S. Government clearance. Contractor will require access DCID 6/6 "Security Controls on the Dissemination of Intelligence Information, and DCID 6/1 "Security Policy for SCI and Security Policy Manual." For SCI Requirements: The contractor must provide individuals who are able to achieve and maintain the adjudicative standards set forth in the Intelligence Community Directive (ICD) Number 704 "Personnel Security Standards And Procedures Governing Eligibility For Access To Sensitive Compartmented Information and other Controlled Access Program Information," for continued employment. In addition to the aforementioned requirements and as mandated by DIA! 5200.002, paragraph 1.5, dated 23 Mar 2010, all contractors are required to undergo pre-employment, initial, and aperiodic counterintelligence-scope polygraph screening. be. (2) See attached Non-SCI Release of Intelligence Information for additional security requirements. Contractor will require access to ICD 710 "Classification and Control Markings System" (11 SEP 2009)" For Non-SCI Requirements: Top Secret: All contractor personnel assigned under this contract must possess a current Top Secret security clearance. Personnel are required to sign a nondisclosure statement. DIA Office of Security will provide personnel security guidance for the performance of this contract. 10f. The DIA SAP Program Manager (or appropriate User Activity) is responsible for contract access for DIA SAP material. Access to Special Access Information requires a final U.S. Government clearance at the appropriate level or as identified by the Special Program Manager for each, appropriate, Special Access Program. The contractor must coordinate with SAP Program Manager, through the CO/COR, prior to access. They must adhere to the special access requirements/procedures developed by the SAP Office of Primary Responsibility. SAP information/material will be processed IAW DoD 5220.22-M-SUP 1, NISPOM Supplement and affiliated Service/Agency Regulations. SAP Program Manager must approve all such accesses. If a SAP subcontract is awarded, it is the prime contractor's responsibility to incorporate the additional security requirements in the subcontract. Authority for access must be obtained from the DIA SAP Program Manager. 10g. Access to NATO material will be required for reference at the Government, or appropriately cleared contractors facility. Access requires a final U.S. Government security clearance at the appropriate level. Contractor personnel who require access to NATO material will be briefed by the Government Contracting Agency, The Prime Contractor must receive approval from the Government Contracting Agency to grant NATO access to a subcontractor. Contractor personnel shall be debriefed by the Government Cognizant Agency prior to departure from this contract. 10h. Prior approval from the Contracting Officer Representative is required for access to foreign government information for the performance of this contract. Foreign government information must be protected at the equivalent level provided to similar categories of U.S. government information or as specified by the Foreign Government in written government-to-government agreements. Prior approval of the COR is required for subcontracting. 10j. FOR OFFICIAL USE ONLY INFORMATION (FOUO): The Contractor is authorized and may have access to UNCLASSIFIED information/material identified as "For Official Use Only" (FOUO). The contractor is prohibited from further disclosure/dissemination of this information without the expressed written authorization of DIA. FOUO Information provided under this contract shall be safeguarded as specified in DoDM 5200.01 , Volume 4 (DoD Information Security Program: Controlled Unclassified Information (CUI) , February 24, 2012", and may be supplemented by DIA. In addition, contractors or subcontractors must obtain written approval from DIA CO/COR/COTR or DIA Office for Congressional and Public Affairs (CP) prior to posting any unclassified information on any Web site or the Internet. This will also apply to any acknowledgement of association between the contractor/subcontractor and DIA. 10k. All unclassified DoD information in the possession of non-DoD entities on non-DoD information systems shall be protected in accordance with DoDI 8582.01. "Law Enforcement Sensifive" is a marking sometimes applied, separately or in addition to the marking "FOR OFFICIAL USE ONLY," by the Department of Justice and other activities in the law enforcement community, including those within the DoD. It indicates that the information was compiled for law enforcement purposes and should be afforded security in order to protect certain legitimate government interests. Except when using page markings that reflect the classification of the information on that page, FOUO-LES shall not appear in the banner line because the classification adequately protects the unclassified information. Where page markings reflect the classification of information on the page, the banner line for pages containing LES information but no classified information shall be "UNCLASSIFIED//FOR OFFICIAL USE ONLY-LAW ENFORCEMENT SENSITIVE" or "UNCLASSIFIED8FOUO-LES.
31
Item 13 Continuation (pg 2)
If an unclassified portion of a classified document contains FOUO-[ES information, the portion marking (11//FOUO-[ES) shall be used. If a portion of a classified document contains both classified and FOUO-LES information, the appropriate classification designation is sufficient to protect the information and no additional marking shall be used to designate the LES content. Do not commingle classified information and [ES information within the same portion. Before an employee departs, the contractor will ensure the employee goes through DIA SSO to be debriefed and return all badges. All classified visit requests by contractors shall be forwarded to the COR for approval and need-to-know certification before being sent to the facility to be visited. All classified information received and/or generated under this contract is the property of the U.S. Government regardless of proprietary claims. Upon completion or termination of this contract, the U.S. Government will be contacted for destruction or disposition instructions. In the event of a suspected or verified security violation associated with this contract or pre-award effort, the Facility Security Officer (FSO) or appropriate program security officer must notify their COR within 24-hours of their knowledge of the incident. The OCR will advise DIA/SEC1 (Industrial Security), (703) 735-1532 immediately upon notification from the contractor, as well as the cognizant DIA Contracting Officer. CJCSM 3213.020. During the course of the execution of duties as all source analyst, targeteer, planner. and/or while assigned to USCYBERCOM Directorate of Intelligence, individuals assigned to this contract may require access onsite to ACCM/Focal Point Program information as determined by the COR and local ACCM control officer. If access is required, individuals must handle the information in accordance with DoDM 5200.01(series), Volumes 1-4; CJCSM 3213.02(series) and applicable program security plans and security classification guidance. Incorporate Antiterrorism measures in accordance with DoD 0-2000.12-H (Chapter 20 Appendix 8) 11f. Contractor and its subcontractors, when performing or traveling outside the United States under this contract shall: 1. Affiliate with the Overseas Security Advisory Council, if the contractor or subcontractor is a U.S. entity; 2. Ensure personnel who are in-country on a non-transitory basis, register with the U.S. Embassy, and contractor and subcontractor personnel who are third country nationals comply with security related requirements of the Embassy of their nationality; 3. Provide personnel with antiterrorism/force protection awareness information commensurate with DoD military and civilian personnel, to the extent such information can be made available prior to travel outside the United States. 4. Obtain and comply with the most current antiterrorism/force protection guidance for contractor personnel. 5. Overseas places of performance are expected to include: Pearl Harbor, HI. 11j. 1. The contractor will apply Operations Security (OPSEC) to enhance protection for classified and unclassified critical information. While the documents identified in references below provide details on the development of OPSEC programs and implementation of OPSEC analyses, the requirements below provide the minimum standards for OPSEC application directed on this contract. (a) The contractor program manager (PM) or a delegated OPSEC coordinator will be familiar with operations security (OPSEC) as described in National Security Decision Directive Number 298, DoD Directive 5205.02, DoD Manual 5205.02-M, and DIA Directive 5800.100, current versions. (b) Military Service and COCOM OPSEC guidance (Joint Publication 3-13.3, CJCS Instructions, and appropriate Service or COCOM issuances) may also apply if the contracted activity is performed in a Service or COCOM operational environment. If performance is conducted in a tenant arrangement within a Service or COCOM environment and a conflict is identified between local and DIA guidance, forward concerns through the COR to the DIA OPSEC Program Manager (SEC-6) for clarification. 2. Personnel will comply with OPSEC measures and program requirements established at the government site/program. (Contract performance will occur within a DIA site/managed program where an OPSEC PM or Coordinator is designated by the government.) 3. The contract PM will identify an OPSEC coordinator and keep the COR apprised of current contract information. (Use when contract performance will occur at a geographically separate location from DIA site/management), 4. Personnel supporting the contract will protect details described on the Critical Information List (CIL) provided by the COR as proprietary to the government, 5. All personnel supporting the contract will receive initial and recurring (at least annually) OPSEC awareness training that identifies relevant threat information including techniques used by adversaries to obtain classified and unclassified critical information, directed OPSEC measures, OPSEC coordinator contact information, and reporting requirements. The OPSEC coordinator will maintain training records reviewed during assessments or compliance inspections. 6. Additional supplements may be added by DIA on a case-by-case basis. 111. All provisions of ICD (Intelligence Community Directive) 503 "Policy for Information Technology Systems Security Risk Management, Certification and Accreditation" and DOD Information Technology Security Certifications and Accreditation Process apply.
32
Item 13 Continuation (pg 3)
Contractors shall provide all cleared employees with security training and briefings commensurate with their involvement with classified information. The contractor shall provide all cleared employees with some form of security education and training at least annually. Refresher training shall reinforce the information provided during the initial security briefing and shall keep cleared employees informed of appropriate changes in security regulations. Contractors shall maintain records about the programs offered and employee participation in them. Contractors may obtain defensive security, threat awareness, and other education and training information and material from their GSA or other sources.
Contract Expiration Date: 29 Sep 2020
Version 3.1 (November 2013)
33
Attachment 1 RELEASE OF SENSITIVE COMPARTMENTED INFORMATION (SCI) INTELLIGENCE INFORMATION TO US CONTRACTORS ATTACHMENT TO DD FORM 254 FOR CONTRACT NO: TBD...this is a re-compete for USCC J2
NUMBER OF SCI BILLETS AUTHORIZED: As Required CONTRACT EXPIRATION DATE: 29 Sep 2020 The Director. DIA has exclusive security responsibility for all Sensitive Compartmented Information (SO); classified material released to or developed under the contract and held within the Contractor SCI Facility (SCIF), DoDM 5105.21-V1, (Sensitive Compartmented Information (SCI) Administrative Security Manual: Administration of Information and Information Systems Security), DoDM 5105.21-V2, (Sensitive Compartmented Information (SCI) Administrative Security Manual: Administration of Physical Security, Visitor Control, and Technical Security), DoDM 5105.21-V3, (Sensitive Compartmented Information (SCI) Administrative Security Manual: Administration of Personnel Security, Industrial Security, and Special Activities), DCID 6/1 , ICD 503, ICD 704, DCID 6/6, DCID 6/7, ICD 705, National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-R (Department of Defense Industrial Security Program) and will comply with all regulations/manuals/directives stated therein which provide the necessary security & classification guidance for personnel, information, physical, AIS, and technical security measures and is a part of the SCI security specifications for the contract. Inquiries pertaining to SCI classification guidance determination or interpretations shall be directed to the Contracting Officer /Contracting Officer Representative (CO/COR) identified in Block 12 of the attached DD254. 1. Requirements for access to SCI: a. SCI will be handled in accordance with special security requirements, which will be furnished by DIA Special Security Office (SSO). b. SCI will not be released to contractor employees without specific release approval of the originator of the material as outlined in governing directives; based on prior approval and certification of "need-to-know" by the designated contractor. c. Names of contractor personnel requiring access to SCI will be submitted to the contracting officer's representative (COR) for approval. Upon receipt of written approval from the COR, the company security officer will submit request(s) for special background investigations in accordance with the NISPOM. to the Defense Security Service (DSS). d. Inquiries pertaining to classification guidance on SCI will be directed through the CSSO to the responsible COB as indicated on the DD Form 254. e. SCI furnished in support of this contract remains the property of the Department of Defense (DoD) department, agency, or command originator. Upon completion or cancellation ot the contract, SCI furnished will be returned to the direct custody of the supporting SSO, (b)(3) 10 USG or destroyed IAW instructions outlined by the COR. (b)(3) 10 USG 4 24 424 f. SCI will be stored and maintained only in accredited facilities. g DIAl(b)(3) 10 USG 424 will recognize the above noted expiration date as completion date for the contract. DIPI 'twill initiate action to menet contractor personnel with access to this contract unless extensions or modifications to the contract are received no later than 30 days after the established completion date. • (b)(3) 10 USG • 424 h. The contractor is governed by ICD 704. 'Personnel Security Standards and Procedures Governing Eligibility for Access to Sensitive Compartmented Information (SCI) And Other Controlled Access Program Information ' and as may be supplemented by DIA Although contractor personnel may be eligible for access to SCI or currently possess an SCI personnel security clearance with non-DIA agency, contractor personnel performing on this contract must be adjudicated by DIN "prim to having access to SCI information retained by DIA, unescorted access to DIA spaces, and receipt of a DIA issued contractor badge. The contractor will identify in writing, contractor personnel assigned to this contract by NAME, SSN, Date of Birth and Place of Birth, and provide this documentation to the CO/COR identified in paragraph 3, above. The CO/COR will forward a copy of this documentation to Dli. for adjudication. This documentation will be marked and protected under the Privacy Act of 1974. (b)(31,10 USG 424 ) i. Electronic processing of SCI must be accomplished on equipment accredited in accordance with DoOM 5105.21-V1, DIAM 50-4, ICD 503, and the DoDIIS-Joint Security Implementation Guide (DJSIG). 2. The contracting officer's representative (COW will: a. Review the SCI product for contract applicability and determine the product is required by the contractor to complete contractual obligations. After the COR has reviewed the SCI product(s) for contract applicability and determined the product is required by the contractor to complete obligations, the COR must request release from the originator through the Intelligence Division, Originator release authority is required on the product types below: 34
i. Documents bearing the control markings of ORCON, PROPIN. ii. NSA/SPECIAL marked product. iii. All categories as listed in DoDM 5105.21-VI. b. Prepare or review contractor billet/access requests to insure satisfactory justification (need-to-know) and completeness of required information. c. Approve and coordinate visits by contractor employees when such visits are conducted as part of the contract effort. d. Maintain records of SCI material provided in support of the contract effort. By 15 January (annually), provide the contractor, for inventory purposes, with a complete list of all documents transferred by contract number, organizational control number, copy number, and document title. e. Determine dissemination of SCI studies or materials originated or developed by the contractor. I. Within 30 days after completion of the contract, provide written disposition instructions for SCI material furnished to, or generated by, the contractor with an information copy to the DIA SSO. g. Review and forward contractor requests to process SCI electronically to DIA/DS for coordination. h. Request for release of intelligence material to a contractor must be prepared by the contracting officers representative (COR) and submitted to DIA Senior Intelligence Officer or his designated representative. This should be accomplished as soon as possible after the contract has been awarded. A letter explaining the requirement shall be attached to the request along with a copy of the DD Form 254 and Statement of Work. 3. The contractor will inform the CO/OCR and DIA Office of Security a minimum of 20 working days in advance of visits which involve the passing of access from one location to another. (Note: Emergency exceptions will be handled on a case-by-case basis.) The CO/OCR will certify need-to-know and approve passing of clearances by DIA SSO. 4. SCI with restrictive caveats will be released to the contractor only when the originators approval has been obtained. The contractor will not release SCI to any person without prior approval from the CO/COR. 5. Transporting of SCI on commercial aircraft is authorized by an exception waiver issued by DIA Office of Security. G. The contractor is authorized direct communications with the designated CC/COP and DIA Office of Security on all matters pertaining to SCI requirements. The CO(COR identified in Block 12 will receive a copy of any correspondence, which may have an impact upon the contractors ability to perform under this contract. 7. On receipt of impacts to the contract, the contractor will inform the COR, who, in turn, will notify the Contracting Officer/ Activity prior to expending additional funds. B. Contractors who have TOP SECRET/SCI access may have unescorted access to a government facility, including Government Owned/Contractor Operated (GO/GO) facilities, and may be permitted to work alone inside the facility without the requirement for the presence of a U.S. Government employed representative provided PROPIN, ORCON, SIOP, CNWDI, Law Enforcement Sensitive (LES) and other special program materials are secured to preclude contractor access to this material, or a non-disclosure form is signed by the contractor(s) w/ written approvai of the originating agency, or if a U.S. Government employee (military or civilian) is onsite at the time. 9. Electronic processing of SCI must be accomplished on equipment accredited in accordance with DoDM 5105.21-V1, DIAM 50-4, ICD 503, and the DoDIIS-Joint Security Implementation Guide (DJSIG).
Version 3.1 (November 2013)
35
Attachment 2 RELEASE OF NON-SENSITIVE COMPARTMENTED INFORMATION (SCI) INTELLIGENCE INFORMATION TO DoD CONTRACTORS ATTACHMENT TO DD FORM 254 FOR CONTRACT NO: TBD...this is for USCC J2
CONTRACT EXPIRATION DATE: 29 Sep 2020
1. Requirements for access to non-SCI. a. Any collateral classified and/or proprietary sensitive information obtained by contractors on behalf of CIA's mission, will only be discussed or processed in facilities approved by DIA leadership. At no time, will such information be discussed or shared with unauthorized contractors. DIA contractor employees will be required to sign a Non-Disclosure Agreement stating the same. b. All intelligence material released to the contractor remains the property of the US Government and may be withdrawn at any time. Contractors must maintain accountability for classified intelligence released into their custody. c. The contractor must not reproduce intelligence material without the written permission of the originating agency through the contracting officers representative (COR). If permission is granted. each copy shall be controlled in the same manner as the original. d. The contractor must not destroy intelligence material without advance approval or as specified by the contracting officers representative (COR). (EXCEPTION: Classified waste shall be destroyed as soon as practicable in accordance with the provisions of the Industrial Security Program). e. The contractor must restrict access to those individuals who possess the necessary security clearance and who are providing services under the contract with a valid need to know. Further dissemination to other contractors, subcontractors other government agencies, Private individuals or organizations is prohibited unless authorized in writing by the originating agency through the COR. f. The contractor must ensure each employee having access to intelligence material is fully aware of the special security requirements for this material and maintain records in a manner which permit the contractor to furnish, on demand, the names of individuals who have had access to this material in their custody. g. Intelligence material must not be released to foreign nationals or immigrant aliens whether they are consultants. US contractors, or employees of the contractor and regardless of the level of their security clearance, except with advance written permission from the originator. Requests for release to foreign nationals shall be initially forwarded to the contracting officer's representative and shall include: i. A copy of the proposed disclosure. ii. Full justification reflecting the benefits to US interests. iii Name, nationality particulars of clearance, and current access authorization of each proposed foreign national recipient. h. Upon completion or termination of the classified contract, or sooner when the purpose of the release has been served, the contractor will return all classified intelligence (furnished or generated) to the source from which received unless retention or other disposition instructions (see DCID 6/1) are authorized in writing by the COR, and a Final DD254 is generated. i. The contractor must designate an individual who is working on the contract as custodian. The designated custodian shall be responsible for receipting and accounting for classified intelligence material received under this contract. This does not mean the custodian must personally sign for all classified material. The inner wrapper of classified material dispatched should be marked for the attention of a designated custodian and must not be opened by anyone not working directly on the contract. j. Within 30 days after the final product is received and accepted by the procuring agency classified intelligence materials released to or generated by the contractor, must be returned to the originating agency through the contracting officer's representative unless written instructions authorizing destruction or retention are issued. Requests to retain material shall be directed to the COR for this contract in writing and must clearly indicate the justification for retention and identity of the specific document to be retained. k. Classification, regarding. or declassification markings of documentation produced by the contractor shall be consistent to the information or documentation from which the new document was prepared If a compilation of information or a complete analysis of a subject appears to require a security classification other than the source documentation the contractor shall assign the tentative security classification and request instructions from the contracting officer's representative. Pending final determination, the material shall be safeguarded as required for its assigned or proposed classification, whichever is higher until the classification is changed or otherwise verified.
36
2.
3.
4.
Intelligence material carries special markings. The following is a list of the authorized control markings of intelligence material: a.
"Dissemination and Extraction of Information Controlled by Originator (ORCON)." This marking is used, with a security classification, to enable a continuing knowledge and supervision by the originator of the use made of the information involved. This marking may be used on intelligence, which clearly identifies, or would reasonably permit ready identification of an intelligence source or method, which is particularly susceptible to countermeasures that would nullify or measurably reduce its effectiveness. This marking may not be used when an item or information will reasonably be protected by use of other markings specified herein, or by the application of the "need-to-know" principle and the safeguarding procedures of the security classification system.
b.
"Authorized for Release to (Name of Country (les)/International Organization." The above is abbreviated -REL This marking must be used when it is necessary to identify classified intelligence material the US government originator has predetermined to be releasable or has been released through established foreign disclosure channels to the indicated country (ies) or organization.
The following procedures govern the use of control markings. a.
Any recipient desiring to use intelligence in a manner contrary to restrictions established by the control marking set forth above shall obtain the advance permission of the originating agency through the COR. Such permission applies only to the specific purposes agreed to by the originator and does not automatically apply to all recipients. Originators shall ensure prompt consideration is given to recipients' requests in these regards, with particular attention to reviewing and editing, if necessary, sanitized or paraphrased versions to derive a text suitable for release subject to lesser or no control markings.
b.
The control marking authorized above shall be shown on the title page, front cover, and other applicable pages of documents, incorporated in the text of electrical communications, shown on graphics, and associated On full or abbreviated form) with data stored or processed in automatic data processing systems. The control marking also shall be indicated by parenthetical use of the marking abbreviations at the beginning or end of the appropriate portions. lithe control marking applies to several or all portions, the document must be marked with a statement to this effect rather than marking each portion individually.
c.
The control markings shall be individually assigned at the time of preparation of intelligence products and used in conjunction with security classifications and other marking specified by E.O. 13526 and its implementing security directives. The marking shall be carried forward to any new format in which the same information is incorporated including oral and visual presentations.
Request for release of intelligence material to a contractor must be prepared by the contracting officer's representative (COR) and submitted to the Senior Intelligence Officer or his designated representative. This should be accomplished as soon as possible after the contract has been awarded. The request will be prepared and accompanied with a letter explaining the requirements and copies of the DD Form 254 and Statement of Work.
Version 3.1 (November 2013) 37
Security Addendum-Standard As Applied to Contract
Dated: 20 Jan 15 1. The name, telephone number, and address of the CO COR for this contract is
(b)(3)10 066 424
2. The private use of classified information is not permitted except in furtherance of a lawful and authorized Government purpose. 3. Security briefings will be in accordance with the NISPOM and or other appropriate directives (DoDM 5105 21-V1, and Enclosure 5 to DoDM 5200.01-V3). In all cases, the employee will be briefed on his her obligation to safeguard the information. The employee contractor will be debriefed according to the applicable regulations when the access is terminated and or no longer has the need-to-know. 4. The Contractor Special Security Officer (CSSO) will maintain records, by name and title, of all employees and authorized visitors who have access to the classified and/or intelligence material. The CSSO will confirm employees Visitors are appropriately cleared and authorized, prior to gaining access to the material. 5. ALL MATERIALS GENERATED BY THE CONTRACTOR (including but not limited to correspondence, drawings, models, mockups photographs, schematics, status, progress, and special reports) will be classified according to its own content and/or by special instructions issued by the GSA Contracting Officer or his her duly appointed representative. 6. Special instructions and controls for the handling, processing, storing, and transmission of classified information and material are provided in the appropriate regulations manuals or directive. The documents are identified as follows. DIAM (58-Series Manuals) and DIA Desk Reference Guide to Executive Order 13526. 7. The contractors will not release classified and/or intelligence material to any activity, employee. or other person not directly engaged in providing under this contract unless specific written authorization for such release is received from the CO'COR. This prohibition precludes release without written authority to another contractor or subcontractor. Government agency. private individual, or organization. 8. Unclassified information released or generated under this contract will be restricted in its dissemination to contractor and Government personnel involved in the contract. Release in open literature or exhibition of such information is strictly prohibited without permission of the CO COR. 9. Intelligence material, whether or not bearing control markings. will not be released to toreign visitors, foreign nationals, or immigrant aliens regardless of their position or level of security clearance except with the specific permission of the originating agency. 10 If the contractor is required to utilize wireless transmitter devices, to include radio frequency (RF) or infrared (IR) to support this contract the contractor must contact (DIA/SEC1 SCIF Management Branch) and identify the device(s) planned use purpose or scope of the device(s). respond to requests for additional information concerning such device(s), and comply with TEMPEST guidelines identified by (DIA/SEC1 SCIF Management Branch). 11. The contractor will comply with DIA policy, and revisions, regarding the use of Portable Electronic Devices (PED) within DIA accredited spaces. Should the contractor be within spaces belonging to another agency (Host). the contractor will comply with the host requirement. A PED is any electronic device that receives, transmits, stores, processes, records audio visual, scans or otherwise is capable of manipulating information in any form. A PED includes but is not limited to cellular telephones cameras pocket scanners, voice recorders, pagers, and computers. 12. Classified and/or intelligence related material released to or generated by the contractor may be destroyed locally by the contractor. Such destruction will be in accordance with applicable regulations: DoDM 5105.21-V1 or Chapter 5, Section 7 NISPOM. utilizing destruction procedures. devices. methods, or equipment approved by the National Security Agency 13. By virtue of access to SCI and or intelligence material, contractor employees may have restrictions placed on them for foreign travel in or through designated countries or geographic areas. The contractor shall be responsible for exercising adequate supervision to assure employees are willing to comply with notification requirements for anticipated and completed foreign travel. 14 Subcontracting this contract or any portion thereof requires the contractor to sponsor the subcontractor and be approved by the CO.COR. The prime contractor must complete a separate DD 254. Additionally the subcontractor must have a final facility clearance issued by Defense Security Service (DSS) or other U S. Government agency authorized to issue equivalent clearances
15. Contractors are prohibited from having access to "PROPRIETARY INFORMATION" (abbreviated PROP IN), and "DISSEMINATION AND EXTRACTION OF INFORMATION CONTROLLED BY ORIGINATOR" (abbreviated ORCON) unless in compliance with one of the following: 38
a The originating agency of the PROPIN and ORCON provides written consent to the accessing contractor, and the accessing contractor agrees in writing with the originating agency not to divulge. use. or otherwise release PROPIN and CROON. The originating agency of the PROPIN and ORCON is responsible for identifying and marking PROPIN and ORCON material. The CO COR is responsible for identifying marked PROPIN and ORCON information within their control and initiating the request and release documentation between the originating agency owning the PROPIN and ORCON and the accessing contractor If the originating agency of the PROPIN and CROON fails to or denies access to the accessing contractor, or if the accessing contractor fails to or does not agree to not divulge, use, or otherwise release the PROP IN and ORCON, then the CO COP is responsible for denying PROPIN and ORCON access until the appropriate documentation has been completed. Contractors who intentionally obtain access to PROP IN and ORCON without the required documentation, may be subject to civil and criminal liabilities and penalties as provided by law. US Government employees who release PROPIN and ORCON whether intentionally or accidentally to unauthorized contractors are subject to civil and criminal liabilities and penalties as provided by law; b. A US Government employee (military or civilian) is on-site when contractor access to PROPIN or CROON is possible or available. 16 The contractor must comply with Foreign Ownership Control or Influence (FOCI) restrictions and notifications as outlined in the NISPOM. 17. If the contractor identified in Block 6a. Block 7a or Block 8a. is identified as a contractor with FOCI by Defense Security Service (DSS) a favorable National Interest Determination (ND) must be completed as outlined within the NISPOM prior to the contractor being awarded the contract and having access to PROSCRIBED INFORMATION. PROSCRIBED INFORMATION includes COMSEC, Sensitive Compartmented Information, Critical Nuclear Weapons Design Information, Restricted Data. Formerly Restricted Data, TOP SECRET Special Access Programs, other classified information, and other Executive Branch Departments and Agencies for classified information under the cognizance of such 18. The contractor may not introduce, activate or use any wireless transmission devices within DIA accredited facilities without first receiving written permission froml(b)(3) 10 USG 424 I Military Departments, Major Commands, Combatant Commands Senior Intelligence Officers, and local special security Lancers or uontractor Special Security Officers may require more stringent standards which must be complied with. If the contractor is located within another agency's facility or accredited facility, the contractor will comply with the other agency's policies regarding the introduction, activation or use of any such device. The Director, National Intelligence (DNI) may by policy, directive or other means, bar the introduction of any wireless transmission device into any SCIF area after the date of this contract. Should this occur the DNI policy will automatically supersede this paragraph and if the wireless device is still required to be introduced into the SCIF area, justification and a waiver request must be submitted to SEG1 tor a determination. 19. Contractors who anticipate a change of name and/or ownership, must notify the CO(COR in writing upon consideration ot the proposed change. Changes may affect facility clearances which affects continuance of the contract. 20. A security review of this DD Form 254 is required during different stages of the contract or any revision of this contract. The COCOA will provide the contractor with applicable changes in security requirement(s) by issuing a revised DD Form 254 NOTE: CONTRACTORS. PLEASE GO THROUGH YOUR CO'COR PRIOR TO CONTACTING THE OFFICES BELOW. DIA Points of Contact for Security Issues: DIA (b)(3) 10 USG 424 DIA DIA DIA DIA
Version 3.1 (November 2013)
39
COST MODEL WORKSHEET INSTRUCTIONS I DEARS 252.216-7002 prohibits the use of blended prime/subcontractor rates on non-commercial item acquisitions with adequate price competition. Therefore, this spreadsheet must be completed for ALL fully loaded labor rates proposed by the Offeror's team, both prime and subcontractor rate(s), for each labor category in the base AND option years 2
Offeror shall enter labor rates into cells under Column D in the tan colored cells only. If the Offeror has more than one rate for each labor category (ie a prime rate and a subcontractor rateR0), insert additional rows to include the subcontractor rates. See sample worksheet titled ''SAMPLE COST MODEL WKSHT'' contained in this workbook.
3
Offeror shall enter G&A PERCENTAGE under COLUMN E in the TAN COLORED CELLS ONLY.
4
Offeror shall not change formulas in COLUMN E.
5
Total ODC PLUG CEILING VALUES are provided and Offeror shall NOT adjust.
40
SAMPLE ONLY-DO NOT PROVIDE INFORMATION IN THIS WORKSHEET Labor Category/Position Description
of FTEs
31 ALL-SOURCE ANALYSTS - SENIOR 110C All-source Analysts
(b)(4)
II of Hours I
LABOR RATE
110[ All source Analysts (Subcontractor 1), if necessary 110C All sourcc Analysts (Subcontractor 2), if nccessary Terrorism Analyst
SAMPLE ONLY-DO NOT PROVIDE INFORMATION IN THIS WORKSHEET
41
IExtended Total
BASE YEAR - BASF LABOR Labor Category/Position Description
it of ETEs
If of Hours
Extended Total
Labor Ram
ALL-SOURCE ANALYSTS • SENIOR
(b)
1. I Mission Alanagonent. Uollcctio n. 'rod petiot 110C All litine A11111 1 111117111g711[71N11,11/11 dui 3.1 All SERUM: Analysis and Production 110C All—unite Analysts tAintlysis and Pioducion 1.3 Current Intelligence and Joint Operations Cents r IcIlicj II 110C All—unite Analysts Gummi Intellignitiai 110C Alltiouice Analyili tramp& hilelligence 24 x7 x3lan day a >7. 3.4 Intelligence Plans Integration & Intelligence Intelligencii Pl;in'ier and Integration
Training
littelliames Support lo
IcilipIpIlis Mat Target Development and Battle Da ge Asccpiient
vhcr Combat Targep Dcvcluper and RallIC Damage
worms CEA
3.7 DoD HI MINTand Counterintelligence (11) in Cubempa CUHUMINT Ream &hems Manage' PUHUMINT Reports Oiliccr HIIMINT Collection Operations Analyst IT Analyst supponina HUMINT Isperm i tIn n cyberspace GUIlle MINT language analyst 11 Operations Supp.prt Inichscucc Opcialtons lessedich aud A17111111711 Supped. littelligenss Analysis to Scitilunitire C:yl,cr Inialltn•inie Eruct Ts 311
her National Mission romc In
lyric] Comb& Target Developer and L1.11117 I/ mug... A,c,rocill, lTaIciccr All-Amor Analysts IC Trani littelligenss) All soups Analysis IAn doss and Proditionin ALL-SOURCE ANALYSTSMIDDLE nage
(nI lectio n, Pr, do etion Reqo i remenan ii
tent
12 All Source Analysis 110C All suitor. An dash I 13 Current Intelligence and Joint Opcihtions Center Ink HOC All-Ennee Analysts tedui Am Intelligence' HOC Allymucc
'1117 111Intolliaoncc 24x7x1fie des
14 Intelli ence Pa n Integration & Intel ligen
PP,
reises and Trainiro
Intelltgencc Planner and Imegnition littelligense Summit to Eseppes ond Totimitg 3.6 Combat Target Development and Battle Damage Assessment Cyber Combat Target Developer and Battle Damage Assessments (Tar e r)
-
3.9 Operations support Intelligence Operations Research and Analytical Support Intelligence Analysis to Synchronize Cyber Intelligence Enterprise ALL-SOURCE ANALYSTSJUNIOR 3.2 All Source Analysis and Production 110C All source Analysts (Analysis and Production KNOWLEDGE MANAGEMENTSENIOR 3.5 Knos.Iedge Management Intelligence Requirenictips Analyst Intelligence Roquiromui Intelligence Graphics Sp.:Tabs! Intelligence Toshnical Editor oil Finished Inicilltacnec Produs idelltneucc Shatehona Developer 1.8 Mission PPM1 nitglo and Policy Access Maims& lidellmeucc Pommel Security ClemanceP115Ce11,111 EXC711111C
SILhC Iniallmente Task Fastlinto
ISSION SUPPORTMIDDLE Overyight and Policy Access Mannger ltiiellipepicss Persinnel S1212111iiy Clearance Pmeessing Defense Travel System Facilitator &
Travel Reip
Andy&
Executive Suite Intelligence Tail: Facilitator TASK ORDER MANAGEMENTSENIOR 3.11 Project Ma
TOTAL BASE YEAR FTE:
LABOR VALUE: $
42
C&A Percentage( %) applied to C/E/Cs
0.00%
Con ODC Plug Ceiling S Value Including C&A) OE/Cs (bichide International and domestic travel
%OM IF per diem ci alld
ODC VALUE: $ TOTAL VALUE: $
RASE YEAR - SURGE Labor Category/Position Description
Itt of FT Eal
N of Hours
Labor Rate
IExtended Total
ALL-SOURCE ANALYSTS - SENIOR 112 All Source Analysis and Production
M(4
110C Allminian An 44, lAii Ma, and Pio Iti Intelligeuce and nut iperatIOhl MSC All ,MII La
In tell ie
Ill I alIinc ice'
1 3.4 Intelligence Plans Integration & Intelligence Support
ercisesand Try intro
Intellincood Suppm i In Exorcism and Training
5
1.6 Combat Target Development and Battle Oaniac A sscsnlcnt Cris& Comb& Tarr& Dasoluper and Borne Mama& A,
ci
Tairolcci I
ALL-SOURCE ANALYSTS MIDDLE 112 All Source Analysis and Production 110C Alkmaar Analml, lAisolsa, and Pioduanoill 13.3 Current Intelligence and joint Operationy Center
e
HOC All4moca /14344, iCij r1e.nIhaellinenani 13.4 tntelli gence Plans Integration & Intelligence Support ercisesand Try intro lniclligcncc
tit in Foam
Training
136 Cum hat ia runt Development and Bat Ic Oaniac A sscsnlcnt Cylon Comb& Tam& Dasoluper an
c A‘sa,,mcials lTuIciccnl
SURGE LABOR TOTAL VALUE: $
TOTAL BASE YEAR SLR BASE YR ODCs C&A PCNCIltageVie) applied tu OUC6 Ginit (10C Plug Ceiling S Value I Including O&M ODCs tint:Ind1: International and domestic. travel
0.00% (b)(4)
"DC VALUE: $
I per 1 icilisl and se I/contracts.)
SURGE TOTAL VALUE: $
BASE YEAR TOTAL VALUE: $
43
OPTION YEAR I • RASE LABOR Labor Category/Position Description
of VIKA
It of Hours
Labor Rate
IExtended Total
ALL-SOURCE ANALYSTS - SENIOR Mission Management, Collection. Prod
on Req ii rcm en
(b)
110C All-Amite Analysts I Intel hems c Prissio 31 All Source Analysis and Product HOC All-Duce Analysts t Antilop an 31 Current Intelligence and Joint Operations Center In HOC All-Dui& Analysts teuitunt Title Alloculec Analysts teltrient Inteldgence 21x7x Una do a yca 14 'little&
S
rilellicenss Pianist] ansl Inicciation hilyllayancs 'summit& LN1.11.1.111, and •I 3.4 Cornbat Target Oeveiopnie nt andDa Cyher Combo T.11111121 Dess2111111'1 .111 D
,co mend. Tat
17 DIM lir STINT and Counterint
litespa
CI 1-111INT Begun einem. Manage' CI 1-111INT Rept11-1, SUBSIST foremen ()sermons Aitalyst IT An Ilya summing HUMINT sperauilsius cyberspace Cl/HI:MINT language analyst rations Suppi titutus Research and Analytical Support Sv,iclt,s,,iize Cyber Intelhget ice re ill C
Force Intent Dc
ci
Analma ALL-SOURCE ANALYSTS
IDLE
Collection Pr d C
nce An
Itiitcllii±ciicc Me
ern
12 All Source Analysis and Prod° HOC All-scui
Da Ptodt,r
1.3 Current Intelligoicc and 31111111 Opt rations Ceitte r In tell 110C All &WU' All LIY.S IC wont Intslliguisci HOC All .1111L12 A,uatysts ICui it is InElliesnue 24x7x3( 'lava
du
3.4 Intelligence Plans Integration & Intelligence So RN
nd T
Intelligencc Planner and Integration Intelligence Support to Exercises stud Training 3.6 combat Target Development and Battle Damage Assessment Cyber Combat Target Developer and Battle Damage Assessments Jargeree 3.9 Operations Support Intelligence Operations Research and Analytical Support Intelligence Analysis to Synchronize Cyber Intelligence Enterprise ALL-SOURCE ANALYSTS JUNIOR 3.2 All Source Analysis and Production 110C All-source Analysts (Analysis and Production) KNOWLEDGE MANAGEMENT SENIOR %sleds telIiueuucc Rcqiuircnscnis Analyst olloonee Resoirenienix Analyst olloonee Conine, Spoil:ski olloonee Teelocall Pallor hr Drolied Intelligence Potluck tclligcncc
tiepins Dcvcltuper sport such! 21111. Pointy Acccs, Manage'
Inc cc PcirDonel S cetni ly Clcarsnce Pioecytny ulna Suite Intelhgetice •I ask I authialoi ISSION SUPPORT MIDDLE 3,8 Mission StipliOlt Imargensc Oseisolti and Policy Asses, Blandon Intelligeuicc Reisunital Soon> Clounitic Ploosoing Dcleoe Toot &> ,1011 F;tcilit;ttisr & Joint Poet Regulation, Anne. Fostmue Sone Intelligence Task Fothi TASK ORDER MANAGEMENT EN III Pro fret Man
nsrAL BAY, TAR Fl
LABOR VALUE: $
44
OPTION YR I ODCs C&A Percentage( Cii) applied to ()Des Govt ODC Plug Ceiling S Value lIncluding C&A) ODCs (include International and domestic travel
IF per diem ci alld
ODC VALUE: $ TOTAL VALUE: $ OPTION YEAR I • SCROE
Labor Category/Position Description ALL-SOURCE ANALYSTS - SENIOR
10
112 All Source Analysis and Production 110C Al Luce( e arid Pi &Wince
of FT Eel
N
of Flours I
Labor Rate
IExtended Total
)(4
coil 11-icieco 1n 3.4 Intelli ence Plans integration & Intelligence Support Inicllp )1 to Excrit'd Trainuw 116 Combat flret Llevclupnicnt Cylv] Cunib.51Targei De..eluper and B.511 ALL-SOURCE ANALYSTS - MIDDLE C
,tit]ii.e All
C An-
I A11.11% I
Dam
r
and Try inlet.
snlcnt clii, T.ii
11(1P1oLlith.(ion
Ill
Intel Ii ff.encc Suppini to Ex
d Train ii
116 Combat Target Developmcn eche] Cunibol Targei De..eluper an
TOTAL U Fl ION LAR SURCL Fm OPTION YR I SURGE ODC
SURGE LABOR TOTAL VALUE: $
C&A PcrecntageOU) applied to ODCs Govt 0IW Plug Ceiling S Value lIncluding O&M Onus (include International and domestic travel (Ma. per dims)
ODC VALUE: $
baintracts.)
45
OPTION YEAR 2 • RASE LABOR
of FTEd
Labor Category/Position Description
# ofIIo rS I
Labor Rate
I Extended Total
ALL-SOURCE ANALYSTS - SENIOR Mission Management, Collection. Prod
on Req ii rcm en
110C Allocuice ADD+ llondlociinc Mono 3.2 All S111111(111 Analssis and Product HOC All-seuine /Allahsr, t AncultAns no 13 Current Intelligence and Joint Operations Center In Hoc All
no Anatol,cCurncol Inlelheenset
Title Alloguies Analysts cCierrent IntclIngenee 21x7x1(6 do a yea 3 4 'tibia&
Intellig
5 T ai
P
Iiitellicenss Plumbs anst Inteciation littyllaymiss Sunset 115 LN1.11.1.111,and •I 3.4 Coinbat Target Oeveiopnie nt andDa Cyher Combo T.11111121 Dess2111111'1 .111 D
onomeni, Tun
17 DoD HI MINT and Countermt
I-Arspa
Cl/Ht:.tlNT recumnemems Mtsnagc CI lit'AIINT Rep,sris Oil ice I HUMINT foilsmen ()penmen\ Analyst IT An ilea siJpl 'rung HUMINT sperauilsius
cyberspace
CM: MINT Is nwaagc analyst rations Supra titutus Research and Analytical Support Sv,iclt,s,,iize Cyber Intelbgeitee Cu ill C
Force !MOB De
ci
Analssb rAnals ALL-SOURCE ANALYSTS
IDLE
Collection Pr d C All-. iniec 1n
itiitcllit±ciice Ms
ern
12 All Source Analysis and Produ HOC All-som
cud
1.3 Current Intelligoice and 31111111 Opt rations Ceitte r In tell DOC All &WU' All
IC uncut InElliodiso
HOC All .1111L12 A,uatysts iCij rre.nt InrsIlinsnue 24x7x3( 'lava
alp
331 Intelligence Plans Integration & Intelligence Stipp(
nd T
Intelligence Planner and Integration Intelligence Support 115 Exercises stud Training 3.6 combat Target Development and Battle Damage Assessment
-
Cyber Combat Target Developer and Battle Damage Assessments Jargeree 3.9 Operations Support Intelligence Operations Research and Analytical Support Intelligence Analysis to Synchronize Cyber Intelligence Enterprise ALL-SOURCE ANALYSTS JUNIOR 3.2 All Source Analysis and Production 110C All-source Analysts (Analysis and Production) KNOWLEDGE MANAGEMENT SENIOR yyledx telIiueuucc Rcqiuircnsenis Analyst iellittense Recinorennenix Analyst iellittense CispInc, Spec:ski iellittense Teatnusst Diner el Funehed Intelligence Punctual, tellisence Slsarepisiist Dcvcltuper sport rude! 21111. Porno Asses, Manager les se Personnel Scent icy Clearsnee Pioecneinp oho Butte lotelhgennee •I ask Faciliialor ISSION SUPPORT MIDDLE 3.8 Mission Stipp Melligensc Donnell! and Policy Asses,Alsourci Intelligeuicc gensunincl Sectiriy ClAusiinc Ploceoing Deletion Poet &> ,1011 F.111111.11111 & loot Trost Regulation,Annuls Foesudue Sone Intelligence Tisk FIELD iroi TASK ORDER MANAGEMENT EN III Pro fret Man
Tani. BAS 'CAR FlS
LABOR VALUE: $
46
OPTION YR 2 ODC
0.00%
C&A Percentage( %) applied to ODCs Govt ODC Plug Ceiling S Value lIncluding C&A) ODCs (include International and domestic travel
(b)(4) IF per diem ci alld
ODC VALUE: $ TOTAL VALUE: $ OPTION YEAR 2 • SURGE
Labor Category/Position Description ALL-SOURCE ANALYSTS - SENIOR
Pi
of FT Ell
N
of IlourS I
Labor Rate
IEx:tended Total
13.2 All Source Analysis and Production 110C All—utme Maly+ arid Piodtkuon rot' Intelli Pe II ..rafiLe 1n Ill I{ 111 13.4 Intelli ence Plans integration & Intelligence Support n to Fxir nd Trainer( 116 Combat flret Development Cybe] C 0111).11 Turgei De..eluper uncl BIllilt ALL-SOURCE ANALYSTS - MIDDLE
Dam
112 All Source Analysis and Production uiid PiIItiuuoii 110C Al 1-muu Vole+ In d John Pe •1n l'llciligcncc Sui Cybe]
r
and Trainire
snlcnt ciii (TM
in tell ie
Exer sc and Traini: Dcveluper an
c. (TM m
Tani. BA
LAB SURCE PIP: OPTION 1'12 SURGE ODC
SURGE LABOR TOTAL VALUE: $
C&A PercentageO21 applied to ODCs Govt 0IW Plug Ceiling S Value tIncluding (MIA
0.00% (b)(4) "DC VALUE: $
ODCs (include International and domestic trawl (Ma. PC r 1 kiLts I aittl Sc baintracts.)
SURGE TOTAL VALUE: $
OP YR 2 TOTAL VALUE: $
47
OPTION YEAR 3 - BASE LABOR
Labor Category/Position Description
E of FLU il of Hours I
Labor Rate
IExtended Total
ALL-SOURCE ANALYSTS • SENIOR 3,I Mission Management, Collection. Prod
on Req ii rcm en
110C Allsoutie Ards+ Intelligeos Woo
at
•
(b)
All Source Analysis and Product
HOC 311-annee Analysts conslop 33 Current Intelligence and Joint Operations Center In 110C Allouwee Andhra,iCuitunt hilelhgencei HOC All-souce Analysts iCtriellt Intelhgcnee 24575165 do a yea 3 4 InItIlis
Intullig
linelligme5s Plums]
S
Integration
IntElluouss Suppor to LNUUNC,and •I 3. Combat Combat Target Oevclopnic nt andDa Cyher Conlin Tlyel D0\0111111 I in
ossovimiTsi
3.7 DoD HI MINT and Counterml
hospa
CI HVAIINT Bram onion. Moser CI I-ICONS Rep,sris Oil ice HIMONT frilled Operoons Aloha IT An dna suppoung HUMINT operamocyberspace CUHUMINT Isnesage analyst rations Suppi Research and Analytical Sappier An
S \ ,iclt,s,,iize Cyber Intelhgetree hi
III C
Force Intern 51
De •
try
•
Analxds.
ALL-SOURCE ANALTS
EDDIE Collection. Prod
C All
glee 1n
iliitcllit±ciiec NIis
3.2 All Source Analysis and Produ 310(5 All-source Attalvsls IA a
aid Ptt,clt,c
1.3 Current Intelligence and 3111111 Operations Ceirte r In tell 110C All ', AMC' Analysts IE mart Intelligeosi 110C All .11.11e0 Aivalysts icit rre.nt Intellinence 24x7x3( Java
du
3.4 Intelligence Plans Integration & Intelligence Stipp(
nd T
Intelligence Planner and Inteontion Intelligence Support to Exercises stud Training 3.6 Combat Target Development and Battle Damage Assessment Cyber Combat Target Developer and Battle Damage Assessments Oargetee 3,9 Operations Support Intelligence Operations Research and Analytical Support Intelligence Analysis to Synchronize Cyber Intelligence Enterprise ALL-SOURCE ANALYSTS JUNIOR 3,2 All Source Analysis and Production 110C All-source Analysts (Analysis and Production) KNOWLEDGE MANAGEMENT SENIOR Kuos.Iedge Management telli1uencc Rcqiuircnscnis Analyst ielloenne Resoirenienis Analyst ielloenne Oupluses Sprit:ski ielloenne Teclinusul Ftlit,sr 1sf Fortin' Intelligence Pioclucis tellisence Slssrcpisiist Dcvcltuper pport rsohr 21111 Piano Access Managua ine ce Personnel Solway Clearenee Elmo:Eng ulna. Sole Internee]Lee •I ask I audiralin ISSION SUPPORT MIDDLE 3
Mission Support el sell' and Policy A55s.. Mttuiugcr Peruniusl Seitirirs C
Rather PIL,Le`, Iii,2 [le[1`11,1`Tr.11.1S 15,5 la,ma & Igen Tr;tiel Rseal mon. A11515 F5,5uss, ease Intelligence Tisk Sheila nun TASK ORDER MANAGEMENT SE Pro fret Mall
Tarm. DAS 'LAI< FlE
LABOR VALUE: $
48
OPTION TR 300C C&A Percentage( %) applied to ()Des
0.00%
Con ODC Plug Ceding S Value lIncluding C&A) 04/Cs (include International and domestic travel
(b)(4) IF per diem SI alld
ODC VALUE: $ TOTAL VALUE: $ OPTION YEAR 3 - SURGE
Labor Category/Position Description
of FTF4 #orllours I
Labor Rate
IExtended Total
ALL•SOURCE ANALYSTS • SENIOR All Source Analysis and Production 1 12 110C Allituoite Andras ATM b. and PI Mut ors Intelli II tinnte 1n
b)(4)
Pe Ill I{ 111
13.4 Intelli ence Plans Integration & Intelligence Support
ercisesand Trainin.
r to Fser-and Training 116 Combat flret Llevclupnicnt and Battle Darn Cylv] Conb.51Tagei De..eluper uncl
B.III
snlcnt cIiI %al
ALL•SOURCE ANALYSTS • MIDDLE All Source Analimis and Production 1 12 110C Allitutim Arab at Isdialt and Mut ors In •Its
In tell ie
d John Pe tip
13.4 Intelli tenet I lam Integration & Intel ligen latellmence Salmon to Execs
rcises and Prainin.
d Training
116 Combat Target Developmen
Darn
Cybe] Conbol Turtle, De..eluper uncl
Cr
Tani. BA
SURGE LABOR TOTAL VALUE: $
LA R SURCL PHD OPTION
SURGE ODC
C&A PCNCIltageVie } applied to (/Des Gina (10C Plug Ceiling S Value lIncluding (I&A 01413 linclade International and thimestic travel
0.00% (b)(4)
"DC VALUE: $
IL per 1 lejitsl and n betintracts.)
SURGE TOTAL VALUE: $
OP YR 3 TOTAL VALUE: $
49
OPTION YEAR 4 - BASE LABOR Labor Category/Position Description ALL-SOURCE ANALYSIS • SENIOR Mission Management, Collection. Prod 110C All—unite Analysts lIntellociise Alone 3.2 All Source Analysis and Product HOC 111-rituce Analysts t Allot:onan
Pt of FTEd il of HourS I on Req ii ini en ai
Labor Rale
I Extended Total
b)(4)
13 Current Intelligence and Joint Operations Center Intelligence HOC All
Bodusts tr_uncol Inlellagenset
HOC Allssoulec Analysts tOierrent Intelhgence 24x7x1(6 day a yea
3 4 futility Intullig littellipeuss Plun'ier mist Inlapiatiou litistlaysucc Summit to LN,KCSItt and • I inn
5
Id 1' ai
P
3. Combat Combat Target Oevelopnie nt andDa Cyher Conlin T tont DesAlps! in
seasmsnisiTai
1.7 MID HUMINT and Countermt IRIAN Cl/Ht7.IlNT Reumminemy Wimps CI KARAT Rapisris Oil ice HUMINT Collemon Opermuns Analyst IT An MT suppowg HUMINT sparatitsits cyberspace CUHUMINT lanumgc analyst rations Support potations Research and Analytical Support A,'alvaia IC Sv'iclt,st'iize Cylter lolethgeitee Lu
Al 1-5(1Lute AnalwisI Aridly ALL-SOURCE ANALYS C
we An
[ODLE Collection Prod iluttcllit±cnce Mg
3.2 All Source Analysis and Produ Ind Ptt,cltic 110C All -sum 33 Currunt Intulligener and MPhil Operations Ceirte r In tell 110C All tlittlIte Analysts ICrinent lultelligelkit 110C All CILIII20
du
rent Intelligence 24x"
3.4 Intelligence Plans Integration & Intelligence Stipp. Inicaligrucc Planner 21111Inteuration
nd T
Intellagemc Support to Exercises and Training 3.6 combat Target Development and Battle Damage Assessment Cyber Combat Target Developer and Battle Damage Assessments Olatgetee
3,9 Operations Support Intelligence Operations Research and Analytical Support Intelligence Analysis to Synchronize Cyber Intelligence Enterprise
ALL-SOURCE ANALYSIS JUNIOR 3,2 All Source Analysts and Production 110C All-source Analysts (Analysis and Production)
KNOWLEDGE MANAGEMENT SENIOR telI iteut ce ResinorensenA'talyst iellittenEts Resinorensenis Analyst iellittenEts Giaphitea Suet:mini iellittenEts TecInuoill Ritter el Funslied Intelligence Pontoon
telt acucc
unrolls Developer pport COChl 21111 Porto Acosta Manage!
Inc cc Personnel Scent ny Clearance Pitons:sop utor Suite Intelloctice •I ask Facilii alor
ISSION SUPPORT • MIDDLE 3.8 Mission Support litiellipeuss Os outdo and Assyss maggi litiellipeuss Personnel Set riots C'leauaIkstPIOLettlItt2 ttetelOte el St .4..111 F.5. & JuiIil Travel Ritual mons Arch. Fs, suns, curie Intelligence Tisk FILM api
TASK ORDER MANAGEMENT SE 3.11 Pro fret Man
BASE V liAR Fl
LABOR VALUE: $
ORA PCNCIltagettte) applied to ODCs
0.00%
Govt 0IW Plug Ceiling S Value Ilncluding O&M 001's lincladu International and domustic travel10MR p
(b)(4) "DC VALUE: $
It,
TOTAL VALUE: $
50
OPTION YEAR 4 - SURGE Labor Category/Position Description
of ETU
il of Noun I
Labor Hale
IExtended Total
ALL•SOURCE ANALYSTS • SENIOR All Source Analysis and Production 1 12 110C Allstutate Analysts IMiols and odumon rent Intelli II situate 1n
b)(4)
Pc II mantel
Ill kill
13.4 Inttlli Renct Plans Integration & Intelligence Support MILT ,
a to Fstr
ercisesand Tr:link-it
ad Training
116 Combat flret Llevclopnicnt and BaltIc Dam (vim Vont& Tag& Dm eloper Lind
snicnt ei lTai
ALL•SOURCE ANALYSTS • MIDDLE 32 All Source Analttsis and Production 1 110C All moms ATM+ and lodumon In
In tell ie
Pc •1n
13.4 Intelli ence I lam Integration & Intel ligen latolliconoc Salmon to From
rciies and Prammt
d Training
116 Combat Target Deselopmen (vim Cobh& Tag& Mt...eloper trvI
SURGE LABOR TOTAL VALUE: $
TOTAL PASE V CAR SLR (S&A PCNCIltageVie) applied to ()PCs Go& (IM: Plug Ceiling S Value I Including O&M MOTs Pm:lade International and domestic Pavel (M&IT p
"DC VALUE: $
brontrarts.)
SURGE TOTAL VALUE $
51
OPTION TO EXTEND SERVICES • BASE TABOR Labor Category/Position Description
la of FT
N of llo IT
Labor Rate
Extended Total
ALL-SOURCE ANALYSTS - SENIOR 31 Mission Management, Collection. Prod
on Req ii rcm en b)(4)
110C Allreitine Anal> 1/ lIntelligoira Mono 31 All Source Analyaia and Product HOC All-sma Le Anti] es r Ansi). c 3.3 Current Intelligence and Joint Operations Center In Hoc Alloowce Anala /1 Anna nil haolligonei II0C All-sernee Analysts rCierrent Intelligence 21x7x Dia day n yea 14 'Milli&
5
Intel/11g
Irai
Iiilellicens3 Plun'icr and Inlacialion InlEllahenaa human! to LN1.11.1. 1j.. and •I
inn
3.4 Cornhat Target Oeveiopnie nt andDa Cyher Combat Tager D12\12111111`1 .111 I)
seasmenis
37 DoD HI PONT and (Monism&
haragra
Cl/Ht:.tlNT Ream, moo, Menage, HVATINT Rep,sris Oil ice I HUNIINT
Operimon) Analyst
IT An iloai monolog HUMINT operant)cyberspace CUM: MINT Is nwaagc analyst rations Suppir n
Research and Analytical Support S>111.11111111/C.C>bn
ill C
Au
Force !Mein De
ci
Al 1-5(1 ttrcc Analx1siAnala ALL-SOURCE ANALYSTS
IDLE
Collection Pr d C All - inine An
itiitcllii±ciice Me
12 All Source Analysis and Prod° HOC All-som
Ind Ptoclt,c
13 Cu rrunt Intelligence and JOillt Operations Ceitte r In tell 110C All &WU' Analy/t/ letirient Intelligernoi HOC All slafiCe Analysts iCij rre.nl Intelligence 24x7x3( Java
clu
3.4 Intelligence Plans Integration & Intelligence So ppi
nd T
Iniciligcny Planner and Integration hielliceusc Summit., Laps iscs and •I ethic& 3.6 Combat Target Development and Battle Damage Assessment Cyber Combat Target Developer and Battle Damage Assessments Dargetee
-
3,9 Operations Support Intelligence Operations Research and Analytical support
-
Intelligence Analysis to Synchronize Cyber Intelligence Enterprise ALL-SOURCE ANALYSTS JUNIOR 3.2 All Source Analysis and Production 110C ell-source Analysts (Analysis and Production) KNOWLEDGE MANAGEMENT SENIOR tetIinencc Rcqiiircnsenis Anatyst Cloonan Reciiiirenieni) /Analyst Cloonan Cooloca Specialra Cloonan Teclircal Filit,sr ,sf Funslied Intelligence Pinclucia tellirience
lie/point Dcvclttper sport rachi 21111 Policy Access Manage'
ice ce Personnel S cetui ly Clearnnee Piocessing ulna Suite !Celli/goal/cc •I ask Faciliialor ISSION SUPPORT MIDDLE KS Mission SupliOlt Intelligence 0) einglii and Daisy Assess Manager Intelligence Pr/Tunnel Spumy CIL/manse Pion/rising DalenEe Travel &&&111F01111101111 & J111111 Travel Regulations Anal) Fhearinue Sone Intelligence Teak Faarhiatin TASK ORDER MANAGEMENT EN III Pro fret Man
101AL BASE FIE
LABOR VALUE: $
52
C&A Percentage( %) applied to OD(Is Cot ODC Plug Ceiling S Value lIncluding C&A)
0.00% (b)(4)
ODCs (include International :and domestic travel
IF per diem ci a,,d
ODC VALUE: $ TOTAL VALUE: $
OPTION TO EXTEND SERVICES • SURGE Labor Category/Position Description ALL-SOURCE ANALYSTS - SENIOR
10 of FT Ell
112 All Source Analysis and Production DOC Al Imuste AntleTt Aisolvis and Pionnnon OC
N
of llourS I
Labor Rate
IExtended Total
b)(4)
.nuire 1n
13.4 lnttlli Renct Plans Integration & Intelligence Support r In Excrcisc and Trainina 116 Combat flret De do 111 Cylan {_nodal Taro Dorluper and Ban ALL-SOURCE ANALYSTS - MIDDLE
Dam
112 All Source Analysis and Production DOC Al Imuste AntleTtlAisolsos and Pnldtiunoii In d John Pe •1n 13.4 Intelli ence Pans Integration & Intel ligen Intclimence Suppoo In Facto d Training
ercisesand Trainin. sn,cflt el :To:
In tell ie PP:
rcimes and Tramm.
116 Combat Target Uctelopmen Cylan {_nodal Taro Dorluper and
SURGE LABOR TOTAL VALUE: $ C&A PCNCIltageVie } applied to ()Des Govt (10C Plug Ceiling S Value lIncluding G&A
0.00% (b)(4) "DC VALUE: $ SURGE TOTAL VALUE $
ODCs (include International and domestic travel (M&IE. per 1 kiLts I and s bcontraels.1
(b)(4) OPTION TOTAL VALUE: $
TOTAL LIFECTCLE VALUE
53
Section L Instruction to Offerors (ITO) I. USE OF NON-GOVERNMENT EVALUATORS: Only Government personnel will be reviewing and evaluating submitted proposals. Non-Government advisors will not be used in evaluating this effort. 2. All source selection participants will be briefed and knowledgeable of Subsection 27(a) of the Office of Federal Procurement Policy Act, 41 U.S.C., Section 423, and FAR 3.104 regarding unauthorized disclosure of contractor bid and proposal information, as well as source selection information. All persons receiving source selection information are instructed to comply with applicable standards of conduct (including procedures to prevent the improper disclosure of information) and sign a Non-Disclosure Agreement and a conflict of interest statement. Conflict of Interest Statements (from both Government members/advisors and nonGovernment team advisors) will be appropriately reviewed and actual of potential conflict of interest issues are resolved prior to granting access to any source selection information. (See CFR 2635) 3. In addition to those requirements as stated in Section H.25 of the base Indefinite Delivery Indefinite Quantity (IDIQ) contract, the following are added and shall apply to the submission requirements in response to this task order solicitation. 4. The offeror's proposal, as a minimum, shall consist of a technical/management proposal, small business participation plan, price proposal, and a signed SF 33. The offeror shall acknowledge any and all amendments and complete the necessary fill-ins and return in their entirety with proposals. Offerors are reminded to thoroachlv read the solicitation. The Government, at its discretion, may incorporate all or portions of an offerors proposal at contract award. 5. The offeror's proposal shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their experience and will base its evaluation on the information presented in the offeror's proposal. The offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. 6. The proposal must include all data and information requested by the ITO and must be submitted in accordance with these instructions. The offer shall be compliant with the requirements as stated in Request for Proposal (RFP). Non-conformance with the instructions provided in this section may result in offeror's proposal being determined unacceptable. 7. The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal shall not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements.
54
Proposal Format and Content. a. Paper, Page Size and Format. Page size shall be 8.5 x 11 inches. Pages shall be singlespaced. Use at least 1 inch margins on the top, bottom and side margins. Pages shall not contain any graphics or illustrations for other than for the purposes of depicting the technical approach. b. Text Spacing and Type. Except for the reproduced sections of the solicitation document, the text size shall be no less than Times New Roman, 12 point. Pages shall be numbered sequentially by section. c. Illustrations and Tables. Illustrations, charts, and graphs other than for the purposes of depicting the technical approach are not permitted. Tables, charts, graphs, diagrams and Figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible and shall not exceed 8.5 x 11 inches. Foldout pages shall not be used. For tables, charts, graphs and figures, the text shall be Times New Roman, no smaller than 10 point. Elaborate formats, bindings or color presentations are not required. Elaborate brochures or documentation, binding, detailed artwork, or other embellishments are not required and neither are they desired. d. Number of Copies/Page Limits. The offeror shall prepare the contents of each proposal section as set forth in the Proposal Organization Table below. The titles and contents of the sections shall be as defined in the table, all of which shall be within the required page limits and with the number of copies specified. When both sides of a sheet display printed material, it shall be counted as 2 pages. Pages exceeding this page limitation set forth will not be read or evaluated and will be removed from the proposal. The volume cover page, table of contents, and acronym list shall not he included in the page count. Proposal Organization Table Volume Title Deliverable I Technical/Management 1 Original + 5 Hard Copies Capability II III
Small Business Participation Cost/ Price
1 Original + 1 Hard Copies 1 Original Hard Copy + one electronic copy (.xlxs) delivered via e-mail
55
Page Limit 30 Pages for Technical/Management Capability 5 Pages None
9.
Delivery Instructions
Proposals, whether Classified or Unclassified, are due in their entirety no later than 12:00 PM ET May 26, 2015. Proposals received after the deadline may be considered late and not evaluated for award. Proposals shall be hand delivered in accordance with due dates and times as indicated below: Delivery Location: (b)(3) 10 USG 424
Directions to Location: Take MD-295 North (Baltimore Washington Parkway) towards Baltimore Go past the exit for the BWI airport Take W. Nursery Rd exit Turn right at top of exit ramp (traffic light) Go 1.1 miles until the "T" in the road Turn right onto Elkridge Landing road (traffic light) Go 0.5 miles past Doubletree hotel (on left); destination is on your right
ATTENTION: You MUST have an IC badge to show gate guard to gain entry into this government property. A CAC card will not be accepted. All occupants of the vehicle MUST show IC badge. Parking lot is not large, so find parking, and walk to the only entrance to this building. The government representative will meet you inside entrance. (b)(3)1 4 204 USG
The electronic excel version of the price volume shall be emailed tol in accordance with I
the due date and time as indicated below.
Proposals are due no later than 12:00 pm Eastern Time; 26 May 2015.
56
There will be two delivery dates and times: Proposals will be received from 10am-1 lam on Friday, 22 May 2015. Proposals will be received from 1 I am-12pm on Tuesday, 26 May 2015.
(b)(3) 10 USG 424
You MUST email the full name(s) of the person(people) that will deliver the proposal by Friday, 15 May 2015. to I
Proposals will not be accepted at any other location other than the government location above. (b)(3) 10 USG 424
Proposals shall be considered delivered once in possession of the government representative at the address above. The government representatives who will receive your proposal are\ No other Government representative shall be authorized to take possession of the 0 feror's proposal. Failure to deliver the proposal prior to the time
designated due to difficulties with directions, entry, parking, etc. will not warrant an extension of the proposal deadline. All Offerors delivering proposals shall ensure they receive a hand receipt/delivery confirmation from the government representative above. For questions or assistance on delivery or directions, please contact before delivery date at (b)(3) 10 USG 424 Backup POC (b)(3) 10 USG at .49a
(b)(3) 10 USG 424
10.
Special Instructions.
a. Each page shall be affixed with the legend: "SOURCE SELECTION INFORMATION" — See FAR 3.104. b. Proposal Ratings - The Government will use the color/adjectival technical ratings listed in the evaluation methodology for rating of the proposals. Ratings will be used for the Factors and Subfactors identified below: (1) FACTOR 1: Technical/ Management Capability: This volume shall be sufficiently specific, detailed, and complete while articulating the offeror's understanding and knowledge of the complexities inherent in the performance of this requirement. This volume shall be written such as to enable evaluators to make a thorough evaluation as to whether the services proposed adequately respond to the specific Government (a)
Subfactor 1 —Technical Capability/Risk. At a minimum, the offeror
shall: Demonstrate their substantial depth and breadth of experience, knowledge and capability in performing work similar to that described in the SOW. NOTE: Statements that the offeror understands, can, or will perform the requirements of the PWS without supporting information or narratives are inadequate. Paraphrasing the PWS or parts thereof, is similarly inadequate, as are
57
3) 10USG
phrases such as "standard procedures will be employed" or well-known" techniques will be used." Offerors are asked to demonstrate experiential claims with specific contract efforts accomplished for programs of similar size, scope and complexity performed within the past three years prior to closing date of the solicitation, or for ongoing efforts, in place at least nine months before the proposal due date. Offerors shall provide a table which links demonstrated claims of experience to specific task areas in the SOW. The following sets forth a sample table: SAMPLE TABLE: Functional Area Adversary Cyber Analysis Technical Missile Threat Analysis
PWS Reference 11.2 3.2
Proposal Reference Vol. 1, pg 24 Vol. 3, pg 5 Vol. I, pg 12 Vol. 3, pg 7
Example # 1
Example # 2
Example # 3
Example # 4
X
X
X
X
X
X
(b) Subfactor 2— Management Approach/Capability. At a minimum, the offeror shall: Demonstrate the progression required to accomplish the tasks specified in the SOW. When describing the progression to accomplish the tasks, the offeror shall also demonstrate the processes, actions and coordinations that must take place to ensure effective and efficient performance from award through delivery of services. Offeror shall provide specific examples detailing how the method proposed has been successful on similar efforts and the actions taken to mitigate the risk to the Government. This section shall address at a minimum the following:
(i) Describe what will be done to ensure uninterrupted delivery of services in accordance with staffing requirements in the SOW. (ii) Availability of proposed staffing mix and timeline to meet the minimum stated requirements of the SOW staffing levels from date of award in accordance with the fill rate requirements of the SOW. (iii) Identify the transition risks and how they will be mitigated to include the potential for proposed individuals not being available and measures instituted to mitigate the risk. Provide details on the Offerors recruitment and retention strategy to meet the specific requirements of the SOW and to maintain full staffing levels for the duration of the task order performance. (2) FACTOR 2: Small Business (SB) Participation Plan: All Offerors (both large and small businesses) are required to complete a Small Business Participation Proposal. Offerors shall propose the level of participation of small businesses (as a small business prime and/or small business subcontractors) in the performance of the acquisition relative to the objectives/goals set forth below. Total Small Business (any type of small business)
58
(b)(4)
of total contract value
(b)(4) (b)(4)
I. Small Disadvantaged Small Business (SDB) % 2. Women Owned Small Business (WOSB % 1 Hub-Zone Small Business (HUBZone) c 4. Service-Disabled Veteran Owned Small usiness (SDVOSB)
%
To be deemed Acceptable under this factor Offerors must meet the goals identified above. Participation is not to be limited to potential surge. Although Offerors will not receive an evaluation preference for proposing to exceed the goals identified above, Offerors are nonetheless encouraged to propose in excess of the goals. Submit the following Worksheet in the Small Business Participation Plan. This worksheet does not count against the page limit.
59
Small Business Participation Worksheet
I. Check the applicable size and categories for the PRIME offeror only -- Check all applicable boxes: { ) Large Prime ) Historically Black Colleges or Universities and Minority Institutions (HBCU) Or ) Small Business Prime; also categorized as a ) Small Disadvantaged Business (SDB) ) Woman-Owned Small Business (WOSB) ) Historically Underutilized Business Zone (HUB Zone) Small Business ) Veteran Owned Small Business (VOSB) ) Service Disabled Veteran Owned Small Business (SDVOSB)
2. Submit the total combined percentage of work to be performed by both large and small businesses (include the percentage of work to be performed both by Prime and Subcontractors):
Example: if Prime proposes a price of $1,000,000 (including all options), and small business(es) will provide $250,000 in services/supplies as a prime or subcontractor, the % planned/or small businesses is 25%; mid 75% for large business equaling 100%. Total Percentage planned for Large Business
%=S
Total Percentage planned for Small Business(es) %=$ (Note: When combined, Large and Small Business totals must equal 100%) 3. Please indicate (by contractor name) the total percentage of participation to be performed by each type of subcategory small business. The percentage of work performed by Small Businesses that qualify in multiple small business categories may be counted in each category:
Evample: Victory Prop Mgt (WOSB and SD VOSB) performing 2%; and Williams Group (SDB, HubZ and WOSB) performing 3%. Results equate to: SUB 3%; HubZone 3%; WOSB 5%; SDVOSB 2%; VOSB SD VOSBs are also VOSBs automatically; however VOSBs are not automatically SDVOSRs. Small Disadvantaged Business HUB Zone Small Business Woman Owned Small Business Service Disabled Veteran Owned SB Veteran Owned Small Business HBCU/MI
60
(3)
FACTOR 3: Cost/Price
(a) Cost/Price Information. Information beyond that required by this instruction shall not be submitted, unless you consider it essential to document or support your cost/price position. All information relating to the proposed Costs/Prices, including all required supporting documentation shall be included in the section of the proposal designated as the Cost/Price volume. Under no circumstances shall this information and documentation be included elsewhere in the proposal. Doing so may result in rejection of the proposal and ineligibility kr contract award. (b)
Proposals shall be sufficiently detailed to demonstrate their
reasonableness. (c) Offeror shall input proposed hourly rates for each Labor Category/Position Description, including all option years and optional surges, IN THE PROVIDED COST PROPOSAL SPREADSHEET (Excel). The Offeror shall follow the following guidance for filling in the worksheet:
OnEtb")
(d) Only Labor Hour offers will be evaluated. offer will be evaluated. Offerors shall fully price al RIFTEs, surge FTEs, and options as detailed in the Price Model. Deviation from pricing the required labor mix as detailed in the cost proposal spreadsheet may result in rejection of the proposal and ineligibility for contract award. 11. Government Contract Files, the Government will retain one electronic copy of all unsuccessful proposals. Unless the offeror provides written request otherwise, the Government will destroy extra copies of unsuccessful proposals. After contract award, unsuccessful proposals will be destroyed except for one copy, which will be retained with the contract file. 12. Discussions. The primary objective of discussions is to maximize the Government's ability to obtain best value, based on the requirement and the evaluation factors set forth in the solicitation. If discussions are necessary due to perceived weaknesses or other issues that must be addressed before award, the Government will evaluate all Offeror's proposals and establish the competitive range. Based on ratings of each proposal against ALL evaluation criteria, the Contracting Officer will establish the competitive range comprised of all of the most highly rated proposals. Discussions resulting from the competitive range determination will be conducted in writing as follows: 13. Written Discussions. Written discussions may be utilized by issuing Evaluation Notices (ENs). The Contracting Officer will issue ENs to offerors within the competitive range to communicate those areas of his or her proposal which are considered deficient, where significant weaknesses exist, or where other aspects of the offeror's proposal (such as cost, price, technical approach, terms and conditions, etc) are significant enough to affect the selection decision and/or where data presented by the offeror is unclear. 14. Revision to Proposals. Any revisions to either the technical or price proposal shall have changed information clearly marked by a vertical line in the right margin of the page. Deleted
61
text shall be formatted as rikethrough text and inserted text shall be formatted with underlined text.
15. Final Proposal Revision. It is the Government's intent to award a contract based upon initial proposals submitted without discussions. Offerors shall therefore submit their best technical and price proposal initially. If discussions are determined to be necessary, the Contracting Officer will conduct discussions with only those Offerors in the competitive range. Offerors are cautioned that changes or revisions at the final proposal revision stage may render a proposal unacceptable for award.
62
SECTION M EVALUATION CRITERIA SIA II Task Order Competition for United States Cyber Command (USCYBERCOM) Analytic Support 1. Basis for Award: This is a best value evaluation conducted in accordance with Federal Acquisition Regulation (FAR) Part I 6.505(b)( I), Fair Opportunity, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the DIA Acquisition Regulation Supplement Instruction (DARSI). 2. The Government will award to the best overall offer, based upon an integrated assessment of technical capability and cost/price. The task order may be awarded to the offeror who is deemed responsible and whose proposal conforms to the solicitation's requirements and is judged, based on the evaluation factors, to represent the best value to the Government. The Government seeks to award to the offeror who gives the greatest confidence that it will best meet, or exceed, the stated requirements. This may result in an award to the higher rated and/or higher priced Offeror, (i.e., where the decision is consistent with the evaluation factors and the Source Selection Authority (SSA) reasonably determines that the higher ranked non-price factor responses of the higher Cost/Price Offeror outweighs the cost difference). However, the Government will not make an award at a significantly higher overall cost to achieve slightly superior technical and management features. The SSA will base the source selection decision on an integrated assessment of proposals against all source selection criteria in the solicitation. 3. The Government may reject any or all offers if such action is determined to be in the best interest of the Government. The Government will select the best overall offer based on the Technical/ Management Capability, Small Business Participation, and Cost/Price. Evaluation factors other than Cost/Price, when combined, are SIGNIFICANTLY MORE IMPORTANT THAN Cost/Price in the award decision. Overall, Factor I Technical/ Management Capability is more finportant than Factor 2 Small Business Pafficipation. Technical/ Management Capability is composed of two subfactors, subfactor 1 Technical Capability/Risk and subfactor 2 Management Approach. Subfactor I Technical Capability/Risk is more important than subfactor 2Management Approach. Cost/Price becomes increasingly more important in award selection when other criteria are substantially equal. This best value continuum process permits trade-offs among Cost/Price and non-price factors and allows the Government to select other than the lowest Cost/Price proposal, or other than the highest technically rated offer. If the Government decides that it is necessary to hold discussions, then a Competitive Range determination will be made based upon the ratings of each proposal against all evaluation. 4. The Government shall evaluate all proposals and if discussions are to be conducted, establish the competitive range. The competitive range will be comprised of the most highly rated proposals. The range may be further reduced for purposes of efficiency pursuant to FAR 15.306(c)(2). To be considered for award, each offeror's proposal shall at a minimum meet the factors and subfactors specified in the solicitation and shall indicate an adequate approach and understanding of the requirements.
63
5. Evaluation Factors: The Government will use the following evaluation factors to evaluate each proposal. The factors and subfactors are listed in descending order of importance. Award will be made to the offeror determined to offer the best value to the Government based upon an integrated assessment of the evaluation factors described below: • Factor 1 — Technical/Management Capability • Subfactor 1: Technical Capability/Risk • Subfactor 2: Management Approach • Factor 2 — Small Business Participation: (Applies to Large and Small Businesses) All SIA II Primes, both Large and Small Business, are required to submit a Small Business Participation Plan (SBPP) regardless of size. •
Factor 3 — Cost/Price Reasonableness
6. The Factor I subfactors described above will each be evaluated for Significant Strengths, Strengths, Significant Weaknesses, Weaknesses, and Deficiencies and assigned a color/ adjectival rating as described in Table 1. The Factor 1 Technical/Management Capability Subfactors will be evaluated separately and not rolled up into an overall Factor 1 rating. 7. Evaluation Procedures. a. The Offerers Technical/ Management Capability will be rated jointly with the risk associated with its technical solution. The technical and risk rating evaluates the quality of the Offeror's technical expertise and solution for meeting the Government's requirement. The Technical/ Management Capability sub-factor evaluations focus on the strengths and weaknesses associated with an offeror's proposed approach and includes an assessment of the potential for disruption of schedule, increased cost or degradation of performance, the need for increased Government oversight, and the likelihood of unsuccessful contract performance.
Color Blue
1
Yellow
Table 1. Technical/ Management Capability Color/ Adjectival Ratings Rating Description Proposal meets requirements and indicates an exceptional approach and Outstanding understanding of requirements. Strengths tar outweigh any weaknesses. Risk of unsuccessful performance is very low. Proposal meets requirements and indicates a thorough approach and Good understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting Acceptable or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal Marginal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Proposal does not meet requirements and contains one or more deficiencies Unacceptable and is not awardable.
64
b. The Technical/ Management Capability sub-factor ratings focus on the strengths and weaknesses of the Offeror's proposal. The color rating depicts how well the Offeror's proposal meets the Technical/ Management Capability factor requirements. A strength is an aspect of an offeror's proposal that has merit or exceeds specified performance or capability requirements in a way that will be advantageous to the Government during contract performance and will either be included in the contract or is inherent in the Offeror's process and increases the likelihood of successful contract performance. A significant strength is defined as an aspect of the proposal that appreciably increases the likelihood of successful contract performance. A weakness is defined as a flaw in the proposal that increases the risk of unsuccessful contract performance. A significant weakness is a flaw in the proposal that appreciably increases the risk of unsuccessful contract performance. A deficiency is defined as a material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. c. Factor 1 Technical/ Management Capability: The Government will differentiate proposals based upon how well the proposal describes the following: ( I ) Subfactor 1 - Technical Capability/Risk: An assessment of the Offeror's ability to demonstrate their substantial depth and breadth of experience, knowledge and capability in performing work similar to that described in the SOW. (2) Subfactor 2 - Management Approach: Offeror's proposed progression plan to accomplish the tasks specified in the SOW. The Offeror's demonstration of the detailed processes, actions and coordination that must take place to ensure effective and efficient performance from award through delivery of services. Offeror provided specific examples detailing how the method proposed has been successful on similar efforts and the actions taken to mitigate the risk to the Government. The following approaches shall be demonstrated in detail: (a) Ability to recruit, provide and retain qualified personnel as detailed in the SOW. (b) Availability of proposed staffing mix and timeline to meet the minimum stated requirements of the SOW staffing levels from date of award in accordance with the fill rate requirements of the SOW utt Describe organization/management and proposed management structure and ability to respond to mission changes. (d) Transition risks and how they would be mitigated to include the potential for proposed individuals not being available and measures instituted to mitigate the risk. Provide detail on the Offeror's recruitment and retention strategy to meet the specific requirements of the SOW and to maintain full staffing levels for the duration of the task order performance. (c) Plan to obtain and provide the additional analytic support required to support the surge described in paragraph 1.3 of the SOW. Factor 2 Small Business Participation: The Small Business Participation Plan will be rated either "Acceptable" or "Unacceptable." All offerors (both large and small businesses) will be evaluated on the level of proposed participation of small businesses in the performance of this acquisition (as small business prime offerors or small business subcontractors).
65
NOTE: The goals established below are mandatory. To be eligible for award an offeror must propose to meet or exceed each goal established below. The government will evaluate the extent of participation of small business prime Offerors and small business subcontractors in terms of the percentage of the value of the total acquisition. The Government will evaluate whether the offeror meets the goals. Offeror's proposal must meet the minimum mandatory Total Small Business Participation goal of 26% (through collective small business participation from any type of small business or subcategory small business). With the exception of HUBZone and Woman Owned Small Business, the subcategory small business goals are NOT mandatory. The work to be performed directly by a small business prime offeror will also be evaluated as Small Business Participation. The government will evaluate the extent of participation of small business prime Offerors and small business subcontractors in terms of the percentage of the value of the total acquisition. The Government will evaluate whether the offeror meets the goals. Goals for this procurement are expressed as percentages of total contract value as follows: Small Business: _35_5 Small Disadvantaged Business (SDB): % Woman-Owned Small Business (WOSB): 5% Historically Underutilized Business Zone (HUBZone) Small Business: _3% Veteran Owned Small Business (VOSB): % Service Disabled Veteran Owned Small Business (SDVOSB): % To be deemed Acceptable under this factor, Offerors must meet the goals identified above. Participation is not to be limited to potential surge. Ratings will be assigned to small business participation proposals using the below rating definitions. To be eligible for award an offeror must be rated Acceptable. Note: references in the below rating definitions to "minimum requirements" equate to the small business goals identuied above. Table 2. Small Business Par icipation Ratings (Large and Small Businesses) Color
Rating Green
Description Acceptable
Proposal clearly meets the minimum requirements of the solicitation.
Unacceptable
Proposal does not clearly meet the minimum requirements of the solicitation.
66
d. Factor 3 Cost/Price Reasonableness: (1) A Cost/Price evaluation will be performed and documented to determine the Offeror's Cost/Price reasonableness. The Government will evaluate that all solicitation requirements have been priced, figures are correctly calculated, and cost/price data are presented in a clear and useful format. (2) Price analysis will be conducted in accordance with FAR 16.505(6)(3), A price realism analysis will NOT be conducted. (3) An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted and will be considered unacceptable and removed from the competition for this solicitation. (4) The Government will evaluate options for award purposes by adding the total Cost/Price for all options to the total Cost/Price for the basic requirements. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate options in accordance with FAR clause 52.217-5, Evaluation of Options, July 1990, as prescribed in FAR 17.208(c ) (1). (5) Unbalanced Pricing. Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing exists when, despite an acceptable proposal, the Cost/Price of one or more items is significantly over or understated as indicated by the application of Cost/Price analysis techniques. Unbalanced pricing may increase performance risk and could result in payment of unreasonably high Costs/Prices. The Government will analyze offers to determine whether they are unbalanced with respect to separately priced items. Offers that are determined to be unbalanced may be rejected if the contracting officer determines that the lack of balance poses an unacceptable risk to the Government. Unbalanced proposed pricing, initially or subsequently, may be grounds for eliminating a proposal from competition.
67