ALLIANT 2 GWAC
UNRESTRICTED
MASTER
CONTRACT
CONFORMED CONTRACT
JANUARY 18, 2024
TABLE OF CONTENTS
TABLE OF CONTENTS ................................................................................................... 2
SECTION A - CONTRACT Standard Form 33 Solicitation, Offer and Award ..................... 1
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS .............................................. 2
B.1 GENERAL ...............................................................................................................2
B.2 AUTHORITY............................................................................................................2
B.3 ECONOMY ACT ......................................................................................................2
B.4 MAXIMUM CONTRACT CEILING AND MINIMUM CONTRACT GUARANTEE ................3
B.5 PERFORMANCE BASED PREFERENCE .......................................................................3
B.6 LABOR CATEGORIES (LCAT or LCATs) .......................................................................4
B.6.1 Three Labor Category Types .................................................................................. 4
B.6.2 Applicability of Labor Category Types and Maximum Rates ................................. 6
B.6.3 Process to Add Standard IT Service LCATs to the Master Contract ...................... 6
B.7 LABOR SUBJECT TO THE WAGE RATE REQUIREMENTS (CONSTRUCTION) .................6
B.8 LABOR SUBJECT TO THE SERVICE CONTRACT LABOR STANDARDS (SCLS) ..................7
B.9 TASK ORDER CONTRACT TYPES ...............................................................................7
B.9.1 Requirements Contract Type ................................................................................ 7
B.10 ORDER TYPE PREFERENCE ......................................................................................9
B.11 TASK ORDER PRICING (ALL ORDER TYPES) ............................................................. 10
B.11.1 Fixed Price ........................................................................................................... 10
B.11.3 Incentive .............................................................................................................. 10
B.11.4 Award Fee ............................................................................................................ 10
B.11.5 Time-and Material and Labor Hour Contract Types ............................................ 11
B.12 TRAVEL PRICING (ALL ORDER TYPES) .................................................................... 12
B.13 WORK OUTSIDE THE CONTIGUOUS UNITED STATES (OCONUS) .............................. 13
B.14 GWAC CONTRACT ACCESS FEE (CAF) ..................................................................... 13
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK STATEMENT ... 15
C.1 SCOPE OF WORK OBJECTIVE ................................................................................. 15
C.2 SCOPE OF WORK OVERVIEW ................................................................................ 15
C.3 FOUNDATION OF THE SCOPE OF WORK ................................................................ 17
C.3.1 FEA Reference Model Detailed Descriptions....................................................... 18
GSA ALLIANT 2 UNRESTRICTED GWAC
MASTER CONTRACT
2
C.4 COMPONENTS OF AN IT SOLUTION....................................................................... 27
C.4.1 Infrastructure ...................................................................................................... 28
C.4.2 Application Services ............................................................................................ 30
C.4.3 IT Management Services ..................................................................................... 33
C.4.4 Cloud Computing ................................................................................................. 35
C.4.5 Big Data & Big Data Analytics .............................................................................. 36
C.5 ANCILLARY SUPPORT: SERVICES, SUPPLIES AND CONSTRUCTION .......................... 37
C.6 CONTRACT SECURITY REQUIREMENTS .................................................................. 37
C.7 PERFORMANCE WORK STATEMENT (PWS) ............................................................ 37
C.7.1 Master Contract PWS .......................................................................................... 37
C.7.2 Task Order PWS ................................................................................................... 39
C.8 INNOVATIVE SOLUTIONS ...................................................................................... 39
C.9 SERVICES NOT IN SCOPE ....................................................................................... 39
C.10 SCOPE REFERENCES AND RESOURCES ................................................................... 40
SECTION D - PACKAGING AND MARKING ................................................................... 41
D.1 PRESERVATION, PACKAGING, PACKING, AND MARKING ....................................... 41
D.2 PACKING LIST ....................................................................................................... 41
D.3 UNCLASSIFIED AND CLASSIFIED MARKING ............................................................ 41
D.4 SOFTWARE AND MAGNETIC MEDIA MARKINGS .................................................... 41
SECTION E - INSPECTION AND ACCEPTANCE .............................................................. 42
E.1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ........................ 42
E.2 CONTRACTING OFFICER REPRESENTATIVE ............................................................ 43
E.3 INSPECTION AND ACCEPTANCE ............................................................................ 43
E.3.1 General Acceptance Criteria .................................................................................... 43
E.4 MASTER CONTRACT QUALITY ASSURANCE ............................................................ 44
SECTION F - DELIVERIES OR PERFORMANCE ............................................................... 45
F.1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ........................ 45
F.2 MASTER CONTRACT ORDERING PERIOD ............................................................... 46
F.3 TASK ORDER PERIOD OF PERFORMANCE .............................................................. 46
F.3.1 Master Contract and Task Order Period of Performance and Period of Ordering .. 47
F.4 TASK ORDER TRANSITION PLANS .......................................................................... 47
F.5 PLACE OF PERFORMANCE ..................................................................................... 48
F.6 PERFORMANCE STANDARDS UNDER THE ALLIANT 2 MASTER CONTRACT .............. 48
GSA ALLIANT 2 UNRESTRICTED GWAC
MASTER CONTRACT
3
F.7 PERFORMANCE AND DELIVERABLES ..................................................................... 48
F.7.1 Performance-based Acquisition Deliverables .......................................................... 48
F.7.2 Non-Performance-based Acquisition Deliverables .................................................. 48
F.7.3 Table of Deliveries or Performance ......................................................................... 49
F.8 TASK ORDER NOTICE TO THE GOVERNMENT OF DELAYS ....................................... 53
SECTION G - CONTRACT ADMINISTRATION DATA ...................................................... 54
G.1 GENERAL ............................................................................................................. 54
G.2 AUTHORIZED AGENCIES AND DELEGATION OF PROCUREMENT AUTHORITY........... 54
G.2.1 Authorized Agencies ............................................................................................ 54
G.2.2 Delegation of Procurement Authority ................................................................. 54
G.3 AGENCY OMBUDSMAN ........................................................................................ 55
G.3.1 Direct Acquisition Servicing/Requesting Agency Clients ..................................... 56
G.4 ROLES AND RESPONSIBILITIES .............................................................................. 56
G.4.1 GWAC Procuring Contracting Officer (PCO) ........................................................ 56
G.4.2 GSA GWAC Contracting Administrative Contracting Officer (ACO) .................... 57
G.4.3 GSA GWAC Program Manager ............................................................................ 57
G.4.4 RESERVED ............................................................................................................ 58
G.4.5 GSA GWAC Quality Assurance Evaluators ........................................................... 58
G.5 DIRECT ACQUISITION AND ASSISTED ACQUISITION ............................................... 59
G.6 TASK ORDER ORDERING CONTRACTING OFFICER (OCO) ........................................ 59
G.7 TASK ORDER CONTRACTING OFFICER’S TECHNICAL REPRESENTATIVE (COTR) ........ 59
G.8 CONTRACTOR PROGRAM MANAGER AND CONTRACTS MANAGER FOR THE GWAC
MASTER CONTRACT ......................................................................................................... 60
G.9 ELECTRONIC ACCESS TO CONTRACT ...................................................................... 61
G.10 CONTRACTOR WEB PAGE ..................................................................................... 61
G.11 INSURANCE .......................................................................................................... 63
G.11.1 Defense Base Act Insurance (DBAI) ..................................................................... 63
G.12 STANDARD IT SERVICE LABOR CATEGORY CROSS-WALK MATRIX ........................... 63
G.13 MEETINGS AND CONFERENCES ............................................................................. 64
G.13.1 Post-Award Conference ...................................................................................... 64
G.13.2 Meetings and Conferences .................................................................................. 64
G.14 ELECTRONIC GOVERNMENT ORDERING SYSTEM ................................................... 66
G.14.1 Electronic Communications ................................................................................. 67
GSA ALLIANT 2 UNRESTRICTED GWAC
MASTER CONTRACT
4
G.15 GSA CLIENT AGENCY TASK ORDER ORDERING PROCEDURES .................................. 67
G.15.1 Ordering Regulations ........................................................................................... 67
G.16 FAIR OPPORTUNITY ............................................................................................. 68
G.17 ORDER INFORMATION ......................................................................................... 68
G.18 INVOICE SUBMISSION AND REPORTING APPLICABLE TO TASK ORDERS .................. 68
G.19 CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) ............ 69
G.19.1 Master Contract Performance Assessments ....................................................... 69
G.19.2 Task Order Performance Assessments ................................................................ 70
G.20 REPORTING .......................................................................................................... 70
G.20.1 GWAC Data Calls.................................................................................................. 71
G.20.2 GWAC Transactional Data ................................................................................... 71
G.21 GWAC CONTRACT ACCESS FEE (CAF) AND FEE REMITTANCE .................................. 72
G.22 INDIVIDUAL SMALL BUSINESS SUBCONTRACTING PLAN ........................................ 73
G.22.1 Minimum Subcontracting Goals .......................................................................... 73
G.22.2 Subcontracting Reports ....................................................................................... 74
G.22.3 Task Order Small Business (SB) Subcontracting Credit for Ordering Agencies ... 76
G.23 SUBCONTRACTORS .............................................................................................. 76
G.24 MERGERS, ACQUISITIONS, NOVATIONS, AND CHANGE-OF-NAME AGREEMENTS.... 77
G.24.1 Contractual Responsibilities: New GSA GWAC Contractor Assigned through an
Anti-Assignment Exception ................................................................................................... 78
G.24.2 Contractual Responsibilities: New GSA GWAC Contractor assigned through an
Operation of Law Exception ................................................................................................. 79
G.24.3 Contractual Restrictions to Any Assignment ....................................................... 79
G.24.4 Notice Required for Ownership Changes and Change of Name Agreements ..... 80
G.25 ENVIRONMENTAL OBJECTIVES AND REQUIREMENTS ............................................ 81
G.26 TASK ORDER CLOSEOUT ....................................................................................... 82
G.26.1 Expired Task Order Verification/Validation ......................................................... 83
G.27 MASTER CONTRACT CLOSEOUT ............................................................................ 83
SECTION H - SPECIAL CONTRACT REQUIREMENTS ...................................................... 85
H.1 PROVISIONS INCORPORATED BY REFERENCE AT TASK ORDER LEVEL ...................... 85
H.2 CONGRESSIONAL NOTIFICATION OF GWAC TASK ORDER AWARDS ........................ 87
H.3 MARKETING ......................................................................................................... 87
H.4 ORGANIZATIONAL CONFLICT OF INTEREST ............................................................ 88
GSA ALLIANT 2 UNRESTRICTED GWAC
MASTER CONTRACT
5
H.5 PERMITS .............................................................................................................. 88
H.6 SECURITY: REQUIRED IT SECURITY POLICIES AND REGULATIONS ........................... 88
H.7 SECURITY: SAFEGUARDING SENSITIVE DATA AND INFORMATION TECHNOLOGY
RESOURCES...................................................................................................................... 89
H.7.1 GSA Agency-specific IT Security Guidelines ........................................................ 89
H.7.2 Task Order Subcontractors IT Security Guidelines, if applicable ........................ 90
H.8 SECURITY: SECURITY CLEARANCES ........................................................................ 90
H.9 SECURITY: HOMELAND SECURITY PRESIDENTIAL DIRECTIVES-12 (HSPD-12) ........... 90
H.10 CONTRACTOR TRAINING ...................................................................................... 91
H.10.1 Mandatory Training ............................................................................................. 91
H.11 GOVERNMENT PROPERTY .................................................................................... 91
H.12 LEASING OF REAL AND PERSONAL PROPERTY ....................................................... 91
H.13 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY ............................. 92
H.14 INTERNET PROTOCOL VERSION 6 (IPV6) ................................................................ 92
H.15 COST ACCOUNTING STANDARDS (CAS) ................................................................. 93
H.16 COST ACCOUNTING SYSTEM ................................................................................. 94
H.17 COMMERCIAL SOFTWARE AGREEMENTS .............................................................. 94
H.18 LOGISTICAL SUPPORT PRIVILEGES ......................................................................... 95
H.19 CONTRACTOR ENGAGEMENT REQUIREMENTS BASED UPON TASK ORDER
PARTICIPATION AND PRODUCTION .................................................................................. 96
H.20 VOLUNTARY CANCELLATION OF THE MASTER CONTRACT PROVISION ................... 96
H.21 OPEN SEASON FOR MASTER CONTRACT ............................................................... 97
H.21.1 Open Season Determinations and Procedures ................................................... 97
H.22 OPTION TERM OF MASTER CONTRACT.................................................................. 99
SECTION I - CONTRACT CLAUSES .............................................................................. 100
I.1 GENERAL ........................................................................................................... 100
I.1.1 DOD Agency-specific Required Provisions and Clauses ......................................... 101
I.2 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ...................... 101
I.2.1 Acquisition of Commercial Items ........................................................................... 114
I.2.2 General Services Administration (GSA) Regulations (GSAR), Incorporated by
Reference ............................................................................................................................ 115
I.3 GSAR 552.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (FAR
DEVIATION) (FEB 2018) .................................................................................................. 115
GSA ALLIANT 2 UNRESTRICTED GWAC
MASTER CONTRACT
6
I.4 GSAR 552.232-78 COMMERCIAL SUPPLIER AGREEMENTSUNENFORCEABLE
CLAUSES (FEB 2018) ....................................................................................................... 116
I.5 GSAR 552.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (DEVIATION FAR 52.252-6)
(NOV 2021) .................................................................................................................... 118
I.6 FAR 52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN
TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
119
I.7 FAR 52.216-18 ORDERING (AUG 2020) ................................................................ 122
I.8 FAR 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997)................... 123
I.9 FAR 52.216-19 ORDER LIMITATIONS (OCT 1995) ................................................. 123
I.10 52.216-21 REQUIREMENTS (OCT 1995) ............................................................... 124
I.11 FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) ............................................. 125
I.12 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) ...... 125
I.13 FAR 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUN 2020) ........................ 126
I.14 FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)
126
I.15 FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) .............. 127
I.16 FAR 52.232-32 PERFORMANCE-BASED PAYMENTS (APR 2012) ............................ 127
I.17 52.223-99 ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL
CONTRACTORS (OCT 2021) (DEVIATION) ......................................................................... 132
I.18 FAR 52.237-3 CONTINUITY OF SERVICES (JAN 1991) ........................................... 132
I.19 FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020) ........................ 133
I.20 GSAM 552.203-71 RESTRICTION ON ADVERTISING (SEP 1999) ............................. 133
I.21 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
(Mar 2023) ..................................................................................................................... 134
I.22 GSAM 552.232-72 FINAL PAYMENT UNDER BUILDING SERVICES CONTRACTS (MAR
2012) 134
SECTION J - LIST OF ATTACHMENTS ......................................................................... 135
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES ............................... 136
J-1.1 PROVISIONS....................................................................................................... 136
J-1.2 FULL TEXT PROVISIONS / REPRESENTATIONS AND CERTIFICATIONS..................... 137
J-1.2.1 DFARS 252.204-7007, Alternate A, Annual Representations and Certifications
(MAY 2021) ......................................................................................................................... 137
J-1.2.2 DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
(MAR 2022) ......................................................................................................................... 139
GSA ALLIANT 2 UNRESTRICTED GWAC
MASTER CONTRACT
7
J-1.2.3 DFARS 252.209-7006 Limitations on Contractors Acting as Lead System
Integrators (DEC 2022) ....................................................................................................... 141
J-1.2.4
DFARS 252.209-7998, Representation Regarding Conviction of a Felony
Criminal Violation under any Federal or State Law (Deviation 2012-O0007
(AUG
2023) 142
J-1.2.5
DFARS 252.209-7999 Representation Regarding an Unpaid Delinquent
Tax Liability or a Felony Conviction Under Any Federal Law (
Deviation 2012-O0004)
(AUG 2023) ......................................................................................................................... 142
J-1.2.6
DFARS 252.217-7002, Offering Property for Exchange (JUN 2012)
........ 143
J-1.2.7
DFARS 252.227-7017, Identification and Assertion of Use, Release, or
Disclosure Restrictions (JAN 2023)
................................................................................ 143
J-1.2.8 DFARS 252.227-7028, Technical Data or Computer Software Previously
Delivered to the Government (JUN 1995) .......................................................................... 145
J-1.2.9 DFARS 252.246-7005, Notice of Warranty Tracking of Serialized Items (MAR
2016) 146
J-1.3 CLAUSES INCORPORATED BY REFERENCE ............................................................ 147
J-1.4 DFARS CLAUSES INCORPORATED BY FULL TEXT ................................................... 150
ATTACHMENT J-2 - GOVERNMENT SECURITY PUBLICATIONS AND CONTRACTOR
MINIMUM SECURITY REQUIREMENTS FOR SELECT SYSTEMS ................................... 152
J-2.1 FEDERAL SECURITY STANDARDS AT THE TASK LEVEL ........................................... 152
J-2.1.1 Safeguarding Sensitive Data and Information Technology Resources .............. 152
J-2.1.2 Cloud Computing Security Requirements for the Department of Defense (DOD)
and the Defense Information Systems Agency (DISA) ........................................................ 153
J-2.1.3 Information Security Policies, Procedures, and Practices ................................. 154
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS SERVICE OCCUPATIONAL
CLASSIFICATIONS .................................................................................................... 155
J-3.1 BACKGROUND ................................................................................................... 155
J-3.2 INDIVIDUAL LABOR CATEGORIES ........................................................................ 156
ATTACHMENT J-4 CONTRACTOR LABOR HOUR PRICING FOR STANDARD IT SERVICE
LABOR CATEGORIES ................................................................................................ 169
ATTACHMENT J-5 - PERFORMANCE REQUIREMENTS SUMMARY (PRS) ..................... 170
ATTACHMENT J-5.A - CONTRACTOR ENGAGEMENT PERFORMANCE-BASED EVALUATION
PROGRAM RATINGS ....................................................................................................... 172
J-5.A.1 DEFINITION OF CONTRACTOR ENGAGEMENT .................................................. 172
J-5.A.2 CONTRACTOR PARTICIPATION THROUGH PROPOSAL SUBMISSION ................ 173
J-5.A.3 CONTRACTOR PRODUCTION THROUGH TASK ORDER AWARDS ....................... 178
GSA ALLIANT 2 UNRESTRICTED GWAC
MASTER CONTRACT
8
J-5.A.4 ANNUAL RATING ASSESSMENTS AND PERFORMANCE STATUS DETERMINATIONS
182
J-5.A.5 Additional Terms and Conditions for Changes to Contractor Engagement
Standards and AQLs ............................................................................................................ 183
J-5.A.6 Contractor Engagement Summary .................................................................... 184
J-5.A.7 Performance Ratings and Government Remedies ............................................ 184
J-5.A.8 TABLE FORMAT OF ATTACHMENT J-5.A - SPREADSHEET DOCUMENT .................. 192
ATTACHMENT J-5.B - PBA Small Business Subcontracting Evaluation Program Ratings
...................................................................................................................................... 199
J.5.B.1 CPARS Small Business Subcontracting Rating Guide and Corrective Actions ... 200
ATTACHMENT J-6 - TRANSACTIONAL DATA REPORTING........................................... 203
J-6.1 GSAR 552.216-75 Transactional Data Reporting (May 2023) ................................ 203
J-6.2 CLIN Structure ........................................................................................................ 205
ATTACHMENT J-7 - INDIVIDUAL SMALL BUSINESS SUBCONTRACTING PLAN ........... 206
ATTACHMENT J-8 - WEBSITE REFERENCES ............................................................... 207
J-8.1 GWAC Program Email Correspondences ............................................................. 207
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION A - MASTER CONTRACT
1
SECTION A - CONTRACT Standard Form 33
Solicitation, Offer and Award
THE SIGNED SF-33 FORM IS SEPARATELY ATTACHED
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
2
SECTION B - SUPPLIES OR SERVICES AND
PRICES/COSTS
B.1 GENERAL
The Alliant 2 Governmentwide Acquisition Contract (GWAC) is a Multiple Award, Indefinite
Delivery, Indefinite Quantity (IDIQ) contract to provide information technology solutions
through performance of a broad range of services, which may include the integration of various
technologies critical to the services being acquired.
A Task Order is defined as “an order for services placed against an established contract or with
Government sources,” FAR 2.101. Task Orders are issued by federal agencies off the GSA
Alliant 2 GWAC.
The Contractor shall provide all management, supervision, labor, facilities and materials
necessary to perform on a Task Order basis.
Hereafter, the Alliant 2 GWAC is also referred to as the “Master Contract” while Task Orders
issued under the Master Contract will be referred to as either “Task Order(s),” “TO(s),” or
“Order(s).”
B.2 AUTHORITY
The Administrator of the U.S. General Services Administration (GSA) is specifically authorized
to purchase supplies and Non-personal services on behalf of other agencies under the Federal
Property and Administrative Services Act (40 U.S.C. 501).
The Office of Management and Budget (OMB) has designated the GSA as an Executive Agent
for Governmentwide information technology (IT) acquisitions pursuant to Section 5112(e) of the
Clinger-Cohen Act, 40 U.S.C. 11302(e).
The scope of this designation includes the award and administration of the Master Contract and
delegation of authority for the award and administration of the Task Orders as set forth in
Section G.2. Through this GWAC, Federal government agencies can award Task Orders to
acquire IT services-based solutions.
B.3 ECONOMY ACT
The Economy Act does not apply to Governmentwide acquisition contracts (GWACs). GWACs
are multiple award Task Order or delivery order contracts used by other agencies to procure
information technology products and services outside of the Economy Act. (Refer to Federal
Acquisition Regulations FAR 2.101 and FAR Subpart 17.502-2(b)). The specific statutory
authority 40 U.S.C. 11302(e) designates the head of one or more executive agencies, such as the
US General Services Administration, as executive agent for Government-wide acquisitions of
information technology.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
3
B.4 MAXIMUM CONTRACT CEILING AND MINIMUM CONTRACT
GUARANTEE
(a) Maximum. The maximum contract ceiling value of all contracts in this multiple award
procurement is established at $75 Billion dollars.
(b) Minimum. The minimum guaranteed award amount for this IDIQ contract is $2,500 dollars
per Contractor for the full term of the Master Contract. The exercise of the option period does
not re-establish the contract minimum.
Should the contract expire or be unilaterally terminated for convenience by the Government
without the contractor receiving the minimum guaranteed award amount, the contractor may
present a claim to the contracting officer for an amount not to exceed the minimum guaranteed
award amount. The minimum guaranteed award amount is not applicable if the contract is
terminated for default or is bilaterally cancelled by the parties. The contractor has one year after
contract termination or expiration to submit their claim to the contracting officer or waives
entitlement.
(c) The Government has no obligation to issue Task Orders (TO) to the Contractor beyond the
amount specified in paragraph (b) of this clause. Once the conditions of paragraph (b) have been
met the Contractor continues to be afforded fair opportunity, as per FAR 16.505(b)(1), to
compete for Task Orders issued through the expiration of the Master Contract or termination of
the Contractor’s Master Contract, whichever occurs first.
(d) As a result of an awarded Task Order that satisfies the minimum contract guarantee the
government will deobligate the funded minimum contract guarantee from the Contractor’s
Master Contract.
There is no maximum dollar ceiling for an individual Task Order.
B.5 PERFORMANCE BASED PREFERENCE
Through the direction of the Office of Management and Budget (OMB), Office of Federal
Procurement Policy (OFPP), performance-based contracting techniques will be applied to Task
Orders issued under this contract to the “maximum extent practicable.” For information about
performance-based service contracts, refer to OFPP’s Best Practices Handbook located at
www.whitehouse.gov/omb.
Pursuant to FAR 37.102(a)(2), the Ordering Contracting Officer will use performance-based
acquisition methods to the maximum extent practicable using the following order of precedence:
(1) A Firm-Fixed Price Performance-Based Task Order;
(2) A Performance-Based Task Order that is not Firm-Fixed Price;
(3) A Task Order that is not Performance-Based.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
4
B.6 LABOR CATEGORIES (LCAT or LCATs)
B.6.1 Three Labor Category Types
To enhance the consistency of labor and service cost/price offers and reporting, the Master
Contract provides the Standard IT Service Labor Categories (see Attachment J-3). These labor
categories (LCATs), which are a subset of the Standard Occupational Classifications (SOCs)
issued by the Department of Labor (DOL) Bureau, Labor Statistics Division, facilitate the
standardization of labor types, descriptions, and rates across the entire contract vehicle. This
approach provides the government more accurate cost forecasting, reporting, and tracking.
Additionally, the Master Contract also provides for Non-Standard IT Service LCATs and
Ancillary Service LCATs, as described below.
The Contractor is always bound by Maximum Rates on labor hours used in all Time-and material
(T&M) and Labor Hour (L-H) Task Order contract types, including any T&M and L-H Contract
Line Items (CLINS that may be integrated into a single Task Order among Cost-type and/or
Fixed-price CLINS. (See Subsection B.11.4.1 Maximum Rates for Time-and material and Labor
Hour Contract Types).
Alliant 2 provides the following three (3) types of LCATs:
(1) Standard IT Service LCATs This labor category type includes the defined IT
Service LCATs (see Attachment J-3). Each of the defined Standard IT Service LCATs is
further stratified to include four (4) skill levels. These may be modified through the term
of this Master Contract to accommodate emerging IT Service LCATs as defined by the
market. The Contractor shall utilize the Standard IT Service LCATs to the maximum
extent possible. Additional Standard IT Service LCATs may be added over the term of
this contract if the GSA GWAC Program approved and appended to the contract via
modification by the GSA GWAC PCO. (See Section B.6.3).
(2) Non-Standard IT Service LCATs - This labor category type includes any IT Service
labor category that is not listed within the Standard IT Service LCATs (see Attachment J-
3). A Non-standard IT Service LCAT must be approved by the Ordering Contracting
Officer (OCO) at the Task Order level.
(3) Ancillary Service LCATs This labor category type includes ancillary labor support
and does not include any of the defined Standard IT Service LCATs or Non-Standard IT
Service LCATs. Ancillary Service LCATs may be used only when the principal purpose
of the Task Order is to furnish IT services-based solutions.
The OCO will ensure that additional labor categories are in compliance with Service
Contract Labor Standards and Wage Rate Requirements (Construction), and, where
applicable, include appropriate clauses and wage determinations consistent with B.7
and/or B.8.
B.6.1.1 Standard IT Service Labor Categories
Standard IT Service LCATs are the labor categories referenced in Attachment J-3. They are
presented as historically-based relevant positions that support Information Technology (IT)
procurement requirements. IT is a dynamic discipline that will likely require additional uniquely
defined IT Service labor categories that emerge at some point through the term of this Master
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
5
Contract. Additional Standard IT Service labor categories may be added by the government via
contract modification. The process to recommend the addition of new IT LCATs to the Master
Contract is discussed in detail under section B.6.3, Process to add Standard IT Service LCATs to
the Master Contract.
(a) The primary source of the Standard IT Service LCATs is the Department of Labor (DoL)
Bureau of Labor Statistics (BLS) Service Occupational System. The Standard
Occupational Classification (SOC) system is used by Federal statistical agencies to
classify workers into occupational categories for the purpose of collecting, calculating, or
disseminating data.
(b) The Standard IT Service LCATs (see Attachment J-3) contains the comprehensive IT
Service LCATs required to meet all information technology service-based
requirements. Therefore, every effort shall be made by the OCOs and Contractors to use
the Standard IT Service LCATs. (See Attachment J-3).
B.6.1.2 Non-Standard IT Service LCATs
Any IT Services LCAT that does not fit within the Standard IT Service LCATs is not approved
for use on Task Orders without approval of the OCO awarding the Task Order. IT Service
LCATs that addresses new and emerging occupations for which the LCAT functional
titles/descriptions may not correlate to any of the DOL SOC matches, or may not be widely
available throughout Industry, are characteristics of Non-standard IT LCATs.
The Master Contract Standard IT Service LCATs are robust and were written to encompass the
broad scope of information technology. Additional labor categories would need to bring to bear
skill sets that are so specialized or rare that they are not already encompassed in any existing
Master Contract labor category. OCOs may consider additional labor categories on Task Orders
when deemed necessary to provide IT services or an IT services-based solution. OCOs will
perform due diligence in determining that Non-standard IT service labor categories are required.
The OCO may review the Standard IT Service Cross-walk Matrix, located
at www.gsa.gov/alliant2, that maps to equivalent commercial IT LCATs functional titles with
the Standardized IT Service LCAT, or seek guidance from a GSA GWAC Technologist, when
considering the addition of non-standard IT LCATs to their Task Order.
B.6.1.3 Ancillary Service Labor Categories
The GSA GWAC is to be used by agencies in meeting professional Information Technology (IT)
service objectives. Use of the non-IT ancillary service LCATs must be (1) integral and
necessary; (2) part of a total integrated solution within the scope of the Master Contract; and (3)
not a labor category specified in the Master Contract. The Contractor should propose and
identify each ancillary support service separately and the OCO should identify each ancillary
support service by a separate CLIN on the Task Order award.
Included in ancillary services may be those LCATs covered under construction and service type
employees identified by the Department of Labor wage determinations.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
6
B.6.2 Applicability of Labor Category Types and Maximum Rates
(a) T&M and L-H Task Orders or CLINS: All Labor Category Types indicated in Section
B.6.1 (Standard IT Service, Non-Standard IT Service, and Ancillary Service LCATs)
shall always apply to T&M and L-H contract type Task Orders and to any T&M and L-H
contract type CLINS in Task Orders with multiple contract types. Maximum Rates for
Standard IT Services LCATs shall only apply to T&M and L-H contract type Task
Orders and to any T&M and L-H contract type CLINS in Task Orders with multiple
contract types. Maximum Rates will not apply to any other contract types, including
Cost-Reimbursement and Fixed-price Task Orders or Cost-Reimbursement and Fixed-
price CLINS. Maximum Rates for Time-and Material and Labor Hour Contract Types is
further addressed in Section B.11.4.1.
(b) Other than T&M and L-H Task Orders or CLINS: At the full discretion of the Task Order
issuing agency OCO, any Labor Category Type indicated in Section B.6.1 may be used
and applied to all other contract types for any Task Order issued under this Master
Contract, including Cost-Reimbursement and Fixed-price Task Orders or Cost-
Reimbursement and Fixed-price CLINS in Task Orders with multiple contract types;
however, the Contractor’s labor category’s Maximum Rates established from this Master
Contract will not apply. Ceiling rates or fixed rates on individual labor categories within
a Task Order will be established between the Contractor and the issuing agency
OCO. Task Order Ceiling or fixed rates will not change the Contractor’s Maximum
Rates in the Master Contract.
B.6.3 Process to Add Standard IT Service LCATs to the Master Contract
GSA reserves the right to add new IT Service LCAT to the list of Standard IT Service LCATs
when determined to be in the best interest of the Government. As the information technology
market evolves, GSA encourages the Contractor and ordering agencies to recommend new IT
Service LCAT that they believe should be added to the list of Standard IT Service LCATs. With
any new IT Service LCAT, GSA requests a functional description and justification narrative be
included to provide the rationale for adding the new IT Service LCAT. If approved by the GSA
GWAC PCO, the newly adopted IT Service LCAT will be added to the Standard IT Service
LCATs and each contract holder will be afforded the opportunity to submit and negotiate labor
hour pricing for the new IT Service LCAT. Ultimately, for those Contractors who establish
pricing with the GSA GWAC PCO, a contract modification will be executed to add the new
Standard IT Service LCAT.
B.7 LABOR SUBJECT TO THE WAGE RATE REQUIREMENTS
(CONSTRUCTION)
The Master Contract does not include wage determinations or all applicable clauses for labor
categories subject to the Wage Rate Requirements (Construction). Each Task Order will be
tailored to include the appropriate clauses and wage determinations. To the extent that
construction, alteration, and repair are subject to the wage rate requirements and within scope of
a Task Order and the Master Contract, the OCO will identify such work under a separate CLIN
on the Task Order and incorporate the appropriate wage determinations in accordance with FAR
22.4, Labor Standards for Contracts Involving Construction.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
7
Any construction, alteration, and repair are only in scope as necessary to offer an
integrated information technology solution provided that it is integral to and necessary for
the effort stated in the Task Order. Task Orders shall not be the primary purpose of the scope
or issued exclusively for work performed under the Wage Rate Requirements (Construction).
B.8 LABOR SUBJECT TO THE SERVICE CONTRACT LABOR
STANDARDS (SCLS)
The Master Contract labor categories are considered bona fide executive, administrative,
professional labor and generally exempt from the SCLS if used to perform professional IT
services, except as noted in Attachment J-3. The Master Contract does not include wage
determinations or all applicable clauses for labor categories subject to the SCLS. Each Task
Order will be tailored to include the appropriate clauses and wage determinations.
To the extent that any labor is subject to the SCLS and within scope of a Task Order and the
Master Contract, the OCO will identify such work under a separate CLIN on the Task Order and
incorporate wage determination in accordance with FAR 22.10, Service Contract Labor
Standards.
B.9 TASK ORDER CONTRACT TYPES
The GSA Alliant 2 GWAC is a Multiple Award, Indefinite-Delivery, Indefinite-Quantity (MA-
IDIQ) Master Contract for Government-wide information technology service-based
requirements. Task Order contract types permitted to be issued under this Master Contract
include all FAR subparts and sections listed under FAR 16.2 Fixed-price Contracts, FAR 16.3
Cost-Reimbursement Contracts, and FAR 16.4 Incentive Contracts. Additionally, FAR section
16.503 Requirements Contracts; FAR section 16.601 Time-and-materials and FAR 16.602
Labor-hour Contracts are permitted Task Order contract types. However, FAR 16.503
Requirements Contracts should be limited to not exceed the ordering period of the Master
Contract. Task Orders may also incorporate FAR 17.1 Multiyear Contracting and FAR 17.2
Option periods procuring Commercial-items or Non-commercial items. These contract types can
be used singly or in combination within a single Task Order comprising multiple Contract Line
Items (CLINS).
B.9.1 Requirements Contract Type
A Requirements contract type (FAR Subpart 16.503) provides for filling all actual purchase
requirements of designated Government activities for services or supplies during a specified
contract period, with performance or deliveries to be scheduled by placing orders with the
Contractor. The contracting officer states a realistic estimated total quantity in the Task Order
solicitation and the resulting order. All Requirements contract type CLINS within a Task Order
must include a defined scope with all items priced at time of award, i.e., Fixed-priced by
unit/rate, size or type as defined by the issuing agency. Established pricing is not subject to any
adjustment on the basis of the contractor’s cost experience in performing the Task Order, and
established Contractor prices will not be subsequently discounted at the Government’s request
once negotiated at Task Order award. The agency will direct the Contractor to deliver a specified
quantity of the in-scope Government requirement by use of a Call, which activates a pre-priced
CLIN or SubCLIN during the term of the Task Order.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
8
Requirements Task Order type under an IDIQ Master Contract: A Requirements contract type
Task Order is a single contract award issued under this indefinite-delivery, indefinite-quantity
(IDIQ) Master Contract vehicle. Executing and funding individual CLINS and SubCLINS under
this Task Order type are not considered to be second-tier instruments issued under the awarded
Task Order. Also, the agency's clearly defined Requirements Task Order procurement, as with
any contract type listed in Section B.9, must be within the scope of the Master Contract’s Section
C.
Pursuant to the terms and conditions of this Master Contract, the use of Requirements contract
types of Task Orders is further restricted to the following: The term of the Task Order (including
Options) should not exceed the remaining ordering period of the Master Contract (including the
Option) at the time of Requirements Task Order award.
Application of Requirements Contract Type: A Requirements contract type approach satisfies the
requirement for the issuance of a binding Task Order under Master Contract. This contract type
can provide Task Order issuing agencies with maximum flexibility when ordering IT services
while obligating funds as needed only on individual calls as the bona fide need arises for
predefined and established priced procurement requirements on awarded Requirements contract
type Task Orders by individual CLINS and SubCLINS.
A Requirements contract type Task Order may be appropriate for acquiring flexible IT solution
services, including ancillary services or goods when the Government anticipates recurring
requirements but cannot predetermine the precise quantities that Government activities will need
during a definite period. The below list are a few examples of IT services that may be considered
to procure using a Requirements contract type:
Data Center & Virtualization Services - Consolidation and migration.
Cloud Migration and Storage.
IT Disaster Recovery - Recovery, backup and replication services.
IT Managed Services - Continuous monitoring, managing and/or problem resolution for
the IT systems within a business.
IT Helpdesk Services.
Intrusion Monitoring and Prevention - threat monitoring and response.
Telepresence.
B.9.1.1 Distinction of a Requirements Contract to Other Contract Types and
Agreements
a) IDIQ Contracts - A Requirements contract type Task Order issued under this Master
Contract is not an IDIQ contract. There are distinct structural differences between a
Requirements contract and an IDIQ and distinct differences in the nature and legal effect
of the different types of orders that are placed against these different contract vehicles. A
Requirements contract type in this Master Contract is one in which the Government
(buyer) agrees to purchase all of its needs for a particular item or service during the Task
Order period from the Contractor (seller), and the seller agrees to fill all of the buyer’s
needs for the goods or services described in the Task Order. Thus, unlike an IDIQ, an
essential element of a Requirements contract type is the promise by the buyer to purchase
all the subject matter within this contract type of Task Order exclusively from one seller,
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
9
Whereas with an IDIQ, once the minimum is met, the buyer is not obligated to place any
additional orders. Additionally, the multiple award preference requirement does not
apply as it does with an IDIQ, under FAR 16.504(c)(1). An IDIQ is also different from a
Requirements contract type in the following: (1) A Requirements contract’s guaranteed
minimums are not required; (2) The Task Order solicitation of a Requirements contract
must state realistic estimated quantities, and (3) The buyer and seller are obligated to buy
and sell on a Requirements at the prices negotiated at time of award.
(b) A Basic Ordering Agreement (BOA), under the rules of FAR Subpart 16.703, is not a
contract. It is a written instrument of understanding used when contracting for uncertain
requirements for supplies or services when specific items, quantities, and prices are not
known at the time the agreement is executed. Thus, a BOA, unlike a Requirements
contract, does not require a clearly defined scope or required pricing established at time
of award. And because a defined scope and established pricing is required for any Task
Order issued under this Master Contract, BOAs are unsuitable methods of procurement
for purposes of this GSA GWAC program.
(c) A traditional Blanket Purchasing Agreement (BPA) falls under the rules of FAR Subpart
13.303, Simplified Acquisition Procedures, and a Multiple Award Schedule BPA (also
known as a GSA Schedule BPA) falls under the rules of FAR Subpart 8.4 Federal Supply
Schedules (FSS). Task Orders should be issued in accordance with the rules under FAR
Subpart 16.505, not FAR Subpart 13.303 or 8.4. Neither of the two BPA types fall under
FAR Part 16 Types of Contracts because they are agreements similar to BOAs. BPAs
neither obligate funds nor require placement of any orders against it. The award of a BPA
lacks mutuality of consideration at the time of BPA award. Like BOAs, BPAs are not
suitable as a Task Order contract type. Therefore, including IDIQ, BPA and BOA Task
Order Contract Types into Section B.8 are not in the best interest of the Government for
this Master Contract.
B.9.1.2 Additional Terms and Conditions for Requirements Contract Type for
Commercial Items
At any time during the term of the Master Contract, the Requirements Contract type as an
available Task Order type (listed in Section B.9) may be removed from the Master Contract via a
unilateral contract modification if the GSA GWAC PCO determines that its use as an available
contract type is no longer in the best interest of the Government.
B.10 ORDER TYPE PREFERENCE
The Ordering Contracting Officer (OCO) will determine the Task Order type using the
following order of precedence:
(1) Fixed-Price (all types)
(2) Cost-Reimbursement (all types)
(3) T&M or L-H
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
B.11 TASK ORDER PRICING (ALL ORDER TYPES)
The issuing agency will negotiate cost or pricing with the Contractor and make the determination
for cost or price reasonableness for each Task Order type. Adequate price competition at the
Task Order level, in response to an individual requirement, establishes the most accurate, fair,
and reasonable pricing for that requirement.
The OCO will identify the applicable contract type for all CLINs in each GWAC Task Order.
When adequate price competition exists (see FAR 15.403-1(b)(1)), generally no additional
information is necessary to determine the reasonableness of cost or price. If adequate price
competition does not exist and no other exceptions apply (see FAR 15.403-1(b)), the OCO will
request a Certificate of Current Cost and Pricing Data in accordance with FAR 15.403-4.
If a Contractor does not have an approved purchasing system, the Contractor shall request and
receive OCO consent to subcontract in accordance with FAR 44.201-1(b) Consent to
Subcontracts, and FAR 52.244-2, Subcontracts.
B.11.1 Fixed Price
The OCO will determine fair and reasonable pricing for all Fixed-Price Task Orders in
accordance with FAR 15.4, Pricing, and FAR 16.2, Fixed-Price Contracts.
B.11.2 Cost Reimbursement
The Ordering Contracting Officer (OCO) will determine fair and reasonable pricing, cost
realism, analyze and negotiate profit for all Cost-Reimbursement Task Orders, in accordance
with FAR 15.4, Pricing, and FAR 16.3, Cost-Reimbursement Contracts.
Contractors are required to have an adequate cost accounting system for Cost Reimbursable type
Task Orders in accordance with FAR 16.301-3(a)(3). Contractors will be required to submit a
cost proposal with supporting information for each cost element, including, but not limited to,
Direct Labor, Fringe Benefits, Overhead, General and Administrative (G&A) expenses, Facilities
Capital Cost of Money, Other Direct Costs, and Profit consistent with their cost accounting
system, provisional billing rates, and forward pricing rate agreements.
B.11.3 Incentive
Incentives are defined under FAR Subpart 16.4, Incentive Contracts, and other applicable
agency-unique regulatory supplements. The OCO will determine fair and reasonable pricing for
all Incentive Task Orders and develop a plan to implement and monitor an Award-Fee,
Incentive-Fee, or Award-Term result in accordance with FAR 15.4, Pricing.
B.11.4 Award Fee
Award fees may be applicable to the Contractor’s performance on individual Task Orders.
Should an award fee-type Task Order be issued, the total amount of award fee the Contractor
may earn over the period of performance will be negotiated before award. The amount of award
fee that the Contractor actually earns will be based on an evaluation, as specified in the Task
Order, by the Government of the evaluation factors specified in each individual award fee type
Task Order. The evaluation of the Contractor’s performance on the Task Order and the
determination of Task Order award fees will be accomplished with an Award Fee Plan. The Fee
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
Determination Official (FDO) will unilaterally determine the amount of award fee for
performance on individual Task Orders.
B.11.5 Time-and Material and Labor Hour Contract Types
Time and Materials (T&M) and Labor Hour (L-H) is defined under FAR Subpart 16.6, T&M and
L-H Contracts, and other applicable agency-specific regulatory supplements. The Contractor
may provide separate and/or blended loaded hourly labor rates for prime Contractor labor, each
Subcontractor, and/or each Division, Subsidiary, or Affiliate in accordance with the provisions
set forth in FAR 52.216-29,
DFARS 252.216-7002 (for DoD Task Orders), FAR 52.216-30, or FAR 52.216-31. The OCO
will identify which provision is applicable in the Task Order solicitation and the Contractor will
comply with the provision. T&M and L-H Task Orders require the Master Contract IT Standard
LCATs and their associated rates to be identified in the Task Order award document. Ancillary
subcontract labor shall be proposed and awarded as Materials in accordance with FAR 52.232-7,
Payments under Time-and-Materials and Labor-Hour Contracts.
B.11.5.1 Maximum Rates for Time-and-material and Labor Hour Contract Types
(a) APPLICABLE TO THE MASTER CONTRACT
Maximum Rate Definition: “Maximum Rate” is a term that applies at the Master
Contract level and is not necessarily a term used at the Task Order level. It represents and
establishes maximum allowable labor rates in the form of burdened rates for all Standard
IT Service LCATs indicated in this Master Contract. The burdened rates include the
direct labor cost, G&A, O/H, fringe benefits, and profit. The Maximum Rates
accommodate the U.S. Government security classification up through the Secret level.
These Maximum Rates apply exclusively applicable to all T&M and L-H contract type
Task Orders and proposals. The Master Contract’s Maximum Rates are not typically the
same rates as the fixed-price labor rates or ceiling labor rates that are established between
the Contractor and issuing agency at the Task Order Level.
Escalation Factor: The burdened maximum rates awarded for each LCAT at initial
contract award shall serve as the basis for all future year pricing for those maximum
rates. In order to determine future year maximum rate pricing, the originally awarded
rates will have an escalation factor applied. This escalation factor will be the average
annual Bureau of Labor Statistics (BLS) Employment Cost Index (ECI), “Table 5:
COMPENSATION (NOT SEASONALLY ADJUSTED) for total compensation for
private industry workers, by occupational group and Industry, Professional, scientific,
and technical services- for the previous three years. In Year 5 of the Master Contract, if
the average annual ECI for the previous three years is higher than at time of the Master
Contract award date, the maximum rates for Master Contract Option Years 6 through 10,
plus the remaining Period of Task Order Performance Years 11through 15 will be
adjusted by the difference of percentage increase. For example, if the BLS ECI index was
2.23% at time of proposal submission and the BLS ECI index is 3.16% in Year 5 of the
Master Contract, the maximum rates for years 6 through 15 will be adjusted by 0.93% per
year on a cumulative basis. If BLS ECI index in Year 5 of the Master Contract is equal to
or below the BLS ECI index at time of award, the maximum rates will remain
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
unchanged. In Year 10 of the Master Contract, if the previous three-year average annual
BLS ECI index for the previous three years is higher than Year 5 of the Master Contract,
the maximum rates for the remaining Period of Task Order Performance Years 11
through 15 will be adjusted by the difference of percentage increase in accordance with
the example above. If the average index in Year 10 is equal to or below the average index
in Year 5, the maximum rates will remain unchanged.
Direct labor and all other cost elements (including G&A, O/H, fringe benefits, profit, and
all other direct and/or indirect rates) that were initially established at Master Contract
award date can only increase from the above Escalation Factor. No other factors shall
increase Maximum Rates.
(b) APPLICABLE TO THE TASK ORDERS
1. Maximum Ceiling rates for current and future IT services requirements are
determined by GSA to be fair and reasonable on the Master Contract, inclusive of the
escalation factor. However, the Task Order issuing agencies will perform their own
determination for fair and reasonable pricing for each Task Order they award.
2. The Master Contract Maximum Rates that are in effect at the time a Task Order is
awarded shall remain with the Task Order award during the entire term of the Task
Order, including any Task Orders option periods. Therefore, any price increases in
LCATS triggered by the Master Contract’s escalation factor during the term of any
active Task Order will not apply. Only newly awarded Task Orders subsequent to an
escalation factor’s execution may be considered at the discretion of the Task Ordering
issuing agency.
3. Based on the specific Task Order requirements, only the agency OCO is authorized to
exceed the Master Contract maximum rates for those labor categories, if necessary,
for example, Top Secret/SCI labor and/or OCONUS locations, etc.
NOTE: The Maximum Rates include the U.S. Government security classification
up through the Secret level. The Contractor shall always provide to the agency
OCO the detailed rationale in all instances if and when the Maximum Rates of
labor are exceeded.
See Section F.3 Task Order Period of Performance.
B.11.5.2 Payments Under Time-And-Material and Labor-Hour Orders
Payments under T&M and LH terms (including matters related to subcontractors, materials,
indirect costs, etc.) are governed by the applicable Payments Clause in this contract.
B.12 TRAVEL PRICING (ALL ORDER TYPES)
Contractor personnel may be required to travel to support the requirements of this contract and as
stated in individual TOs. Long distance and local travel may be required both in the Contiguous
United States (CONUS) and Outside the Contiguous United States (OCONUS). For those TOs
requiring travel, the Contractor shall include estimated travel requirements in the proposal as
required by the OCO.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
If authorized in the Task Order, travel will be reimbursed at actual cost in accordance with the
limitations set forth in FAR Subpart 31.205-46, Travel Costs. Profit shall not be applied to travel
costs. To the extent authorized by the Task Order, Contractors may apply indirect costs to travel
in accordance with the Contractor’s usual accounting practices consistent with FAR 31.2.
The OCO will identify a not-to-exceed travel ceiling under a separate CLIN on the Task Order.
B.13 WORK OUTSIDE THE CONTIGUOUS UNITED STATES (OCONUS)
Contiguous United States (CONUS) means the 48 contiguous States and the District of
Columbia.
OCONUS includes:
1. OCONUS. Outside of the contiguous United States.
2. NON-FOREIGN OCONUS AREA. The states of Alaska and Hawaii, the
Commonwealths of Puerto Rico and the Northern Mariana Islands, Guam, and U.S.
territories and possessions.
It is anticipated that there may be Task Orders under this contract for work outside the United
States. The Contractor will be compensated for work performed OCONUS pursuant to the Task
Order. Standard references for OCONUS pricing include:
The U.S. Department of State’s Bureau of Administration, Office of Allowances (see Attachment
J-8 Website References) publishes quarterly report indexes of living costs abroad, per-diem rate
maximums, quarter’s allowances, hardship differentials, and danger pay allowances for
Contractors to follow when proposing on OCONUS efforts. No allowances, other than those
listed by the U. S. Department of State, shall be allowed on Task Orders.
The Department of State Standardized Regulations (DSSR) are the controlling regulations for
allowances and benefits available to all U.S. Government civilians assigned to foreign areas;
however, for Task Orders issued under the Master Contract, Contractor civilians assigned to
foreign areas shall not exceed the allowances and benefits in the DSSR as well.
For OCONUS Task Orders where costs are not specifically addressed in the DSSR, the
Government will reimburse the Contractor for all reasonable, allowable, and allocable costs in
accordance with FAR 31, Contract Cost Principles and Procedures.
B.14 GWAC CONTRACT ACCESS FEE (CAF)
GSA’s operating costs are reimbursed through a Contract Access Fee (CAF) charged on orders
placed against the Master Contract. The CAF is paid by the ordering agency but remitted to GSA
by the Contractor. GSA maintains the unilateral right to establish and change the CAF rate. GSA
will provide at least a 60-day notice prior to the Effective Date of any change to the CAF
payment process. Changes to the CAF only apply to orders awarded after the change is
announced.
The CAF rate, which is 0.75% at time of Master Contract Award, is applied to the total amount
reported on each invoice.
Based on the established CAF rate, the Contractor shall include the CAF in each proposal. The
Contractor shall include the CAF as a separate cost element on all proposals to the government,
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS
regardless of contract type. The CAF shall never be treated as a negotiable element between the
Contractor and the ordering agency.
If a customer organization has negotiated a CAF rate based on a special written agreement and/or
Memorandum of Agreement by the GWAC Program that is other than the established CAF rate,
GSA will provide advance notification. The CAF Rate, effective at time of the Task Order
award, shall remain the same for that Task Order for the full term of the Order.
The Contractor remits the CAF to GSA in accordance with Section G.21. The total CAF
collected per Order may be capped at a set amount to be determined by the Alliant 2 GWAC
Program Office. For more information on this cap CAF Memo, please see the Alliant 2 website
(http://www.gsa.gov/alliant2).
(END OF SECTION B)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
SECTION C - CONTRACT SCOPE OF WORK AND
PERFORMANCE WORK STATEMENT
C.1 SCOPE OF WORK OBJECTIVE
The Alliant 2 GWAC will provide Federal Government agencies with integrated
Information Technology (IT) solutions for evolving needs on a global basis. This Master
Contract allows for the application of technology to meet business needs including the
ability to perform all current, leading edge and/or emerging IT services required to satisfy
all IT services requirements anywhere and anytime worldwide.
Integrated IT solutions are comprised of IT components described below in Section C.4
and may be tailored in Task Order Requests to meet agencies’ mission needs. Work may
be performed at Government and Contractor facilities located throughout the world, as
specified in each Task Order, to provide a variety of IT solutions and support services. IT
services and solutions within scope of this Master Contract include new, leading edge and
emerging technologies that will evolve over the life of the Master Contract as supported
by the Federal Enterprise Architecture (FEA), Department of Defense Information
Enterprise Architecture (DoD IEA) Reference Models, and the associated reference
models.
C.2 SCOPE OF WORK OVERVIEW
The Master Contract provides maximum flexibility in acquiring an IT services-based
solution for any conceivable IT services-based requirement driving government savings
through efficiencies and improved reporting data with greater integrity while maintaining
an “Anything IT Anywhere” philosophy.
The Master Contract scope includes any and all components of an integrated IT services-
based solution, including all current leading-edge technologies and any new technologies,
which may emerge during the Master Contract period of performance. All IT
development methodologies, including Agile which is an encouraged methodology,
are supported. The Master Contract scope also includes IT services-based support of
National Security Systems, as defined in FAR 39.002. The Master Contract provides IT
solutions through performance of a broad range of services, which may include the
integration of various technologies critical to the services being acquired. The foundation
of the Scope of Master Contract is built on the most current FEA and DoD IEA
Reference Models. (See links under Resources Section C.10). As the definition of IT
changes over the lifecycle of the Master Contract with the evolving FEA and DoD IEA
models, the scope of the Master Contract will be considered to coincide with the current
IT definition at any given time.
By nature of the alignment to FEA and DoD IEA, the Master Contract includes any and
all emerging IT components, IT services, and ancillary elements as they arise as required
to successfully achieve the agency’s mission. Therefore, because technological advances
over the term of this Master Contract are inevitable, the scope of this Master Contract
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
takes into consideration that Task Order Requirements are permitted to include any future
IT services with their integral and necessary ancillary IT components and services as they
arise during the entire term of this contract. The scope of the Master Contract includes
every conceivable aspect of IT Services, including but not limited to:
3-D Printing Integration
Agile Development
Big Data
Biometrics /Identity Management
Cloud Computing
Context-aware Computing
Critical Infrastructure Protection and Information Assurance
Cyber Security
Data-Centers and Data-Center Consolidation
Digital Government
Digital Trust and Identity Integration and Management
Digitization and Imaging
Energy and Sustainability Measurement and Management
Enterprise App Stores and Mobile Security
Enterprise Resource Planning
Integration Services
Internet of Things
IPV6 migration & upgrades
IT Helpdesk
IT Operations and Maintenance
IT Services for Healthcare
IT Services for Integrated Total Workplace Environment
Mobile-Centric Application Development, Operations and Management
Modeling and Simulation
Network Operations, Infrastructure, and Service Oriented Architecture
Open Source Integration and Customization
Outsourcing IT Services
Sensors, Devices and Radio Frequency Identification (RFID)
Shared IT Services
Software Development
Virtualization
Voice and Voice Over Internet Protocol (VOIP)
Web Analytics
Web Application & Maintenance
Web Services
Web Hosting
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
C.3 FOUNDATION OF THE SCOPE OF WORK
Overview of Federal Enterprise Architecture Framework (FEAF) and Department
of Defense Information Enterprise Architecture (DOD IEA)
(1) Solutions to Integrated IT requirements are comprised of some or all
components and functional areas associated with FEA and DoD IEA and may
be tailored to meet agency needs. By aligning the scope of the Master Contract
to FEA/DoD IEA users have access to the entire spectrum of current and
emerging IT service, all ancillary services, products and personnel required to
successfully meet the agency mission.
(2) The Contractor shall promote IT solutions that support Federal government
operational requirements for standardized technology and application service
components. This shall facilitate integration requirements for broad Federal IT
and e-Gov Initiatives, as well as promote the sharing, consolidation, and “re-
use” of business processes and systems across the Federal government. The
Contractor shall promote the use of open source solutions and open technology
development where practicable to enable this “re-use” in accordance with the
underlying tenets of FEA/DoD IEA and to address any number of areas of
interest within the limits of IT and supporting services and disciplines.
Figure 1 - Federal Enterprise Architecture
The Master Contract leverages the existing FEA and the DoD IEA version 2.0 as the
basis of its IT scope.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
FEA & DOD IEA represent a well-defined practice for conducting enterprise analysis,
design, planning, and implementation, using a holistic approach at all times, for the
successful development and execution of strategy. Enterprise architecture applies
architecture principles and practices to guide organizations through the business,
information, process, and technology changes necessary to execute their strategies. This
includes everything from a small mobile application development project to the design,
installation and migration to a complex network serving hundreds of thousands of
users. These practices utilize the various aspects of an enterprise to identify, motivate,
and achieve these changes.
Each reference model represents and includes a number of functional areas required to
meet an objective.
C.3.1 FEA Reference Model Detailed Descriptions
Enterprise Architecture (EA) supports planning and decision-making through
documentation and information that provides an abstracted view of an enterprise at
various levels of scope and detail. The Common Approach to Federal Enterprise
Architecture, released in May 2012 as part of the federal CIO’s policy guidance and
management tools for increasing shared approaches to IT service delivery, presents an
overall approach to developing and using Enterprise Architecture in the Federal
Government. The Common Approach promotes increased levels of mission effectiveness
by standardizing the development and use of architectures within and between Federal
Agencies. This includes principles for using EA to help agencies eliminate waste and
duplication, increase-shared services, close performance gaps, and promote engagement
among government, industry, and citizens.
The Federal Enterprise Architecture Framework v2 describes a suite of tools to help
government planners implement the Common Approach. At its core is the Consolidated
Reference Model (CRM), which equips OMB and Federal agencies with a common
language and framework to describe and analyze investments. It consists of a set of
interrelated “reference models” that describe the six sub architecture domains in the
framework:
Strategy
Business
Data
Applications
Infrastructure
Security
These are designed to facilitate cross-agency analysis and the identification of duplicative
investments, gaps and opportunities for collaboration within and across agencies. Also,
by applying all six reference models, agencies can establish a line of sight from the
strategic goals at the highest organizational level to the software and hardware
infrastructure that enable achievement of those goals. Collectively, the reference models
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
comprise a framework for describing important elements of federal agency operations in
a common and consistent way.
To apply the framework to an agency’s specific environment, the agency should develop
a set of “core” artifacts to document its environment within the framework presented by
the CRM. Each sub-architecture domain represents a specific area of the overall
framework and has particular artifacts, based on EA best practices, which are described
and recommended in the Framework and Artifacts document. The type and depth of
documentation actually used by the agency should be guided by the need or detail and
answers to questions about requirements, applicable standards, timeframes, and available
resources.
The real value to the agency of developing an Enterprise Architecture is to facilitate
planning for the future in a way that transforms the government while making it more
efficient. The agency can use the EA process to describe the enterprise as it currently is
and determine what the enterprise should look like in the future, so that it can make plans
to transition from the current state to the future state. The Collaborative Planning
Methodology provides steps for planners to use throughout the planning process to flesh
out a transition strategy that will enable the future state to become reality. It is a simple,
repeatable process that consists of integrated, multi-disciplinary analysis that involves
sponsors, stakeholders, planners, and implementers.
The agency will create an Enterprise Roadmap to document the current and future
architecture states at a high level and presents the transition plan for how the agency will
move from the present to the future in an efficient, effective manner. The agency’s
Enterprise Roadmap combines the artifacts developed for the EA, both current and future
state versions, with a plan developed through the Collaborative Planning
Methodology. This creates awareness, visibility and transparency within an organization
to facilitate cross-organization planning and collaboration. It maps strategy to projects
and budget and helps identify gaps between investment and execution, as well as
dependencies and risks between projects.
All in all, the Federal Enterprise Architecture Framework v2 helps to accelerate agency
business transformation and new technology enablement by providing standardization,
analysis and reporting tools, an enterprise roadmap, and a repeatable architecture project
method that is more agile and useful and will produce more authoritative information for
intra- and inter-agency planning, decision making, and management.
Overview of the Collaborative Planning Methodology (CPM)
Planning is done to affect change in support of an organization’s Strategic Plan, and the
many types of planners (e.g., architects, organization and program managers, strategic
planners, capital planners, and other planners) must work together to develop an
integrated, actionable plan to implement that change. Planning should be used to
determine the exact changes that are needed to implement an organization’s Strategic
Plan, enable consistent decision-making, and provide measurable benefits to the
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
organization. In short, an organization’s Strategic Plan should be executed by well-
rounded planning that results in purposeful projects with measurable benefits.
In today’s environment, which demands more efficient government through the reuse of
solutions and services, organizations need actionable, consistent, and rigorous plans to
implement Strategic Plans and solve priority needs. These integrated plans should
support efforts to leverage other Federal, state, local, tribal, and international experiences
and results as a means of reusing rather than inventing from scratch. Plans should be
consistent and rigorous descriptions of the structure of the organization or enterprise, how
IT resources will be efficiently used, and how the use of assets such as IT will ultimately
achieve stated strategies and needs.
Consolidated Reference Models
The Consolidated Reference Model of the FEA equips OMB and Federal agencies with a
common language and framework to describe and analyze investments. It consists of a
set of interrelated “reference models” designed to facilitate cross-agency analysis and the
identification of duplicative investments, gaps and opportunities for collaboration within
and across agencies. Collectively, the reference models comprise a framework for
describing important elements of federal agency operations in a common and consistent
way. Through the use of the FEAF and its vocabulary, IT portfolios can be better
managed and leveraged across the federal government, enhancing collaboration and
ultimately transforming the Federal government.
The five reference models in version 1 the FEA have been regrouped and expanded into
six in the current version of the FEA.
Figure 2 - Consolidated Reference Model
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
With edits for brevity, the following reference model summarized descriptions were
taken from OMB’s FEA Consolidated Reference Model Document Version 2. dated
January 29, 2013.
Significantly more detail about the structure, taxonomy, and associated methods of
the reference models is available online:
See Attachment J-8 Website References.
The motivating purpose of adopting The FEA as scope guidance is to help establish
business driver alignment with any number of the reference models which support all
possible underlying technologies required to meet an agency objective as well as offering
the baseline for the technical vocabulary required in any given task.
Performance Reference Model (PRM)
The PRM is designed to provide linkage between investments or activities and the
strategic vision established by agencies and the Federal government. Historically, linking
information management investments and activities has been anecdotal due to a lack of
standard approach to describing Agency and cross agency performance attributes. The
GPRA Modernization Act of 2010 requires the government to publish performance
information through a central web site and make strategic plans and performance reports
available in machine readable formats. This advance enables more comprehensive and
consistent linking of investments and activities to Agency strategic goals and objectives,
Agency priority Goals, Cross Agency Priority goals and management areas of focus. The
PRM leverages the requirements of the GPRA Modernization Act to establish
mechanisms to link directly to the authoritative performance elements published in
compliance with the law and provides the means for use of future developments in the
mandated central performance website Performance.gov.
There are three areas to the Performance Reference Model. The first is the Goal. This
enables grouping of investments and activities through a common and authoritative
framework established by agencies in compliance with OMB direction and the GPRA
Modernization Act. It allows the identification of common performance elements across
investments or activities, and in the future, will enable cross platform information
linkages between systems such as Performance.gov and the IT Dashboard.
This linkage provides the logical relationships necessary to consistently provide much
richer insights into details of the supported performance areas than previously feasible.
The second area of the Performance Reference Model is Measurement Area. This
describes the manner in which the investment or activity supports the achievement of the
supported performance element identified by the Agency Goal. Measurement Areas
apply to the more detailed performance indicators associated with the investment of
activity rather than the functions of the investment or activity. Investment or activity
performance indicators should have a clear linkage to the activities, of course, but it is
important to recognize that investments or activities may align to multiple measurement
areas.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
The third area, Measurement Category, refines Measurement Area. Any Measurement
Category may be applied to any Goal.
The PRM, like all other reference models, is intended to work in concert with other
reference models. The combined descriptive qualities of the multiple perspectives
afforded by assigning different reference model perspectives to investments or activities
can provide rich insights into what, why and how the investments or activities are
undertaken. Previous versions of the PRM included mission function characteristics that
were redundant to the BRM. In this version of the PRM the Measurement Category
codes have been streamlined to better identify the means by which performance is
achieved. Including BRM and PRM mappings with an investment or activity provides
information about the strategic basis (why) through the Agency Goal, the means (how)
through the measurement category, and the mission functions involved (what) through
the BRM taxonomy. Additional mappings to other reference models provide further
context for the investment or activity with the SRM providing information about risk, the
DRM about the information involved and the ARM and IRM providing the technical
details about the implementation.
Figure 3 - Performance Reference Model
Business Reference Model (BRM)
The BRM is a classification taxonomy used to describe the type of business functions and
services that are performed in the Federal Government. By describing the Federal
Government using standard business functions rather than an organizational view, the
BRM promotes cross-government collaboration. It enables business and IT leaders to
discover opportunities for cost savings and new business capabilities that help to achieve
strategic objectives. The BRM describes the “What we do” of the Federal enterprise
through the definition of outcome-oriented and measurable functions and services.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
While the BRM provides a standardized way of classifying government functions, it is
only a model; its true utility and value is realized when it is applied and effectively used
in business analysis, design and decision support that help to improve the performance of
an agency, bureau or program.
BRM is informed by the PRM and informs the other reference models. At the high level,
the BRM relationship and tie-in to the other reference models is illustrated in the
following table:
Figure 4 - Business Reference Model
The BRM forms a key part in delivering expected outcomes and business value to an
organization. By using a standard taxonomy to classify functions, investments, programs,
services and other elements across the Federal Government, the BRM is useful in
identifying opportunities for cost reduction, collaboration, shared services, and solution
reuse in agency IT portfolios and intra- and inter-agency collaboration.
Data Reference Model (DRM)
The DRM’s primary purpose is to promote the common identification, use, and
appropriate sharing of data/information across the federal government. The DRM is a
flexible and standards-based framework to enable information sharing and reuse via the
standard description and discovery of common data and the promotion of uniform data
management practices. The DRM provides a standard means by which data may be
described, categorized, and shared, and it facilitates discovery and exchange of core
information across organizational boundaries.
As a reference model, the DRM is presented as an abstract framework from which
concrete implementations may be derived. The DRM’s abstract nature will enable
agencies to use multiple implementation approaches, methodologies and technologies
while remaining consistent with the foundational principles of the DRM.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
The DRM is closely linked with the other five reference models of the Consolidated
Reference Model Framework. At the high level, the DRM relationship and tie-in to the
other reference models is illustrated in the following table:
Figure 5 - Data Reference Model
The DRM provides guidance for agencies to leverage existing Data Assets across the
government. The DRM increases the Federal government’s agility in drawing out the
value of information as a strategic asset. This reference-able, conceptual approach
facilitates information sharing and reuse across the Federal government.
Application Reference Model (ARM)
The purpose of the ARM is to provide the basis for categorizing applications and their
components. As agencies map their current and planned Information Systems to the
ARM categories, gaps and redundancies will become evident, which will aid in
identifying opportunities for sharing, reuse, and consolidation or renegotiation of
licenses. This information may be used in conjunction with the other Reference Models
to identify these opportunities.
For the purposes of the CRM, Application is defined as: Software components (including
websites, databases, email, and other supporting software) resting on Infrastructure that,
when aggregated and managed, may be used to create, use, share, and store data and
information to enable support of a business function.
The ARM is a categorization of different types of software, components and
interfaces. It categorizes software that supports or may be customized to support
business. It does not include operating systems or software that is used to operate
hardware (e.g., firmware) because these are contained in the IRM. It also does not contain
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
mission-specific categorizations for systems because that information can be obtained
from mappings to the BRM.
The ARM is closely linked with the other five reference models of the Consolidated
Reference Model Framework. At the high level, the ARM relationship and tie-in to the
other reference models is illustrated in the following table:
Figure 6 - Application Reference Model
Infrastructure Reference Model (IRM)
The IRM is the taxonomy-based reference model for categorizing IT infrastructure and
the facilities and network that host the IT infrastructure. The IRM supports definition of
infrastructure technology items and best practice guidance to promote positive outcomes
across technology implementations.
For the purposes of the CRM, Infrastructure is defined as: The generic (underlying)
platform consisting of hardware, software and delivery platform upon which
specific/customized capabilities (solutions, applications) may be deployed.
The IRM implementation enables sharing and reuse of infrastructure to reduce costs,
increase interoperability across the government and its partners, support efficient
acquisition and deployment, and enable greater access to information across enterprises.
In addition to providing a categorization schema for IT infrastructure assets, the IRM
enables analysis of IT infrastructure assets at a Department or Agency level as well as at
a Federal Government level. In the Federal context, the IRM is adopted and used to
conduct Government-wide analysis of IT infrastructure assets and to identify
consolidation initiatives. In the Department or Agency context, the IRM is used to drive
good IT infrastructure asset management practices such as identifying end-of-life assets
before they affect the mission of an organization and to identify opportunities for sharing
and consolidating infrastructure.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
The IRM is closely linked with the other five reference models of the Consolidated
Reference Model Framework (CRM). At the high level, the IRM relationship and tie-in
to the other reference models is illustrated in the following table:
Figure 7 - Infrastructure Reference Model
Security Reference Model (SRM)
Security is integral to all architectural domains and at all levels of an organization. As a
result, the SRM must be woven into all of the sub-architectures of the overarching EA
across all the other reference models, and it must be considered up and down the different
levels of the Enterprise. Enterprise Architecture Governance is the perfect place for
security standards, policies, and norms to be developed and followed, since it is an
enforcement point for Information Technology investments.
The SRM allows architects to classify or categorize security architecture at all scope
levels of the Federal Architecture: International, National, Federal, Sector, Agency,
Segment, System and Application. At the highest levels, the SRM is used to transform
federal laws, regulations, and publications into specific policies. At the segment level,
the SRM is used to transform department specific policies into security controls and
measurements. At the system level, it is used to transform segment controls into system
specific designs or requirements. Each level of the SRM is critical to the overall security
posture and health of an organization and/or system.
The SRM helps business owners with risk-based decision-making to achieve security
objectives by understanding the purpose and impact of security controls on business
processes or IT systems.
Security integration across layers of the architecture is essential to ensure the protection
of information and IT assets. Security must start at the business layer and work its way
down to the application and infrastructure layers.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
At the high level, the SRM relationship and tie-in to the other reference models is
illustrated below:
Figure 8 - Security Reference Model
Linking security and privacy to agency enterprise architecture, including agency
performance objectives, business processes, data flows, applications and infrastructure
technologies, ensures that each aspect of the business receives appropriate security and
privacy considerations. Additionally, addressing security and privacy through enterprise
architecture promotes interoperability and aids in the standardization and consolidation of
security and privacy capabilities.
C.4 COMPONENTS OF AN IT SOLUTION
The Contractor shall provide Infrastructure and related services, Applications and related
services, and IT Management Services to support agencies’ integrated IT solution
requirements.
In order to provide a common framework for defining and understanding the components
of an IT solution, this section will refer to terminology included in the FEA and DoD
IEA. Usage of this terminology or structure is not required within individual Orders
placed on this contract.
The Contractor shall promote IT solutions that support Federal government operational
requirements for standardized technology and application service components. This shall
facilitate integration requirements for broad Federal IT and e-Gov initiatives, as well as
promote the sharing, consolidation, and “re-use” of business processes and systems
across the Federal government. The Contractor shall promote the use of open source
solutions and open technology development where practicable to enable this re-use.
Within each section below, an overview of the contract solution and service offerings is
provided, followed by work to be performed relative to Order requirements. Components
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
of an IT solution indicated in this Scope are not meant to be all-inclusive, but rather
general indications of the types of services and goods within a given category. Other
services and goods not listed, which adhere to the definition for each section are also
within scope.
C.4.1 Infrastructure
Infrastructure includes hardware, software, licensing, technical support, and warranty
services from third party sources, as well as technological refreshment and enhancements
for that hardware and software.
This section is aligned with the FEA/DoD IEA, which describes these components using
a vocabulary that is common throughout the entire Federal government. Infrastructure
includes complete life cycle support for all hardware, software, and services represented
above, including planning, analysis, research and development, design, development,
integration and testing, implementation, operations and maintenance, information
assurance, and final disposition of these components. The services also include
administration and help desk functions necessary to support the IT
infrastructure. Infrastructure serves as the foundation and building blocks of an
integrated IT solution. It is the hardware, which supports Application Services and IT
Management Services; the software and services which enable that hardware to function;
and the hardware, software, and services which allow for secure communication and
interoperability between all business and application service components.
Infrastructure services facilitate the development and maintenance of critical IT
infrastructures required to support Federal government business operations. This section
includes the technical framework components that make up integrated IT solutions. One
or any combination of these components may be used to deliver IT solutions intended to
perform a wide array of functions which allow agencies to deliver services to their
customers (or users), whether internal or external, in an efficient and effective manner.
C.4.1.1 Service Access and Delivery
These components are responsible for facilitating the end-to-end collection and
distribution of data that is either entered or requested by a user. These components
include all functions necessary to communicate in a client-server environment. Examples
of these components include, but are not limited to:
Web browsers
Virtual Private Network (VPN)
Remote Authentication Dial-In User Service (RADIUS)
Peer-to-peer
Section 508 compliance
Hypertext Transfer Protocol (HTTP)
File Transfer Protocol (FTP)
Simple Mail Transfer Protocol (SMTP)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
C.4.1.2 Service Platform and Infrastructure
These components include all functions necessary for processing and storing data. These
components provide and manage the resources available for Application Services.
Examples of these components include, but are not limited to:
Desktops, laptops, servers, mainframes, routers, switches, and printers.
Asynchronous Transfer Mode (ATM) and T1
Digital Subscriber Line (DSL), Ethernet, Windows/UNIX, Java/.NET
Web server/portal
Database, data storage, data warehouse
Software development tools
Testing, modeling, versioning, and configuration management.
C.4.1.3 Component Framework
These components consist of the design of application or system software that
incorporates interfaces for interacting with other programs and for future flexibility and
expandability. These components define higher level logical functions to provide services
in a way that is useful and meaningful to users and other Application Services. Examples
of these components include, but are not limited to:
Digital certificates, biometrics;
Business logic: JavaScript, Visual Basic
Data interchange
Simple Object Access Protocol (SOAP)
Resource Description Framework (RDF)
Data management
Structured Query Language (SQL), Open DataBase Connectivity (ODBC), and
Online Analytical Processing (OLAP).
C.4.1.4 Service Interface and Integration
These components define the discovery, interaction and communication technologies
joining disparate systems and information providers. Application Services leverage and
incorporate these components to provide interoperability and scalability. Examples of
these components include, but are not limited to:
Messaging-Oriented Middleware (MOM)
Object Request Broker (ORB)
Enterprise Application Integration (EAI)
Extensible Markup Language (XML)
Electronic Data Interchange (EDI)
Web Services Description Language (WSDL)
Universal Description, Discovery and Integration (UDDI)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
C.4.2 Application Services
Application Services provide support for all applications and collaborative service
capabilities. These services include support for developing and implementing enterprise
and departmental-level applications. These applications may be “cross-cutting” in nature,
with inter-related service processing components extending across/beyond the enterprise,
or unique to a particular agency/department’s mission requirements.
The Contractor shall promote, to the maximum extent practicable use of commercially
available technologies (e.g., Commercial Off-the-Shelf (COTS) and non-developmental
items) to support Federal government agencies’ IT solution requirements. The
Contractor shall provide competencies to employ agencies’ enterprise architectures (EAs)
as required by individual Orders, to support IT solutions development and
implementation and alignment with the FEA.
Application Services include complete life cycle support, including planning, analysis,
research and development, design, development, integration and testing, implementation,
operations and maintenance, information assurance, and final disposition.
The Contractor shall provide Applications Services for systems required to support
unique agency and departmental-level mission requirements, as specified in individual
Orders. These services include support for existing and/or new/emerging mission
requirements.
The following represents either components of applications or capabilities, which
Application Services will support. Each particular area includes, but is not limited to,
support for the described functions.
C.4.2.1 Customer Services
Customer Relationship Management (CRM): All aspects of the CRM process, including
planning, scheduling, and control activities involved with service delivery. The service
components facilitate agencies’ requirements for managing and coordinating customer
interactions across multiple communication channels and business lines.
Customer Preferences: Customizing customer preferences relative to interface
requirements and information delivery mechanisms (e.g., personalization, subscriptions,
alerts and notifications).
Customer Initiated Services: Initiating service requests and seeking assistance from
government agencies via online communication channels (e.g., online help, tutorials, self-
service, reservation/registration, multilingual support, scheduling).
C.4.2.2 Process Automation
Tracking and Workflow: Automated routing, tracking, and management of documents
(e.g., process tracking, case management, and conflict resolution).
Routing and Scheduling: Automated distribution and scheduling activities (e.g.,
inbound/outbound correspondence management).
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
C.4.2.3 Business Management
Process Management: Development and implementation of standard methodologies and
automated process management systems, to facilitate agencies’ requirements for
managing and monitoring activities surrounding their core business operations (e.g.,
change management, configuration management, requirements management,
program/project management, governance/policy management, quality management, risk
management).
Organizational Management: Collaboration and communication activities (e.g.,
workgroup/groupware, network management).
Investment Management: Selecting, managing, and evaluating agencies’ investments and
capital asset portfolios (e.g., strategic planning/management, portfolio management,
performance management).
Supply Chain Management: All aspects of supply chain management, from the initial
sourcing phase through customer delivery (e.g., procurement, sourcing management,
inventory management, catalog management, ordering/purchasing, invoice tracking,
storefront/shopping cart, warehouse management, returns management,
logistics/transportation).
C.4.2.4 Digital Asset Services
Content Management: Content development, maintenance, updates, and distribution (e.g.,
content authoring, content review/approval, tagging/aggregation, content
publishing/delivery, syndication management).
Document Management: Capturing, indexing, and maintaining documents (e.g.,
document imaging, optical character recognition (OCR), document revisions,
library/storage, review/approval, document conversion, indexing/classification).
Knowledge Management: Collecting and processing data from multiple sources and
generating information to support business requirements (e.g., information retrieval,
information mapping/taxonomy, information sharing, categorization, knowledge
engineering, knowledge capture/distribution/delivery, and smart documents).
Records Management: Administration of official government records (record
linking/association, record storage/archival, document classification, document
retirement, digital rights management).
C.4.2.5 Business Analytical Services
Analysis and Statistics: Applying analysis and statistics to examine/resolve business
issues (e.g., mathematical, structural/thermal, radiological, forensics).
Visualization: Transforming data into graphical or image form (e.g., graphing/charting,
imagery, multimedia, mapping/geospatial/elevation/global positioning systems (GPS),
computer-aided design (CAD)).
Knowledge Discovery: Identifying and extracting information from multiple data source
containing files stored in various formats (e.g., data mining, modeling, simulation).
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
Business Intelligence: Collecting information relevant to historical, existing, or future
business needs (e.g., demand forecasting/management, balanced scorecard, decision
support planning).
Reporting: Generating reports derived from single or multiple data sources (e.g., ad hoc
reporting, standardized/canned reporting, OLAP).
C.4.2.6 Back Office Services
Data Management: Creating, using, processing, and managing data resources (e.g., data
exchange, data mart, data warehouse, metadata management, data cleansing, extraction
and transformation, data recovery).
Human Resources: Recruitment, training, and management of government personnel
(e.g., recruiting, career development/retention, time reporting, awards/benefit
management, retirement management, education/training, travel management).
Financial Management: Government financing and accounting activities (e.g., billing and
accounting, credit/charge, expense management, payroll, payment/settlement, debt
collection, revenue management, internal controls, auditing, activity-based management,
currency translation).
Asset/Material Management: Acquisition and management of Federal government assets
(property/asset management, asset cataloging/identification, asset
transfer/allocation/maintenance, facilities management, computers/automation
management).
Development and Integration: Development and integration of systems across diverse
operating platforms (e.g., legacy integration, enterprise application integration, data
integration, instrumentation/testing, software development).
Human Capital/Workforce Management Development and Integration: Planning and
supervisory operations surrounding government personnel (e.g., resource
planning/allocation, skills management, workforce directory/locator, team/organization
management, contingent workforce management).
C.4.2.7 Support Services
Security Management: Ensuring desired levels of protection for Federal systems, data,
and related assets are achieved (e.g., identification/authentication, access control,
encryption, intrusion detection, verification, digital signature, user management,
role/privilege management, audit trail capture/analysis).
Collaboration: Communications, messaging, information sharing, scheduling and task
management activities (e.g., email, threaded discussions, document library, shared
calendaring, task management).
Search: Searching, querying, and retrieving data from multiple sources (e.g.,
precision/recall ranking, classification, pattern matching)
Communications: Voice, data, and video communications in multiple formats and
protocols (e.g., real time chat, instant messaging, audio/video conferencing, event/news
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
management, community management support, computer/telephony integration, voice
communications).
Systems Management: All aspects of systems management (e.g., software
distribution/license management, configuration/installation, remote systems control,
enhancements/service updates, system resource monitoring, helpdesk support/issue
tracking).
Forms Management: Creating, managing, and processing online forms to support
business operations (e.g., forms creation, modification).
C.4.2.8 DoD IEA Mission Area Support
The Master Contract provides support for the DoD IEA reference models relating DoD’s
specialized mission, business, and program areas. Though the DoD IEA is an emerging
standard, policy and procedures have been formalized for maintaining, evolving, and
using the DoD IEA reference models.
The DoIDEA reference models leverage existing DoD standards and reflect the
alignment with the FEA. The Master Contract includes IT support services for DoD’s
Global Information Grid (GIG) architecture, Business, Warfighter, Intelligence, and
Enterprise Information Environment (EIE) mission areas.
C.4.3 IT Management Services
IT Management Services provide support for operations and IT resource management
requirements across the Federal government. These services encompass support for all
strategic planning, management, and control functions integral to IT initiatives. The IT
Management Services provide the foundational support to effectively align IT
requirements with Federal government business operations.
IT Management Services provide support for all government lines of business, functions,
and service components that comprise the FEA PRM and BRM.
IT Management Services shall enable the development and implementation of enhanced
governance capabilities, to efficiently and effectively support government agencies’
mission requirements and service delivery operations. The services include, but shall not
be limited to, support for the following functions.
C.4.3.1 Controls and Oversight
Development and implementation of management controls and systems required by
agencies to evaluate, manage, and monitor program performance relative to IT initiatives
(e.g., agency, program, and project-level performance plans for IT initiatives;
performance measures to support evaluation and reporting requirements for IT initiatives
in compliance with FEA/DoD IEA PRM standards, etc.).
C.4.3.2 Risk Management and Mitigation
Identification of risk and preparation of risk management plans for IT projects, initiatives,
and ongoing operations. Contingency planning to ensure continuity of IT operations and
service recovery during emergency events (e.g., risk assessments to determine
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
contingency planning requirements for IT operating environments; develop/maintain
contingency, Continuity of Operations (COOP), and disaster recovery plans for IT
components, develop/implement emergency preparedness systems).
C.4.3.3 Regulatory Development
Facilitate the development of IT policies, guidelines and standards to facilitate
implementation of Federal laws and regulations. The services include support for
development, implementation and maintenance of systems to support agencies’ IT
regulatory development, compliance, and enforcement activities (e.g., monitoring/
inspection/auditing of IT regulated activities to ensure compliance).
C.4.3.4 Planning and Resource Allocation
Facilitate the planning of IT investments, as well as determine and manage managing
overall IT resources to efficiently and effectively support agencies’ mission
operations. This service area includes, but shall not be limited to support for the
following functions:
Budget Formulation/Execution: Facilitate the integration of budgets and plans, at agency
and departmental levels, to effectively link IT functions, activities, and resources with
mission objectives.
Capital Planning: Facilitate the selection, management, and evaluation of IT investments
relative to Federal government agencies’ overall capital asset portfolios.
Enterprise Architecture (EA): Development and use of EA work products to manage
current and future needs of Federal government business operations (i.e., “baseline” and
“target” architectures). The services include transition planning and migration support for
all EA components (e.g., business, information, application, and technology
architectures), to advance the development and implementation of “core EA
capabilities.” The services shall provide support relative to Federal government
mandates for measuring and reporting on the completion and usage of EA programs, as
well as evaluating results for E-Gov alignment and implementation of Federal lines of
business and other cross-governmental initiatives (e.g., SmartBUY, IPv6, HSPD-12).
Strategic Planning: Facilitate the effective alignment of IT requirements/ Information
Resource Management (IRM) plans with strategic business plans and program initiatives.
Management Improvements: Development and implementation of improved systems and
business practices to optimize productivity and service delivery operations (e.g., analysis,
and implementation of improvements in the flow of IT work and program processes and
tool utilization, including business system analysis, identification of requirements for
streamlining, re-engineering, or re-structuring internal systems/business processes for
improvement, determination of IT solution alternatives, benchmarking).
C.4.3.5 IT Security
Development and implementation of management, operational, and technical security
controls required by agencies to assure desired levels of protection for IT systems and
data are achieved (e.g., establishment of policy/procedures in support of Federal IT
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
security requirements, conduct risk assessments to identify threats/vulnerabilities for
existing/planned systems; support Federal mandates for measuring and reporting
compliance, perform certification and accreditation (C&A) activities; provide training
services to promote awareness and knowledge of compliance responsibilities for Federal
IT security requirements).
C.4.3.6 System and Network Controls
Facilitate the planning, development, implementation, and management of system and
network control mechanisms to support communication and automated needs. Facilitate
the planning, organizing, coordinating, and controlling of the arrangement of the
elements of protection and monitoring capabilities, and incident recovery actions of the
information environment. The process takes configuration orders; status reports; and
operational and functional performance requirements as inputs and provides performance
capabilities and service and infrastructure controls as outputs.
System and network controls are controlled by environment standards such as policy and
operational guidance. The service control requirements enable network controls and
operational performance capabilities.
C.4.4 Cloud Computing
The following is an excerpt from the most recent NIST guidance:
Special Publication 800-146, Cloud Computing Synopsis and Recommendations. The full
document can be obtained: See Attachment J-8 Website References.
Cloud computing is a model for enabling convenient, on-demand network access to a
shared pool of configurable computing resources (e.g., networks, servers, storage,
applications, and services) that can be rapidly provisioned and released with minimal
management effort or service provider interaction. This cloud model is composed of five
essential characteristics, three service models, and four deployment models.
Cloud Essential Characteristics
On-demand self-service: A consumer can unilaterally provision computing capabilities,
such as server time and network storage, as needed automatically without requiring
human interaction with each service’s provider.
Broad network access: Capabilities are available over the network and accessed through
standard mechanisms that promote use by heterogeneous thin or thick client platforms
(e.g., mobile phones, tablets, laptops, and workstations).
Resource pooling: The provider’s computing resources are pooled to serve multiple
consumers using a multi-tenant model, with different physical and virtual resources
dynamically assigned and reassigned according to consumer demand. There is a sense of
location independence in that the customer generally has no control or knowledge over
the exact location of the provided resources but may be able to specify location at a
higher level of abstraction (e.g., country, state, or datacenter). Examples of resources
include storage, processing, memory, and network bandwidth.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
Rapid elasticity: Capabilities can be rapidly and elastically provisioned, in some cases
automatically, to scale rapidly outward and inward commensurate with demand. To the
consumer, the capabilities available for provisioning often appear to be unlimited and can
be appropriated in any quantity at any time.
Measured Service: Cloud systems automatically control and optimize resource use by
leveraging a metering capability at some level of abstraction appropriate to the type of
service (e.g., storage, processing, bandwidth, and active user accounts). Resource usage
can be monitored, controlled, and reported, providing transparency for both the provider
and consumer of the utilized service.
Cloud Service Models
Cloud Software as a Service (SaaS): The capability provided to the consumer is to use
the provider’s applications running on a cloud infrastructure. The applications are
accessible from various client devices through a thin client interface such as a Web
browser (e.g., Web-based email), or a program interface. The consumer does not manage
or control the underlying cloud infrastructure including network, servers, operating
systems, storage, or even individual application capabilities, with the possible exception
of limited user-specific application configuration settings.
Cloud Platform as a Service (PaaS). The capability provided to the consumer is to deploy
onto the cloud infrastructure consumer-created or -acquired applications created using
programming languages and tools supported by the provide. The consumer does not
manage or control the underlying cloud infrastructure including network, servers,
operating systems, or storage, but has control over the deployed applications and possibly
application hosting environment configurations.
Cloud Infrastructure as a Service (IaaS). The capability provided to the consumer is to
provision processing, storage, networks, and other fundamental computing resources
where the consumer is able to deploy and run arbitrary software, which can include
operating systems and applications. The consumer does not manage or control the
underlying cloud infrastructure but has control over operating systems, storage, deployed
applications; and possibly limited control of select networking components (e.g., host
firewalls).
All currently emerging and future Cloud Computing as Service offerings, such as “X”
as a Service, are within the Scope.
C.4.5 Big Data & Big Data Analytics
NIST is currently in working groups concerning this subject and released a preliminary
definition during the October 2014 working Group conference. The following is excerpt
from that preliminary release.
Big data consists of advanced techniques that harness independent resources for building
scalable data systems when the characteristics of the datasets require new architectures
for efficient storage, manipulation, and analysis.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
Big data is where the data volume, acquisition velocity, or data representation limits the
ability to perform effective analysis using traditional approaches or requires the use of
significant horizontal scaling (more nodes) for efficient processing.
C.5 ANCILLARY SUPPORT: SERVICES, SUPPLIES AND
CONSTRUCTION
The Contractor may provide ancillary support as necessary to offer an integrated IT
services-based solution. The ancillary support described here may only be included in a
Task Order when it is integral to and necessary for the IT services-based effort. Ancillary
support may include, but is not limited to, such things as: clerical support; data entry;
subject matter expertise; server racks, mounts, or similar items; and construction,
alteration, and repair to real property; and Telecommunications, Wireless, and Satellite
services and goods.
(i) The Ordering Contracting Officer (OCO) may allow, and the Contractor may
propose, a labor category or labor categories in support of ancillary products
and/or support services at the Task Order level not identified in the Standard IT
Service Labor Category (LCAT) list, provided that the Contractor complies with
all applicable contract clauses and labor laws, including the Service Contract
Labor Standards or the Wage Rate Requirements (Construction) and Related
Acts, if applicable. See Section B.7 and B.8 for additional contract requirements.
(ii) An OCO’s inclusion of new labor categories in support of ancillary support
services labor categories in a Task Order does not require PCO approval.
C.6 CONTRACT SECURITY REQUIREMENTS
The Contractor shall abide by all contract cybersecurity requirements located in Sections
H.6, H.7, Attachment J-2, and related federal policy, and other contract security
requirements in Sections H.8 and H.9. These requirements cover minimum-security
standards for select Contractor systems, the handling of Government sensitive data and
information technology, Contractor security clearances, and Homeland Security.
C.7 PERFORMANCE WORK STATEMENT (PWS)
C.7.1 Master Contract PWS
The GSA Alliant 2 GWAC is a results-oriented program seeking Outcome-based
performance from every Contractor under the Master Contract. It is a standalone
Performance-based Acquisition (PBA) requirement independent from Task Order level
PBAs that the issuing federal agency might require. The PBA requirements of the Master
Contract are designed to ensure that the Contractor is given freedom to determine how to
meet the Government's performance Objectives at the appropriate performance quality
levels. This Master Contract PWS includes (1) Contractor Engagement, the most critical
PWS, described in Section H.19, J-5.A and (2) Small Business Subcontracting, described
in Section G.22.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
All measurable performance standards in terms of quality, timeliness, quantity, and the
method of assessing Contractor performance against performance standards for the
Master Contract are established in Section J’s Attachment J-5 Performance Requirements
Summary (PRS). The PRS listings of Performance Standards indicate the acceptable
performance level required by the Government to meet the key Master Contract
deliverables. The standards will be measured and structured to permit an assessment of
the Contractor’s performance whereby the results will also be written into the Contractor
Past Performance Assessment Reporting System (CPARS) or another contract
performance assessment report. The Government will request the Contractor to develop a
Quality Control Plan, within the time specified in Section F.7, in response to a
Government Quality Assurance Surveillance Plan (QASP) that will be developed and
implemented by the GSA for the PRS Performance Standards after the Effective Date
during the first contract year of the Master Contract.
C.7.1.1 Master Contract PWS and Goals for Contractor Engagement
Critical Performance Requirements for Contractor Engagement are further detailed in
Section H.19 Contractor Engagement Requirements based upon Task Order Participation
and Production, and in Attachment J-5.A Contractor Engagement Performance-based
Evaluation Program.
The primary goals of Contractor Engagement program are (1) to provide federal agencies
with responsibly prepared Contractor Proposals/Quotes in response to each Task Order
Request for Proposal/Request for Quote (RFP/RFQ) competitively issued under the
Master Contract so to help provide best-value solutions to federal agencies’ IT services
requirements, and (2) to promote, provide, and ensure that those federal agencies
employing the Alliant 2 GWAC are consistently receiving adequate and effective
competition in response to their RFPs/RFQs, which ultimately results in achieving these
end-goals: (a) economic efficiency/costs savings; (b) innovation of transformational
technologies; (c) improvements in the quality of services rendered, and; (d) the
opportunity for the Government to acquire performance improvements. Achievement of
these primary goals are reached through a combination of two measurable Outcomes: (1)
Submitting viable Task Order Proposals (Participation) and (2) Winning Task Orders
(Production), which together help provides best-value IT services solutions to the federal
agencies.
C.7.1.2 Master Contract PWS for Small Business Subcontracting
There will be substantial subcontracting opportunities for small business, including
veteran-owned small business, service-disabled veteran-owned small business, HUBZone
small business, small=disadvantaged business, and women-owned small business
concerns. Therefore, meeting Small Business Subcontracting Goals described in Section
G.22 is applicable only to Other than Small Business Concerns under the Master
Contract. PWS requirements are further detailed in Attachment J-5.B Small Business
Subcontracting Performance-based Evaluation Program.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
C.7.2 Task Order PWS
For Task Orders issued under the Master Contract, it is the requiring federal agency OCO
that develops and executes their own PWS and PBA methods independent of the Master
Contract PWS and PBA requirements. The OCO may use PBA methods to the maximum
extent practicable using the following order of precedence: (1) Firm-Fixed-Price
Performance-Based Task Orders (2) Performance-Based Task Orders that are not Firm-
Fixed-Priced.
C.8 INNOVATIVE SOLUTIONS
The Contractor should approach agency Task Order requirements with technical
proposals offering the most innovative solutions possible leveraging the flexibility
provided by FEA encompassed in the scope of this Master Contract. The choice to align
scope with FEA allows for a “Greenfield Approach” to the adoption of new technologies
and innovative solution approaches in both technology and acquisition as they emerge to
meet the rapidly changing and demanding dynamic IT services requirements of the
federal Government today and in the future.
The Government strongly encourages the Contractor to also continuously prospect for
and establish specialized subcontracting relationships and partnerships, especially with
innovative small businesses, to further leverage commercially driven emerging and
leading-edge technologies in support of providing the needed innovation in solving the
federal Government's IT services procurement requirements.
C.9 SERVICES NOT IN SCOPE
The Contractor shall not accept or perform work for a Task Order having the PRIMARY
purpose of:
1. An ancillary support service, see Section C.5.
2. A requirement that primarily uses employees not employed in a bona fide
executive, administrative, or professional capacity as defined in 29 CFR Part 541
and/or employees primarily employed as labor or mechanics as defined in FAR
Subpart 22.401.
3. Inherently Governmental Functions as defined in FAR Subpart 2.101(b).
4. Personal Services as defined in FAR Subpart 2.101(b).
5. Architect & Engineering (A&E) Services as defined in FAR Subpart 2.101(b) and
subject to the Brooks Architect-Engineers Act (40 U.S.C. 1102).
6. Armed Guards or,
7. Hazmat Abatement.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK
STATEMENT
Alliant 2 GWAC Unrestricted Master Contract
C.10 SCOPE REFERENCES AND RESOURCES
The following resources are offered in support of the overall concept and scope of the
Master Contract:
FEA Reference Model: See Attachment J-8 Website References.
DoD IEA Reference Model: See Attachment J-8 Website References.
FPDS PSC Manual: See Attachment J-8 Website References.
DoL BLS SOCs: See Attachment J-8 Website References.
The Occupational Information Network (O*NET) System (see Attachment J-8
Website References) - is a comprehensive database of occupational competency
profiles. The O*NET system is based on the Standard Occupational Classification
(SOC) system and also provides information on additional detailed occupations
within a SOC category in selected instances.
Definition of Information Technology (IT)
o Federal Acquisition Regulations (FAR) Information Technology is defined in
FAR Subpart 2.101(b). See Attachment J-8 Website References.
o Clinger-Cohen Act: See Attachment J-8 Website References.
(END OF SECTION C)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION D - PACKAGING AND MARKING
Alliant 2 GWAC Unrestricted Master Contract
SECTION D - PACKAGING AND MARKING
D.1 PRESERVATION, PACKAGING, PACKING, AND MARKING
Unless otherwise specified, all items shall be preserved, packaged, and packed in
accordance with normal commercial practices, as defined in the applicable commodity
specification. Packaging and packing shall comply with the requirements of the Uniform
Freight Classification and the National Motor Freight Classification (issue in effect at
time of shipment) and each shipping container or each item in a shipment shall be of
uniform size and content, except for residual quantities. Where special or unusual
packing is specified in an order, but not specifically provided for by the contract, such
packing details must be the subject of an agreement independently arrived at between the
ordering agency and the contractor.
D.2 PACKING LIST
A packing list or other suitable shipping document shall accompany each shipment and
shall indicate:
(a) Name and address of the consignor
(b) Name and complete address of the consignee
(c) Government order or requisition number
(d) Government bill of lading number covering the shipment (if any)
(e) Description of the material shipped, including item number, quantity, number of
containers, package number (if any), and weight of each package
D.3 UNCLASSIFIED AND CLASSIFIED MARKING
Unclassified data shall be prepared for shipment in accordance with requirements set
forth in the Order, or if none is specified, pursuant to industry standards.
Classified reports, data, and documentation shall be prepared for shipment in accordance
with requirements set forth in the Order, or if none is specified, pursuant to the National
Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M.
D.4 SOFTWARE AND MAGNETIC MEDIA MARKINGS
Packages containing software or other magnetic media shall be marked in accordance
with requirements set forth in the Order, or if none is specified, shall be marked on
external containers with a notice reading substantially as follows: “CAUTION:
SOFTWARE/MAGNETIC MEDIA ENCLOSED. DO NOT EXPOSE TO HEAT OR
MAGNETIC FIELDS”.
(END OF SECTION D)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION E INSPECTION AND ACCEPTANCE
Alliant 2 GWAC Unrestricted Master Contract
SECTION E - INSPECTION AND ACCEPTANCE
E.1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE
(FEB 1998)
The contract incorporates one or more clauses by reference, with the same force and
effect as if they were given in full text. Upon request, the Contracting Officer will make
their full text available. Also, the full text of a clause may be accessed electronically
online. See Attachment J-8 Website References.
The following clauses apply to the Master Contract (MC) and all others in the below
matrix may apply at the Task Order level, as applicable, depending upon the contract type
of the Task Order, or as specifically referenced in the applicable Task Order.
Table 1- FAR 52.252-2 References
CLAUSE #
CLAUSE TITLE
DATE
FP
COST
TM
MC
52.246-2
INSPECTION OF
SUPPLIES FIXED PRICE
AUG 1996
X
X
52.246-2
ALTERNATE I
JUL 1985
X
52.246-2
ALTERNATE II
JUL 1985
X
52.246-3
INSPECTION OF
SUPPLIES COST
REIMBURSEMENT
MAY 2001
X
52.246-4
INSPECTION OF
SERVICES FIXED PRICE
AUG 1996
X
X
52.246-5
INSPECTION OF SERVICES
COST REIMBURSEMENT
APR 1984
X
52.246-6
INSPECTION TIME-AND-
MATERIAL AND LABOR-
HOUR
MAY 2001
X
52.246-7
INSPECTION OF RESEARCH
AND DEVELOPMENT
FIXED PRICE
AUG 1996
X
52.246-8
INSPECTION OF RESEARCH
AND DEVELOPMENT
COST REIMBURSEMENT
MAY 2001
X
52.246-8
ALTERNATE I
APR 1984
X
52.246-9
INSPECTION OF RESEARCH
AND DEVELOPMENT
(SHORT FORM)
APR 1984
X
X
52.246-11*
HIGHER-LEVEL CONTRACT
QUALITY REQUIREMENT
DEC 2014
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION E INSPECTION AND ACCEPTANCE
Alliant 2 GWAC Unrestricted Master Contract
CLAUSE #
CLAUSE TITLE
DATE
FP
COST
TM
MC
52.246-15
CERTIFICATE OF
CONFORMANCE
APR 1984
X
X
X
52.246-16
RESPONSIBILITY FOR
SUPPLIES
APR 1984
X
(Note: Provision numbers followed by an asterisk (*) require fill-ins by the OCO if
determined applicable and incorporated into the Order.)
<End of Clause>
E.2 CONTRACTING OFFICER REPRESENTATIVE
The following section applies to Contractor obligations at the Master Contract level.
Inspection of the deliverables provided hereunder shall be made by the GSA GWAC
Contracting Officer or any Inspectors designated by the Contracting Officer. The place
of inspection for reports required under this contract shall be at the addresses for
deliverables set forth in Section F. Final acceptance of deliverables shall be made by the
GSA GWAC Contracting Officer (CO), Administrative Contracting Officer (ACO).
E.3 INSPECTION AND ACCEPTANCE
The following section applies to Contractor obligations at the Master Contract level.
Inspection of the deliverables provided hereunder shall be made by the GSA GWAC
Contracting Officer's Representative (COR) or any Inspectors designated by the
Contracting Officer. The place of inspection for reports required under this contract shall
be at the addresses for deliverables set forth in Section F. Final acceptance of
deliverables shall be made by the GSA GWAC COR designated in the contract.
E.3.1 General Acceptance Criteria
General quality measures, as set forth below, will be applied to each work product
received from the contractor under this statement of work.
Accuracy - Work Products shall be accurate in presentation, technical content,
and adherence to accepted elements of style.
Clarity - Work Products shall be clear and concise. Any/All diagrams shall be
easy to understand and be relevant to the supporting narrative.
Consistency to Requirements - All work products must satisfy the requirements of
this contract.
File Editing - All text and diagrammatic files shall be editable by the Government.
Format - Work Products shall be submitted in hard copy (where applicable) and in
media mutually agreed upon prior to submission, unless otherwise specified
herein. Hard copy formats shall follow any specified Directives or Manuals.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION E INSPECTION AND ACCEPTANCE
Alliant 2 GWAC Unrestricted Master Contract
Timeliness - Work Products shall be submitted on or before the due date specified
herein or submitted in accordance with a later scheduled date determined by the
Government.
E.4 MASTER CONTRACT QUALITY ASSURANCE
The GSA GWAC COR over the Master Contract or designated inspector/Quality
Assurance Evaluator (QAE) will review, for completeness, preliminary or draft
deliverables that the Contractor submits, and may return it to the Contractor for
correction. Absence of any comments by the GSA GWAC COR will not relieve the
Contractor of the responsibility for complying with the requirements of the Master
Contract.
(END OF SECTION E)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
SECTION F - DELIVERIES OR PERFORMANCE
F.1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE
(FEB 1998)
The following clauses shall apply unless otherwise designated at the Task Order level.
This contract incorporates one or more clauses by reference, with the same force and
effect as if they were given in full text. Upon request, the Contracting Officer will make
their full text available. Also, the full text of a clause may be accessed electronically at
online. See Attachment J-8 Website References. The following clauses apply to the
Master Contract (“IND DEL”) and all others in the below matrix may apply at the Task
Order level, as applicable, depending upon the contract type of the Task Order, or as
specifically referenced in the applicable Task Order:
Table 2 - FAR 52.252-2 Clauses
CLAUSE #
CLAUSE TITLE
DATE
FP
COST
TM
MC
52.211-8*
TIME OF DELIVERY
JUN 1997
X
X
X
X
52.211-8*
ALTERNATE I
APR 1984
X
X
X
X
52.211-8*
ALTERNATE II
APR 1984
X
X
X
X
52.211-8*
ALTERNATE III
APR 1984
X
X
X
X
52.211-9*
DESIRED AND
REQUIRED TIME OF
DELIVERY
JUN 1997
X
X
X
X
52.211-9*
ALTERNATE I
APR 1984
X
X
X
X
52.211-9*
ALTERNATE II
APR 1984
X
X
X
X
52.211-9*
ALTERNATE III
APR 1984
X
X
X
X
52.211-11*
LIQUIDATED
DAMAGES SUPPLIES,
SERVICES OR
RESEARCH AND
DEVELOPMENT
SEP 2000
X
52.242-15
STOP-WORK ORDER
AUG 1989
X
X
52.242-15
ALTERNATE I
APR 1984
X
52.242-17
GOVERNMENT DELAY
OF WORK
APR 1984
X
52.247-34
F.O.B. DESTINATION
NOV 1991
X
X
52.247-35
F.O.B. DESTINATION
WITHIN CONSIGNEE’S
PREMISES
APR 1984
X
X
(Note: Provision numbers followed by an asterisk (*) require fill-ins by the OCO if
determined applicable and incorporated into the Order.)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
F.2 MASTER CONTRACT ORDERING PERIOD
The ordering period of this contract is from July 1, 2018 through June 30, 2028, inclusive
of all options, if exercised.
The contract ordering period begins on the Master Contract’s Effective Date July 1,
2018, also referred to by the GSA GWAC Program as the Notice-to-proceed date and
continues through the five-year base period plus the single five-year Option period,
which may extend the cumulative term of the contract to a maximum of 10 years in
accordance with FAR 52.217-9, Option to Extend the Term of the Contact, if exercised.
The Contractor’s pricing submitted for Contract Year One will coincide with the Notice-
to-Proceed, Effective Date.
After the Master Contract ordering period expires, the Master Contract will remain an
active contract until the final Task Order performance is completed and shall govern the
terms and conditions with respect to active Task Orders to the same extent as if it were
completed during the Master Contract ordering period. Therefore, the Task Order can
extend beyond the expiration of the Master Contract and the terms and conditions of the
Master Contract will still remain in effect pursuant to Section I.8 FAR 52.216-22
Indefinite Quantity, which states, “The contract shall govern the Contractor’s and
Government’s rights and obligations with respect to that order to the same extent as if the
order were completed during the contract’s effective period; provided, that the Contractor
shall not be required to make any deliveries under this contract after 60 months following
the expiration of the base contract ordering period.” Additionally, all awarded Task
Order’s terms and conditions, including exercising Options, remain in effect up to 60
months beyond the expiration of the Master Contract.
Under the condition that the Option period is not exercised or is terminated or cancelled
prior to the end of the Option five-year period, any open Task Orders’ terms will be
unaffected; however, the Ordering Period for new Task Order awards will be reduced
ending on the date of the Master Contract's base term completion resulting from an
unexercised Option or ending on the date of the Option termination/cancellation.
F.3 TASK ORDER PERIOD OF PERFORMANCE
The period of performance for each Order placed under the Master Contract shall be
specified in the individual Order.
All the following conditions apply:
1. Under no circumstances may a Task Order be placed under the Master Contract if
the Master Contract has expired, or has been terminated or cancelled by the
Government;
2. No Task Orders may exceed ten (10) years, inclusive of Options, from the date
that the Order is placed;
3. No Task Orders may extend more than five (5) years after the expiration date of
the Master Contract.
4. Task Order Options, if included at initial issuance of the Order, may be exercised
after the expiration date of the Master Contract; and
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
5. Notwithstanding anything to the contrary above, a multi-year Task Order placed
under the Master Contract must be consistent with FAR Subpart 17.1 and any
applicable funding restrictions.
F.3.1 Master Contract and Task Order Period of Performance and
Period of Ordering
As an example, illustrated are two sample Task Orders under a Master Contract with
varying Task Order award dates and expirations dates, which depicts the Master Contract
ordering periods with the non-ordering expired / active period. Additionally, sample Task
Order # 2 indicates than an option may also be exercised at any time during the Master
Contract’s expired period with the condition that the Task Order option expires at or
before the end of the Master Contract expired/active period:
F.3.1.1 Alliant 2 GWAC Active Years and Ordering Period
Table 3 - Alliant 2 GWAC Active Years and Ordering Period
5 Years
10 Years
15 years
BASE
ORDERING
PERIOD
OPTION
ORDERING
PERIOD
F.3.1.2 Performance Period
Table 4 - Alliant 2 GWAC Performance Period
MASTER
CONTRACT
Base Term
Years 1 to 5
Option Term
Years 6 to 10
Expired
and Active
Years 11 to 15
TASK ORDER #1
(5-year base,
5-year option)
TO Base Term
Year 3 Award
TO Option Term
Year 13
Expiration
TASK ORDER #2
(5-year base,
2-year option)
TO Base Term
Year 8 Award
TO Option Term
Year 15
Expiration
F.4 TASK ORDER TRANSITION PLANS
At the end of the period of performance, the incumbent Contractor shall transition
activities to the incoming Contractor with minimal disruption of services to the
government. The Contractor shall maintain sufficient qualified staff to meet all
requirements of this effort. The OCO may request from the Contractor a written phase-
out transition plan.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
F.5 PLACE OF PERFORMANCE
The services to be provided under the Master Contract shall be accomplished at the
locations identified in the Task Order and may include locations in the Contiguous
United States (CONUS) and Outside the CONUS (OCONUS).
The place of performance and/or delivery requirements will be specified in each
individual Order.
F.6 PERFORMANCE STANDARDS UNDER THE ALLIANT 2
MASTER CONTRACT
The Alliant 2 GWAC is a performance-based contract with measurable standards in terms
of quality and timeliness of deliverables and compliances in accordance with Section F.7
Deliverables, and Attachment J-5 Performance Requirements Summary.
Cost type Task Orders: Adequate Cost Accounting Systems are mandatory for
performing Cost Type Task Orders under the Alliant 2 GWAC. The Contractor shall
comply with all required Cost Accounting Standards unless covered by exemption under
48 CR 9903.201-1 and 48 CFR 9903.201-2.
F.7 PERFORMANCE AND DELIVERABLES
F.7.1 Performance-based Acquisition Deliverables
This Master Contract is a Performance-based Acquisition (PBA), independent from any
Task Order PBA requirements. PBA is a results-oriented contracting method that focuses
on the outputs, quality, and outcomes for certain deliverables detailed in Sections G.23,
H.19 and Attachments in J-5. These measurable performance standards and
requirements, Contractor Engagement and Small Business Subcontracting, determine the
Contractor’s overall level of success with the GSA GWAC Program.
F.7.2 Non-Performance-based Acquisition Deliverables
The following table contains deliverables required under the Master Contract. Individual
Task Orders may have additional deliverables specified by the issuing agency. The
Government does not waive its right to request deliverables under the Master Contract,
even if such requirements are not specifically listed in this table. Compliance to the
following deliverables may be rated annually in the Master Contract’s CPARS or another
contract performance assessment report.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
F.7.3 Table of Deliveries or Performance
Table 5 - Alliant 2 GWAC Deliveries or Performance
ID
RFP
SECTION/
TITLE
DELIVERABLE
FREQUENCY
DELIVER TO
1
C.7.1 Master
Contract PWS
Quality Control Plan
Due within sixty (60)
calendar days after date
of the government
issued QASP.
2
G.8 Contractor
Program
Manager And
Contracts
Manager for The
GWAC Master
Contract
Identify the Program/
Contract Managers
including replacements
Within thirty (30)
calendar days after the
Notice to Proceed
and/or within thirty
(30) calendar days of
any vacancy.
and Government
Designated
System
3
G.10 Contractor
Web Page
Contractor webpage
including updates
Frequency - Within
thirty (30) calendar
days after the Notice to
Proceed and/or within
thirty (30) calendar
days of a GSA
signed/approved
document and annually
by 3/31 via the
Government
Designated System.
Deliver To -
Contractor Web
Page and GSA
Alliant 2
Contracts Office
4
G.12 Standard IT
Service Labor
Category
Crosswalk Matrix
Initial submission of IT
LCAT Matrix including
updates
Within thirty (30)
calendar days after the
Notice to Proceed
and/or within thirty
(30) calendar days of
update request by GSA.
5
G.13.1
Mandatory
Contractor
Meetings and
Conferences
Exceptions to meeting
attendance.
Within five (5) calendar
days prior to the PMR
provide written request.
6
G.14.1 Electronic
Communications
Shared contractor
GWAC electronic
mailbox
Within five (5) calendar
days after the Notice to
Proceed.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
ID
RFP
SECTION/
TITLE
DELIVERABLE
FREQUENCY
DELIVER TO
7
G.19.1 Master
Contract
Performance
Assessments
Provide comments to the
Master Contract
performance
assessments.
Within 14 calendar
days from the date of
notification of
availability of the past
performance
evaluation.
CPARS or another
contract
performance
assessment report
8
G.20.1 GWAC
Data Calls
1. Proposal Engagement
2. Task Order Protest
3. Data Discrepancies
and/or Missing Awards.
Responses due within
ten (10) calendar days
after a GSA request for
the proposal
engagement.
Notifications due
within ten (10) calendar
days Protest lodged.
Must be reported to
COR and/or designated
GSA representative
within 24 hours of
discovery.
9
G.20.2 GWAC
Transactional
Data
1. Invoice
2. Zero Invoice
3. No Transactional Data
4. Correction to data
(Applicable to all
Invoices)
Due within 30 calendar
days after the end of
each reporting quarter
in which the invoice(s)
were either remitted or
paid by the agency
client. Quarters are
based upon a calendar
year
(Applicable to Zero
Invoices)
Due within 30 calendar
days after the end of
each reporting quarter
in which there is/are no
invoice(s) issued for
Order(s). Quarters are
based upon a calendar
year.
Government
Designated
System
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
ID
RFP
SECTION/
TITLE
DELIVERABLE
FREQUENCY
DELIVER TO
(Applicable to No
Transactional Data)
Due within 30 calendar
days after the end of
each reporting quarter
in which Contractor has
no Order activity.
Correction to data due
within five (5) calendar
days of the GSA
request for correction
10
G.21 GWAC
Contract Access
Fee (CAF) and
Fee Remittance
CAF payments due to
GSA/GWAC
CAF to be paid within
30 calendar days after
the end of each
reporting quarter in
which the invoice(s)
were reported in the
CPRM System.
Payments are reported
within 30 calendar days
after the end of each
reporting quarter.
Quarters are based
upon a calendar year.
Pay.gov via the
Government
Designated
System
11
G.22.2
Subcontracting
Reports
1. ISR
2. SSR
ISR
Period 10/0103/31
Due 04/30
Period 04/0109/30
Due 10/30
SSR
Period 10/0109/30
Due 10/30
e-SRS system
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
ID
RFP
SECTION/
TITLE
DELIVERABLE
FREQUENCY
DELIVER TO
12
G.24.4 Notice
Required for
Ownership
Changes and
Change of Name
Agreements
Notification to GSA
GWAC and provide a
copy of the Novation or
any other agreement that
changes the status of the
Contractor
Within 30 calendar
days of the
DCAA/DCMA or
Cognizant Contracting
Officer (CCO) signed
Ownership/Name
Change Modification.
and Government
Designated
System
13
G.25
Environmental
Objectives and
Requirements
1st Deliverable
2nd Deliverable
3rd Deliverable
4th Deliverable
Reporting progress
towards meeting the
GHG reduction target(s)
1st Deliverable
Within 12 Months from
the Notice to Proceed.
2nd Deliverable -
Within 12 months after
initially filed
Disclosures.
3rd Deliverable -
Within 24 months after
initially filed
Disclosures.
4th Deliverable -
Within 36 months after
initially filed
Disclosures.
Within the 4th
Deliverable, report
annually on the Master
Contract anniversary
date, the progress
towards meeting the
GHG reduction
target(s).
Online and
notification to
14
G.26.1 Expired
Task Order
Verification/Vali
dation
Verify/validate all data
elements are correct
Within 6 months after
Task Order period of
performance end date.
Government
Designated
System
15
G.27 Master
Contract
Closeout
Corrections requested to
the government
designated system data.
Responses are due
within ten (10) calendar
days of the requested
information.
Government
Designated
System
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION F - DELIVERIES OR PERFORMANCE
Alliant 2 GWAC Unrestricted Master Contract
ID
RFP
SECTION/
TITLE
DELIVERABLE
FREQUENCY
DELIVER TO
16
I.2
Representation
Regarding
Certain
Telecommunicati
ons and Video
Surveillance
Services or
Equipment
Deliverable
Annually, no later than
October 26
Government
Designated
System
F.8 TASK ORDER NOTICE TO THE GOVERNMENT OF DELAYS
a) In the event the Contractor encounters difficulty in meeting performance
requirements, or when it anticipates difficulty in complying with the contract
delivery schedule or any date, or whenever the Contractor has knowledge that any
actual or potential situation is delaying or threatens to delay the timely
performance of this contract, the Contractor shall immediately notify the
Contracting Officer and the Contracting Officer’s Representative, in writing,
giving pertinent details, provided that this data shall be informational only in
character and that this provision shall not be construed as a waiver by the
Government of any delivery schedule or date or of any rights or remedies
provided by law or under this contract.
b) If the Contractor fails to respond in a timely manner to any portion of this
contract, delay will be attributed to the Contractor. Although the period of
performance may change due to the delay, the price may be subject to a
downward adjustment.
c) If the Government delays performance of this contract, the period of performance
and/or price may be revised upon mutual agreement between the Government and
the Contractor.
(END OF SECTION F)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
SECTION G - CONTRACT ADMINISTRATION
DATA
G.1 GENERAL
This section provides contract administration requirements for the GSA GWAC, and
where applicable, for each Task Order placed under this Master Contract. Additional
contract administration requirements, not related to the Master Contract, may be specified
in each Task Order.
G.2 AUTHORIZED AGENCIES AND DELEGATION OF
PROCUREMENT AUTHORITY
G.2.1 Authorized Agencies
The Master Contract is available for use by executive agencies and other entities as
listed in General Services Administration (GSA) Order OGP 4800.2I, Eligibility to
Use GSA Sources of Supply and Services; and any future versions of that directive,
e.g., OGP 4800.2J, OGP 4800.2K, etc. The GSA Order is publicly available and
accessible for review on GSA’s website https://www.gsa.gov/directiveslibrary.
G.2.2 Delegation of Procurement Authority
Federal buyers who wish to use the GSA GWAC must receive and will benefit from GSA
GWAC contract overview training leading to a written Delegation of Procurement
Authority (“DPA” or “delegation”). A written DPA authorizes warranted contracting
officers to become Ordering Contracting Officers (OCOs) and is required prior to
awarding and administering Orders.
The OCO training and written delegation requirements are beneficial because DPAs
provide a clearly structured understanding of roles and responsibilities between the
Master Contract Contracting Officer(s) and OCOs, resulting in a positive take away for
all stakeholders. The training and DPA arise out of GSA’s obligations to the Office of
Management and Budget, are consistent with Section 865 of the Duncan Hunter National
Defense Authorization Act of 2009, P.L. 110-417 (“DHNDAA” or “NDAA 2009”) and
are in-line with the related recommendation of the Acquisition Advisory Panel/SARA
Panel (authorized by Section 1423 of the Services Acquisition Reform Act of 2003).
While delegation can only be granted to warranted Contracting Officers, all individuals
(i.e., project managers, program officials, etc.) involved with a Task Order are
encouraged to participate in the training.
No work may be performed, no debt or obligation accrued, and no payment may be made
except as authorized by a bona-fide written order signed by an OCO having a written
GSA GWAC DPA.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
G.3 AGENCY OMBUDSMAN
In accordance with FAR 16.505 (a)(10) no protest under $10,000,000 is authorized in
connection with the issuance or proposed issuance of an order under a Task-Order
Contract or Delivery-Order Contract, except for a protest on the grounds that the Task
Order increases the scope, period of performance, or maximum value of the Master
Contract.
GSA Personnel Only: Subject to GSAR 552.216-74, GSA designates an Ombudsman to
this Master Contract. For the purposes of the Master Contract, the primary duties of the
GSA Ombudsman, as it concerns GSA GWACS, is to review complaints from
Contractors and ensure that they are afforded a fair opportunity for consideration in the
award of Task Orders consistent with the procedures of the Master Contract. The
Ombudsman is a senior GSA official who is independent of the GSA GWAC PCO, GSA
GWAC ACO, or OCO.
The GSA Ombudsman is:
Task and Delivery Order Ombudsman
Office of the Chief Acquisition Officer
U.S. General Services Administration
1800 F Street, N.W.
Washington, DC 20405
FAR 52.216-32 TASK-ORDER AND DELIVERY-ORDER OMBUDSMAN (Alternate I) (Sept 2019)
(a) In accordance with 41 U.S.C. 4106(g), the Agency has designated the following
task-order and delivery-order Ombudsman for this contract. The Ombudsman must
review complaints from the Contractor concerning all task-order and delivery-order
actions for this contract and ensure the Contractor is afforded a fair opportunity for
consideration in the award of orders, consistent with the procedures in the contract.
The GSA Procurement Ombudsman is located at the General Services
Administration, Office of Governmentwide Policy (OGP), Office of Acquisition
Policy (MV). Contact information for the GSA Procurement Ombudsman can be
found at:
http://www.gsa.gov/ombudsman.
(b) Consulting an ombudsman does not alter or postpone the timeline for any other
process (e.g., protests).
(c) Before consulting with the Ombudsman, the Contractor is encouraged to first
address complaints with the Contracting Officer for resolution. When requested by
the Contractor, the Ombudsman may keep the identity of the concerned party or
entity confidential, unless prohibited by law or agency procedure.
(d) Contracts used by multiple agencies.
(1) This is a contract that is used by multiple agencies. Complaints from
Contractors concerning orders placed under contracts used by multiple agencies
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
are primarily reviewed by the task-order and delivery-order Ombudsman for the
ordering activity.
(2) The ordering activity has designated the following task-order and delivery-
order Ombudsman for this order: [The ordering activity's contracting officer to
insert the name, address, telephone number, and email address for the ordering
activity's Ombudsman or provide the URL address where this information may be
found.]
(3) Before consulting with the task-order and delivery-order Ombudsman for the
ordering activity, the Contractor is encouraged to first address complaints with the
ordering activity's Contracting Officer for resolution. When requested by the
Contractor, the task-order and delivery-order Ombudsman for the ordering
activity may keep the identity of the concerned party or entity confidential, unless
prohibited by law or agency procedure.
(End of Clause)
G.3.1 Direct Acquisition Servicing/Requesting Agency Clients
The Agency Ordering Contracting Officer (OCO) utilizing the GSA GWACs must
identify their own Order-specific Agency Ombudsman that will respond to the
Contractors’ complaints related to Fair Opportunity issues. The Agency Ombudsman
will coordinate with their respective OCO to provide timely response to fair opportunity
complaints.
G.4 ROLES AND RESPONSIBILITIES
This section describes the roles and responsibilities of Government personnel after the
Master Contract is awarded. The Government may modify the roles and responsibilities
at any time during the period of performance of the Master Contract.
G.4.1 GWAC Procuring Contracting Officer (PCO)
The GSA GWAC PCO is the sole and exclusive government official with actual authority
to award the Master Contract. After award of the Master Contract, the GSA GWAC PCO
may delegate any or all of the contract administration functions, described in FAR
42.302, to a GSA GWAC ACO to assist in the technical monitoring or administration of
a contract.
In the event that the designated GSA GWAC PCO is unavailable to sign a contract
action, GSA reserves the right to authorize another warranted GSA Contracting Officer to
execute official contracting documents on their behalf.
The GSA GWAC PCO/ACO will also act in the capacity of the Assessing Official in the
Contractor Performance Assessment Reporting System (CPARS) or another contract
performance assessment report who is responsible for evaluating Contractor performance
and for validating the proposed ratings and remarks entered by the Assessing Official
Representative(s). Assessing Officials have “signature” authority and are allowed to
forward assessments to the Contractor Representative for review and comment.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
The GSA GWAC PCO is responsible for the oversight of the Contractor’s activity on the
Master Contract monitoring their technical progress, including assessing performance,
interpreting the scope of work and any other technical performance requirements;
performing technical evaluation as required; performing technical inspections and
acceptances required by this Master Contract; and assisting in the resolution of technical
problems encountered during performance.
The GSA GWAC PCO is responsible for the receipt and acceptance of the GSA GWAC
payment and reporting system (Government Designated System) deliverables and reports
and assists in the performance of the Master Contract past performance assessments. The
GSA GWAC PCO’s responsibilities will include, but are not limited to the following:
Compile, review, and assess data produced by the designated GSA GWAC
Quality Assurance Evaluators.
Act as the primary point of contact and logging of technical issues within GSA
system issues, i.e., e-Library, e-Buy, Government Designated Systems.
Ensure overall accuracy of the transactional data and issue Correction Notices to
the Contractor, whenever applicable.
Maintain inventory of all new IT Service LCAT requests and updates to the IT
Service Labor Category (LCAT) Matrix.
Approve Contractor press releases and marketing brochures concerning the
Master Contract.
Act as the primary point of contact and logging of technical issues within GSA
system issues, i.e., e-Library, e-Buy, Government Designated Systems.
Assist in the identification and collection of any Overdue Contract Access Fee.
Confirm that all Task Orders/Modifications are captured, and invoices reconciled per
Contract Year.
G.4.2 GSA GWAC Contracting Administrative Contracting Officer
(ACO)
Duties of the GSA GWAC Administrative Contracting Officer are pursuant to 42.302
(exclusive of FAR 42.302(b)) and as outlined in the designation letter issued by the GSA
GWAC PCO.
Responsibilities not specifically delegated to the GSA GWAC ACOs by the GSA GWAC
PCO shall be reserved for the GSA GWAC PCO.
G.4.3 GSA GWAC Program Manager
The Government has appointed a GSA GWAC Program Manager (PM) who will perform
various programmatic functions for the overall success of the GSA GWAC Program. The
GSA GWAC PM has no actual, apparent or implied authority to bind the Government for
any government funding, acts or omissions.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
The role of the GSA GWAC PM is to represent programmatic interests during the period
of performance of the Master Contract. The GSA GWAC PM is responsible for strategic
planning that leads to the continuous effort of exploring new “value add” offerings
through the Master Contract and to facilitate the process of acquiring competitive
complex integrated IT solutions for agency customers as easy as possible. This is done
by assessing the Information Technology (IT) market, working closely with federal
agencies and gaining insight on customer needs and buying trends, and by also working
closely with industry to stay abreast of innovation in the IT service space.
The GSA GWAC Program Manager will be involved in many of the below activities, but
not limited to:
Speak at various federal IT acquisition events providing the public insight and
awareness of the GSA GWAC Program & Master Contract.
Coordinate and moderate the Program Management Review (PMR), and Co-chair
Shared Interest Group (SIG) meetings with industry.
Provide group presentations to Contractor outreach team members, Marketing,
Capture Managers. and Contractors’ teaming partners, as requested.
Provide mentoring/guidance to Contractors on how to successfully market the
GSA GWACs.
Review and assess Contractor marketing and outreach efforts.
Coordinate and conduct customer visits including viable leads provided by the
Contractors.
Collect and disseminate Contractor feedback on GSA GWAC Program process
improvements, government system enhancements/upgrades, and technical
refreshments.
Address and work with poor performing Contractors, including those Contractors
not meeting the Contractor performance metrics identified in Section H.
The GSA GWAC Program Manager does not address or resolve any issues concerning
contractual legal matters. The Contractor shall address Task Order matters directly with
the Task Order OCO and address Master Contract matters directly with the GSA GWAC
PCO/ACO.
G.4.4 RESERVED
G.4.5 GSA GWAC Quality Assurance Evaluators
GSA GWAC Quality Assurance Evaluators (QAE) are subject matter experts (SMEs),
identified by the GWAC COR, responsible for Contractor communication and training,
and provide quality assurance reviews of, but not limited to, the following:
1. Government designated system Training and Problem Resolution
2. Data Calls and Overall Transactional Data Quality Reviews
3. CAF Reconciliation
4. Sustainability Disclosure Reviews
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
The GSA GWAC COR may identify one or more government and/or Contractor support
personnel to serve as GSA GWAC QAEs to ensure the effective management of the GSA
GWAC Program.
G.5 DIRECT ACQUISITION AND ASSISTED ACQUISITION
For purposes of this contract, Direct Acquisition is defined as whenever an outside
agency, other than GSA, places a Task Order against the GSA GWAC. Whenever GSA
conducts an acquisition on behalf of another agency, or within GSA, using the GSA
GWAC, this is termed Assisted Acquisition.
G.6 TASK ORDER ORDERING CONTRACTING OFFICER (OCO)
As described in Section G.2, only an authorized user, who is a delegated OCO, may place
and administer a Task Order under the Master Contract. A list of all delegated Ordering
Contracting Officers will be provided to the GSA GWAC Contractors.
The OCO for each Task Order is the sole and exclusive government official with actual
authority to take actions, which may bind the Government for that Task Order.
As a GSA GWAC delegated OCO, they are responsible for complying with all FAR-
based rules when competing, awarding and administering Task Orders. The following list
of duties (not all inclusive) represent key areas of OCO responsibility.
Ensuring subcontracting efforts on Task Orders pursuant to the incorporated
Master Contract Individual Subcontracting Plan;
Addressing environmental objectives within Task Orders, if applicable;
Monitoring, evaluating and reporting Task Order Contractor Performance;
Responding to Freedom of Information Act (FOIA) requests for Task Orders;
Approving Press Releases on Task Order Awards whenever requested by their
Contractors;
Task Order Closeout in accordance with FAR 4.804-5.
G.7 TASK ORDER CONTRACTING OFFICER’S TECHNICAL
REPRESENTATIVE (COTR)
The OCO may designate a Contracting Officer’s Technical Representative (COTR) to
perform specific administrative or technical functions for their specific Task Orders.
The specific rights and responsibilities of the COTR for each Task Order shall be
described in writing, which upon request, shall be provided to the Contractor. A COTR
has no actual, apparent, or implied authority to bind the Government.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
G.8 CONTRACTOR PROGRAM MANAGER AND CONTRACTS
MANAGER FOR THE GWAC MASTER CONTRACT
The Master Contract-level program management support costs, to include the
Contractor’s Program Manager and the Contracts Manager, encompass support for
Master Contract-level management, reporting requirements (See Section F, Performance
and Deliverables) and related travel and meeting attendance costs associated with the
Contractor’s program management staff. As a result, these program management support
indirect costs shall be charged in accordance with disclosed practices and shall not be
proposed as separate labor categories on any Task Order. The Master Contract-level
“program management” support costs are differentiated from individual Task Order
“Task Order Manager” or “Project Manager” support costs, which are to specifically
support project management for individual Task Orders.
The Contractor’s corporate management structure shall guarantee senior, high-level,
program management of the Alliant 2 GWAC Program. The Contractor shall assign
committed Program Manager and Contracts Manager to represent the Contractor as the
primary points-of-contact to resolve program, contractual, and technical issues, perform
administrative duties, and other functions that may arise relating to the Master Contract
and Task Orders solicited and issued under the Master Contract. The Program Manager
and Contracts Manager shall be direct employees of the company.
Program Manager: The Contractor’s Program Manager duties include, but are not
limited to:
Representing the Contractor as point-of-contact for the PCO to help resolve issues
and perform other functions that may arise relating to the contract and Task
Orders under the contract.
Advising and assisting agency customers regarding the technical scope of the
Master Contract and the overall attributes of the GSA GWAC.
Promoting the GSA GWAC to the Federal Government through participation in
trade shows, conferences, and other meetings where Federal Government has a
significant presence.
Promoting Contractor identity as GSA GWAC contract holder by using the GSA
logo in advertising, placing these identifiers in printed and in on-line
communications; displaying GSA GWAC promotional placards; and,
disseminating GSA GWAC marketing materials.
Educating and training Contractor staff to ensure that they are able to effectively
communicate with existing and potential customers regarding the technical scope,
the value, and the benefits of the GSA GWAC.
Providing all reporting information required under the contract accurately and in a
timely manner;
Attending meetings and conferences, as required.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
Serving as the primary focal point within the Contractor’s organization on all
matters pertaining to this contract.
The current Contractor Program Manager on this contract is listed on the
Contractor’s GSA GWAC web page.
Contracts Manager: The Contractor’s Contracts Manager shall represent the Contractor
as a point-of-contact for the GSA GWAC ACO to help resolve contractual issues and
perform other functions that may arise relating to the Master Contract and Task Orders
under the Master Contract. The Contractor’s Contracts Manager serves as the person
binding the Contractor to the Master Contract and is authorized to sign modifications
issued under the Master Contract. The Contracts Manager serves as the contract expert in
federal acquisition regulations and is proficient in the closeout process for all contract
types.
The Contracts Manager duties include, but are not limited to:
Providing all reporting information required under the Master Contract accurately,
thoroughly and timely;
Resolving contractual issues related to Task Order performance under the Master
Contract;
Ensuring Timely Task Order closeouts; and,
Attending meetings and conferences as required or necessary.
The Contractor shall ensure that the GSA GWAC ACO has current points-of-contact
information for the Contractor’s Program Manager and the Contracts Manager. All costs
associated with the key personnel shall be at no direct cost to the Government. For
purposes of the GSA GWAC Program support, either the Program Manager or Contracts
Manager shall be available for communication and meetings based on Pacific Time.
Names, email addresses, and telephone numbers of the Contractor’s Program Manager
and Contracts Manager and any replacements to the Contractor's Program Manager and
Contracts Manager shall be submitted using the Alliant 2 Master Contact WebForm
within the date specified in Section F.7.
G.9 ELECTRONIC ACCESS TO CONTRACT
The Government intends to post a conformed version of the Master Contract on its GSA
GWAC web page along with fully burdened Contractor and Government site labor rates
proposed by all awardees for time-and-materials and labor-hour Task Orders. The GSA
GWAC web page will be available to the general public.
G.10 CONTRACTOR WEB PAGE
The Contractor shall develop and maintain a current publicly available web page
accessible via the Internet throughout the period of performance of the Master Contract.
The web page link shall be prominently displayed on the Contractor’s main government
business home page and shall be updated periodically. A link to the Master Contract shall
be placed under their site map that will direct users to the page containing their
Government contracts. The purpose of the web page is for the Contractor to communicate
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
with potential customers regarding the Contractor’s ability to provide world-class
professional IT Services under the Master Contract.
This webpage must conform to the relevant accessibility standards referenced in Section
508 of the Rehabilitation Act of 1973 [29 U.S.C. 794d, as amended by the Workforce
Investment Act of 1998 (P.L. 105-220), August 7, 1998] and 36 C.F.R. D1194.22 (2020),
Web-based intranet and internet information and applications.
The Contractor shall provide the GWAC ACO with the web address within the date
specified in Section F.7. The Contractor shall ensure all information provided on their
web page is updated continually until Master Contract expiration. At a minimum, the
web page must include the following items:
Conformed contract (SF-33) and all modifications (SF-30) issued within the date
specified in Section F.7 in PDF (redacted if and when appropriate);
Contractor GWAC Contract Number, UEI number, CAGE Code;
Parent Company UEI Number, CAGE Code, if applicable;
A statement similar to "CONTRACT INSURANCE meets threshold stated in
FAR Subpart 28.307-2 LIABILITY and expires on (insert date of expiration noted
on certificate)."
CMMI Maturity Level (Development and/or Services), ISO and ISO/IEC Levels,
if any;
Sustainability Disclosures, if any;
Contractor developed marketing materials and approved Press Releases, required
only for matters of the Master Contract. (Not required for Task Order awards.);
Contact information of the Contractor’s Program Manager;
Link to the GSA GWAC Alliant 2.
(Recommended if CAS approved) Include the DCAA/DCMA or CFA point of
contact.
Contractors shall review annually their points of contact are current and accurate in the
Contractor’s web page and provide a self-certification as to the web page’s compliance
via a Government Designated System.
If the Contractor has updated the link of their GWAC Vehicle web page, the new link
shall be forwarded to the [email protected].
The Prime Contractor shall not permit or approve the marketing and advertisement of its
Alliant 2 Task Orders on their subcontractor webpages that purports to, has the
appearance of, or misrepresents itself to be a GWAC approved teaming
partner/subcontractor, since subcontractor approval is not performed by the GWAC
Contracting Officer (refer to Section G.23). Subcontractor information may reside on the
Prime Contractor’s Alliant webpage.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
G.11 INSURANCE
The Contractor shall maintain the minimum insurance coverage delineated within Federal
Acquisition Regulation (FAR) Subpart 28.3 for the full duration of the Master Contract
and each applicable Task Order that extends beyond the expiration date of the Master
Contract. The Contractor shall notify the GSA GWAC Contracting Officer and
designated OCO for affected Task Orders, in writing, if there are any changes in the
status of their insurance coverage and provide the reasons for the change. Allowable costs
as per FAR Subsection 31.205-19 shall be recovered through work at the Task Order
level, with no obligation of payment at the Master Contract level. Contractors that do not
to win a single Task Order award shall not be compensated at the Master Contract level
beyond the value specified for the minimum guarantee.
The OCO may request a copy of the insurance directly with the Contractor and/or require
additional insurance coverage or higher limits specific to a Task Order awarded under the
Master Contract. If the Task Order does not specify any insurance coverage amounts, the
minimum insurance requirements in FAR Subpart 28.307-2 LIABILITY shall apply to
the Task Order. Additionally, pursuant to FAR 52.228-7(a)(1), the Contracting Officer
may require other insurance, which includes the Task Order Contracting Officer.
G.11.1 Defense Base Act Insurance (DBAI)
Pursuant to FAR 28.305, DBAI coverage provides workers’ compensation benefits
(medical, disability, death) in the event of a work-related injury or illness that occurs
outside the United States.
The Government requires that employees hired by Contractors and subcontractors who
work inter https://max.gov/ https://max.gov/ https://max.gov/ https://max.gov/
https://max.gov/ https://max.gov/ nationally be protected by the DBAI coverage,
regardless of their assignment and/or location unless a waiver has been obtained by the
U.S. Department of Labor. DBAI shall be at no direct cost to the GWAC Program;
however, if required and approved by an OCO under an individual Task Order, DBAI
may be charged as a direct cost to the government.
G.12 STANDARD IT SERVICE LABOR CATEGORY CROSS-WALK
MATRIX
The Standard IT Service LCAT Cross-walk Matrix is a cross reference library of
Standard IT Service LCATs that will help the GWAC Program and Contractors correlate
to their commercial or corporate IT labor titles and descriptions to those used by the
Department of Labor Standard Occupational Classification (DOL SOC) and those
currently adopted as Standard IT Service LCATs on the Master Contract (see Attachment
J-3 Labor Category Descriptions and BLS Service Occupational Classifications). The
information contained within the Standard IT Service LCATs Cross-walk Matrix may be
shared on the GSA GWAC Webpage.
Due to varied commercial labor titles across all Contractors, the Standard IT Service
LCAT Cross-walk Matrix will help to prevent inadvertent inclusion of new IT Service
LCATs, containing similar functional scope descriptions or alias’ references in the
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
DOL/SOC that may generally conform to the Master Contract Standard IT Service
LCATs. If one or more of the Contractors cannot agree to the proposed IT Service
LCAT matching to the DOL/SOC or the Master Contract, the proposed IT Service LCAT
determination will be unilaterally made by the GSA GWAC Program to classify the
proposed IT Service LCAT to the DOL SOC and the Master Contract.
The Contractor shall provide a completed Standard IT Service LCAT Cross-walk Matrix,
via a GSA GWAC Program approved file format, that maps to the Contractor’s internal
corporate specific IT Service LCATs to the list of Standard IT Service LCATs defined in
Attachment J-3 Labor Category Descriptions and BLS Service Occupational
Classifications. The Contractor shall match their Corporate Labor Titles to all the
Standard IT Service LCATs defined to the GSA GWAC. This completed mapping file
shall be emailed to the GSA GWAC Program at [email protected] and is required by the
date specified in Section F.7. The content requested includes but not limited to:
Department of Labor Standard Occupational Classification
GSA GWAC Standard IT Service LCAT Title
Equivalent Corporate IT Service LCAT Title
Equivalent Corporate IT Service LCAT Functional Description
From time to time and as innovative emerging technologies are developed, the GSA
GWAC Program will request updates to the Standard IT Service LCAT Cross-walk
Matrix to conform with the introduction of any new Standard IT Service LCATs. These
periodic updates will be requested by the GSA GWAC Contracting Officer and updates
will be required by the date specified in Section F.7
G.13 MEETINGS AND CONFERENCES
From time to time the Government may require attendance at Government conferences
and meetings at no additional cost to the Government.
G.13.1 Post-Award Conference
The Contractor shall participate in a mandatory post-award conference after the Notice to
Proceed that will be held at a time and place to be determined by the GSA GWAC PCO
(FAR 42.503-1).
The purpose of the post award conference is to aid both the Contractor and the
Government in achieving a clear and mutual understanding of all contract requirements in
the Master Contract and identify and resolve potential issues (See FAR Subpart 42.5 Post
award Orientation).
The GSA GWAC Government Program Manager will act as Chairperson with the GSA
GWAC PCO as Co-chairperson at the conference.
G.13.2 Meetings and Conferences
The GSA GWAC Program conducts and sponsors several meetings and conferences each
year in support of the Aliant 2 GWAC Program. Some are contractually required and
others are optional to the contractor.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
G.13.2.1 Mandatory Contractor Meetings and Conferences
The GSA GWAC Program may conduct a maximum of four (4) mandatory Program
Management Review (PMR) meetings per year held at a Government or commercial
facility at a location that might require overnight travel to attend. A PMR may
alternatively be conducted via a virtual webinar when resources for facilitates or travel
are not available to the Government. Historically, the GSA GWAC Program has held an
average of two onsite PMRs per year.
The PMR meetings when combined with Outreach Events will be about a 2-day event.
The GSA GWAC PMR meetings provide a platform for Contractors, GWAC Division
personnel, GSA Assisted Acquisition Services (AAS) personnel, and other GSA & non-
GSA agency representatives to communicate current issues, resolve potential problems,
discuss business and marketing opportunities, review future and ongoing GSA and
government-wide initiatives, speak to Contract Administration matters, and address
Master Contract fundamentals. To ensure accurate attendance at the mandatory PMRs,
registration of Contractor personnel is required.
Contractor Participants: The Contractor participants at the PMR meetings shall include a
minimum of one key Contractor management personnel representative. The maximum
available number of Contractor participants who may attend above one key representative
will not be known until a facility for the PMR is chosen by the Government. The
Contractor will be notified by an email announcement on the number of allowable
participants, the meeting/conference location and other logistical details for each
upcoming PMR at least two to three weeks prior to the scheduled event.
Third party commercial business consultants/subcontractors may not represent the Alliant
2 GWAC Contractor's Management Personnel at any PMR meetings. Additionally, the
Contractor is not permitted to add or substitute their Management Personnel with another
company’s representatives who are not a GSA GWAC contract holder. Any exceptions to
this attendance restriction must be submitted in writing to the date specified in Section
F.7 prior to the event itself and will be considered by either the GSA GWAC
PCO/ACO/COR.
Government Participants and Government Sponsored Participants: The Government
participants may include the GSA GWAC Program Manager, GSA GWAC
PCO/ACO/COR among other Government representatives. Additionally, by invitation of
the GSA GWAC Program Manager, the meetings may include guest speakers, panelists,
and other invited participants from both Government and Industry to supplement the
discussion topics at the PMR events.
G.13.2.2 Optional Contractor Meetings and Conferences
The GSA GWAC Program does sponsor other meetings that are optional for the
Contractor to attend. Additionally, other federal agencies and industry organizations
provide opportunities for relevant training, outreach and networking to the Contractor.
These optional types of meetings are not a requirement of the Master Contract; however,
may provide a benefit to the Contractor should they choose to participate. An example of
some of the events that may be available to the Contractor are the following:
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
1. GSA GWAC SIG Events & Alliant Lunch and Learn Events
2. Shared Interest Group (SIG) Conference Calls and Lunch & Learn Sessions
designed for the exchange of information among contract holders and the GSA
GWAC Program. Participation in these conference calls will ensure that
Contractors are kept abreast of ongoing GWAC Program and Contractor
community activities, and participants are encouraged to assist in the development
of strategies around market outreach, education, communication, and other topics
relevant to the GSA GWAC Program.
3. Customer Agency Outreach Events
4. Customer Agency Outreach is a platform for Contractors and Government to
collaborate on IT and acquisition issues and may involve GSA GWAC customers.
5. Office of Small Business Utilization (OSBU) Matchmaking Events
6. GSA OSBU Small Business Matchmaking Events offer potential small businesses
to network with GSA GWAC Contractors for the purposes of facilitating teaming
and mentoring.
G.14 ELECTRONIC GOVERNMENT ORDERING SYSTEM
Pursuant to Federal Acquisition Regulation (FAR) 16.505(b) the Government will afford
fair opportunity for Task Order award to all Contractors in the Alliant 2 award pool. The
preferred system for posting GSA GWAC opportunities is the GSA eBuy system (See
Attachment J-8 Website References). To establish full inclusion in the fair opportunity
process, each Contractor is responsible for registering and maintaining an account in:
1. eBuy - Available to all federal agencies. eBuy is an electronic Request for
Proposal/Request for Quote (RFP/RFQ) system designed to allow all government
buyers to request information, find sources, and prepare and post RFPs/RFQs
online for IT services offered through the GSA Technology Contracts.
GSA Assisted Acquisition Service OCOs using the GSA IT Solutions Shop can
utilize the eBuy Connect feature, which will enable the posting of GWAC
requirements into the GSA eBuy system. The actual receipt of proposals may
occur outside of the eBuy system, as directed in the Task Order Request.
2. Other Channels Providing Fair Opportunity Task Ordering agencies may
use other methods to provide for fair opportunity including, agency ordering
systems, direct contact through published email addresses, etc. The ordering
agency must ensure all GSA GWAC Contractors are registered and listed
whenever using other channels of communication.
Contractors shall ensure their points of contact are current and accurate in the above
Government systems. The OCO may directly contact the GWAC Program,
at [email protected], whenever the Contractor’s email address is returned as
UNDELIVERABLE.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
G.14.1 Electronic Communications
The Contractor shall establish a shared GSA GWAC electronic mailbox for receipt of
communications from the GSA GWAC Program that is distinct and separate from an
individual’s email address. The electronic mailbox name must include “Alliant2@”, e.g.,
[email protected]. The only characters prior to the “@” shall be “Alliant2”. The
shared Contractor email address is due to the GWAC Program by the date specified in
Section F.7.
The shared Contractor’s GSA GWAC email address will reduce the need to update
government systems due to Contractor’s personnel replacement changes throughout the
term of the Master Contract.
G.15 GSA CLIENT AGENCY TASK ORDER ORDERING
PROCEDURES
Only the delegated OCO may issue Task Orders to the Contractor, providing specific
authorization or direction to perform work within the scope of the contract as specified in
Section C, Statement of Work. The focus of this contract is to provide to government
agencies a mechanism for streamlined ordering of IT solutions and services at fair and
reasonable prices.
Unless specifically authorized by the OCO, the Contractor shall not commence work
until a fully executed Task Order has been awarded. Contractors should avoid
unauthorized commitments as ratification is highly discouraged and never assured.
The following information is provided to the Contractor for their awareness and is
specified in the agency ordering guide outside of this Master Contract.
G.15.1 Ordering Regulations
Ordering regulations are those delineated in Federal Acquisition Regulation (FAR)
16.505. Additional contractual requirements are as follows:
a) The principle purpose of any GSA GWAC Task Order must be for IT Services
and may not exclusively be for product/commodity purchases. The Contractor
shall not accept Delivery Orders that are exclusively for Products/Commodities.
b) Task Orders (including a Task Order’s sub-tasks) under the Simplified
Acquisition Threshold (SAT) should not to be placed on this Master Contract
unless there are legitimate reasons to do so, such as for a short Extension of
Services.
c) Task Orders issued under the Master Contracts are annotated as Delivery Orders
in the FPDS. Exercise of Task Order option(s) or sub task(s) shall be performed
by modification to the subject Order. If OCO’s require the issuance of subordinate
Orders due to system limitations (i.e., annual options, funding, etc.), each
subordinate Orders shall identify/link to the initial Task Order award and FPDS
annotated.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
d) The Contractor responding to Cost Reimbursement types of Task Orders shall
provide status of whether they have or do not have an Adequate/Approved Cost
Accounting System (CAS), and if the Contractor has a CAS, include the DCAA
and DCMA point of contact. Evidence of an Adequate/Approved CAS should be
provided to the OCO as part of their Task Order proposal submission. Otherwise,
the Contractor must have their CAS deemed as Adequate/Approved by
DCAA/DCMA or a CFA at time of Task Order award.
The Contractor shall ensure the DUNS/CAGE number assigned to the covered Master
Contract shall be consistent for Orders issued under the Master Contract.
G.16 FAIR OPPORTUNITY
OCOs are required to follow the Fair Opportunity procedures specified in FAR
16.505(b)(1) and the exceptions to Fair Opportunity in FAR 16.505(b)(2). Use of
Exception (D) “...to satisfy a minimum guarantee” requires approval by the Master
Contract PCO.
Task Orders resulting from an exception to fair opportunity will be reviewed by the
PCO/ACO for possible gaps in the information technology or lack of capacity within the
pool of awarded contractors that might inhibit adequate competition for similar
requirements in the future. Based on any identifiable IT gaps found by the Government,
an Open Season might be necessary to introduce new IT contractors to the GWAC pool if
in the best interest of the Government.
G.17 ORDER INFORMATION
Orders shall include, but not be limited, to the following:
a) Date of Order;
b) Contract Number and Order Number;
c) Order Type;
d) Contract Line Item Numbers; Travel (if any), Materials (if any); Contract Access
Fee (CAF); Fixed Price, Ceiling Price, or Estimated Costs and Fee;
e) Statement of Work, Statement of Objectives, or Performance Work Statement;
f) Delivery and/or performance schedule, including Options (if any);
g) Place of delivery and/or performance (including consignee);
h) Any packaging, packing, and shipping instructions;
i) Accounting and appropriation data; and
j) Method of payment and payment office.
G.18 INVOICE SUBMISSION AND REPORTING APPLICABLE TO
TASK ORDERS
The Contractor shall accept payment of agency invoices via EFT. The Task Ordering
Agency is responsible for payment of all invoices to the Contractor. Invoice submission
information will be contained in each individual awarded Task Order. The payment
office designated in the individually awarded Task Order document will make payment
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
of those invoices to the Contractor. The GWAC Program is never responsible for
payment of Task Order Invoices.
Bills for final payment for last performance month must be identified and submitted
when tasks have been completed and no further charges are to be incurred, excluding rate
adjustments. The final payment for last performance month must be submitted to the
ordering agency within 6 months of Task Order completion.
If indirect rate adjustments, e.g., resulting from incurred costs audits, are completed
and/or received after the Master Contract closeout date, no additional CAF adjustments
shall be reported or applied to the Task Order(s).
If during any respective month(s), the Contractor doesn't report a Paid Invoice on an
active Task Order, the Contractor must report a Zero invoice for that Task Order so GSA
will know there will be no CAF expected for the month.
G.19 CONTRACTOR PERFORMANCE ASSESSMENT REPORTING
SYSTEM (CPARS)
Past performance information is relevant for future Task Order and Contract source
selection purposes. It includes, but is not limited to, the Contractor’s record of
conforming to contract requirements and to standards of good workmanship; the
Contractor’s adherence to contract schedules, including the administrative aspects of
performance; the Contractor’s history of reasonable and cooperative behavior and
commitment to customer satisfaction; and generally, the Contractor’s business-like
concern for the interests of the customer.
Contractors may review and respond to Master Contract and Task Order performance
assessments via the CPARS or another contract performance assessment report (see J-8
Attachment Website References) or other systems designated by the Ordering
Contracting Officer.
Past performance evaluations pertaining to the Master Contract and Orders under the
Master Contract will reside in SAM.Gov. The SAM.Gov System functions as the central
warehouse for performance assessment reports received from various Federal
performance information collection systems.
G.19.1 Master Contract Performance Assessments
The GSA GWAC ACO will conduct annual interim performance assessment within the
Master Contract Base and Option Periods, and a final performance assessment as part of
the Master Contract closeout process.
Performance assessments for the GSA Master Contract are limited to the evaluation of
GWAC Performance Based Acquisition (PBA) requirements, including Contractor
Engagement and Small Business Subcontracting. Other elements of CPARS evaluation or
another contract performance assessment report the Government may include in a Master
Contract CPARS are the Contractor's compliance to administrative requirements noted
throughout Sections G, H, and J Attachments, e.g., timely CAF submissions, timely
reporting of awarded Task Orders and Modifications, correctly reporting transactional
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
data, updating company websites, PMR attendance. CPARS elements such as Cost
Control, Quality of services delivered, and Small Business Subcontracting efforts are
typically evaluated by the Task Order issuing agency in a separate CPARS or another
contract performance assessment report (See G.19.2).
In accordance with FAR 42.15 Past Performance Information, Contractor shall submit
comments, rebutting statements, or additional information within the date specified in
Section F.7, from the date of notification of availability of the past performance
evaluation. Copies of the evaluations, Contractor responses, and review comments, if
any, will be retained as part of the contract file, and may be used to support future award
decisions. Contractors shall review annually their points of contact are current and
accurate in the CPARS or another contract performance assessment report.
Task order Awards will be populated into the Contract Payment Reporting Module
(CPRM) via the Federal Procurement Data System (FPDS). Contractor is responsible for
ensuring that task order data pulled into the CPRM, is accurate and complete based upon
the award documents received via the Ordering Contracting Officers (OCOs).
G.19.2 Task Order Performance Assessments
The Government will conduct past performance assessments on Contractors for Task
Orders meeting the agencies’ IT project threshold for required assessment. Interim
performance evaluations should be conducted as prescribed by the Task Order issuing
Agency’s procedures on any Task Order with a period of performance exceeding one
year. In the event that an OCO does not perform an assessment for a qualified Task Order
that requires an assessment every 12 months, the Contractor should request the OCO for
an assessment, or notify the GSA GWAC Program for further assistance. As a Best
Practice, the performing Prime Contractor may voluntarily provide to the OCO an
objective quality write-up to include, at a minimum, scope of work performed, and
timeliness and quality of deliverable and services.
The OCO is aware that the Contractors’ awarded DUNS/CAGE is available on the GSA
GWAC webpage (www.gsa.gov/alliant2) and should be used when performing their
assessment of the Alliant 2 GWAC contractors.
G.20 REPORTING
At pre-determined milestones and at special events in the course of fulfilling an awarded
Task Order, the Contractor must submit to the GSA detailed reports covering many
aspects of their activities.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
G.20.1 GWAC Data Calls
Contractors shall respond to the following data calls and provide to the GWAC Program,
by the date specified in Section F.7.
1) Task Order Request Participation - Monthly the GSA GWAC Program will pull
data for Awarded Orders, including Protested Orders that may not be reported in
the government designated system, and Contractors shall confirm which Task
Order solicitation resulted in them submitting a proposal. Additionally,
Contractors shall provide Participation information for awarded Task Orders not
listed in the review month, when applicable.
2) Protests issued under an Awarded Order - The Contractor who filed the Task
Order protest shall email [email protected] of its filing of the Order protest. The
Contractor who was protested by another contractor under the Master Contract
does not need to notify the GSA for this data call. This data will be used to
determine recurring issues leading to Protest that can be addressed during OCO
training programs. This will result in providing guidance to federal agency
customers on procurement best practices. The protest information to be provided
includes:
Protest Lodged Date
Solicitation/RFP Number
GAO Protest Docket Number (if available)
Agency Contracting Officer
Agency Contracting Officer Email
3) Other Data as Requested by the GSA GWAC Program
G.20.2 GWAC Transactional Data
The Contractor shall register in the government designated system in order to report
transactional data. A prerequisite to registering in the government designated system is
the Contractor must already be registered in the System for Award Management (SAM).
See Attachment J-8 Website References.
The Contractor shall provide the transactional data, outlined in Attachment J-6,
electronically via the government designated system. The Contractor must adhere to the
instruction and definitions for each reported data element as stated within the government
designated system web page. The Government intends to collect the transactional data
hourly labor rates and post to the Prices Paid portal to be made available to Ordering
Contracting Officers and agency program staff via a separate secured Government portal.
The reporting of data is required for the following items, within the date specified in
Section F.7:
Invoices
Zero Invoice (if a Task Order is cited)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
The Contractor shall convert all currency to U.S. dollars using the “Treasury Reporting
Rates of Exchange,” issued by the U.S. Department of Treasury, Financial Management
Service.
Data Quality is of great importance to the GWAC Program, therefore the Quality
Assurance Evaluators may request from the Contractors corrections to the government
designated system data, if applicable. Contractors shall correct the government
designated system data within the date specified in Section F.7.
G.20.2.1 Change of GSA Business System(s) during Term of the Master Contract
The Government may decide to change their business system(s), whether it is a
significant upgrade or a complete replacement of GSA’s current business system after the
date of Master Contract award. Should the Government effect a change, develop or
purchase a new system(s) it will be incorporated into GSA as the required system(s) for
reporting transactional data and shall be adopted by the Contractor. The Contractor will
be notified with a no-cost unilateral Modification to the Master Contract in the event of
any upgrade/replacement of the business system.
G.21 GWAC CONTRACT ACCESS FEE (CAF) AND FEE
REMITTANCE
a) The CAF is charged against all Task Orders and applied to the total invoice
amount for Contractor performance. Total award value is inclusive of labor, fees
(including award fees and incentive pools), and ODCs (including travel).
b) The standard formula is:
Total CAF = Total Invoice Amount * CAF Percentage.
c) Contractors shall invoice the Government for the full CAF on reported invoices.
d) CAF payments are due to GSA/GWAC on or before date specified in Section F.7
for all reported invoices from the Government in the previous quarter.
e) CAF payments are to be remitted via the government designated system using
Pay.gov secure electronic system. Payments can be made directly from
Contractor’s business bank account. Contractors shall contact their financial
institution/bank to establish an account authorizing Automated Clearing House
(ACH) Direct Debit payments to Pay.gov via government designated system. If
for reasons outside of human control, e.g., Act of God, where you are not able to
remit the CAF via the government designated system using Pay.Gov, you must
request written permission from GSA to pay CAF outside the government
designated system. This written permission must be remitted to and approved by
the GWAC Program Office. The Contract Access Fee (CAF) reimburses GSA for
the cost of operating the Alliant 2 Program. The CAF percentage is set at the
discretion of GSA and GSA maintains the unilateral right to change the
percentage at any time, but not more than once per year. GSA will provide
reasonable notice prior to the effective date of any change.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
f) Contractors shall remit the CAF in U.S. dollars to GSA within the time specified
in SECTION F.7-TABLE OF DELIVERIES OR PERFORMANCE (#10) for all
invoices reported during that calendar quarter. Where CAF for multiple invoice
payments (on one or more Orders) is due, Contractors may consolidate the CAF
owed into one payment, per GWAC Contract Family. CAF payment shall not be
combined with another GWAC, Schedule, or any other GSA Contract.
Submitting the CAF on a timely schedule is a contractual requirement in this Master
Contract and is also a regulatory requirement pursuant to FAR 32.6, Contract Debts.
Failure to remit the CAF in a timely manner will constitute a contract debt to the United
States.
G.22 INDIVIDUAL SMALL BUSINESS SUBCONTRACTING PLAN
The US General Services Administration, and Other Federal Agencies given the GWAC
Delegation of Procurement Authority, are committed to ensuring maximum practicable
opportunity is provided to small business concerns to participate in the performance of
this contract consistent with its efficient performance. GSA expects any individual small
business subcontracting plan submitted pursuant to FAR Clause 52.219-9, Small
Business Subcontracting Plan, to reflect this commitment. Consequently, an offeror,
other than a small business concern, before being awarded a contract exceeding
$700,000, shall demonstrate that its subcontracting plan represents a creative and
innovative program for involving small, HUBZone, disadvantaged, women-owned,
veteran-owned, and service-disabled veteran owned concerns as subcontractors in the
performance of this contract.
a) The Individual Small Business Subcontracting Plan is attached hereto and made a
part of this contract (see Attachment J-7 Individual Small Business Contract
Subcontracting Plan) The Contractor shall provide a signed copy of the Master
Contract Individual Small Business Subcontracting Plan to the cognizant OCO
responsible for the administration of their GWAC Order, whenever requested by
the OCO.
b) The Individual Small Business Subcontracting Plan covers the Base Period of five
(5) years and the option term for an additional five (5) years.
c) Compliance with the Individual Small Business Subcontracting Plan will be
addressed via the Contractor Performance Assessment Reporting System
(CPARS) or another contract performance assessment report.
G.22.1 Minimum Subcontracting Goals
Because of the size, scope, and magnitude of this acquisition, the government anticipates
substantial subcontracting opportunities for small business, veteran-owned small
business, service-disabled veteran-owned small business, HUBZone small business,
small-disadvantaged business, and women-owned small business concerns. The
Contractor shall maintain a Subcontracting Plan pursuant to FAR Clause 52.219-9,
Individual Subcontracting Plan, in accordance with the Master Contract Section I.2.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
Table 6 - Small Business Subcontracting Goals
Category
(% of Planned Subcontracted
Dollars)
Total Small Business
50
Small Disadvantaged Business
6
Woman-owned Small Business
6
HUBZone Small Business
3
Veteran-owned Small Business
3
Service-disabled Veteran-owned Small Business
3
NOTES: The goals are expressed as a percentage of planned subcontracted dollars, and
not contracting ceiling.
The small business subcontracting goals are an aggregate of potential
subcontracted dollars for Task Order(s) that a contractor plans to receive under
the GSA GWAC Program, and not to the aggregate Master Contract ceiling
value.
Small Business subcontracting goal achievement for the Master Contract is
assessed annually and performance ratings will be based exclusively on the goal
percentages indicated above; however, the Contractor may state higher
corporate “stretch” goals applied to their Individual Subcontracting Plan should
they choose. For purposes of reporting in the eSRS, the contractors who have
stated higher corporate "stretch" goals in their SubK Plans, will include only
their projected dollars based on the A2 minimum goals.
G.22.2 Subcontracting Reports
Per FAR 52.219-9(d) (10), Contractors submitting Individual Subcontracting Plans are
required to:
a) Cooperate in any studies or surveys as may be required;
b) Submit periodic reports, which show compliance with their subcontracting plan;
c) Submit Individual Subcontracting Reports (ISRs) and Summary Subcontracting
Reports (SSRs);
d) Ensure that subcontractors with subcontracting plans agree to submit their ISR
and SSR if required. The ISR covers subcontract award data related to this Master
Contract and shall be submitted semi-annually till last Task Order completion.
The SSR encompasses all Contracts with GSA and is submitted annually. The
ISR and SSR shall be submitted electronically via the Electronic Subcontract
Reporting System (eSRS) at www.esrs.gov and must be received within the date
specified in Section F.7 and repeated below.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
Table 7 - Small Business Subcontracting Reporting Cycle
Calendar Period
Report Title
Date Due
10/0103/31
ISR
04/30
04/0109/30
ISR
10/30
10/0109/30
SSR
10/30
e) Reports are due, regardless of whether there has been any subcontracting activity
since contract inception or since time of previous report submission.
Notes: Individual Subcontracting Reports
The ISR shall reflect the subcontracting dollars on a PAYMENT basis only. The
Payment Basis is the process of capturing subcontract dollars no sooner than the time a
contractor pays the subcontractor’s invoices. This Payment Basis reporting method
must be used for the entire contract term. Entering subcontracting dollars into the
Government’s Electronic Subcontracting Reporting System (eSRS) on a Commitment
Basis is not permitted. (A Commitment Basis, which is not allowed for this Master
Contract, is the process of capturing subcontract dollars when the Contractor executes the
subcontract award documents).
The Contractor shall ensure that their entries in the column “Current Goal:
Percentage of Total Subcontract Awards”, is the negotiated percentages as cited in
the Individual Subcontracting Plan goals.
If the Contractor does not meet the Master Contract Small Business
Subcontracting Goals, they shall provide a succinct description of how goals will
be achieved in the “Remarks” section of the form.
Summary Subcontracting Reports
If the Contractor is using the Parent DUNS when reporting, the awardee’s DUNS
number shall be cited in the “Remarks” section of the form, if different than the
Parent DUNS.
The Contractor shall list their entire GSA contract numbers associated with the
reported dollars in the “Remarks” section of the form. Non-GSA contract
numbers shall not be reported with the GSA contract numbers.
Both Individual Subcontracting Reports and Summary Subcontracting Reports
Contractors shall reference the GSA Agency Code 4732.
Contractors shall include the [email protected] email address in Government
Email section of the form.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
G.22.3 Task Order Small Business (SB) Subcontracting Credit for
Ordering Agencies
Until such time the Federal Acquisition Regulation (FAR) permits the socio-economic
subcontracting dollars on Task Orders to be credited to the Ordering Agency, small
business socio-economic dollars will be accumulated and reported at the Master Contract
level. Depending on the outcome of the anticipated FAR change pursuant to Small
Business (SB) regulations at 13 CFR 125.3(h)(3), SBA has decided as a matter of policy
that the funding of a Task Order should receive credit toward its small business
subcontracting goals for a Task Order awarded under another agency's contract. In this
expected eventuality, the Government may require Contractors to provide SB
subcontracting plans and/or SB subcontracting reports (e.g., eSRSElectronic
Subcontracting Reporting System) at the Task Order level.
G.23 SUBCONTRACTORS
The Government has not pre-approved any subcontractors for issuing agencies’ resultant
Task Order awards for the Master Contract. If a Contractor proposes a subcontractor for
work performed under a Task Order, the Contractor must comply with FAR 52.244-2 and
FAR 44.2. Contractors will assess their task order work plans to determine whether the
projected subcontracting for the task order will be:
Supportive of overall accomplishment of goals and commitments in the
subcontracting plan;
Supportive of general accomplishment of goals and commitments in the
subcontracting plans with certain enumerated exceptions;
Negatively distracting from the overall goals and commitments in the
subcontracting plans, providing explanation of the reasons for the shortcomings
and explanation for how the contractor believes it can recover and regain its
position of achieving the plans commitments.
Contractors will report their position to the OCO as part of their proposal in being
considered for a task order. The Ordering Contracting Officer (OCO) will review the
Contractor’s notification and supporting data to ensure that the proposed subcontract is
appropriate for the risk involved, and consistent with current policy and sound business
judgment prior to consent to subcontract.
If the Contractor enters into any subcontract that requires consent under the clause at
FAR 52.244-2, Subcontracts, without obtaining such consent, the Government is not
required to reimburse the Contractor for any costs incurred under the subcontract prior to
the date the Contractor obtains the required consent. Any reimbursement of subcontract
costs incurred prior to the date the consent was obtained shall be at the sole discretion of
the Government.
Annually the GWAC PCO will aggregate each GWAC Contractor's small business
subcontracting dollars as reported in the Electronic Subcontracting Reporting System and
provide an objective performance rating in the Past Performance Information System.
The OCO is reminded that:
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
The GWAC Small Business Subcontracting goals are in Section G.22.1, as
incorporated to the Master Contract;
May review the Master Contract annual performance assessment in the Past
Performance Information Retrieval System to ascertain whether the Contractor is
meeting one or more of its socio-economic goals outlined in the Master Contract;
and,
May further review the subcontractor dollars awarded within Task Orders on-line
utilizing the USA Spending advance search application. (See J-8 Website
References.)
G.24 MERGERS, ACQUISITIONS, NOVATIONS, AND CHANGE-OF-
NAME AGREEMENTS
The Anti-Assignment of Contracts Act, 41 USC § 15, (Anti-Assignment Act) prohibits
the transfer of any interest in a federal contract to another party unless an exception
applies. Therefore, the Master Contract, standing alone, is not a commodity that can be
bought, sold or assigned to a brokerage firm or any third-party agent so to arrange
transactions between a buyer and a seller of standalone Government contracts. There are
conditions, however, where the Government may still recognize a successor-in-interest
who, due to certain transfers, is in a position to continue performance in place of the
original party to the Government contract. For example, through a (1) Novation
Agreement where the sale of all Contractor’s assets, or the entire portion of the assets
involved in performing the Master Contract, including any open Task Orders, has
occurred. An Assignment that would otherwise be considered ineffective, may be given
effect via a novation agreement that substitutes successor-in-interest as the contractor,
while requiring that the original party remain obligated for performance. Another
example of an exception to the Anti-Assignment Act is through (2) Operation of Law,
such as when the Contractor’s interest in the contract is transferred as a result of a stock
purchase or bankruptcy order. These exceptions are further discussed below:
Novation: The Contractor (Transferor) must always obtain the
Government's consent and approval for a Novation, including the
Government’s approval of the Acquiring Contractor
(Transferee). Although the Transferor and the Transferee may have
negotiated their corporate terms and conditions for the terms of
assignment or assumption of responsibilities relating to the Government
Contract and agreed to execute a Novation Agreement substantially in
conformance with the regulatory requirement, the Novation is not
automatically approved by the Government. There are no entitlements or
guarantees that the Government must or will consent to any request for
Novation.
FAR 42.12 describes the procedures necessary to request that the
Government recognize a successor in interest to a contract. There are also
additional due diligence procedures that GSA may impose, including an
evaluation of the Transferee’s technical capabilities, accounting systems,
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
relevant past contract performance, financial capacity, and other
Responsibility factors. From the time, the Government receives a
completed Novation package request from the Transferor, the process
might take three to six months or more for the Government to process the
package and provide a decision. The Contractor must continue to fully
perform under the terms and conditions of the Master Contract throughout
the entire period of time the Novation package awaits a final decision from
the Alliant ACO or PCO. If the GSA determines that the Novation
requests is not in the Government’s best interest, the Contractor shall
remain obligated to perform under the Master Contract. All open Task
Orders from the transferor shall also be Novated to the Master Contract’s
transferee and to no other party.
Operation of Law: With this exception, the Master Contract continues
with the same entity after closing. As an example, the exception applies
for changes in ownership as a result of a stock purchase, with no legal
change in the party to the Government contract, and when that contracting
party remains in control of the assets and is the party performing the
contract. Although Government consent is not required, other FAR
regulations and GSA supplemental policies require notice of ownership
changes to the Government (See the below paragraph within this section).
Furthermore, if the party to the Government contract desires to have a new
stock owner substituted as a party to the contract, the requirements of a
novation would then apply. There are also other circumstances, such as
when assignment occurs as part of a bankruptcy restructuring, where
outright Assignment of the government contract is effected by order of a
court of competent jurisdiction, and authorized by federal law. In such
cases, the Assignment does not violate the Anti-Assignment Act and the
Novation submission requirements are adjusted to reflect the nature of the
transfer. Novation in such cases still acts to formally recognize the
successor-in-interest via modification to the contract, and depending on
the operation of law, may be effected without the consent or agreement of
the original contractor. All open Task Orders from the transferor shall also
be assigned to the Master Contract’s transferee and to no other party.
G.24.1 Contractual Responsibilities: New GSA GWAC Contractor
Assigned through an Anti-Assignment Exception
A newly Novated Contractor shall have the same contractual responsibilities as the
transferor had, including but not limited to:
1. Complete documentation of previously awarded open, expired and closed out
Task Orders for purposes of Government’s audit;
2. Assumption of all unresolved expired Task Orders that were not closed out;
3. Paying any Overdue CAF owed by the acquired Contractor;
4. Acceptance of the previously negotiated acquired contract pricing;
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
5. Approval of the minimum Master Contract Subcontract socio-economic goals;
6. Contractor Engagement - Should the new Contractor be assigned via a Novation,
they must comply to the Contractor Engagement PBA requirements meeting the
Participation and Production Standards for the year the Contractor was assigned
onto the Master Contract, as described in Sections C.7.1 and H.19. However,
there is an Acceptable Quality Level (AQL) that will be provided for a newly
Novated Contractor, which will allow for more than a single contract year to meet
Production Standards for the following contract year and allow for less than the
standard three Participation credits in the contract year the Contractor is Novated.
For example, if the Master Contract assignment is executed in the sixth month of
contract year three, the Contractor shall meet the minimum cumulative dollar
Production Standard required and noted in Attachment J-5.A for contract year
four no later than the end of that contract year four. Additionally, the Contractor
must have a minimum of one Participation credit for each full third of a contract
year (four months) in the contract year they are officially Novated onto the Master
Contract. For example, if the Novation is executed in the sixth month of contract
year three, then the Contractor is required to have Participated a minimum of one
time for that contract year since only one full third of one year remains in contract
year three.
G.24.2 Contractual Responsibilities: New GSA GWAC Contractor
assigned through an Operation of Law Exception
A newly assigned Contractor through an Operation of Law shall have the same
contractual responsibilities as the transferor had, including but not limited to:
Should the new Contractor be assigned as a result of a bankruptcy, stock
purchase, or a reorganization of the company, they must comply to the
Contractor Engagement PBA requirements meeting the Participation and
Production Standards for the year the Contractor was assigned onto the
Master Contract, as described in Sections C.7.1 and H.19. For example, if
the Master Contract assignment is executed anytime during contract year
three, the Contractor must meet the minimum Participation standard and
the cumulative dollar Production Standard required for contract year three
as noted in Attachment J-5.A.
G.24.3 Contractual Restrictions to Any Assignment
Only One Master Contract Permitted during a Single Time Period: The Contractor, either
directly or through its Parent Company/Holding Company, or any one or more of
its affiliates, subsidiaries, business units, joint venture, or any other types of independent
business structures is permitted to hold only one Master Contract during a single time
period. If one or more additional Master Contracts are acquired by a single Alliant 2
prime Contractor via merger, acquisition, or otherwise, the Contractor may seek to be
recognized in only one of the existing Alliant 2 GWACs; and the additional Master
Contract shall be terminated for convenience at no cost to the government. Task Orders
from the terminated excess GWAC may be novated or consolidated to the surviving
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
Alliant 2 GWAC, if so required and authorized by the GSA GWAC PCO/ACO. The
Acquiring Contractor is not permitted to assign any acquired Master Contract as it is a
violation of this Master Contract. (See subsection Other Contractual Restrictions under
this G.24.3 Section.) There are no restrictions as to how many times during the term of
the Master Contract an assignment can be executed. This restriction applies to a
contractor holding more than one Master Contract at the same time.
Other Contractual Restrictions: Request for a Novation or Assignment of Claims will not
be considered, processed or approved by the GSA GWAC PCO or ACO under the
following conditions:
1. Brokering among Alliant 2 Master Contract’s Contractors: Any request for
Novation from an GSA GWAC Alliant 2 Prime Contractor to Novate or assign a
previously Novated or assigned to the Master Contract. For example, if GSA
GWAC Contractor “A” (transferee #1) is assigned another Master Contract from
Contractor “B” (transferor #1), Contractor “A” is prohibited from subsequently
Novating Contractor’s “B” (transferor #1) Master Contract to Contractor “C”
(transferee #2).
2. Any Novation or Assignment of Claims from Contractors in a Nonperforming
status, as defined in Attachment J-5.A.
3. Any outstanding Contract Access Fee (CAF) owed to the GWAC Program.
(NOTE: CAF owed must be paid by the transferor).
4. Any completed Novation packages submitted to and received by the GSA GWAC
PCO/ACO within 120 days prior to the end of the Master Contract’s base term
during contract year five.
5. Any completed Novation packages submitted to and received by the GSA GWAC
PCO/ACO after the end of contract year six, (72 months after the Master Contract
award date, which is one full contract year after an Option exercise).
G.24.4 Notice Required for Ownership Changes and Change of
Name Agreements
If a Contractor merges, is acquired, or recognizes a successor in interest to Government
contracts when Contractor assets are transferred; or, recognizes a change in a
Contractor’s name; or, executes Novation agreements and change-of-name agreements by
any Government Contracting Officer other than the GSA GWAC PCO/ACO, the
Contractor must notify the GSA GWAC PCO/ACO and provide a copy of the Novation
or any other agreement that changes the status of the Contractor, including the new
DUNS/CAGE code numbers, within the date specified in Section F.7. The Contractor
may not submit Task Order Proposals under the company's new name until or unless a
Contract Modification has made the change effective on the Master Contract.
If a Contractor has legally changed its business name, “doing business as” name, or
division name (whichever is shown on the contract), or has transferred the assets used in
performing the contract, but has not completed the necessary requirements regarding
novation and change-of-name agreements in FAR Subpart 42.12, the Contractor shall
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
provide the responsible Contracting Officer written notification of its intention to (A)
change the name in the SAM database; (B) comply with the requirements of Subpart
42.12; and (C) agree in writing to the timeline and procedures specified by the
responsible Contracting Officer. The Contractor must provide with the notification
sufficient documentation to support the legally changed name. Notifications for any of
the above ownership changes, name changes, and other company changes in status should
be immediately submitted to the GSA GWAC PCO/ACO as specified in Section F.7.
G.25 ENVIRONMENTAL OBJECTIVES AND REQUIREMENTS
In support of Executive Order 13834, Efficient Federal Operations, and other applicable
statutes, regulations and Executive Orders, and in recognition that environmental damage
and related supply chain risks, including from energy market volatility, greenhouse gas
pollution, and electronic equipment manufacturing and disposal, have quantifiable costs
and negative impacts on the economy and federal agency operations, it is the
Government’s intent to understand and reduce as far as practicable the energy and
environmental impacts of IT services provided under this contract. Contractor shall
provide evidence of ongoing measurement and reduction of the energy and
environmental impacts of services provided, including but not limited to, use of energy
and nonrenewable resources and emissions of carbon pollution, via annual Sustainable
Practices and Impact Disclosures.
The Sustainable Practices and Impact Disclosures shall be submitted online using any of
the systems listed below. These online reporting portals provide efficient means for
contractors to share standardized Disclosures with the delegated GWAC Ordering
Contracting Officers.
a) Carbon Disclosure Project (CDP) www.cdp.net
b) Posting the disclosure, or a link to the disclosure, on the Contractor’s GWAC web
site.
Not all individual content specified in the CDP reporting system is required by GSA.
Detailed content required by GSA is specified under Milestone Deliverables below.
Greenhouse gas inventories required under the Milestone Deliverables shall be prepared
in accordance with the World Resources Institute/World Business Council for
Sustainable Development Greenhouse Gas Protocol Corporate Accounting and Reporting
Standard, ISO 14064 standard, or similar GHG reporting standard.
Within 12 months of the Master Contract Notice to Proceed, the contractor shall submit
online its corporate-wide Sustainable Practices and Impact Disclosures, and provide
notification to the GWAC Program at [email protected] as to when the disclosure was
submitted and the online reporting option used. Thereafter the Contractor shall update the
Disclosure annually until the expiration of the Master Contract.
The value of the above disclosures is the methodical identification, quantification and
management of use of energy and nonrenewable resources, emissions of pollutants, and
opportunities to save money by improving contractor’s energy efficiency and other
aspects of corporate operations. GSA will review the Disclosures, and work with the
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
Contractors to assist them in their identification of environmental and sustainability
measures that best address GSA’s environmental and climate change initiative goals.
The Contractor shall meet the following milestones with regard to contents of the annual
Sustainable Practices and Impact Disclosures:
1. Within 12 months after the Notice to Proceed - initially filed Disclosures and all
future Disclosures must be publicly available online via Contractor or third-party
Web site
2. Within 12 months after initially filed Disclosures - Disclosures must include a
complete Greenhouse Gas (GHG) inventory
3. Within 24 months after initially filed Disclosures - Disclosures must include a
GHG reduction target(s) (either for reduction of absolute annual quantity of
greenhouse gas emissions, and/or for reduction of “carbon intensity” i.e.,
reduction of carbon footprint per activity measure such as sales, number of
employees, square feet of facilities, etc.)
4. Within 36 months after initially filed Disclosures - Disclosures must report on
progress towards meeting the GHG reduction target(s), and as specified in Section
F.7.
GHG inventories and targets referenced above must include Scope 1 and 2 GHG
emissions. Inclusion of Scope 3 emissions categories is encouraged but not required. The
Government will accept a disclosure from the Contractor's parent company in satisfaction
of Milestone 1. For Milestones 2 and beyond, GSA will continue to accept a disclosure
from the Contractor's parent company as long as the parent company's GHG emissions
inventory boundaries (financial and geographic) include activities the Contractor
performs under the GSA GWAC Task Orders. The Contractor shall be evaluated in the
Contractor Performance Assessment Reporting System (CPARS) or another contract
performance assessment report on its compliance to timely submission of the Sustainable
Practices and Impact Disclosures and milestone deliverables.
G.26 TASK ORDER CLOSEOUT
The OCO is responsible for closing out individual Task Orders under the Master
Contract. The Contractor agrees to cooperate with the OCO to close out Orders as soon
as practical after expiration, cancellation or termination of each Task Order. In the event
the Contractor cannot locate the current OCO to close out the Task Order, the Contractor
may request assistance from the GSA GWAC Administrative Contracting Officer (ACO)
to locate an ordering agency representative to close out the Orders.
Task Order closeout will be accomplished within the guidelines set forth in: FAR Part 4
Administrative Matters and FAR Part 42 Contract Administration and Audit Services.
The Contractor will be evaluated in the CPARS or another contract performance
assessment report for their efforts to support timely closeout.
OCOs are encouraged to utilize FAR 42.708, Quick-Closeout Procedures to the
maximum extent practicable.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
The OCO has the authority to negotiate settlement of indirect costs in advance of the
determination of final indirect cost rates if the Order is physically complete and the
amount of unsettled indirect cost to be allocated to the Order is relatively insignificant
(See FAR 42.708(a)(2)).
The Contractor shall make a good faith effort to expedite DCMA audits. Any individual
Task Order with obligated funding may be unilaterally deobligated and closed after six
years and three months by the OCO. Any valid final invoice with indirect rate
adjustments after six years and three months from the end of the period of performance
shall be submitted to the OCO as a claim.
G.26.1 Expired Task Order Verification/Validation
The Contractor shall verify that all data elements have been reported and validated within
the GWAC Program designated reporting system The Contractor shall verify that all data
elements for each expired Task Order has been reported and validated in the Government
Designated System within the time specified in Section F.7 within the time specified in
Section F.7.
G.27 MASTER CONTRACT CLOSEOUT
The GSA GWAC Program intends to close out the Master Contract within 18
months of final Task Order expiration, and without waiting for the OCO to issue
closeout modifications to their respective Task Orders, subject to the following
conditions: (1) all of the Contractor’s Task Orders are physically complete; (2) no further
claims against the GSA GWAC Program; and (3) the GWAC Program has determined
that the Contractor has adequately met its CAF payment commitment. Task Order
awards and obligations reported in the GSA government designated system will be
compared to records found in the Federal Procurement Database System, and other
available government systems. The GSA GWAC Program will review periodically the
overpayment/ underpayment of the Contract Access Fee from expired Task Orders and
reconcile any discrepancies with the Contractors in advance of the Master Contract
closeout. As requested by the Program Office, Contractors shall insure corrections to
Order, Invoice and CAF Data is accomplished with the date specified in Section F.7.
Upon mutual agreement by both the Government and the Contractor, entitlement to any
residual dollar amount of $1,000 or less at the time of final contract closeout may be
waived. "Residual dollar amount" means money owed to either party at the end of the
contract and as a result of the contract, excluding liabilities relating to taxation or a
violation of law or regulation. In determining a residual dollar amount, the Government
and the Contractor may agree to consider offsets to the extent consistent with law and
regulation.
Any and all Contractor claims at the Master Contract level against the GSA GWAC
Program shall be submitted, in writing, to the Procuring Contracting Officer (PCO) for a
decision within 1 year after accrual of the claim(s) or 6 months after the Contractor's final
Task Order is physically completed, whichever occurs first. Furthermore, the Contractor
shall pursue any claims it may have at the Order level through the ordering activity and
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION G - CONTRACT ADMINISTRATION DATA
Alliant 2 GWAC Unrestricted Master Contract
not with the GSA GWAC Program. If no claim is submitted in this specified time frame,
the Contractor shall issue a formal (signed by an agent that is authorized to represent the
Contractor) Master Contract Release of Claim and confirmation that the Contract Access
Fee has been paid for all identified Task Orders, no later than 30 days after the deadline
to submit a claim has elapsed.
(END OF SECTION G)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
SECTION H - SPECIAL CONTRACT
REQUIREMENTS
H.1 PROVISIONS INCORPORATED BY REFERENCE AT TASK
ORDER LEVEL
Task Orders may incorporate one or more provisions by reference, with the same force
and effect as if they were given in full text. Upon request, the Contracting Officer will
make their full text available. Also, the full text of a provision may be accessed
electronically online. See Attachment J-8 Website References.
The following FAR Provisions apply at the Task Order level, as applicable, depending
upon the contract type of the Order, or as specifically referenced in the applicable Order:
Table 8 - Task Order Level FAR Provisions
PROVISION #
PROVISION TITLE
DATE
FP
COST
TM
52.204-24*
REPRESENTATION
REGARDING CERTAIN
TELECOMMUNICATIONS AND
VIDEO SURVEILLANCE
SERVICES OR EQUIPMENT
NOV 2021
X
X
X
52.204-26*
COVERED
TELECOMMUNICATIONS
EQUIPMENT OR SERVICES-
REPRESENTATION
OCT 2020
X
X
X
52.211-6
BRAND NAME OR EQUAL
AUG 1999
X
X
X
52.211-14*
NOTICE OF PRIORITY RATING
FOR NATIONAL DEFENSE,
EMERGENCY PREPAREDNESS,
AND ENERGY PROGRAM USE
APR 2008
X
X
X
52.215-20
REQUIREMENTS FOR
CERTIFIED COST OR PRICING
DATA OTHER THAN
CERTIFIED COST OR PRICING
DATA
NOV 2021
X
X
X
52.215-20*
ALTERNATE I
OCT 2010
X
X
X
52.215-20
ALTERNATE II
OCT 1997
X
X
X
52.215-20*
ALTERNATE III
OCT 1997
X
X
X
52.215-20*
ALTERNATE IV
OCT 2010
X
X
X
52.215-22
LIMITATIONS ON PASS-
THROUGH CHARGES
IDENTIFICATION OF
OCT 2009
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
PROVISION #
PROVISION TITLE
DATE
FP
COST
TM
SUBCONTRACT EFFORT
52.216-29
TIME-AND-
MATERIALS/LABOR-HOUR
PROPOSAL REQUIREMENTS
NON-COMMERCIAL ITEM
ACQUISITION WITH
ADEQUATE PRICE
COMPETITION
(Note: If DoD, use DFARS
252.216-7002 Alternate A (FEB
2007) in combination with FAR
52.216-29 (FEB 2007))
NOV 2021
X
52.216-30
TIME-AND-MATERIALS /
LABOR-HOUR PROPOSAL
REQUIREMENTSOTHER
THAN COMMERCIAL
ACQUISITION WITHOUT
ADEQUATE PRICE
COMPETITION
NOV 2021
X
52.216-31
TIME-AND-MATERIALS /
LABOR-HOUR PROPOSAL
REQUIREMENTS
COMMERCIAL ACQUISITION
NOV 2021
X
52.217-5
EVALUATION OF OPTIONS
JUL 1990
X
X
X
52.225-2*
BUY AMERICAN CERTIFICATE
OCT 2022
X
X
X
52.225-4*
BUY AMERICAN FREE
TRADE AGREEMENTS
ISRAELI TRADE ACT
CERTIFICATE
OCT 2022
X
X
X
52.225-6*
TRADE AGREEMENTS
CERTIFICATE
FEB 2021
X
X
52.227-15*
REPRESENTATION OF
LIMITED RIGHTS DATA AND
RESTRICTED COMPUTER
SOFTWARE
DEC 2007
X
X
X
52.234-2
NOTICE OF EARNED VALUE
MANAGEMENT SYSTEM
(PRE-AWARD)
NOV 2016
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
PROVISION #
PROVISION TITLE
DATE
FP
COST
TM
52.234-3
NOTICE OF EARNED VALUE
MANAGEMENT SYSTEM
(POST-AWARD)
NOV 2016
X
X
X
52.234-4*
EARNED VALUE
MANAGEMENT SYSTEM
NOV 2016
X
X
X
52.237-10
IDENTIFICATION OF
UNCOMPENSATED OVERTIME
MAR 2015
X
X
X
(Note: Provision numbers followed by an asterisk (*) require fill-ins by the OCO if
determined applicable and incorporated into the Order.)
H.2 CONGRESSIONAL NOTIFICATION OF GWAC TASK ORDER
AWARDS
Congressional notifications are not issued by GSA at the Master Contract level for issued
Task Orders. There is nothing specific in FAR 16.505 regarding congressional
notifications at the Task Order level; however, the Contractor and Ordering Contracting
Officers should be aware that the Task Order issuing agency may have specific guidance
as to reporting on their Task Order awards. The Task Order is where the actual work is
defined, competed, awarded and funded; hence, the Task Order award may have
congressional interest. For example, if the DoD awards an GWAC Task Order that meets
1279 reporting criteria, it should be reported per DFARS 205.303 Announcement of
contract awards.
H.3 MARKETING
GSA requires the review and approval of any Press/News Releases for Orders and Master
Contracts, Marketing/Promotional Materials and Brochures by a Contractor that is GSA
GWAC related, including information on the Contractor’s GWAC webpage. The
Contractor shall develop and display company specific GSA GWAC brochures for
distribution at trade shows, conferences, seminars, etc., and distribute printed materials to
enhance awareness of the GSA GWAC. The GWAC Program will periodically
provide the GWAC Sales Training. It is highly recommended that the Contractor’s
Business Development, Marketing & Sales, and Capture Management personnel
attend these training programs.
All marketing, promotional materials, and news releases in connection with the GSA
GWAC or Task Order awards under the GSA GWAC, including information on the
Contractor’s GSA GWAC web page, may be co-branded with marks owned or licensed
by the Contractor and GSA, as long as the Contractor complies with GSAM 552.203-71,
Restriction on Advertising, and in the case of GSA’s logo must comply with GSA Star
Mark logo policy (See Attachment J-8 Website References). Contractors shall ensure
these guidelines are adhered to by its subcontractors.
The Prime Contractor shall not permit the marketing of their Master Contract on its
subcontractor webpages that purports to, has the appearance of, or misrepresents itself to
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
be a GSA GWAC approved teaming partner/subcontractor, when this arrangement has
not been approved by the GWAC Contracting Officer. Per Section G.23, the
Government had not pre-approved any subcontractors for the Master Contract.
Subcontractor information may reside on the Prime Contractor’s Alliant webpage for
purposes of marketing and customer awareness.
H.4 ORGANIZATIONAL CONFLICT OF INTEREST
The guidelines and procedures of FAR 9.5 will be used in identifying and resolving any
issues of organizational conflict of interest at the Order level.
In the event that an Order requires activity that would create an actual or potential
conflict of interest, the Contractor shall identify the potential or actual conflict to the
OCO for review per FAR 9.5.
H.5 PERMITS
Except as otherwise provided in an individual Order, the Contractor shall, without direct
cost to the Government, be responsible for obtaining any and all licenses, certifications,
authorizations, approvals, and permits; for complying with any applicable Federal,
national, state, and municipal laws, codes, and regulations; and any applicable foreign
work permits, authorizations, etc., and/or visas in connection with the performance of any
applicable Order issued under the Master Contract.
Contractors entering into an agreement for service to government activities shall be
subject to all ordering activity IT security standards, policies, reporting requirements, and
government wide laws or regulations applicable to the protection of government wide
information security.
The Alliant 2 GWAC currently contains no Cybersecurity Maturity Model Certification
(CMMC) requirement at the master contract level. Furthermore, any imposition of a
CMMC certificate requirement will originate from the ordering agency at the task order
level. Contractors entering into an agreement for service to government activities shall be
subject to all ordering activity IT security standards, policies, reporting requirements, and
government wide laws or regulations applicable to the protection of government wide
information security.
The Contractor acknowledges and affirms by their signed acceptance of this Master
Contract they will abide by all required IT security indicated throughout this Master
Contract and federal statutes, regulations, executive orders, and agency policies relating
to Government IT security. Refer to Attachment J-2 Government Security Publications
and Contractor Minimum Security Requirements for Select Systems.
H.6 SECURITY: REQUIRED IT SECURITY POLICIES AND
REGULATIONS
The Alliant 2 GWAC currently contains no Cybersecurity Maturity Model Certification
(CMMC) requirement at the master contract level. Furthermore, any imposition of a
CMMC certificate requirement will originate from the ordering agency at the task order
level. Contractors entering into an agreement for service to government activities shall be
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
subject to all ordering activity IT security standards, policies, reporting requirements, and
government wide laws or regulations applicable to the protection of government wide
information security.
H.7 SECURITY: SAFEGUARDING SENSITIVE DATA AND
INFORMATION TECHNOLOGY RESOURCES
In accordance with FAR 39.105, this section is included in the Master Contract. This
section applies to all users of sensitive data and information technology (IT) resources,
including contractors, subcontractors, lessors, suppliers and manufacturers. Agency-
specific IT Security guidelines will be identified in individual Task Orders by the
issuing agency OCO.
H.7.1 GSA Agency-specific IT Security Guidelines
For all Task Orders issued by the GSA, the following GSA policies are required to be
followed by GSA Personnel whether acting as the requiring agency or the contract
servicing agency. The IT Security policies can be found on the GSA Directives website.
See Attachment J-8 Website References.
1. CIO P 2100.1 GSA Information Technology (IT) Security Policy
2. CIO P 2100.2B GSA Wireless Local Area Network (LAN) Security
3. CIO 2100.3B Mandatory Information Technology (IT) Security Training
Requirement for Agency and Contractor Employees with Significant Security
Responsibilities
4. CIO 2104.1A GSA Information Technology IT General Rules of Behavior
5. CIO 2105.1 B GSA Section 508: Managing Electronic and Information
Technology for Individuals with Disabilities
6. CIO 2106.1 GSA Social Media Policy
7. CIO 2107.1 Implementation of the Online Resource Reservation Software
8. CIO 2160.4 Provisioning of Information Technology (IT) Devices
9. CIO 2162.1 Digital Signatures
10. CIO P 2165.2 GSA Telecommunications Policy
11. CIO P 2180.1 GSA Rules of Behavior for Handling Personally Identifiable
Information (Pll)
12. CIO 2182.2 Mandatory Use of Personal Identity Verification (PIV) Credentials
13. CIO P 1878.2A Conducting Privacy Impact Assessments (PIAs) in GSA
14. CIO IL-13-01 Mobile Devices and Applications
15. CIO IL-14-03 Information Technology (IT) Integration Policy
16. HCO 9297.1 GSA Data Release Policy
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
17. HCO 9297.2B GSA Information Breach Notification Policy
18. ADM P 9732.1 D Suitability and Personnel Security
19. GSAR Clause 552.204-9, Personal Identity Verification Requirements
H.7.2 Task Order Subcontractors IT Security Guidelines, if
applicable
The Contractor and its Subcontractors, if any, shall expressly insert the substance of this
Master Contract for their agency-specific IT security guidelines into all GWAC Task
Order Subcontractor agreements/contracts who are providing any IT goods or services,
including all levels of Subcontractor tiers.
H.8 SECURITY: SECURITY CLEARANCES
The Master contract’s pre-established labor categories and associated Maximum Rates
cover work at the classified Secret level.
Individual Task Orders may require higher level security clearances. Only those Offerors
that meet the required security clearance levels on individual Orders shall be able to
compete for Task Orders requiring security clearance(s). When classified work is
required on an individual Task Order, the Contract Security Classification Specification,
(DD Form 254 or agency equivalent) will be issued to the Contractor by the requiring
agency.
The Contractor is responsible for providing personnel with appropriate security
clearances to ensure compliance with Government security regulations, as specified on
individual Orders. The Contractor shall fully cooperate on all security checks and
investigations by furnishing requested information to verify the Contractor employee's
trustworthiness and suitability for the position. Clearances may require Special
Background Investigations (SBI), Sensitive Compartmented Information (SCI) access or
Special Access Programs (SAP), or agency-specific access, such as a Q clearance or
clearance for restricted data.
H.9 SECURITY: HOMELAND SECURITY PRESIDENTIAL
DIRECTIVES-12 (HSPD-12)
The Contractor shall comply with agency personal identity verification procedures
identified in individual Orders that implement Homeland Security Presidential
Directives-12 (HSPD-12); OMB guidance M-05-24; Federal Information Processing
Standards Publication (FIPS PUB) number 201; and GSA HSPD-12, Personal Identity
Verification- I, Standard Operating Procedure (SOP). The Master Contract’s pre-
established labor categories and associated T&M ceiling prices cover work at the Secret
level, which may obviate the need for additional HSPD-12 coverage and/or expense a
matter OCOs can determine for each Task Order opportunity.
Contractors should look to Task Order solicitations for guidance on whether or not the
customer agency will pay for the HSPD-12 investigation or if the contractor is expected
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
to pay the cost of the investigation. OCOs may require contractor personnel to be HSPD-
12 compliant as a condition of order award.
The Contractor shall insert the above paragraph in all subcontracts when the
subcontractor is required to have physical access to a federally controlled facility or
access to a Federal information system.
H.10 CONTRACTOR TRAINING
The Contractor is generally expected to maintain the professional qualifications and
certifications of its personnel through ongoing training. Unless specifically authorized in
an individual Order, the Contractor shall not directly bill the Government for any
training.
H.10.1 Mandatory Training
Contractor employees that are engaged in any programmatic reporting capacity with the
GWAC Program shall within 90 days of involvement meet the following:
All contractor employees having access to the GSA government designated
system shall review and understand the various online government designated
system video tutorials contained in the government designated system’s Training
Module at a website noted in Attachment J-8.
H.11 GOVERNMENT PROPERTY
Any equipment, property, or facilities furnished by the Government or any Contractor-
acquired property must be specified on individual Orders and follow the policies and
procedures of FAR Part 45, Government Property, for providing Government property to
Contractors, Contractors’ use and management of Government property, and reporting,
redistributing, and disposing of Contractor inventory.
H.12 LEASING OF REAL AND PERSONAL PROPERTY
The Government contemplates that leases may be part of a solution offered by a
Contractor, but the Government, where the Offeror’s solution includes leasing, will not
be the Lessee. Under no circumstances on any Task Order issued under this Master
Contract shall:
a) The Government be deemed to have privity-of-contract with the owner/lessor of
the leased items; or
b) The Government be held liable for early termination/cancellation damages if the
Government decides not to exercise an Option period under an Order unless the
Contractor has specifically disclosed the amount of such damages (or the formula
by which such damages would be calculated) as part of its proposal and the OCO
for the Order has specifically approved/allowed such damages as part of the
Award. The Master Contract strictly prohibits the use of lease-like payment
arrangements, which purport to permit the Government to receive delivery of
items and then pay for the full cost of the items over time, even if such
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
arrangements are not technically a lease transaction because the Government is
not the lessee.
H.13 ELECTRONIC AND INFORMATION TECHNOLOGY
ACCESSIBILITY
Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended
by the Workforce Investment Act of 1998, all electronic and information technology
(EIT) products and services developed, acquired, maintained, or used under Task Orders
issued against the contract must comply with the "Electronic and Information Technology
Accessibility Provisions" set forth by the Architectural and Transportation Barriers
Compliance Board (also referred to as the "Access Board") in 36 CFR part 1194.
The offeror must reference the Section 508 technical standards below as a resource for
meeting compliance of deliverables:
1194.21 Software applications and operating systems
1194.22 Web-based Intranet and Internet Information and Applications
1194.23 Telecommunications Products
1194.24 Video and multimedia products
1194.25 Self-contained, closed products
1194.26 Desktop and portable computers
1194.31 Functional Performance Criteria
1194.41 Information, Documentation and Support
The Offeror must comply with all required Federal or agency standards, including
providing a Voluntary Product Accessibility Template (VAT) or Government Product
and Services Accessibility Template (GPAT), as specified in the scope of work for each
Task Order. OCOs have the option to perform testing and validation of EIT deliverables
against any conformance claim and may include Section 508 compliance as an evaluation
factor within a Task Order.
Information about Section 508 provisions and complete text is available on the GSA
Government-wide Section508 Accessibility Program website. (See Attachment J.8
Website References).
H.14 INTERNET PROTOCOL VERSION 6 (IPV6)
The Master Contract involves the acquisition of Information Technology (IT) that uses
Internet Protocol (IP) technology. The Contractor agrees that: (1) all deliverables that
involve IT that uses IP (products, services, software, etc.) comply with IPv6 Standards
and interoperate with both IPv6 and IPv4 systems and products; and (2) it has IPv6
technical support for fielded product management, development, and implementation
available. If the Contractor plans to offer a deliverable that involves IT that is not initially
compliant, the Contractor shall (1) obtain the Task Order Ordering Contracting Officer's
(OCO’s) approval before starting work on the deliverable; and (2) have IPv6 technical
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
support for fielded product management, development and implementation available.
Should the Contractor find that the Statement of Work (SOW) or specifications of this
contract do not conform to IPv6 standards, it must notify the Task Order OCO of such
nonconformance and act in accordance with the instructions of the OCO.
H.15 COST ACCOUNTING STANDARDS (CAS)
The Cost Accounting Standards Board (CASB) is established and operates in compliance
with Public Law 100-679 (41 U.S.C. 422). CASB has the exclusive authority to make,
promulgate, amend, and rescind cost accounting standards and regulations, including
interpretations thereof, designed to achieve uniformity and consistency in the cost
accounting practices governing measurement, assignment, and allocation of costs to
contracts with the United States Government. Cost Accounting Standards (CAS)
promulgated by CASB are mandatory for use by all executive agencies and by
contractors and subcontractors in estimating, accumulating, and reporting costs in
connection with pricing and administration of, and settlement of disputes concerning, all
negotiated prime contract and subcontract procurements with the United States
Government in excess of the Truth in Negotiations Act (TINA) threshold, as adjusted for
inflation (41 U.S.C. 1908 and 41 U.S.C. 1502(b)(1)(B)), other than contracts or
subcontracts that have been exempted by CASB regulations (48 CFR 9903.201-1(b)).
There are currently nineteen (19) CAS topics which and are listed in 48 Code of Federal
Regulation (CFR) 9904 as follows:
1. 9904.401 Cost accounting standard---consistency in estimating, accumulating and
reporting costs
2. 9904.402 Cost accounting standard---consistency in allocating costs incurred for
the same purpose
3. 9904.403 Allocation of home office expenses to segments
4. 9904.404 Capitalization of tangible assets
5. 9904.405 Accounting for unallowable costs
6. 9904.406 Cost accounting standard---cost accounting period
7. 9904.407 Use of standard costs for direct material and direct labor
8. 9904.408 Accounting for costs of compensated personal absence
9. 9904.409 Cost accounting standard---depreciation of tangible capital assets
10. 9904.410 Allocation of business unit general and administrative expenses to final
cost objectives
11. 9904.411 Cost accounting standard---accounting for acquisition costs of material
12. 9904.412 Cost accounting standard for composition and measurement of pension
cost
13. 9904.413 Adjustment and allocation of pension cost
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
14. 9904.414 Cost accounting standard---cost of money as an element of the cost of
facilities capital
15. 9904.415 Accounting for the cost of deferred compensation
16. 9904.416 Accounting for insurance costs
17. 9904.417 Cost of money as an element of the cost of capital assets under
construction
18. 9904.418 Allocation of direct and indirect costs
19. 9904.420 Accounting for independent research and development costs and bid
and proposal costs
Unless a business entity is exempted under 48 CFR 9903.201-1(b) they are subject to one
of the CAS coverage types delineated in 48 CFR 9903.201-2 depending upon their entity
type and or the value of awards held in the current and preceding accounting periods.
Also, a Disclosure Statement (a written description of a contractor's cost accounting
practices and procedures) is required under given circumstances, which are listed in 48
CFR 9903.202.
H.16 COST ACCOUNTING SYSTEM
A contractor interested in participating in Cost-Reimbursement (CR) type Task Orders as
defined in FAR 16.301-1 will be required to demonstrate that they have an accounting
system that is adequate for determining costs applicable to the contract by the time the
Task Order is awarded. This is an accounting system that the Defense Contract Audit
Agency (DCAA), the Defense Contract Management Agency (DCMA), or any federal
civilian audit agency has audited and determined adequate for determining costs
applicable to this contract in accordance with FAR 16.301-3(a)(1).
The applicable Task Order can include use of the contractor’s most recent DCAA-
approved provisional indirect billing and actual rates for both direct and indirect costs, or
if a contractor does not have DCAA-approved rates, their indirect rates in accordance
with FAR Part 31. The fee will be negotiated for each Task Order consistent with
statutory limitations. If the Task Order type is to be CPAF or CPIF, the fixed portion of
fee and the award portion will be clearly differentiated. Such Task Orders will be subject
to the additional clauses under FAR 16.307. The OCO must determine fair and
reasonable pricing, analyze and negotiate fee for all cost-reimbursement Task Orders as
required under FAR 15.4, Pricing, and FAR 16.3, Cost-Reimbursement Contracts. The
government will reimburse the contractor for all reasonable, allowable, and allocable
costs detailed in FAR 31, Contract Cost Principles and Procedures.
H.17 COMMERCIAL SOFTWARE AGREEMENTS
The Government understands that commercial software tools will be purchased in
furtherance of this GWAC and subsequent orders, and may be subject to commercial
agreements which may take a variety of forms, including without limitation, licensing
agreements, terms of service, maintenance agreements, and the like, whether existing, in
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
hard copy or in an electronic or online format such as "clickwrap" or "browsewrap"
(collectively, "Software Agreements"). The parties acknowledge that 12.212(a) requires
the Government to procure such tools and their associated documentation under such
Software Agreements to the extent such Software Agreements are consistent with Federal
law.
The GSA Senior Procurement Executive issued a class deviation on 31 July 2015 to the
GSAR to reconcile federal requirements with the terms of standard Commercial Supplier
Agreements. An objective of the class deviation is to alleviate costs and delays of
negotiating contract terms that federal purchasers can accept from commercial sources of
information technology. This deviation (Acquisition Letter MV-15-03) is incorporated by
reference into the Master Contract applicable to all Task Orders issued by GSA
Contracting Officers.
H.18 LOGISTICAL SUPPORT PRIVILEGES
As specified on individual Orders, Contractors may be required to provide logistical
support in OCONUS areas. Individual Orders will specify whether Status of Forces
Agreements (SOFAs) for foreign jurisdictions will apply and will be processed for
foreign tax exemption purposes. At the discretion of the Military Theatre Commander,
the Government may provide, but is not limited to, use of the following:
a) Military or other U.S. Government Clubs, exchanges, or other non-appropriated
fund organizations;
b) Military or other U.S. Government commissary stores;
c) Military or other U.S. Government postal facilities;
d) Utilities and services in accordance with priorities, rates or tariffs established by
military or other U.S. Government agencies;
e) Military Payment Certificate (MPC), where applicable;
f) Military or other U.S. Government banking facilities; and
g) Military or other U.S. Government provided telephones, lines, and services with
direct dialing capability and access to the Defense Switched Network (DSN),
(formerly AUTOVON). The precedence of usage shall be coincident with the
urgency of the requirement and in accordance with Government and Military
regulations.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
H.19 CONTRACTOR ENGAGEMENT REQUIREMENTS BASED
UPON TASK ORDER PARTICIPATION AND PRODUCTION
Performance-based Acquisition Requirements for Contractor
Engagement
As indicated in Section C.7.1 Master Contract Performance Work Statement (PWS), the
Master Contract is a Performance-based Acquisition (PBA) that includes Contractor
Engagement, which is a performance-based requirement of the Master Contract Scope.
Because PBA describes requirements in terms of Results required, inclusive of Outcomes
and Goals, rather than specifying how the work is to be accomplished, the Government
measures and evaluates Contractor Results, not the Contractor implementation factors
that ultimately might lead to the Government’s desired Outcome.
The Government recognizes that the Contractor’s implementation factors such as inputs,
company resources, activities, tasks undertaken and processes, and outputs, the level of
effort expended and produced, are all necessary and needed to ultimately achieve the
required Results, Outcomes, and Goals of this Master Contract. Nevertheless, it is
exclusively the Outcomes from Contractor Engagement, which are the PBA PWS
requirements measured by Participation and Production, which critically determine the
Contractor’s success to remaining in an acceptable Performing status on the Master
Contract.
No other Contractor efforts are measured and rated in this critical contract Contractor
Engagement performance requirement. Narrative details and table-format depictions of
the entire Contractor Engagement PBA Program are incorporated into Attachment J-5
PERFORMANCE REQUIREMENTS SUMMARY (PRS).
H.20 VOLUNTARY CANCELLATION OF THE MASTER CONTRACT
PROVISION
If at any point during the Base or Option periods of performance, the Contractor decides
they no longer want to engage in Participation in the Master Contract for any reason, the
Contractor may submit a written document to the GSA GWAC PCO/ACO requesting a
mutual cancellation of their Master Contract. If the GSA GWAC PCO/ACO accepts the
Contractor’s request, the GSA GWAC PCO/ACO will mutually terminate and cancel the
Master Contract pursuant to FAR 49.109-4, No-cost settlement. Should the Government
accept a Contractor’s request for Voluntary Cancellation who had been rated at any level
within a Performing status as of their last single year period, there will not be any
negative ratings assessed by the Government on the final CPARS document or another
contract performance assessment report for the Contractor Engagement evaluation
element. This provision is independent of any other action permitted under the contract
terms and conditions. In all cases, if the Master Contract is canceled or terminated, the
Contractor must continue to fully perform under any of their active or open Task Order(s)
that had been issued under the Master Contract.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
H.21 OPEN SEASON FOR MASTER CONTRACT
An Open Season, as defined for purposes of this Master Contract, is an unrestricted full
and open competitive acquisition conducted under the rules of FAR Part 15 Contracting
by Negotiation. The Open Season provides the Government the ability to add additional
contractors onto the Master Contract should they consider and determine it to be in their
best interest.
Over time, the total number of contractors may fluctuate due to various reasons including
industry consolidation, significant changes in the federal marketplace, advances in
technology, general economic conditions, or other unforeseen reasons. Recognizing these
market variables, GSA intends to periodically review the total number of contractors and
the quality of those contractors participating in the Task Ordering process, to include the
GWAC Program review of the sole source requirements, and Fair Opportunity
requirements resulting in competitive one-bid responses among other factors to determine
whether it would be in the Government’s best interest to initiate an Open Season so to
add new qualified contractors to the Master Contract. No set schedule will be established
as to when an Open Season will be considered or implemented, and there is no guarantee
that an Open Season will be executed during the term of the Master Contract.
H.21.1 Open Season Determinations and Procedures
GSA GWAC PCO Determination for an Open Season: The Government reserves the
unilateral right to determine if and when it would be appropriate to publicly announce a
new open market competition for the purpose of adding additional contractors to the
initially awarded Master Contract. There are two primary reasons and two primary
triggers mentioned below for when the Government might consider an Open Season.
Simply and solely a reduction of contractors from the number of originally awarded
contractors under the Master Contract will not be the primary reason or the triggered
condition in which the Government will consider an Open Season.
Background of GSA Planning the Master Contract Acquisition: The GSA GWAC PCO
determined that it is in the Government’s best interest considering the scope and
complexity of the contract requirement for there to be a multiple award preference with
an adequate number of qualified and Participating contractors in a Performing status
eligible to continually meet the Government’s IT services procurement requirements and
ensuring effective competition from agencies’ Task Order RFPs/RFQs. The GSA GWAC
PCO additionally determined that it is also in the Government’s best interest to procure
and maintain an adequate mix of capabilities and resources available within the pool of
contractors so to ensure that the Government’s integrated IT services requirements would
be continually satisfied throughout the Master Contract’s term.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
Conditions and Reasons for Considering and Determining an Open Season
The two primary conditions that may trigger the GSA GWAC PCO to consider an Open
Season are:
1. Inadequate levels of competition, and/or;
2. Deficient levels of required technical capabilities within the mix of Master
Contract contractors, as might be revealed from a high-level of competitive
single-bid Task Order awards for specific information technology services
requirements.
The two primary reasons for determining if an Open Season is in the Government’s best
interest will be:
1. To ensure the ability to maintain competition among the awardees throughout the
period of performance to the federal agencies from the current pool of
contractors, and secondly;
2. To ensure that there is a high-quality mix of resources that contractors have to
perform expected Task Order requirements, FAR 16.504(c)(1)(ii)(A).
Conditions if an Open Season is Determined to be in the Best Interest of the Government:
Should the GSA GWAC PCO determine to re-open the solicitation in accordance with
Section H.21, the following conditions will apply:
1. An Open Season notice is published in Federal Business Opportunities in
accordance with FAR Part 5, Publicizing Contract Action.
2. An Open Season solicitation is issued under current Federal procurement law.
3. The solicitation identifies the total anticipated number of new contracts that GSA
intends to award onto the Master Contract.
4. Any Offeror that meets the eligibility requirements set forth in the Open Season
solicitation may submit a proposal in response to the solicitation.
5. The award decision under the Open Season solicitation is substantially based
upon the evaluation factors/subfactors as the original solicitation. GSA reserves
the right to update the subfactors within each evaluation factor to match the
current information technologies (IT) and the IT federal marketplace. Updated
subfactors may be used for Prior Relevant Experience and Leading Edge
Technologies (LETs), Certifications, and other subfactors. For example, LETs
relevant experience criteria and their evaluations might significantly change based
on IT market conditions at the time an Open Season is considered. Additionally,
new LETs, and/or very specific LETs, and/or a limited number of LETs might be
chosen as the new subfactors to address those specific technologies within the
Master Contract’s Scope of Work that had not been adequately met or effectively
competed to the expectations of requiring federal agencies. Also, relative
evaluation weightings may be readjusted based upon the needs of the current IT
federal marketplace at the time of the Government considering an Open Season.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION H SPECIAL CONTRACT REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
6. The terms and conditions of any resulting awards are materially identical to the
existing version of the Master Contract vehicle.
7. The period of performance term for any new awards is coterminous with the
existing term for all other contractors.
8. The Open Season competition is considered a separate and distinct open
procurement; so, any Protests raised during Open Season source selection will not
interfere with any new and/or existing Task Order requirements from being
reviewed, competed, and/or issued with the original or current Contractor awardee
pool.
9. New Master Contract awardees resulting from the Open Season competition will
be eligible to compete and submit proposals in response to any Task Order
RFPs/RFQs and accept awards with the same rights and obligations as any other
Contractor once the Open Season Notice to Proceed is issued by the GSA GWAC
PCO at a later date after contract award.
10. Performance Based Acquisition Standards and metrics for Contractor
Engagement and Small Business Subcontracting will be re-established exclusively
for new Open Season awardees and will be presented in amended/modified
RFP/Master Contact Attachments J-5, J-5.A and J-5.B within the Open Season
solicitation.
H.22 OPTION TERM OF MASTER CONTRACT
The GSA GWAC PCO will determine whether to exercise the Contractor’s Master
Contract’s multi-year Option a minimum of 60 days prior to the end of the base period.
Written notification will be delivered to the Contractor at that time only if the
Government’s intent is to exercise the Option. Otherwise, the Contractor may not receive
any notification at 60 days prior to the end of the base period if there is no intent to
exercise the Option. The GSA does not guarantee to the Contractor or to any of the
awarded contractors under this Master Contract an exercise of their individual Master
Contract Option.
(END OF SECTION H)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
100
SECTION I - CONTRACT CLAUSES
I.1 GENERAL
In accordance with FAR 52.301, Solicitation Provisions and Contract Clauses (Matrix),
due to the various combinations for contract provisions/clauses that may be Optional
under an individual Task Order based on the contract type, statement of work, dollar
value, and other specific customer agency requirements, the Master Contract cannot
predetermine all the contract provisions/clauses for future individual Task Orders.
However, all Applicable and Required provisions/clauses set forth in FAR 52.301
automatically flow down to all Task Orders, based on their specific contract type,
statement of work, and dollar value.
All Applicable and Required provisions/clauses that automatically flow down to Task
Orders shall remain unchanged. If a future Applicable or Required provision(s)/clause(s)
are to the benefit of future Task Orders solicited under the Master Contract, the future
Applicable or Required provision/clause may be updated and Effective Date under a bi-
lateral modification to the Master Contract.
The OCO will identify any Optional, and/or Agency-specific provisions/clauses for each
individual Task Order solicitation and subsequent award. The OCO will provide the
provision/clause Number, Title, Date, and fill-in information (if any), as of the date the
Task Order solicitation is issued.
The clauses in Section I.2 apply to Task Orders, as applicable, depending upon any of the
following:
1) the clause prescription for use per FAR 52.101(c),
2) FAR matrix per FAR 52.201(e),
3) the contract type of the Task Order, and
4) as specifically cited in the Task Order
Ordering Contracting Officers may include additional clauses in Task Orders, such as:
1) optional FAR clauses,
2) agency alternate and supplemental clauses,
3) alternate FAR clauses, and
4) Task Order-specific clauses
Additional clauses are not limited to those associated only with Section I of the Uniform
Contract Format in FAR 52.3.
Clauses and provisions relating to the Wage Rate Requirements (Construction) (Section
B.7) and the Service Contract Labor Standards (Section B.8) will be included in an
individual Task Order as deemed applicable by the OCO.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
101
I.1.1 DOD Agency-specific Required Provisions and Clauses
For Department of Defense (DoD) Task Orders issued under this Master Contract,
provisions and clauses from the DoD FAR Supplement (DFARS) have been incorporated
into the Master Contract Section J, Attachment J-1 DoD Required Provisions and
Clauses. If applicable, these will flow down to the Task Order level. The required
provisions and clauses are updated through the version date indicated on the J-1
attachment. Alternate and supplemental provisions and clauses from Command-specific
and/or DoD Component levels are not included and may be incorporated by the OCO into
the specific solicitation and subsequent Task Order. The required DoD provisions and
clauses are updated through the Master Contract version date indicated on the J-1
attachment. Should Attachment J-1 not reflect any updated DoD provision or clause at
the time of Task Order solicitation or award, the OCOs may insert those required updated
provisions or clauses into their Task Order. Periodically, during the term of the Master
Contract, an update to Attachment J-1 DoD Required Provisions and Clauses may be
executed on the Master Contract via a unilateral contract modification.
I.2 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE
(FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and
effect as if they were given in full text. Upon request, the Contracting Officer will make
their full text available. Also, the full text of a clause may be accessed electronically
online. See Attachment J-8 Website References. Master Contract clauses apply as
applicable.
Table 9 - FAR 52.252-2 Clauses Incorporated by Reference
Clause No.
Title
Date
FFP
Cost
TM
Master
Contract
52.202-1
DEFINITIONS
JUN 2020
X
X
X
X
52.203-3
GRATUITIES
APR 1984
X
X
X
X
52.203-5
COVENANT AGAINST
CONTINGENT FEES
MAY 2014
X
X
X
X
52.203-6
RESTRICTIONS ON
SUBCONTRACTOR SALES
TO THE GOVERNMENT
JUN 2020
X
X
X
52.203-7
ANTI-KICKBACK
PROCEDURES
JUN 2020
X
X
X
X
52.203-8
CANCELLATION,
RESCISSION, AND
RECOVERY OF FUNDS
FOR ILLEGAL OR
IMPROPER ACTIVITY
MAY 2014
X
X
X
X
52.203-10
PRICE OR FEE
ADJUSTMENT FOR
ILLEGAL OR IMPROPER
ACTIVITY
MAY 2014
X
X
X
X
52.203-11
CERTIFICATION AND
SEP 2007
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
102
Clause No.
Title
Date
FFP
Cost
TM
Master
Contract
DISCLOSURE REGARDING
PAYMENTS TO
INFLUENCE CERTAIN
FEDERAL TRANSACTION
52.203-12
LIMITATION ON
PAYMENTS TO
INFLUENCE CERTAIN
FEDERAL TRANSACTIONS
JUN 2020
X
X
X
X
52.203-13
CONTRACTOR CODE OF
BUSINESS ETHICS AND
CONDUCT
NOV 2021
X
X
X
X
52.203-14
DISPLAY OF HOTLINE
POSTER(S)
NOV 2021
X
X
X
X
52.203-15
WHISTLEBLOWER
PROTECTIONS UNDER
THE AMERICAN
RECOVERY AND
REINVESTMENT ACT OF
2009
JUN 2010
X
X
X
X
52.203-16
PREVENTING PERSONAL
CONFLICTS OF NTEREST
JUN 2020
X
X
X
X
52.203-17
CONTRACTOR EMPLOYEE
WHISTLEBLOWER RIGHTS
AND REQUIREMENT TO
INFORM EMPLOYEE OF
WHISTLEBLOWER RIGHTS
JUN 2020
X
X
X
X
52.203-18
PROHIBITION ON
CONTRACTING WITH
ENTITIES THAT REQUIRE
CERTAIN INTERNAL
CONFIDENTIALITY
AGREEMENTS OR
STATEMENTS-
REPRESENTATION
JAN 2017
X
X
X
X
52.204-2
SECURITY
REQUIREMENTS
MAR 2021
X
X
X
X
52.204-4
PRINTED OR COPIED
DOUBLE-SIDED ON POST
CONSUMER FIBER
CONTENT PAPER
MAY 2011
X
X
X
X
52.204-5
WOMEN-OWNED
BUSINESS (OTHER THAN
SMALL BUSINESS)
OCT 2014
X
X
X
X
52.204-9
PERSONAL IDENTITY
VERIFICATION OF
CONTRACTOR
PERSONNEL
JAN 2011
X
X
X
X
52.204-10
REPORTING EXECUTIVE
COMPENSATION AND
JUN 2020
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
103
Clause No.
Title
Date
FFP
Cost
TM
Master
Contract
FIRST-TIER
SUBCONTRACT AWARDS
52.204-13
SYSTEM FOR AWARD
MANAGEMENT
MAINTENANCE
OCT 2018
X
X
X
X
52.204-15
SERVICE CONTRACT
REPORTING
REQUIREMENTS
OCT 2016
X
X
X
X
52.204-18
COMMERCIAL AND
GOVERNMENT ENTITY
CODE MAINTENANCE
AUG 2020
X
X
X
X
52.20421
BASIC SAFEGUARDING OF
COVERED CONTRACTOR
INFORMATION SYSTEMS
NOV 2021
X
X
X
X
52.204-23
PROHIBITION ON
CONTRACTING FOR
HARDWARE, SOFTWARE,
AND SERVICES
DEVELOPED OR
PROVIDED BY
KASPERSKY LAB AND
OTHER COVERED
ENTITIES
NOV 2021
X
X
X
X
52.204-25
PROHIBITION ON
CONTRACTING FOR
CERTAIN
TELECOMMUNICATIONS
AND VIDEO
SURVEILLANCE
SERVICES OR EQUIPMENT
NOV 2021
X
X
X
X
52.204-27
PROHIBITION ON A
BYTEDANCE COVERED
APPLICATION
JUN 2023
X
X
X
X
52.207-3
RIGHT OF FIRST REFUSAL
OF EMPLOYMENT
MAY 2006
X
X
X
X
52.207-5
OPTION TO PURCHASE
EQUIPMENT
FEB 1995
X
X
X
X
52.209-6
PROTECTING THE
GOVERNMENT'S
INTEREST WHEN
SUBCONTRACTING WITH
CONTRACTORS
DEBARRED, SUSPENDED,
OR PROPOSED FOR
DEBARMENT
NOV 2021
X
X
X
X
52.209-9
UPDATES OF PUBLICLY
AVAILABLE
INFORMATION
OCT 2018
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
104
Clause No.
Title
Date
FFP
Cost
TM
Master
Contract
REGARDING
RESPONSIBILITY
MATTERS
52.209-10
PROHIBITION ON
CONTRACTING WITH
INVERTED DOMESTIC
CORPORATIONS
NOV 2015
X
X
X
X
52.211-5
MATERIAL
REQUIREMENTS
AUG 2000
X
X
52.211-11*
LIQUIDATED DAMAGES
SUPPLIES, SERVICES, OR
RESEARCH AND
DEVELOPMENT
SEP 2000
X
52.211-15
DEFENSE PRIORITY AND
ALLOCATION
REQUIREMENTS
APR 2008
X
X
X
X
52.214-35
SUBMISSION OF OFFERS
IN U.S. CURRENCY
APR 1991
X
X
X
52.215-2
AUDIT AND RECORDS
NEGOTIATION
JUN 2020
X
X
X
X
52.215-2
ALTERNATE I
JUN 2020
X
X
X
X
52.215-2
ALTERNATE II
AUG 2016
X
X
52.215-2
ALTERNATE III
JUN 1999
X
X
X
X
52.215-8
ORDER OF PRECEDENCE
UNIFORM CONTRACT
FORMAT
OCT 1997
X
X
X
X
52.215-9
CHANGES OR ADDITIONS
TO MAKE-OR-BUY
PROGRAM
OCT 1997
X
X
X
X
52.215-9
ALTERNATE I
OCT 2010
X
X
52.215-9
ALTERNATE II
OCT 2010
X
X
52.215-10
PRICE REDUCTION FOR
CERTIFIED DEFECTIVE
COST OR PRICING DATA
AUG 2011
X
X
X
X
52.215-11
PRICE REDUCTION FOR
CERTIFIED DEFECTIVE
COST OR PRICING DATA
MODIFICATIONS
JUN 2020
X
X
X
X
52.215-12
SUBCONTRACTOR
CERTIFIED COST OR
PRICING DATA
JUN 2020
X
X
X
X
52.215-13
SUBCONTRACTOR
CERTIFIED COST OR
PRICING DATA
MODIFICATIONS
JUN 2020
X
X
X
X
52.215-14
INTEGRITY OF UNIT
NOV 2021
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
105
Clause No.
Title
Date
FFP
Cost
TM
Master
Contract
PRICES
52.215-14
ALTERNATE I
OCT 1997
X
X
X
X
52.215-15
PENSION ADJUSTMENTS
AND ASSET REVERSIONS
OCT 2010
X
X
X
X
52.215-17
WAIVER OF FACILITIES
CAPITAL COST OF MONEY
OCT 1997
X
X
X
X
52.215-18
REVERSION OR
ADJUSTMENT OF PLANS
FOR POSTRETIREMENT
BENEFITS (PRB) OTHER
THAN PENSIONS
JUL 2005
X
X
X
X
52.215-19
NOTIFICATION OF
OWNERSHIP CHANGES
OCT 1997
X
X
X
X
52.215-21
REQUIREMENTS FOR
CERTIFIED COST OR
PRICING AND DATA
OTHER THAN CERTIFIED
COST OR PRICING DATA -
MODIFICATIONS
NOV 2021
X
X
X
X
52.215.21
ALTERNATE I
OCT 2010
X
X
X
X
52.215-21
ALTERNATE II
OCT 1997
X
X
X
X
52.215-21
ALTERNATE III
OCT 1997
X
X
X
X
52.215-21
ALTERNATE IV
OCT 2010
X
X
X
X
52.215-23
LIMITATIONS ON PASS-
THROUGH CHARGES
JUN 2020
X
X
52.216-4
ECONOMIC PRICE
ADJUSTMENT LABOR
AND MATERIAL
JAN 2017
X
X
X
52.216-5*
PRICE
REDETERMINATION
PROSPECTIVE
JAN 2022
X
X
X
52.216-6*
PRICE
REDETERMINATION
RETROACTIVE
JAN 2022
X
X
X
52.216-7*
ALLOWABLE COST AND
PAYMENT
AUG 2018
X
X
X
52.216-8
FIXED FEE
JUN 2011
X
X
X
52.216-10
INCENTIVE FEE
JUN 2011
X
X
X
52.216-11*
COST CONTRACT-NO FEE
APR 1984
X
X
X
52.216-12
COST-SHARING
CONTRACTNO FEE
APR 1984
X
X
52.216-16*
INCENTIVE PRICE
REVISION FIRM TARGET
JAN 2022
X
X
X
52.216-16
ALTERNATE I
APR 1984
X
X
X
52.216-17*
INCENTIVE PRICE
REVISION - SUCCESSIVE
TARGETS
JAN 2022
X
X
X
52.216-17
ALTERNATE I
APR 1984
X
X
X
52.217-2
CANCELLATION UNDER
MULTI-YEAR CONTRACTS
OCT 1997
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
106
Clause No.
Title
Date
FFP
Cost
TM
Master
Contract
52.217-8*
OPTION TO EXTEND
SERVICES
NOV 1999
X
X
X
X
52.219-4
NOTICE OF PRICE
EVALUATION
PREFERENCE FOR
HUBZONE SMALL
BUSINESS CONCERNS.
OCT 2022
X
X
X
X
52.219-8
UTILIZATION OF SMALL
BUSINESS CONCERNS
SEP 2023
X
X
X
X
52.219-9
SMALL BUSINESS
SUBCONTRACTING PLAN
SEP 2023
X
X
X
X
52.219-9
ALTERNATE II
NOV 2016
X
X
X
X
52.219-14
LIMITATIONS ON
SUBCONTRACTING
OCT 2022
X
X
X
X
52.219-16
LIQUIDATED DAMAGES
SUBCONTRACTING PLAN
SEP 2021
X
X
X
X
52.219-28
POST-AWARD SMALL
BUSINESS PROGRAM RE-
REPRESENTATION
SEP 2023
X
X
X
X
52.222-1
NOTICE TO THE
GOVERNMENT OF LABOR
DISPUTES
FEB 1997
X
X
X
X
52.222-2
PAYMENT FOR OVERTIME
PREMIUMS
JUL 1990
X
X
52.222-3
CONVICT LABOR
JUN 2003
X
X
X
X
52.222-4
CONTRACT WORK HOURS
AND SAFETY STANDARDS
- OVERTIME
COMPENSATION
MAY 2018
X
X
X
X
52.222-19
CHILD LABOR -
COOPERATION WITH
AUTHORITIES AND
REMEDIES
DEC 2022
X
X
X
X
52.222-21
PROHIBITION OF
SEGREGATED FACILITIES
APR 2015
X
X
X
X
52.222-26
EQUAL OPPORTUNITY
SEPT 2016
X
X
X
X
52.222-29
NOTIFICATION OF VISA
DENIAL
APR 2015
X
X
X
X
52.222-35
EQUAL OPPORTUNITY
FOR VETERANS
(In full text below)
JUN 2020
X
X
X
X
52.222-36
EQUAL OPPORTUNITY
FOR WORKERS WITH
DISABILITIES
(In full text below)
JUN 2020
X
X
X
X
52.222-36
ALTERNATE I
JUL 2014
X
X
X
X
52.222-37
EMPLOYMENT REPORTS
ON VETERANS
JUN 2020
X
X
X
X
52.222-38
COMPLIANCE WITH
VETERANS EMPLOYMENT
FEB 2016
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
107
Clause No.
Title
Date
FFP
Cost
TM
Master
Contract
REPORTING
REQUIREMENTS
52.222-40
NOTIFICATION OF
EMPLOYEE RIGHTS
UNDER THE NATIONAL
LABOR RELATIONS ACT
DEC 2010
X
X
X
X
52.222-50
COMBATING
TRAFFICKING IN
PERSONS
NOV 2021
X
X
X
X
52.222-54
EMPLOYMENT
ELIGIBILITY
VERIFICATION
MAY 2022
X
X
X
X
52.223-2
AFFIRMATIVE
PROCUREMENT OF
BIOBASED PRODUCTS
UNDER SERVICE AND
CONSTRUCTION
CONTRACTS
SEP 2013
X
X
X
X
52.223-3*
HAZARDOUS MATERIAL
IDENTIFICATION AND
MATERIAL SAFETY DATA
FEB 2021
X
X
X
X
52.223-3
ALTERNATE I
JUL 1995
X
X
X
X
52.223-5
POLLUTION PREVENTION
AND RIGHT-TO-KNOW
INFORMATION.
ALTERNATE I
MAY 2011
X
X
X
X
52.223-5
ALTERNATE I
MAY 2011
X
X
X
X
52.223-5
ALTERNATE II
MAY 2011
X
X
X
X
52.223-6
DRUG-FREE WORKPLACE
MAY 2001
X
X
X
X
52.223-10
WASTE REDUCTION
PROGRAM
MAY 2011
X
X
52.223-12
REFRIGERATION
EQUIPMENT AND AIR
CONDITIONERS
JUN 2016
X
X
X
X
52.223-13
ACQUISITION OF EPEAT
®-REGISTERED IMAGING
EQUIPMENT
JUN 2014
X
X
X
X
52.223-13
ALTERNATE I
OCT 2015
X
X
X
X
52.223-14
ACQUISITION OF
EPEAT®-REGISTERED
TELEVISIONS
JUN 2014
X
X
X
X
52.223-14
ALTERNATE I
JUN 2014
X
X
X
X
52.223-15
ENERGY EFFICIENCY IN
ENERGY-CONSUMING
PRODUCTS
MAY 2020
X
X
X
X
52.223-16
ACQUISITION OF EPEAT
®-REGISTERED
PERSONAL COMPUTER
PRODUCTS
OCT 2015
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
108
Clause No.
Title
Date
FFP
Cost
TM
Master
Contract
52.223-16
ALTERNATE I
JUN 2014
X
X
X
X
52.223-17
AFFIRMATIVE
PROCUREMENT OF EPA-
DESIGNATED ITEMS IN
SERVICE AND
CONSTRUCTION
CONTRACTS
AUG 2018
X
X
X
X
52.223-18
ENCOURAGING
CONTRACTOR POLICIES
TO BAN TEXT
MESSAGING WHILE
DRIVING
JUN 2020
X
X
X
X
52.223-19
COMPLIANCE WITH
ENVIRONMENTAL
MANAGEMENT SYSTEMS
MAY 2011
X
X
X
X
52.224-1
PRIVACY ACT
NOTIFICATION
APR 1984
X
X
X
X
52.224-2
PRIVACY ACT
APR 1984
X
X
X
X
52.225-1
BUY AMERICAN
SUPPLIES
OCT 2022
X
X
X
X
52.225-3
BUY AMERICAN FREE
TRADE AGREEMENTS
ISRAELI TRADE ACT
DEC 2022
X
X
X
X
52.225-3
ALTERNATE I
RESERVED
X
X
X
X
52.225-3
ALTERNATE II
DEC 2022
X
X
X
X
52.225-3
ALTERNATE III
JAN 2021
X
X
X
X
52.225-5
TRADE AGREEMENTS
DEC 2022
X
X
X
52.225-8
DUTY-FREE ENTRY
OCT 2010
X
X
X
X
52.225-13
RESTRICTIONS ON
CERTAIN FOREIGN
PURCHASES
FEB 2021
X
X
X
52.225-14
INCONSISTENCY
BETWEEN ENGLISH
VERSION AND
TRANSLATION OF
CONTRACT
FEB 2000
X
X
X
X
52.225-19
CONTRACTOR
PERSONNEL IN A
DESIGNATED
OPERATIONAL AREA OR
SUPPORTING A
DIPLOMATIC OR
CONSULAR MISSION
OUTSIDE THE UNITED
STATES
MAY 2020
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
109
Clause No.
Title
Date
FFP
Cost
TM
Master
Contract
52.227-1
AUTHORIZATION AND
CONSENT
JUN 2020
X
X
X
52.227-2
NOTICE AND ASSISTANCE
REGARDING PATENT
AND COPYRIGHT
INFRINGEMENT
JUN 2020
X
X
52.227-3
PATENT INDEMNITY
APR 1984
X
X
X
52.227-3*
ALTERNATE I
APR 1984
X
X
X
52.227-3*
ALTERNATE II
APR 1984
X
X
X
52.227-5*
WAIVER OF INDEMNITY
APR 1984
X
X
X
52.227-9
REFUND OF ROYALTIES
APR 1984
X
X
52.227-10
FILING OF PATENT
APPLICATIONS -
CLASSIFIED SUBJECT
MATTER
DEC 2007
X
X
X
52.227-11
PATENT RIGHTS
OWNERSHIP BY THE
CONTRACTOR
MAY 2014
X
X
52.227-13
PATENT RIGHTS
OWNERSHIP BY THE
GOVERNMENT
DEC 2007
X
X
52.227-14
RIGHTS IN DATA
GENERAL
MAY 2014
X
X
X
X
52.227-14
ALTERNATE I
DEC 2007
X
X
X
X
52.227-14 *
ALTERNATE II
DEC 2007
X
X
X
X
52.227-14 *
ALTERNATE III
DEC 2007
X
X
X
X
52.227-14
ALTERNATE IV
DEC 2007
X
X
X
X
52.227-14
ALTERNATE V
DEC 2007
X
X
X
X
52.227-16
ADDITIONAL DATA
REQUIREMENTS
JUN 1987
X
X
52.227-17
RIGHTS IN DATA-SPECIAL
WORKS
DEC 2007
X
X
X
52.227-19
COMMERCIAL COMPUTER
SOFTWARE - LICENSE
DEC 2007
X
X
52.227-21
TECHNICAL DATA
DECLARATION,
REVISION, AND
WITHHOLDING OF
PAYMENTMAJOR
SYSTEMS
MAY 2014
X
X
X
X
52.227-22
MAJOR SYSTEM -
MINIMUM RIGHTS
JUN 1987
X
X
X
X
52.227-23
RIGHTS TO PROPOSAL
DATA (TECHNICAL)
JUN 1987
X
X
X
X
52.228-3
WORKERS'
COMPENSATION
INSURANCE (DEFENSE
JUL 2014
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
110
Clause No.
Title
Date
FFP
Cost
TM
Master
Contract
BASE ACT)
52.228-4
WORKERS’
COMPENSATION AND
WAR-HAZARD
INSURANCE OVERSEAS
APR 1984
X
X
X
52.228-5
INSURANCE - WORK ON A
GOVERNMENT
INSTALLATION
JAN 1997
X
X
52.228-7
INSURANCE - LIABILITY
TO THIRD PERSONS
MAR 1996
X
X
52.229-3
FEDERAL, STATE, AND
LOCAL TAXES
FEB 2013
X
X
X
52.229-4
FEDERAL, STATE, AND
LOCAL TAXES (STATE
AND LOCAL
ADJUSTMENTS)
FEB 2013
X
X
X
52.229-6
TAXES FOREIGN FIXED-
PRICE CONTRACTS
FEB 2013
X
X
X
52.229-8*
TAXES - FOREIGN COST-
REIMBURSEMENT
CONTRACTS
MAR 1990
X
X
52.229-10*
STATE OF NEW MEXICO
GROSS RECEIPTS AND
COMPENSATING TAX
APR 2003
X
X
X
52.230-2
COST ACCOUNTING
STANDARDS
JUN 2020
X
X
X
X
52.230-3
DISCLOSURE AND
CONSISTENCY OF COST
ACCOUNTING PRACTICES
JUN 2020
X
X
X
X
52.230-4
DISCLOSURE AND
CONSISTENCY OF COST
ACCOUNTING PRACTICES
- FOREIGN CONCERNS
JUN 2020
X
X
X
X
52.230-5
COST ACCOUNTING
STANDARDS
EDUCATIONAL
INSTITUTION
JUN 2020
X
X
X
X
52.230-6
ADMINISTRATION OF
COST ACCOUNTING
STANDARDS
JUN 2010
X
X
X
X
52.232-1
PAYMENTS
APR 1984
X
52.232-7*
PAYMENTS UNDER TIME-
AND-MATERIALS AND
LABOR-HOUR
CONTRACTS
NOV 2021
X
52.232-8
DISCOUNTS FOR PROMPT
PAYMENT
FEB 2002
X
X
52.232-9
LIMITATION ON
WITHHOLDING OF
PAYMENTS
APR 1984
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
111
Clause No.
Title
Date
FFP
Cost
TM
Master
Contract
52.232-11
EXTRAS
APR 1984
X
52.232-12*
ADVANCE PAYMENTS
MAY 2001
X
X
X
X
52.232-12
ALTERNATE I
APR 1984
X
X
X
X
52.232-12*
ALTERNATE II
MAY 2001
X
X
52.232-16*
PROGRESS PAYMENTS
NOV 2021
X
X
52.232-16
ALTERNATE I
MAR 2000
X
X
52.232-17
INTEREST
MAY 2014
X
X
X
X
52.232-18
AVAILABILITY OF FUNDS
APR 1984
X
X
X
X
52.232-19*
AVAILABILITY OF FUNDS
FOR THE NEXT FISCAL
YEAR (In full text below)
(OCO should provide in full
text)
APR 1984
X
X
52.232-20
LIMITATION OF COST
APR 1984
X
X
52.232-22
LIMITATION OF FUNDS
APR 1984
X
X
52.232-23
ASSIGNMENT OF CLAIMS
MAY 2014
X
X
X
X
52.232-23
ALTERNATE I
APR 1984
X
X
X
X
52.232-25
PROMPT PAYMENT
JAN 2017
X
X
X
X
52.232-25
ALTERNATE I
FEB 2002
X
X
X
52.232-33
PAYMENT BY
ELECTRONIC FUNDS
TRANSFER-SYSTEM FOR
AWARD MANAGEMENT
OCT 2018
X
X
X
X
52.232-36
PAYMENT BY THIRD
PARTY
MAY 2014
X
X
X
X
52.232-37
MULTIPLE PAYMENT
ARRANGEMENTS.
MAY 1999
X
X
X
X
52.232-40
PROVIDING
ACCELERATED PAYMENT
TO SMALL BUSINESS
SUBCONTRACTORS
MAR 2023
X
X
X
X
52.233-1
DISPUTES
MAY 2014
X
X
X
X
52.233-1
ALTERNATE I
DEC 1991
X
X
X
X
52.233-3
PROTEST AFTER AWARD
AUG 1996
X
X
X
52.233-3
ALTERNATE I
JUN 1985
X
X
52.233-4
APPLICABLE LAW FOR
BREACH OF CONTRACT
CLAIM
OCT 2004
X
X
X
X
52.237-2
PROTECTION OF
GOVERNMENT
BUILDINGS, EQUIPMENT,
AND VEGETATION
APR 1984
X
X
X
X
52.237-3
CONTINUITY OF
SERVICES
JAN 1991
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
112
Clause No.
Title
Date
FFP
Cost
TM
Master
Contract
52.237-9
WAIVER OF LIMITATION
ON SEVERANCE
PAYMENTS TO FOREIGN
NATIONALS
DEC 2022
X
X
X
52.239-1
PRIVACY OR SECURITY
SAFEGUARDS
AUG 1996
X
X
X
X
52.242-1
NOTICE OF INTENT TO
DISALLOW COSTS
APR 1984
X
X
X
X
52.242-3
PENALTIES FOR
UNALLOWABLE COSTS
DEC 2022
X
X
X
52.242-4
CERTIFICATION OF FINAL
INDIRECT COSTS
JAN 1997
X
X
X
52.242-13
BANKRUPTCY
JUL 1995
X
X
X
X
52.243-1
CHANGES FIXED-PRICE
AUG 1987
X
X
52.243-1
ALTERNATE I
APR 1984
X
X
52.243-1
ALTERNATE II
APR 1984
X
X
52.243-1
ALTERNATE III
APR 1984
X
X
52.243-2
CHANGES COST
REIMBURSEMENT
AUG 1987
X
X
52.243-2
ALTERNATE I
APR 1984
X
X
52.243-2
ALTERNATE II
APR 1984
X
X
52.243-2
ALTERNATE V
APR 1984
X
X
52.243-3
CHANGES TIME-AND-
MATERIALS OR LABOR-
HOURS
SEP 2000
X
X
52.243-6
CHANGE ORDER
ACCOUNTING
APR 1984
X
X
X
52.243-7*
NOTIFICATION OF
CHANGES
JAN 2017
X
X
X
X
52.244-2*
SUBCONTRACTS
JUN 2020
X
X
X
X
52.244-2
ALTERNATE I
JUN 2020
X
X
52.244-5
COMPETITION IN
SUBCONTRACTING
DEC 1996
X
X
X
52.244-6
SUBCONTRACTS FOR
COMMERCIAL PRODUCTS
AND COMMERCIAL
SERVICES
SEP 2023
X
X
X
X
52.245-1
GOVERNMENT PROPERTY
SEP 2021
X
X
X
X
52.245-1
ALTERNATE I
APR 2012
X
X
X
X
52.245-1
ALTERNATE II
APR 2012
X
X
X
X
52.245-2*
GOVERNMENT PROPERTY
INSTALLATION
OPERATION SERVICES
(OCO should provide in full
text)
APR 2012
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
113
Clause No.
Title
Date
FFP
Cost
TM
Master
Contract
52.245-9
USE AND CHARGES
APR 2012
X
X
X
X
52.246-19*
WARRANTY OF SYSTEMS
AND EQUIPMENT UNDER
PERFORMANCE
SPECIFICATIONS OR
DESIGN CRITERIA.
MAY 2001
X
52.246-19
ALTERNATE I
APR 1984
X
52.246-19
ALTERNATE II
APR 1984
X
52.246-19
ALTERNATE III
APR 1984
X
52.246-20*
WARRANTY OF SERVICES
MAY 2001
X
X
52.246-23
LIMITATION OF LIABILITY
FEB 1997
X
X
X
52.246-24
LIMITATION OF LIABILITY
HIGH VALUE ITEMS
FEB 1997
X
X
X
52.246-25
LIMITATION OF LIABILITY
- SERVICES
FEB 1997
X
X
X
X
52.247-1*
COMMERCIAL BILL OF
LADING NOTATIONS
FEB 2006
X
X
X
X
52.247-63*
PREFERENCE FOR U.S.-
FLAG AIR CARRIERS
JUN 2003
X
X
X
X
52.247-67*
SUBMISSION OF
TRANSPORTATION
DOCUMENTS FOR AUDIT
(OCO should provide in full
text)
FEB 2006
X
X
X
52.248-1*
VALUE ENGINEERING
JUN 2020
X
X
X
52.248-1
ALTERNATE I
APR 1984
X
X
X
X
52.248-1
ALTERNATE II
JAN 2015
X
X
X
X
52.248-1
ALTERNATE III
APR 1984
X
X
X
X
52.249-2
TERMINATION FOR
CONVENIENCE OF THE
GOVERNMENT (FIXED-
PRICE)
APR 2012
X
X
X
52.249-4
TERMINATION FOR
CONVENIENCE OF THE
GOVERNMENT
(SERVICES) (SHORT
FORM).
APR 1984
X
X
52.249-6
TERMINATION (COST-
REIMBURSEMENT)
MAY 2004
X
X
52.249-6
ALTERNATE IV
SEP 1996
X
52.249-8
DEFAULT (FIXED-PRICE
SUPPLY AND SERVICE)
APR 1984
X
X
52.249-14
EXCUSABLE DELAYS
APR 1984
X
X
52.251-1
GOVERNMENT SUPPLY
SOURCES
APR 2012
X
X
X
X
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
114
Clause No.
Title
Date
FFP
Cost
TM
Master
Contract
52.251-2
INTER-AGENCY FLEET
MANAGEMENT SYSTEM
VEHICLES AND RELATED
SERVICES
JAN 1991
X
52.253-1
COMPUTER GENERATED
FORMS
JAN 1991
X
X
X
X
(Note: Clause numbers followed by an asterisk (*) require fill-ins by the OCO if
determined applicable and incorporated into the Order.)
I.2.1 Acquisition of Commercial Items
The following clauses apply only to Orders that are for the acquisition of supplies or
services that meet the definition of commercial items at FAR 2.101. They will be
incorporated in full text into individual orders, as applicable.
Table 10 - FAR Clauses that Apply to the Acquisition of Commercial Items
Clause No.
Title
Date
FFP
Cost
TM
Master
Contract
52.210-1
MARKET RESEARCH
NOV 2021
X
X
52.212-4
CONTRACT TERMS AND
CONDITIONS
COMMERCIAL ITEMS
DEC 2022
X
X
52.212-4
ALTERNATE I
NOV 2021
X
X
52.212-5
CONTRACT TERMS AND
CONDITIONS REQUIRED
TO IMPLEMENT STATUTES
OR EXECUTIVE ORDERS
COMMERCIAL PRODUCTS
AND COMMERCIAL
SERVICES
SEP 2023
X
X
52.212-5
ALTERNATE I
FEB 2000
X
X
52.212-5
ALTERNATE II
SEP 2023
X
X
(Note: Provision numbers followed by an asterisk (*) require fill-ins by the OCO if
determined applicable and incorporated into the Order.)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
115
I.2.1.1 GSAR 552.204 - RESERVED
I.2.2 General Services Administration (GSA) Regulations (GSAR),
Incorporated by Reference
Table 11 - (GSAR) Clauses Incorporated by Reference
CLAUSE #
CLAUSE TITLE
DATE
552.204-9
PERSONAL IDENTITY VERIFICATION REQUIREMENTS
APR 2023
552.212-4
CONTRACT TERMS AND CONDITIONS- COMMERCIAL ITEMS
(ALTERNATE II) (FAR DEVIATION - Full text above in Section I.2.2.1)
FEB 2018
552.215-70
EXAMINATION OF RECORDS BY GSA
JUN 2016
552.216-74
RESERVED
552.216-75
TRANSACTIONAL DATA REPORTING (See Attachment J-6 for full-
text clause)
MAY 2023
552.228-5
GOVERNMENT AS ADDITIONAL INSURED
JAN 2016
552.229-71
FEDERAL EXCISE TAXDC GOVERNMENT
SEP 1999
552.232-1
PAYMENTS (DEVIATION FAR 52.232-1)
NOV 2009
552.232-23
ASSIGNMENT OF CLAIMS
SEP 1999
552.232-25
PROMPT PAYMENT (DEVIATION FAR 52-232-25)
JAN 2022
552.237-73
RESTRICTION ON DISCLOSURE INFORMATION
JUN 2009
(Note: Provision numbers followed by an asterisk (*) require fill-ins by the OCO if
determined applicable and incorporated into the Order.)
I.3 GSAR 552.232-39 UNENFORCEABILITY OF UNAUTHORIZED
OBLIGATIONS (FAR DEVIATION) (FEB 2018)
(a) Except as stated in paragraph (b) of this clause, when any supply or service
acquired under this contract is subject to any commercial supplier agreement (as
defined in 502.101) that includes any language, provision, or clause requiring the
Government to pay any future fees, penalties, interest, legal costs or to indemnify
the Contractor or any person or entity for damages, costs, fees, or any other loss or
liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the
following shall govern:
(1) Any such language, provision, or clause is unenforceable against the
Government.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
116
(2) Neither the Government nor any Government authorized end user shall be
deemed to have agreed to such language, provision, or clause by virtue of it
appearing in the commercial supplier agreement. If the commercial supplier
agreement is invoked through an “I agree” click box or other comparable
mechanism (e.g., “click-wrap” or “browse-wrap” agreements), execution does
not bind the Government or any Government authorized end user to such
clause.
(3) Any such language, provision, or clause is deemed to be stricken from the
commercial supplier agreement.
(b) Paragraph (a) of this clause does not apply to indemnification or any other
payment by the Government that is expressly authorized by statute and
specifically authorized under applicable agency regulations and procedures.
(End of Clause)
I.4 GSAR 552.232-78 COMMERCIAL SUPPLIER AGREEMENTS
UNENFORCEABLE CLAUSES (FEB 2018)
(a) When any supply or service acquired under this contract is subject to a
commercial supplier agreement, the following language shall be deemed
incorporated into the commercial supplier agreement. As used herein, “this
agreement” means the commercial supplier agreement:
(1) Notwithstanding any other provision of this agreement, when the end user is an
agency or instrumentality of the U.S. Government, the following shall apply:
(i) Applicability. This agreement is part of a contract between the commercial
supplier and the U.S. Government for the acquisition of the supply or
service that necessitates a license (including all contracts, task orders, and
delivery orders under FAR Parts 13, 14 or 15).
(ii) End user. This agreement shall bind the ordering activity as end user but
shall not operate to bind a Government employee or person acting on behalf
of the Government in his or her personal capacity.
(iii)Law and disputes. This agreement is governed by Federal law.
(A) Any language purporting to subject the U.S. Government to the laws of
a U.S. state, U.S. territory, district, or municipality, or foreign nation,
except where Federal law expressly provides for the application of such
laws, is hereby deleted.
(B) Any language requiring dispute resolution in a specific forum or venue
that is different from that prescribed by applicable Federal law is hereby
deleted.
(C) Any language prescribing a different time period for bringing an action
than that prescribed by applicable Federal law in relation to a dispute is
hereby deleted.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
117
(iv) Continued performance. The supplier or licensor shall not unilaterally
revoke, terminate or suspend any rights granted to the Government except as
allowed by this contract. If the supplier or licensor believes the ordering
activity to be in breach of the agreement, it shall pursue its rights under the
Contract Disputes Act or other applicable Federal statute while continuing
performance as set forth in subparagraph (d) (Disputes).
(v) Arbitration; equitable or injunctive relief. In the event of a claim or dispute
arising under or relating to this agreement, a binding arbitration shall not be
used unless specifically authorized by agency guidance, and equitable or
injunctive relief, including the award of attorney fees, costs or interest, may
be awarded against the U.S. Government only when explicitly provided by
statute (e.g., Prompt Payment Act or Equal Access to Justice Act).
(vi) Additional terms.
(A) This commercial supplier agreement may incorporate additional terms
by reference, provided that the full text of the terms is provided with the
offer.
(B) After award, the contractor may unilaterally revise terms provided:
(1) Terms do not materially change government rights or obligations;
and
(2) Terms do not increase government prices; and
(3) Terms do not decrease overall level of service; and
(4) Terms do not limit any other Government right addressed elsewhere
in this contract.
(C) The order of precedence clause of this contract notwithstanding, any
software license terms unilaterally revised subsequent to award that is
inconsistent with any material term or provision of this contract is not
enforceable against the government.
(vii) No automatic renewals. If any license or service tied to periodic payment
is provided under this agreement (e.g., annual software maintenance or
annual lease term), such license or service shall not renew automatically
upon expiration of its current term without prior express Government
approval.
(viii) Indemnification. Any clause of this agreement requiring the commercial
supplier or licensor to defend or indemnify the end user is hereby amended
to provide that the U.S. Department of Justice has the sole right to represent
the United States in any such action, in accordance with 28 U.S.C. 516.
(ix) Audits. Any clause of this agreement permitting the commercial supplier or
licensor to audit the end user's compliance with this agreement is hereby
amended as follows:
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
118
(A) Discrepancies found in an audit may result in a charge by the
commercial supplier or licensor to the ordering activity. Any resulting
invoice must comply with the proper invoicing requirements specified in
the underlying Government contract or order.
(B) This charge, if disputed by the ordering activity, will be resolved
through the Disputes clause at 52.233-1; no payment obligation shall
arise on the part of the ordering activity until the conclusion of the
dispute process.
(C) Any audit requested by the contractor will be performed at the
contractor's expense, without reimbursement by the Government.
(x) Taxes or surcharges. Any taxes or surcharges which the commercial supplier
or licensor seeks to pass along to the Government as end user will be
governed by the terms of the underlying Government contract or order and,
in any event, must be submitted to the Contracting Officer for a
determination of applicability prior to invoicing unless specifically agreed to
otherwise in the Government contract.
(xi) Non-assignment. This agreement may not be assigned, nor may any rights or
obligations thereunder be delegated, without the Government's prior
approval, except as expressly permitted under the clause at 52.232-23,
Assignment of Claims.
(xii) Confidential information. If this agreement includes a confidentiality
clause, such clause is hereby amended to state that neither the agreement nor
the Federal Supply Schedule price list shall be deemed “confidential
information.” Issues regarding release of “unit pricing” will be resolved
consistent with the Freedom of Information Act. Notwithstanding anything
in this agreement to the contrary, the Government may retain any
confidential information as required by law, regulation or its internal
document retention procedures for legal, regulatory or compliance purposes;
provided, however, that all such retained confidential information will
continue to be subject to the confidentiality obligations of this agreement.
(2) If any language, provision or clause of this agreement conflicts or is inconsistent
with the preceding subparagraph (a)(1), the language, provisions, or clause of
subparagraph (a)(1) shall prevail to the extent of such inconsistency.
(End of Clause)
I.5 GSAR 552.252-6 AUTHORIZED DEVIATIONS IN CLAUSES
(DEVIATION FAR 52.252-6) (NOV 2021)
(a) Deviations to FAR clauses.
(1) This solicitation or contract indicates any authorized deviation to a Federal
Acquisition Regulation (48 CFR Chapter 1) clause by the addition of
“(DEVIATION)” after the date of the clause, if the clause is not published in
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
119
the General Services Administration Acquisition Regulation (48 CFR Chapter
5).
(2) This solicitation indicates any authorized deviation to a Federal Acquisition
Regulation (FAR) clause that is published in the General Services
Administration Acquisition Regulation by the addition of “(DEVIATION
(FAR clause no.))” after the date of the clause.
(b) Deviations to GSAR clauses. This solicitation indicates any authorized deviation
to a General Services Administration Acquisition Regulation clause by the
addition of “(DEVIATION)” after the date of the clause.
(c) “Substantially the same as” clauses. Changes in wording of clauses prescribed for
use on a “substantially the same as” basis are not considered deviations.
(End of Clause)
I.6 FAR 52.204-25 PROHIBITION ON CONTRACTING FOR
CERTAIN TELECOMMUNICATIONS AND VIDEO
SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
(a) Definitions. As used in this clause
Backhaul means intermediate links between the core network, or backbone network,
and the small subnetworks at the edge of the network (e.g., connecting cell
phones/towers to the core telephone network). Backhaul can be wireless (e.g.,
microwave) or wired (e.g., fiber optic, coaxial cable, Ethernet).
Covered foreign country means The People’s Republic of China.
Covered telecommunications equipment or services means
(1) Telecommunications equipment produced by Huawei Technologies Company
or ZTE Corporation (or any subsidiary or affiliate of such entities);
(2) For the purpose of public safety, security of Government facilities, physical
security surveillance of critical infrastructure, and other national security
purposes, video surveillance and telecommunications equipment produced by
Hytera Communications Corporation, Hangzhou Hikvision Digital Technology
Company, or Dahua Technology Company (or any subsidiary or affiliate of such
entities);
(3) Telecommunications or video surveillance services provided by such entities
or using such equipment; or
(4) Telecommunications or video surveillance equipment or services produced or
provided by an entity that the Secretary of Defense, in consultation with the
Director of National Intelligence or the Director of the Federal Bureau of
Investigation, reasonably believes to be an entity owned or controlled by, or
otherwise connected to, the government of a covered foreign country.
Critical technology means
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
120
(1) Defense articles or defense services included on the United States Munitions
List set forth in the International Traffic in Arms Regulations under subchapter M
of chapter I of title 22, Code of Federal Regulations;
(2) Items included on the Commerce Control List set forth in Supplement No. 1 to
part 774 of the Export Administration Regulations under subchapter C of chapter
VII of title 15, Code of Federal Regulations, and controlled-
(i) Pursuant to multilateral regimes, including for reasons relating to national
security, chemical and biological weapons proliferation, nuclear
nonproliferation, or missile technology; or
(ii) For reasons relating to regional stability or surreptitious listening;
(3) Specially designed and prepared nuclear equipment, parts and components,
materials, software, and technology covered by part 810 of title 10, Code of
Federal Regulations (relating to assistance to foreign atomic energy activities);
(4) Nuclear facilities, equipment, and material covered by part 110 of title 10,
Code of Federal Regulations (relating to export and import of nuclear equipment
and material);
(5) Select agents and toxins covered by part 331 of title 7, Code of Federal
Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code;
or
(6) Emerging and foundational technologies controlled pursuant to section 1758
of the Export Control Reform Act of 2018 (50 U.S.C. 4817).
Interconnection arrangements means arrangements governing the physical
connection of two or more networks to allow the use of another's network to hand off
traffic where it is ultimately delivered (e.g., connection of a customer of telephone
provider A to a customer of telephone company B) or sharing data and other
information resources.
Reasonable inquiry means an inquiry designed to uncover any information in the
entity's possession about the identity of the producer or provider of covered
telecommunications equipment or services used by the entity that excludes the need
to include an internal or third-party audit.
Roaming means cellular communications services (e.g., voice, video, data) received
from a visited network when unable to connect to the facilities of the home network
either because signal coverage is too weak or because traffic is too high.
Substantial or essential component means any component necessary for the proper
function or performance of a piece of equipment, system, or service.
(b) Prohibition.
(1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization
Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive
agency on or after August 13, 2019, from procuring or obtaining, or extending or
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
121
renewing a contract to procure or obtain, any equipment, system, or service that
uses covered telecommunications equipment or services as a substantial or
essential component of any system, or as critical technology as part of any
system. The Contractor is prohibited from providing to the Government any
equipment, system, or service that uses covered telecommunications equipment or
services as a substantial or essential component of any system, or as critical
technology as part of any system, unless an exception at paragraph (c) of this
clause applies or the covered telecommunication equipment or services are
covered by a waiver described in FAR 4.2104.
(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization
Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive
agency on or after August 13, 2020, from entering into a contract, or extending or
renewing a contract, with an entity that uses any equipment, system, or service
that uses covered telecommunications equipment or services as a substantial or
essential component of any system, or as critical technology as part of any
system, unless an exception at paragraph (c) of this clause applies or the covered
telecommunication equipment or services are covered by a waiver described in
FAR 4.2104. This prohibition applies to the use of covered telecommunications
equipment or services, regardless of whether that use is in performance of work
under a Federal contract.
(c) Exceptions. This clause does not prohibit contractors from providing
(1) A service that connects to the facilities of a third-party, such as backhaul,
roaming, or interconnection arrangements; or
(2) Telecommunications equipment that cannot route or redirect user data traffic
or permit visibility into any user data or packets that such equipment transmits or
otherwise handles.
(d) Reporting requirement.
(1) In the event the Contractor identifies covered telecommunications equipment
or services used as a substantial or essential component of any system, or as
critical technology as part of any system, during contract performance, or the
Contractor is notified of such by a subcontractor at any tier or by any other
source, the Contractor shall report the information in paragraph (d)(2) of this
clause to the Contracting Officer, unless elsewhere in this contract are established
procedures for reporting the information; in the case of the Department of
Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For
indefinite delivery contracts, the Contractor shall report to the Contracting Officer
for the indefinite delivery contract and the Contracting Officer(s) for any affected
order or, in the case of the Department of Defense, identify both the indefinite
delivery contract and any affected orders in the report provided at
https://dibnet.dod.mil.
(2) The Contractor shall report the following information pursuant to paragraph
(d)(1) of this clause
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
122
(i) Within one business day from the date of such identification or
notification: the contract number; the order number(s), if applicable; supplier
name; supplier unique entity identifier (if known); supplier Commercial and
Government Entity (CAGE) code (if known); brand; model number (original
equipment manufacturer number, manufacturer part number, or wholesaler
number); item description; and any readily available information about
mitigation actions undertaken or recommended.
(ii) Within 10 business days of submitting the information in paragraph
(d)(2)(i) of this clause: any further available information about mitigation
actions undertaken or recommended. In addition, the Contractor shall describe
the efforts it undertook to prevent use or submission of covered
telecommunications equipment or services, and any additional efforts that will
be incorporated to prevent future use or submission of covered
telecommunications equipment or services.
(e) Subcontracts. The Contractor shall insert the substance of this clause, including
this paragraph (e) and excluding paragraph (b)(2), in all subcontracts and other
contractual instruments, including subcontracts for the acquisition of commercial
products or commercial services.
(End of Clause)
I.7 FAR 52.216-18 ORDERING (AUG 2020)
(a) Any supplies and services to be furnished under this contract shall be ordered by
issuance of delivery orders or task orders by the individuals or activities designated in
the Schedule. Such orders may be issued from __________ through ____________
[insert dates].
(b) All delivery orders or task orders are subject to the terms and conditions of this
contract. In the event of conflict between a delivery order or task order and this
contract, the contract shall control.
(c) A delivery order or task order is considered "issued" when
(1) If sent by mail (includes transmittal by U.S. mail or private delivery service),
the Government deposits the order in the mail;
(2) If sent by fax, the Government transmits the order to the Contractor's fax
number; or
(3) If sent electronically, the Government either
(i) Posts a copy of the delivery order or task order to a Government document
access system, and notice is sent to the Contractor; or
(ii) Distributes the delivery order or task order via email to the Contractor's
email address.
(d) Orders may be issued by methods other than those enumerated in this clause only
if authorized in the contract.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
123
(End of Clause)
I.8 FAR 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES
(OCT 1997)
(a) The Contractor shall make the following notifications in writing:
(1) When the Contractor becomes aware that a change in its ownership has
occurred, or is certain to occur, that could result in changes in the valuation of its
capitalized assets in the accounting records, the Contractor shall notify the
Administrative Contracting Officer (ACO) within 30 days.
(2) The Contractor shall also notify the ACO within 30 days whenever changes to
asset valuations or any other cost changes have occurred or are certain to occur as
a result of a change in ownership.
(b) The Contractor shall-
(1) Maintain current, accurate, and complete inventory records of assets and their
costs;
(2) Provide the ACO or designated representative ready access to the records
upon request;
(3) Ensure that all individual and grouped assets, their capitalized values,
accumulated depreciation or amortization, and remaining useful lives are
identified accurately before and after each of the Contractor’s ownership changes;
and
(4) Retain and continue to maintain depreciation and amortization schedules
based on the asset records maintained before each Contractor ownership change.
(c) The Contractor shall include the substance of this clause in all subcontracts under
this contract that meet the applicability requirement of FAR 15.408(k).
(End of Clause)
I.9 FAR 52.216-19 ORDER LIMITATIONS (OCT 1995)
(a) Minimum order. When the Government requires supplies or services covered by
this contract in an amount of less than $1 Million, the Government is not obligated to
purchase, nor is the Contractor obligated to furnish, those supplies or services under
the contract.
(b) Maximum order. The Contractor is not obligated to honor-
(1) Any order for a single item in excess of $1 Billion per year;
(2) Any order for a combination of items in excess of $1 Billion per year; or
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
124
(3) A series of orders from the same ordering office within 365 days that together
call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this
section.
(c) If this is a requirements contract (i.e., includes the Requirements clause at
subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government
is not required to order a part of any one requirement from the Contractor if that
requirement exceeds the maximum-order limitations in paragraph (b) of this section.
(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor
any order exceeding the maximum order limitations in paragraph (b), unless that
order (or orders) is returned to the ordering office within (3) work days after issuance,
with written notice stating the Contractor’s intent not to ship the item (or items) called
for and the reasons. Upon receiving this notice, the Government may acquire the
supplies or services from another source.
(End of Clause)
I.10 52.216-21 REQUIREMENTS (OCT 1995)
(a) This is a requirements contract for the supplies or services specified, and effective
for the period stated, in the Schedule. The quantities of supplies or services specified
in the Schedule are estimates only and are not purchased by this contract. Except as
this contract may otherwise provide, if the Government’s requirements do not result
in orders in the quantities described as "estimated" or "maximum" in the Schedule,
that fact shall not constitute the basis for an equitable price adjustment.
(b) Delivery or performance shall be made only as authorized by orders issued in
accordance with the Ordering clause. Subject to any limitations in the Order
Limitations clause or elsewhere in this contract, the Contractor shall furnish to the
Government all supplies or services specified in the Schedule and called for by orders
issued in accordance with the Ordering clause. The Government may issue orders
requiring delivery to multiple destinations or performance at multiple locations.
(c) Except as this contract otherwise provides, the Government shall order from the
Contractor all the supplies or services specified in the Schedule that are required to be
purchased by the Government activity or activities specified in the Schedule.
(d) The Government is not required to purchase from the Contractor requirements in
excess of any limit on total orders under this contract.
(e) If the Government urgently requires delivery of any quantity of an item before the
earliest date that delivery may be specified under this contract, and if the Contractor
will not accept an order providing for the accelerated delivery, the Government may
acquire the urgently required goods or services from another source.
(f) Any order issued during the effective period of this contract and not completed
within that period shall be completed by the Contractor within the time specified in
the order. The contract shall govern the Contractor’s and Government’s rights and
obligations with respect to that order to the same extent as if the order were
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
125
completed during the contract’s effective period; provided, that the Contractor shall
not be required to make any deliveries under this contract after _________________
[insert date]
(End of Clause)
I.11 FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995)
(a) This is an indefinite-quantity contract for the supplies or services specified, and
effective for the period stated, in the Schedule. The quantities of supplies and services
specified in the Schedule are estimates only and are not purchased by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued in
accordance with the Ordering clause. The Contractor shall furnish to the Government,
when and if ordered, the supplies or services specified in the Schedule up to and
including the quantity designated in the Schedule as the "maximum." The
Government shall order at least the quantity of supplies or services designated in the
Schedule as the "minimum."
(c) Except for any limitations on quantities in the Order Limitations clause or in the
Schedule, there is no limit on the number of orders that may be issued. The
Government may issue orders requiring delivery to multiple destinations or
performance at multiple locations.
(d) Any order issued during the effective period of this contract and not completed
within that period shall be completed by the Contractor within the time specified in
the order. The contract shall govern the Contractor’s and Government’s rights and
obligations with respect to that order to the same extent as if the order were
completed during the contract’s effective period; provided, that the
Contractor shall not be required to make any deliveries under this contract
after _______________ [insert date].
(End of Clause)
I.12 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE
CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the
Contractor within 30 days of the expiration of the contract provided that the
Government gives the Contractor a preliminary written notice of its intent to extend at
least 60 days before the contract expires. The preliminary notice does not commit the
Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered
to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this
clause, shall not exceed 10 years.
(End of Clause)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
126
I.13 FAR 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUN
2020)
(a) Definitions. As used in this clause-
"Active duty wartime or campaign badge veteran," "Armed Forces service medal
veteran," "disabled veteran," "protected veteran," "qualified disabled veteran," and
"recently separated veteran" have the meanings given at Federal Acquisition
Regulation (FAR) 22.1301.
(b) Equal opportunity clause. The Contractor shall abide by the requirements of the
equal opportunity clause at 41 CFR 60-300.5(a), as of March 24, 2014. This clause
prohibits discrimination against qualified protected veterans, and requires affirmative
action by the Contractor to employ and advance in employment qualified protected
veterans.
(c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts
valued at or above the threshold specified in FAR 22.1303(a) on the date of
subcontract award, unless exempted by rules, regulations, or orders of the Secretary
of Labor. The Contractor shall act as specified by the Director, Office of Federal
Contract Compliance Programs, to enforce the terms, including action for
noncompliance. Such necessary changes in language may be made as shall be
appropriate to identify properly the parties and their undertakings.
(End of Clause)
Alternate I (Jul 2014). As prescribed in 22.1310(a)(2), add the following as a
preamble to the clause:
Notice: The following term(s) of this clause are waived for this contract:
______________________ [List term(s)].
(End of Clause)
I.14 FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH
DISABILITIES (JUN 2020)
(a) Equal opportunity clause. The Contractor shall abide by the requirements of the
equal opportunity clause at 41 CFR 60-741.5(a), as of March 24, 2014. This clause
prohibits discrimination against qualified individuals on the basis of disability, and
requires affirmative action by the Contractor to employ and advance in employment
qualified individuals with disabilities.
(b) Subcontracts. The Contractor shall include the terms of this clause in every
subcontract or purchase order in excess of the threshold specified in Federal
Acquisition Regulation (FAR) 22.1408(a) on the date of subcontract award, unless
exempted by rules, regulations, or orders of the Secretary, so that such provisions will
be binding upon each subcontractor or vendor. The Contractor shall act as specified
by the Director, Office of Federal Contract Compliance Programs of the U.S.
Department of Labor, to enforce the terms, including action for noncompliance. Such
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
127
necessary changes in language may be made as shall be appropriate to identify
properly the parties and their undertakings.
(End of Clause)
Alternate I (Jul 2014). As prescribed in 22.1408(b), add the following as a preamble to
the clause:
Notice: The following term(s) of this clause are waived for this contract:
_______________ [List term(s)].
(End of Clause)
I.15 FAR 52.232-19 Availability of Funds for the Next Fiscal Year
(APR 1984)
Funds are not presently available for performance under this contract beyond
________. The Government’s obligation for performance of this contract beyond that
date is contingent upon the availability of appropriated funds from which payment for
contract purposes can be made. No legal liability on the part of the Government for
any payment may arise for performance under this contract beyond _____, until funds
are made available to the Contracting Officer for performance and until the
Contractor receives notice of availability, to be confirmed in writing by the
Contracting Officer.
(End of Clause)
I.16 FAR 52.232-32 PERFORMANCE-BASED PAYMENTS (APR
2012)
(a) Amount of payments and limitations on payments. Subject to such other
limitations and conditions as are specified in this contract and this clause, the amount
of payments and limitations on payments shall be specified in the contract’s
description of the basis for payment.
(b) Contractor request for performance-based payment. The Contractor may submit
requests for payment of performance-based payments not more frequently than
monthly, in a form and manner acceptable to the Contracting Officer. Unless
otherwise authorized by the Contracting Officer, all performance-based payments in
any period for which payment is being requested shall be included in a single request,
appropriately itemized and totaled. The Contractor’s request shall contain the
information and certification detailed in paragraphs (l) and (m) of this clause.
(c) Approval and payment of requests.
(1) The Contractor shall not be entitled to payment of a request for performance-
based payment prior to successful accomplishment of the event or performance
criterion for which payment is requested. The Contracting Officer shall determine
whether the event or performance criterion for which payment is requested has
been successfully accomplished in accordance with the terms of the contract. The
Contracting Officer may, at any time, require the Contractor to substantiate the
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
128
successful performance of any event or performance criterion which has been or
is represented as being payable.
(2) A payment under this performance-based payment clause is a contract
financing payment under the Prompt Payment clause of this contract and not
subject to the interest penalty provisions of the Prompt Payment Act. The
designated payment office will pay approved requests on the _________
[Contracting Officer insert day as prescribed by agency head; if not prescribed,
insert "30th"] day after receipt of the request for performance-based payment by
the designated payment office. However, the designated payment office is not
required to provide payment if the Contracting Officer requires substantiation as
provided in paragraph (c)(1) of this clause, or inquires into the status of an event
or performance criterion, or into any of the conditions listed in paragraph (e) of
this clause, or into the Contractor certification. The payment period will not begin
until the Contracting Officer approves the request.
(3) The approval by the Contracting Officer of a request for performance-based
payment does not constitute an acceptance by the Government and does not
excuse the Contractor from performance of obligations under this contract.
(d) Liquidation of performance-based payments.
(1) Performance-based finance amounts paid prior to payment for delivery of an
item shall be liquidated by deducting a percentage or a designated dollar amount
from the delivery payment. If the performance-based finance payments are on a
delivery item basis, the liquidation amount for each such line item shall be the
percent of that delivery item price that was previously paid under performance-
based finance payments or the designated dollar amount. If the performance-
based finance payments are on a whole contract basis, liquidation shall be by
either predesignated liquidation amounts or a liquidation percentage.
(2) If at any time the amount of payments under this contract exceeds any
limitation in this contract, the Contractor shall repay to the Government the
excess. Unless otherwise determined by the Contracting Officer, such excess shall
be credited as a reduction in the unliquidated performance-based payment
balance(s), after adjustment of invoice payments and balances for any retroactive
price adjustments.
(e) Reduction or suspension of performance-based payments. The Contracting Officer
may reduce or suspend performance-based payments, liquidate performance-based
payments by deduction from any payment under the contract, or take a combination
of these actions after finding upon substantial evidence any of the following
conditions:
(1) The Contractor failed to comply with any material requirement of this contract
(which includes paragraphs (h) and (i) of this clause).
(2) Performance of this contract is endangered by the Contractor’s-
(i) Failure to make progress; or
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
129
(ii) Unsatisfactory financial condition.
(3) The Contractor is delinquent in payment of any subcontractor or supplier
under this contract in the ordinary course of business.
(f) Title.
(1) Title to the property described in this paragraph (f) shall vest in the
Government. Vestiture shall be immediately upon the date of the first
performance-based payment under this contract, for property acquired or
produced before that date. Otherwise, vestiture shall occur when the property is or
should have been allocable or properly chargeable to this contract.
(2) "Property," as used in this clause, includes all of the following described items
acquired or produced by the Contractor that are or should be allocable or properly
chargeable to this contract under sound and generally accepted accounting
principles and practices:
(i) Parts, materials, inventories, and work in process;
(ii) Special tooling and special test equipment to which the Government is to
acquire title;
(iii) Nondurable (i.e., noncapital) tools, jigs, dies, fixtures, molds, patterns,
taps, gauges, test equipment and other similar manufacturing aids, title to
which would not be obtained as special tooling under paragraph (f)(2)(ii) of
this clause; and
(iv) Drawings and technical data, to the extent the Contractor or
subcontractors are required to deliver them to the Government by other
clauses of this contract.
(3) Although title to property is in the Government under this clause, other
applicable clauses of this contract (e.g., the termination clauses) shall determine
the handling and disposition of the property.
(4) The Contractor may sell any scrap resulting from production under this
contract, without requesting the Contracting Officer’s approval, provided that any
significant reduction in the value of the property to which the Government has
title under this clause is reported in writing to the Contracting Officer.
(5) In order to acquire for its own use or dispose of property to which title is
vested in the Government under this clause, the Contractor shall obtain the
Contracting Officer’s advance approval of the action and the terms. If approved,
the basis for payment (the events or performance criteria) to which the property is
related shall be deemed to be not in compliance with the terms of the contract and
not payable (if the property is part of or needed for performance), and the
Contractor shall refund the related performance-based payments in accordance
with paragraph (d) of this clause.
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
130
(6) When the Contractor completes all of the obligations under this contract,
including liquidation of all performance-based payments, title shall vest in the
Contractor for all property (or the proceeds thereof) not-
(i) Delivered to, and accepted by, the Government under this contract; or
(ii) Incorporated in supplies delivered to, and accepted by, the Government
under this contract and to which title is vested in the Government under this
clause.
(7) The terms of this contract concerning liability for Government-furnished
property shall not apply to property to which the Government acquired title solely
under this clause.
(g) Risk of loss. Before delivery to and acceptance by the Government, the Contractor
shall bear the risk of loss for property, the title to which vests in the Government
under this clause, except to the extent the Government expressly assumes the risk. If
any property is lost (see 45.101), the basis of payment (the events or performance
criteria) to which the property is related shall be deemed to be not in compliance with
the terms of the contract and not payable (if the property is part of or needed for
performance), and the Contractor shall refund the related performance-based
payments in accordance with paragraph (d) of this clause.
(h) Records and controls. The Contractor shall maintain records and controls adequate
for administration of this clause. The Contractor shall have no entitlement to
performance-based payments during any time the Contractor’s records or controls are
determined by the Contracting Officer to be inadequate for administration of this
clause.
(i) Reports and Government access. The Contractor shall promptly furnish reports,
certificates, financial statements, and other pertinent information requested by the
Contracting Officer for the administration of this clause and to determine that an
event or other criterion prompting a financing payment has been successfully
accomplished. The Contractor shall give the Government reasonable opportunity to
examine and verify the Contractor’s records and to examine and verify the
Contractor’s performance of this contract for administration of this clause.
(j) Special terms regarding default. If this contract is terminated under the Default
clause, (1) the Contractor shall, on demand, repay to the Government the amount of
unliquidated performance-based payments, and (2) title shall vest in the Contractor,
on full liquidation of all performance-based payments, for all property for which the
Government elects not to require delivery under the Default clause of this contract.
The Government shall be liable for no payment except as provided by the Default
clause.
(k) Reservation of rights.
(1) No payment or vesting of title under this clause shall-
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
131
(i) Excuse the Contractor from performance of obligations under this contract;
or
(ii) Constitute a waiver of any of the rights or remedies of the parties under
the contract.
(2) The Government’s rights and remedies under this clause-
(i) Shall not be exclusive, but rather shall be in addition to any other rights and
remedies provided by law or this contract; and
(ii) Shall not be affected by delayed, partial, or omitted exercise of any right,
remedy, power, or privilege, nor shall such exercise or any single exercise
preclude or impair any further exercise under this clause or the exercise of any
other right, power, or privilege of the Government.
(l) Content of Contractor’s request for performance-based payment. The Contractor’s
request for performance-based payment shall contain the following:
(1) The name and address of the Contractor;
(2) The date of the request for performance-based payment;
(3) The contract number and/or other identifier of the contract or order under
which the request is made;
(4) Such information and documentation as is required by the contract’s
description of the basis for payment; and
(5) A certification by a Contractor official authorized to bind the Contractor, as
specified in paragraph (m) of this clause.
(m) Content of Contractor's certification. As required in paragraph (l)(5) of this
clause, the Contractor shall make the following certification in each request for
performance-based payment:
I certify to the best of my knowledge and belief that-
(1) This request for performance-based payment is true and correct; this request (and
attachments) has been prepared from the books and records of the Contractor, in
accordance with the contract and the instructions of the Contracting Officer;
(2) (Except as reported in writing on __________), all payments to subcontractors
and suppliers under this contract have been paid, or will be paid, currently, when due
in the ordinary course of business;
(3) There are no encumbrances (except as reported in writing on _________) against
the property acquired or produced for, and allocated or properly chargeable to, the
contract which would affect or impair the Government's title;
(4) There has been no materially adverse change in the financial condition of the
Contractor since the submission by the Contractor to the Government of the most
recent written information dated _____________; and
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
132
(5) After the making of this requested performance-based payment, the amount of all
payments for each deliverable item for which performance-based payments have been
requested will not exceed any limitation in the contract, and the amount of all
payments under the contract will not exceed any limitation in the contract.
(End of Clause)
I.17 52.223-99 ENSURING ADEQUATE COVID-19 SAFETY
PROTOCOLS FOR FEDERAL CONTRACTORS (OCT 2021)
(DEVIATION)
(a) Definition. As used in this clause - United States or its outlying areas means
(1) The fifty States;
(2) The District of Columbia;
(3) The commonwealths of Puerto Rico and the Northern Mariana Islands;
(4) The territories of American Samoa, Guam, and the United States Virgin Islands;
and
(5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island,
Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and
Wake Atoll.
(b) Authority. This clause implements Executive Order 14042, Ensuring Adequate
COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published
in the Federal Register on September 14, 2021, 86 FR 50985).
(c) Compliance. The Contractor shall comply with all guidance, including guidance
conveyed through Frequently Asked Questions, as amended during the performance of
this contract, for contractor or subcontractor workplace locations published by the Safer
Federal Workforce Task Force (Task Force Guidance) at
https:/www.saferfederalworkforce.gov/contractors/.
(d) Subcontracts. The Contractor shall include the substance of this clause, including
this paragraph (d), in subcontracts at any tier that exceed the simplified acquisition
threshold, as defined in Federal Acquisition Regulation 2.101 on the date of subcontract
award, and are for services, including construction, performed in whole or in part
within the United States or its outlying areas.
(End of Clause)
I.18 FAR 52.237-3 CONTINUITY OF SERVICES (JAN 1991)
(a) The Contractor recognizes that the services under this contract are vital to the
Government and must be continued without interruption and that, upon contract
expiration, a successor, either the Government or another contractor, may continue
them. The Contractor agrees to-
(1) Furnish phase-in training; and
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
133
(2) Exercise its best efforts and cooperation to effect an orderly and efficient
transition to a successor.
(b) The Contractor shall, upon the Contracting Officer’s written notice, (1) furnish
phase-in, phase-out services for up to 90 days after this contract expires and (2)
negotiate in good faith a plan with a successor to determine the nature and extent of
phase-in, phase-out services required. The plan shall specify a training program and a
date for transferring responsibilities for each division of work described in the plan,
and shall be subject to the Contracting Officer’s approval. The Contractor shall
provide sufficient experienced personnel during the phase-in, phase-out period to
ensure that the services called for by this contract are maintained at the required level
of proficiency.
(c) The Contractor shall allow as many personnel as practicable to remain on the job
to help the successor maintain the continuity and consistency of the services required
by this contract. The Contractor also shall disclose necessary personnel records and
allow the successor to conduct on-site interviews with these employees. If selected
employees are agreeable to the change, the Contractor shall release them at a
mutually agreeable date and negotiate transfer of their earned fringe benefits to the
successor.
(d) The Contractor shall be reimbursed for all reasonable phase-in, phase-out costs
(i.e., costs incurred within the agreed period after contract expiration that result from
phase-in, phase-out operations) and a fee (profit) not to exceed a pro rata portion of
the fee (profit) under this contract.
(End of Clause)
I.19 FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV
2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48
CFR Chapter 1) clause with an authorized deviation is indicated by the addition of
"(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any _____ [insert regulation name] (48
CFR _____) clause with an authorized deviation is indicated by the addition of
"(DEVIATION)" after the name of the regulation.
(End of Clause)
I.20 GSAM 552.203-71 RESTRICTION ON ADVERTISING (SEP
1999)
The Contractor shall not refer to this contract in commercial advertising or similar
promotions in such a manner as to state or imply that the product or service provided is
endorsed or preferred by the White House, the Executive Office of the President, or any
other element of the Federal Government, or is considered by these entities to be superior
to other products or services. Any advertisement by the Contractor, including price-off
coupons, that refers to a military resale activity shall contain the following statement:
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION I CONTRACT CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
134
“This advertisement is neither paid for nor sponsored, in whole or in part, by any element
of the United States Government.”
(End of Clause)
I.21 FAR 52.232-40 Providing Accelerated Payments to Small
Business Subcontractors (Mar 2023)
(a)
(1) In accordance with 31 U.S.C. 3903 and 10 U.S.C. 3801, within 15 days after
receipt of accelerated payments from the Government, the Contractor shall make
accelerated payments to its small business subcontractors under this contract, to
the maximum extent practicable and prior to when such payment is otherwise
required under the applicable contract or subcontract, after receipt of a proper
invoice and all other required documentation from the small business
subcontractor.
(2) The Contractor agrees to make such payments to its small business
subcontractors without any further consideration from or fees charged to the
subcontractor.
(b) The acceleration of payments under this clause does not provide any new rights
under the Prompt Payment Act.
(c) Include the substance of this clause, including this paragraph (c), in all
subcontracts with small business concerns, including subcontracts with small business
concerns for the acquisition of commercial products or commercial services.
(End of Clause)
I.22 GSAM 552.232-72 FINAL PAYMENT UNDER BUILDING
SERVICES CONTRACTS (MAR 2012)
Before final payment is made, the Contractor shall complete and furnish the Contracting
Officer with GSA Form 1142, Release of Claims, releasing all claims against the
Government relating to this contract, other than claims in stated amounts that are
specifically excepted by the Contractor from the release. If the Contractor’s claim to
amounts payable under the contract has been assigned under the Assignment of Claims
Act of 1940, as amended (31 U.S.C. 3727, 41 U.S.C. 15), a release may also be required
of the assignee.
(End of Clause)
(END OF SECTION I)
GSA ALLIANT 2 UNRESTRICTED GWAC
SECTION J - ATTACHMENTS
Alliant 2 GWAC Unrestricted Master Contract
135
SECTION J
ATTACHMENTS
SECTION J - LIST OF ATTACHMENTS
J-1 DoD Required Provisions and Clauses
J-2 Government Security Publications and Contractor Minimum Security
Requirements for Select Systems
J-3 Labor Category Descriptions and BLS Service Occupational Classifications
J-4 Contractor Labor Hour Pricing for Standard IT Service Labor Categories (Post
Award)
J-5 Performance Requirements Summary:
J-5.A Contractor Engagement PBA Program
J-5.B Small Business Subcontracting PBA Program
J-6 Transactional Data Reporting
J-7 Individual Small Business Contract Subcontracting Plan - Only applicable to
an other-than-small business Aliant 2 GWAC contractor
J-8 Website References in Alliant 2 GWAC
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
136
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS
AND CLAUSES
As referenced in Section I.1.1 Contract Clauses, the following agency specific
Department of Defense (DoD) provisions and clauses are provided for Task Orders
solicited and issued under the Master Contract.
Periodically during the term of the Master Contract, an update to this Attachment J-1
DoD Required Provisions and Clauses may be executed on the Master Contract via a
unilateral contract modification.
Updated as of: MARCH 2021
J-1.1 PROVISIONS
DFARS 252.203-7005, Representation Relating to Compensation of Former DOD
Officials (SEP 2022)
DFARS 252.204-7011 RESERVED
DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government
(DEC 2022)
DFARS 252.209-7008, Notice of Prohibition Relating to Organizational Conflict of
Interest Major Defense Acquisition Program (DEC 2010)
DFARS 252.215-7008, Only One Offer (DEC 2022)
DFARS 252.216-7002 - Alternate A, Time-and-Materials/Labor-Hour Proposal
RequirementsOther Than Commercial Item Acquisition with Adequate Price
Competition (JAN 2023)
DFARS 252.225-7003, Report of Intended Performance Outside the United States and
CanadaSubmission with Offer (OCT 2020)
DFARS 252.225-7020, Trade Agreements Certificate-Basic (NOV 2014)
DFARS 252.225-7031, Secondary Arab Boycott of Israel (JUN 2005)
DFARS 252.225-7035, Buy America Act- Free Trade Agreements Balance of Payment
Program Certificate Basic (DEC 2022)
DFARS 252.234-7001, Notice of Earned Value Management System (APR 2008)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
137
J-1.2 FULL TEXT PROVISIONS / REPRESENTATIONS AND
CERTIFICATIONS
Offeror must complete and return the following provisions with their DOD Task Order
proposal whenever responding to a DOD procurement requirement.
J-1.2.1 DFARS 252.204-7007, Alternate A, Annual Representations
and Certifications (MAY 2021)
Substitute the following paragraphs (b), (d), and (e) for paragraphs (b) and (d) of the
provision at FAR 52.204-8:
(b)(1) If the provision at FAR 52.204-7, System for Award Management, is included
in this solicitation, paragraph (e) of this provision applies.
(2) If the provision at FAR 52.204-7, System for Award Management, is not
included in this solicitation, and the Offeror has an active registration in the
System for Award Management (SAM), the Offeror may choose to use paragraph
(e) of this provision instead of completing the corresponding individual
representations and certifications in the solicitation. The Offeror shall indicate
which option applies by checking one of the following boxes:
___ (i) Paragraph (e) applies.
___ (ii) Paragraph (e) does not apply and the Offeror has completed the
individual representations and certifications in the solicitation.
(d)(1) The following representations or certifications in the SAM database are
applicable to this solicitation as indicated:
(i) 252.204-7016 , Covered Defense Telecommunications Equipment or
ServicesRepresentation. Applies to all solicitations.
(ii) 252.216-7008 , Economic Price AdjustmentWage Rates or Material Prices
Controlled by a Foreign Government. Applies to solicitations for fixed-price
supply and service contracts when the contract is to be performed wholly or in
part in a foreign country, and a foreign government controls wage rates or
material prices and may during contract performance impose a mandatory change
in wages or prices of materials.
(iii) 252.225-7042 , Authorization to Perform. Applies to all solicitations when
performance will be wholly or in part in a foreign country.
(iv) 252.225-7049 , Prohibition on Acquisition of Certain Foreign Commercial
Satellite ServicesRepresentations. Applies to solicitations for the acquisition of
commercial satellite services.
(v) 252.225-7050 , Disclosure of Ownership or Control by the Government of a
Country that is a State Sponsor of Terrorism. Applies to all solicitations expected
to result in contracts of $150,000 or more.
(vi) 252.229-7012 , Tax Exemptions (Italy)Representation. Applies to
solicitations and contracts when contract performance will be in Italy.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
138
(vii) 252.229-7013 , Tax Exemptions (Spain)Representation. Applies to
solicitations and contracts when contract performance will be in Spain.
(ix) 252.247-7022 , Representation of Extent of Transportation by Sea. Applies to
all solicitations except those for direct purchase of ocean transportation services
or those with an anticipated value at or below the simplified acquisition threshold.
(2) The following representations or certifications in SAM are applicable to this
solicitation as indicated by the Contracting Officer: [Contracting Officer check as
appropriate.]
___ (i) 252.209-7002 , Disclosure of Ownership or Control by a Foreign
Government.
___ (ii) 252.225-7000 , Buy AmericanBalance of Payments Program
Certificate.
___ (iii) 252.225-7020 , Trade Agreements Certificate.
___ Use with Alternate I.
___ (iv) 252.225-7031 , Secondary Arab Boycott of Israel.
___ (v) 252.225-7035 , Buy AmericanFree Trade AgreementsBalance of
Payments Program Certificate.
___ Use with Alternate I.
___ Use with Alternate II.
___ Use with Alternate III.
___Use with Alternate IV.
___ Use with Alternate V.
___ (vi) 252.226-7002 , Representation for Demonstration Project for Contractors
Employing Persons with Disabilities.
___ (vii) 252.232-7015 , Performance-Based PaymentsRepresentation.
(e) The Offeror has completed the annual representations and certifications
electronically via the SAM website at https://www.acquisition.gov/. After reviewing
the SAM database information, the Offeror verifies by submission of the offer that the
representations and certifications currently posted electronically that apply to this
solicitation as indicated in FAR 52.204-8(c) and paragraph (d) of this provision have
been entered or updated within the last 12 months, are current, accurate, complete,
and applicable to this solicitation (including the business size standard applicable to
the NAICS code referenced for this solicitation), as of the date of this offer, and are
incorporated in this offer by reference (see FAR 4.1201); except for the changes
identified below [Offeror to insert changes, identifying change by provision number,
title, date]. These amended representation(s) and/or certification(s) are also
incorporated in this offer and are current, accurate, and complete as of the date of this
offer.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
139
FAR/DFARS
Provision #
Title
Date
Change
Any changes provided by the offeror are applicable to this solicitation only, and do not
result in an update to the representations and certifications located in the SAM database.
(End of Provision)
J-1.2.2 DFARS 252.204-7019 Notice of NIST SP 800-171 DoD
Assessment Requirements (MAR 2022)
(a) Definitions.
“Basic Assessment”, “Medium Assessment”, and “High Assessment” have the
meaning given in the clause 252.204-7020, NIST SP 800-171 DoD Assessments.
“Covered contractor information system” has the meaning given in the clause
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident
Reporting, of this solicitation.
(b) Requirement. In order to be considered for award, if the Offeror is required to
implement NIST SP 800-171, the Offeror shall have a current assessment (i.e., not
more than 3 years old unless a lesser time is specified in the solicitation) (see
252.204-7020) for each covered contractor information system that is relevant to the
offer, contract, task order, or delivery order. The Basic, Medium, and High NIST SP
800-171 DoD Assessments are described in the NIST SP 800-171 DoD Assessment
Methodology located at
https://www.acq.osd.mil/asda/dpc/cp/cyber/safeguarding.html#nistSP800171 .
(c) Procedures.
(1) The Offeror shall verify that summary level scores of a current NIST SP 800-
171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is
specified in the solicitation) are posted in the Supplier Performance Risk System
(SPRS) () for all covered contractor information systems relevant to the offer.
(2) If the Offeror does not have summary level scores of a current NIST SP 800-
171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is
specified in the solicitation) posted in SPRS, the Offeror may conduct and submit
a Basic Assessment to for posting to SPRS in the format identified in paragraph
(d) of this provision.
(d) Summary level scores. Summary level scores for all assessments will be posted
30 days post-assessment in SPRS to provide DoD Components visibility into the
summary level scores of strategic assessments.
(1) Basic Assessments. An Offeror may follow the procedures in paragraph
(c)(2) of this provision for posting Basic Assessments to SPRS.
(i) The email shall include the following information:
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
140
(A) Cybersecurity standard assessed (e.g., NIST SP 800-171 Rev 1).
(B) Organization conducting the assessment (e.g., Contractor self-
assessment).
(C) For each system security plan (security requirement 3.12.4)
supporting the performance of a DoD contract
(1) All industry Commercial and Government Entity (CAGE) code(s)
associated with the information system(s) addressed by the system security
plan; and
(2) A brief description of the system security plan architecture, if more than
one plan exists.
(D) Date the assessment was completed.
(E) Summary level score (e.g., 95 out of 110, NOT the individual
value for each requirement).
(F) Date that all requirements are expected to be implemented (i.e., a
score of 110 is expected to be achieved) based on information gathered
from associated plan(s) of action developed in accordance with NIST
SP 800-171.
(ii) If multiple system security plans are addressed in the email described
at paragraph (d)(1)(i) of this section, the Offeror shall use the following
format for the report:
System
Security
Plan
CAGE Codes
supported by
this plan
Brief description
of the plan
architecture
Date of
assessment
Total
Score
Date score
of 110 will
achieved
(2) Medium and High Assessments. DoD will post the following Medium
and/or High Assessment summary level scores to SPRS for each system
assessed:
(i) The standard assessed (e.g., NIST SP 800-171 Rev 1).
(ii) Organization conducting the assessment, e.g., DCMA, or a specific
organization (identified by Department of Defense Activity Address Code
(DoDAAC)).
(iii) All industry CAGE code(s) associated with the information system(s)
addressed by the system security plan.
(iv) A brief description of the system security plan architecture, if more
than one system security plan exists.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
141
(v) Date and level of the assessment, i.e., medium or high.
(vi) Summary level score (e.g., 105 out of 110, not the individual value
assigned for each requirement).
(vii) Date that all requirements are expected to be implemented (i.e., a
score of 110 is expected to be achieved) based on information gathered
from associated plan(s) of action developed in accordance with NIST SP
800-171.
(3) Accessibility.
(i) Assessment summary level scores posted in SPRS are available to DoD
personnel, and are protected, in accordance with the standards set forth in
DoD Instruction 5000.79, Defense-wide Sharing and Use of Supplier and
Product Performance Information (PI).
(ii) Authorized representatives of the Offeror for which the assessment
was conducted may access SPRS to view their own summary level scores,
in accordance with the SPRS Software User’s Guide for
Awardees/Contractors available at
https://www.sprs.csd.disa.mil/pdf/SPRS_Awardee.pdf.
(iii) A High NIST SP 800-171 DoD Assessment may result in
documentation in addition to that listed in this section. DoD will retain and
protect any such documentation as “Controlled Unclassified Information
(CUI)” and intended for internal DoD use only. The information will be
protected against unauthorized use and release, including through the
exercise of applicable exemptions under the Freedom of Information Act
(e.g., Exemption 4 covers trade secrets and commercial or financial
information obtained from a contractor that is privileged or confidential).
(End of Provision)
J-1.2.3 DFARS 252.209-7006 Limitations on Contractors Acting as
Lead System Integrators (DEC 2022)
(a) Definitions. “Lead system integrator,” “lead system integrator with system
responsibility,” and “lead system integrator without system responsibility,” as used in
this provision, have the meanings given in the clause of this solicitation entitled
“Prohibited Financial Interests for Lead System Integrators” (DFARS 252.209-7007).
(b) General. Unless an exception is granted, no contractor performing lead system
integrator functions in the acquisition of a major system by the Department of
Defense may have any direct financial interest in the development or construction of
any individual system or element of any system of systems.
(c) Representations.
(1) The offeror represents that it does [ ] does not [ ] propose to perform this
contract as a lead system integrator with system responsibility.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
142
(2) The offeror represents that it does [ ] does not [ ] propose to perform this
contract as a lead system integrator without system responsibility.
(3) If the offeror answered in the affirmative in paragraph (c)(1) or (2) of this
provision, the offeror represents that it does [ ] does not [ ] have any direct
financial interest as described in paragraph (b) of this provision with respect to the
system(s), subsystem(s), system of systems, or services described in this
solicitation.
(d) If the offeror answered in the affirmative in paragraph (c)(3) of this provision, the
offeror should contact the Contracting Officer for guidance on the possibility of
submitting a mitigation plan and/or requesting an exception.
(e) If the offeror does have a direct financial interest, the offeror may be prohibited
from receiving an award under this solicitation, unless the offeror submits to the
Contracting Officer appropriate evidence that the offeror was selected by a
subcontractor to serve as a lower-tier subcontractor through a process over which the
offeror exercised no control.
(f) This provision implements the requirements of 10 U.S.C. 4292.
(End of Provision)
J-1.2.4 DFARS 252.209-7998, Representation Regarding
Conviction of a Felony Criminal Violation under any
Federal or State Law (Deviation 2012-O0007
(AUG 2023)
See Class Deviation 2012-O0007, Prohibition Against Contracting with
Corporations that Have a Felony Conviction, dated March 9, 2012.
Contracting officers shall include the provision at 252.209-7998 in all
solicitations that will use funds made available by Division H of the
Consolidated Appropriations Act, 2012, including solicitations for acquisition
of commercial items under FAR part 12, and shall apply the restrictions
included in the deviation. This deviation is effective beginning March 9,
2012, and remains in effect until incorporated in the FAR or DFARS or
otherwise rescinded.
(End of Provision)
J-1.2.5 DFARS 252.209-7999 Representation Regarding an
Unpaid Delinquent Tax Liability or a Felony
Conviction Under Any Federal Law (
Deviation 2012-
O0004) (AUG 2023)
See Class Deviation 2012-O0004, Prohibition Against Contracting with Corporations
That Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal
Law, dated January 23, 2012. Contracting officers shall include this provision in all
solicitations that will use funds made available by Division A of the Consolidated
Appropriations Act, 2012, including solicitations for acquisition of commercial items
under FAR part 12, and shall apply the restrictions included in the deviation. This
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
143
deviation is effective beginning January 23, 2012, and remains in effect until
incorporated in the FAR or DFARS or otherwise rescinded.
(End of Provision)
J-1.2.6 DFARS 252.217-7002, Offering Property for Exchange
(JUN 2012)
(a) The property described in item number ____________, is being offered in
accordance with the exchange provisions of 40 U.S.C. 503.
(b) The property is located at (insert address). Offerors may inspect the property
during the period (insert beginning and ending dates and insert hours during day).
(End of Provision)
J-1.2.7 DFARS 252.227-7017, Identification and Assertion of
Use, Release, or Disclosure Restrictions (JAN 2023)
As prescribed in 227.7104 (e)(2), or 227.7203-3 (a), use the following provision:
IDENTIFICATION AND ASSERTION OF USE, RELEASE, OR DISCLOSURE
RESTRICTIONS (JAN 2023)
(a) The terms used in this provision are defined in following clause or clauses
contained in this solicitation
(1) If a successful offeror will be required to deliver technical data, the Rights in
Technical DataOther Than Commercial Products and Commercial Services
clause, or, if this solicitation contemplates a contract under the Small Business
Innovation Research Program, the Rights in Other Than Commercial Technical
Data and Computer SoftwareSmall Business Innovation Research (SBIR)
Program clause.
(2) If a successful offeror will not be required to deliver technical data, the Rights
in Other Than Commercial Computer Software and Other Than Commercial
Computer Software Documentation clause, or, if this solicitation contemplates a
contract under the Small Business Innovation Research Program, the Rights in
Other Than Commercial Technical Data and Computer SoftwareSmall
Business Innovation Research (SBIR) Program clause.
(b) The identification and assertion requirements in this provision apply only to
technical data, including computer software documentation, or computer software to
be delivered with other than unlimited rights. For contracts to be awarded under the
Small Business Innovation Research Program, the notification and identification
requirements do not apply to technical data or computer software that will be
generated under the resulting contract. Notification and identification is not required
for restrictions based solely on copyright.
(c) Offers submitted in response to this solicitation shall identify, to the extent known
at the time an offer is submitted to the Government, the technical data or computer
software that the Offeror, its subcontractors or suppliers, or potential subcontractors
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
144
or suppliers, assert should be furnished to the Government with restrictions on use,
release, or disclosure.
(d) The Offeror's assertions, including the assertions of its subcontractors or suppliers
or potential subcontractors or suppliers, shall be submitted as an attachment to its
offer in the following format, dated and signed by an official authorized to
contractually obligate the Offeror:
Identification and Assertion of Restrictions on the Government's Use, Release, or
Disclosure of Technical Data or Computer Software.
The Offeror asserts for itself, or the persons identified below, that the Government's
rights to use, release, or disclose the following technical data or computer software
should be restricted:
Technical Data or
Computer
Software to be
Furnished with
Restrictions*
Basis for
Assertion**
Asserted Rights
Category***
Name of Person
Asserting
Restrictions****
(LIST)*****
(LIST)
(LIST)
(LIST)
*For technical data (other than computer software documentation) pertaining to items,
components, or processes developed at private expense, identify both the deliverable
technical data and each such item, component, or process. For computer software or
computer software documentation identify the software or documentation.
**Generally, development at private expense, either exclusively or partially, is the only
basis for asserting restrictions. For technical data, other than computer software
documentation, development refers to development of the item, component, or process to
which the data pertain. The Government's rights in computer software documentation
generally may not be restricted. For computer software, development refers to the
software. Indicate whether development was accomplished exclusively or partially at
private expense. If development was not accomplished at private expense, or for
computer software documentation, enter the specific basis for asserting restrictions.
***Enter asserted rights category (e.g., government purpose license rights from a prior
contract, rights in SBIR data generated under another contract, limited, restricted, or
government purpose rights under this or a prior contract, or specially negotiated licenses).
****Corporation, individual, or other person, as appropriate.
*****Enter “none” when all data or software will be submitted without restrictions.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
145
Date
_________________________________
Printed Name and Title
_________________________________
Signature
_________________________________
(End of identification and assertion)
(e) An offeror's failure to submit, complete, or sign the notification and identification
required by paragraph (d) of this provision with its offer may render the offer
ineligible for award.
(f) If the Offeror is awarded a contract, the assertions identified in paragraph (d) of
this provision shall be listed in an attachment to that contract. Upon request by the
Contracting Officer, the Offeror shall provide sufficient information to enable the
Contracting Officer to evaluate any listed assertion.
(End of Provision)
J-1.2.8 DFARS 252.227-7028, Technical Data or Computer Software
Previously Delivered to the Government (JUN 1995)
As prescribed in 227.7103-6(d), 227.7104(f)(2), or 227.7203-6(e), use the following
provision:
TECHNICAL DATA OR COMPUTER SOFTWARE PREVIOUSLY DELIVERED TO
THE GOVERNMENT (JUN 1995)
The Offeror shall attach to its offer an identification of all documents or other media
incorporating technical data or computer software it intends to deliver under this contract
with other than unlimited rights that are identical or substantially similar to documents or
other media that the Offeror has produced for, delivered to, or is obligated to deliver to
the Government under any contract or subcontract. The attachment shall identify
(a) The contract number under which the data or software were produced;
(b) The contract number under which, and the name and address of the
organization to whom, the data or software were most recently delivered or will
be delivered; and
(c) Any limitations on the Government's rights to use or disclose the data or
software, including, when applicable, identification of the earliest date the
limitations expire.
(End of Provision)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
146
J-1.2.9 DFARS 252.246-7005, Notice of Warranty Tracking of
Serialized Items (MAR 2016)
(a) Definitions. “Duration,” “enterprise”, “enterprise identifier,” “fixed
expiration,” “item type,” “serialized item,” “starting event,” “unique item
identifier,” “usage,” “warranty administrator,” “warranty guarantor,” and
“warranty tracking” are defined in the clause at 252.246-7006, Warranty Tracking
of Serialized Items.
(b) Reporting of data for warranty tracking and administration.
(1) The Offeror shall provide the information required by the attachment
entitled “Warranty Tracking Information” on each contract line item number,
subline item number, or exhibit line item number for warranted items with its
offer. Information required in the warranty attachment for each warranted
item shall include such information as duration, fixed expiration, item type,
starting event, usage, warranty administrator enterprise identifier, and
warranty guarantor enterprise identifier.
(2) The successful offeror will be required to provide the following
information no later than when the warranted items are presented for receipt
and/or acceptance, in accordance with the clause at 252.246-7006
(A) The unique item identifier for each warranted item required by the
attachment entitled “Warranty Tracking Information;” and
(B) All information required by the attachment entitled “Source of Repair
Instructions” for each warranted item.
(3) For additional information on warranty attachments, see the “Warranty
and Source of Repair” training and “Warranty and Source of Repair Tracking
User Guide” accessible on the Product Data Reporting and Evaluation
Program (PDREP) website at
https://www.pdrep.csd.disa.mil/pdrep_files/other/wsr.htm.
(End of Provision)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
147
J-1.3 CLAUSES INCORPORATED BY REFERENCE
DFARS 252.201-7000, Contracting Officer’s Representative (DEC 1991)
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD
Officials (SEP 2011)
DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-
Contract-Related Felonies (JAN 2023)
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
(DEC 2022)
DFARS 252.203-7003, Agency Office of the Inspector General (AUG 2019)
DFARS 252.203-7004, Display of Hotline Posters (JAN 2023)
DFARS 252.204-7000, Disclosure of Information (OCT 2016)
DFARS 252.204-7002, Payment for Contract Line or Subline Items Not Separately
Priced (APR 2020)
DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992)
DFARS 252.204-7004 Antiterrorism Awareness Training for Contractors (JAN 2023)
DFARS 252.204-7005 RESERVED.
DFARS 252.204-7006, Billing Instructions Cost Vouchers (MAY 2023)
DFARS 252.204-7007, Alternate A, Annual Representations and Certifications (MAY
2021)
DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident
Reporting (JAN 2023)
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation
Support (JAN 2023)
DFARS clause 252.204-7021, Cybersecurity Maturity Model Certification Requirements
(JAN 2023)
DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders
(JUN 2023)
DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the
Government of a Country that is a State Sponsor of Terrorism (MAY 2019)
DFARS 252.209-7007, Prohibited Financial Interests for Lead System Integrators (DEC
2022)
DFARS 252.209-7009, Organizational Conflict of Interest-Major Defense Acquisition
Program (MAY 2019)
DFARS 252.211-7003, Item Unique Identification and Valuation (JAN 2023)
DFARS 252.211-7006, RESERVED
DFARS 252.211-7007, Reporting of Government-Furnished Property (MAR 2022)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
148
DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (SEP 2010)
DFARS 252.215-7000, RESERVED
DFARS 252.215-7002, Cost Estimating System Requirements (DEC 2012)
DFARS 252.215-7009, Proposal Adequacy Checklist (MAR 2023)
DFARS 252.216-7004, Award Fee Reduction or Denial for Jeopardizing the Health or
Safety of Government Personnel (SEP 2011)
DFARS 252.216-7006, RESERVED
DFARS 252.216-7009, Allowability of Legal Costs Incurred in Connection With a
Whistleblower Proceeding (DEC 2022)
DFARS 252.217-7001, Surge Option (DEC 2018) (applicable to Order Only if Surge
Option will be required)
DFARS 252.219-7003, Small Business Subcontracting Plan (DOD Contracts) - Basic
(DEC 2019)
DFARS 252.219-7003, Alternate I (DEC 2019)
DFARS 252.219-7011, Notification to Delay Performance (JUN 1998)
DFARS 252.222-7002, Compliance with Local Labor Laws (Overseas) (JUN 1997)
DFARS 252.222-7006, Restrictions on the Use of Mandatory Arbitration Agreements
(JAN 2023)
DFARS 252.223-7004, Drug Free Work Force (SEP 1988)
DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or
Hazardous MaterialsBasic (SEP 2014)
DFARS 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023)
DFARS 252.225-7001, Buy American Act and Balance of Payments Program-Basic
(DEC 2017)
DFARS 252.225-7002, Qualifying Country Sources As Subcontractors (MAR 2022)
DFARS 252.225-7003, Report of Intended Performance Outside the United States and
CanadaSubmission with Offer (OCT 2020)
DFARS 252.225-7004, Report of Intended Performance Outside the United States and
CanadaSubmission after Award (OCT 2020)
DFARS 252.225-7005, Identification of Expenditures in the United States (JUN 2005)
DFARS 252.225-7012, Preference for Certain Domestic Commodities (APR 2022)
DFARS 252.225-7013, Duty-Free Entry (DEC 2022)
DFARS 252.225-7021, Trade Agreements - Basic (JAN 2023)
DFARS 252.225-7048, Export Controlled Items (JUN 2013)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
149
DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic
Enterprises, and Native Hawaiian Small Business Concerns (JAN 2023)
DFARS 252.227-7013, Rights in Technical Data Other Than Commercial Products
and Commercial Services (MAR 2023)
DFARS 252.227-7014, Rights in Other Than Commercial Computer Software and Other
Than Commercial Computer Software Documentation (MAR 2023)
DFARS 252.227-7015, Technical Data - Commercial Products and Commercial Services
(MAR 2023)
DFARS 252.227-7016, Rights in Bid or Proposal Information (JAN 2023)
DFARS 252.227-7019, Validation of Asserted Restrictions - Computer Software (JAN
2023)
DFARS 252.227-7020, Rights In Data-Special Works (JUN 1995)
DFARS 252.227-7025, Limitations on the Use or Disclosure of Government-Furnished
Information Marked with Restrictive Legends (JAN 2023)
DFARS 252.227-7027, Deferred Ordering Of Technical Data or Computer Software
(APR 1988)
DFARS 252.227-7030, Technical Data Withholding of Payment (MAR 2000)
DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data (JAN
2023)
DFARS 252.231-7000, Supplemental Cost Principles (DEC 1991)
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving
Reports (DEC 2018)
DFARS 252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023)
DFARS 252.232-7007, Limitation of Government’s Obligation (APR 2014)
DFARS 252.232-7010, Levies on Contract Payments (DEC 2006)
DFARS 252.239-7000, Protection Against Compromising Emanations (OCT 2019)
DFARS 252.239-7001, Information Assurance Contractor Training and Certification
(JAN 2008)
DFARS 252.239-7010, Cloud Computing Services (JAN 2023)
DFARS 252.239-7018, Supply Chain Risk (DEC 2022)
DFARS 252.242-7004, Material Management and Accounting System (MAY 2011)
DFARS 252.242-7005, Contractor Business Systems (FEB 2012)
DFARS 252.242-7006, Accounting System Administration (FEB 2012)
DFARS 252.243-7001, Pricing of Contract Modifications (DEC 1991)
DFARS 252.243-7002, Requests for Equitable Adjustment (DEC 2022)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
150
DFARS 252.244-7000, Subcontracts for Commercial Products or Commercial Services
(JAN 2023)
DFARS 252.244-7001, Contractor Purchasing System Administration-Basic (MAY
2014)
DFARS 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished
Property (APR 2012)
DFARS 252.245-7002, Reporting Loss of Government Property (JAN 2021)
DFARS 252.245-7003, Contractor Property Management System Administration (APR
2012)
DFARS 252.245-7004, Reporting, Reutilization, and Disposal (DEC 2017)
DFARS 252.246-7000, RESERVED
DFARS 252.246-7001, Warranty of Data - Basic (MAR 2014)
DFARS 252.246-7003, Notification of Potential Safety Issues (JAN 2023)
DFARS 252.246-7006, Warranty Tracking of Serialized Items (MAR 2016)
DFARS 252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance
System (JAN 2023)
DFARS 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the
Cost Bearer (JAN 2023)
DFARS 252.247-7023, Transportation of Supplies by Sea Basic (JAN 2023)
DFARS 252.247-7024 RESERVED.
DFARS 252.249-7002, Notification of Anticipated Contract Termination or Reduction
(DEC 2022)
DFARS 252.251-7000, Ordering from Government Supply Sources (AUG 2012)
J-1.4 DFARS CLAUSES INCORPORATED BY FULL TEXT
DFARS 252.204-7020-NIST SP 800-171 DoD Assessment Requirements (JAN 2023)
DFARS 252.204-7021, Cybersecurity Maturity Model Certification Requirements (JAN
2023)
DFARS 252.216-7006 RESERVED
DFARS 252.219-7003, Small Business Subcontracting Plan (DOD Contracts) (DEC
2019) Alternate I (DEC 2019)
DFARS 252.222-7000, Restrictions on Employment of Personnel (MAR 2000)
DFARS 252.225-7040, Contractor Personnel Supporting U.S. Armed Forces Deployed
Outside the United States (OCT 2015)
DFARS 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors
Outside the United States (JUN 2015)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-1 - DOD REQUIRED PROVISIONS AND CLAUSES
Alliant 2 GWAC Unrestricted Master Contract
151
DFARS 252.239-7010, Cloud Computing Services (JAN 2023)
Provisions and clauses provided by reference can be viewed on
https://www.acquisition.gov/.
Class Deviations may be viewed on
http://www.acq.osd.mil/dpap/dars/class_deviations.html
(End of Attachment J-1)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-2 - GOVERNMENT SECURITY PUBLICATIONS AND
CONTRACTOR MINIMUM SECURITY REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
152
ATTACHMENT J-2 - GOVERNMENT SECURITY
PUBLICATIONS AND CONTRACTOR MINIMUM
SECURITY REQUIREMENTS FOR SELECT
SYSTEMS
The Government requires that information technology solutions meet Federal security
standards. The security requirements of government sensitive data and information
technology (IT) resources, including awardees, contractors, subcontractors, lessors,
suppliers and manufacturers are located in Section H.7 SAFEGUARDING SENSITIVE
DATA AND INFORMATION TECHNOLOGY RESOURCES. Additional security
requirements, standards and specifications may be provided at the Task level and the
contractors must understand certain Security Publications so that contractors are prepared
to comply if encountered at the Task level. Furthermore, the Government requires that
Contractors ensure a minimal level of security for certain select systems as outlined in
this document.
J-2.1 FEDERAL SECURITY STANDARDS AT THE TASK LEVEL
Contractors entering into an agreement for services at the Task Order level to the General
Services Administration (GSA) and/or its Federal customers shall be contractually
subject to all GSA and Federal IT Security standards, policies, and reporting
requirements. The Contractor shall meet and comply with all GSA IT Security Policies
and all applicable GSA and NIST standards and guidelines, and other Government-wide
laws and regulations for protection and security of Information Technology. All GSA
Contractors must comply with the GSA policies referenced within the GSA IT Security
Policy that are listed under Section H.7
J-2.1.1 Safeguarding Sensitive Data and Information Technology
Resources
Contractors are also required to comply with Federal Information Processing Standards
(FIPS), the “Special Publication 800 series” guidelines published by NIST, and the
requirements of FISMA.
FAR 52.204-21 (NOV 2021) Basic Safeguarding of Covered Contractor
Information Systems
Federal Information Security Management Act (FISMA) of 2002.
Clinger-Cohen Act of 1996 also known as the “Information Technology
Management Reform Act of 1996.”
Privacy Act of 1974 (5 U.S.C. § 552a).
Homeland Security Presidential Directive (HSPD-12), “Policy for a Common
Identification Standard for Federal Employees and Contractors”, August 27, 2004.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-2 - GOVERNMENT SECURITY PUBLICATIONS AND
CONTRACTOR MINIMUM SECURITY REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
153
Office of Management and Budget (OMB) Circular A-130, “Management of
Federal Information Resources”, and Appendix III, “Security of Federal
Automated Information Systems”, as amended.
OMB Memorandum M-04-04, “E-Authentication Guidance for Federal
Agencies.”
FIPS PUB 199, “Standards for Security Categorization of Federal Information
and Information Systems.”
FIPS PUB 200, “Minimum Security Requirements for Federal Information and
Information Systems.”
FIPS PUB 140-2, “Security Requirements for Cryptographic Modules.”
NIST Special Publication 800-18 Rev 1, “Guide for Developing Security Plans
for Federal Information Systems.”
NIST Special Publication 800-30, Risk Management Guide for Information
Technology Security Risk Assessment Procedures for Information Technology
Systems.”
NIST Special Publication 800-34, Contingency Planning Guide for Information
Technology Systems.”
NIST Special Publication 800-37, Revision 1, “Guide for the Security
Certification and Accreditation of Federal Information Systems.”
NIST Special Publication 800-47, “Security Guide for Interconnecting
Information Technology Systems.”
NIST Special Publication 800-53 Revision 3, “Recommended Security Controls
for Federal Information Systems.”
NIST Special Publication 800-53A, “Guide for Assessing the Security Controls in
Federal Information Systems.”
J-2.1.2 Cloud Computing Security Requirements for the
Department of Defense (DOD) and the Defense Information
Systems Agency (DISA)
For those Task Orders issued under DOD/DISA, Program Managers (PMs) or Federal
Service Manager (FSMs) must implement any cloud computing services in accordance
with DISA provided in the Cloud Computing Security Requirements Guide (SRG) found
at the DoD Cloud Computing Security Website (See Attachment J-8 Website References).
Prior to contract award, all commercially provided cloud services must have a DoD
Provisional Authorization granted by DISA. Prior to operational use, all cloud services
must have an Authority to Operate granted by the PM/FSM’s Authorizing Official.
PMs/FSMs that acquire or use cloud services remain responsible for ensuring that end to
end security and computer network defense requirements are met.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-2 - GOVERNMENT SECURITY PUBLICATIONS AND
CONTRACTOR MINIMUM SECURITY REQUIREMENTS
Alliant 2 GWAC Unrestricted Master Contract
154
J-2.1.3 Information Security Policies, Procedures, and Practices
In addition to being able to perform in accordance to the referenced publications as
required at the Task level for sensitive data and information technology (IT) resources, a
contractor must ensure that the contractor's information security policies, procedures, and
practices applicable to all information systems it owns or operates which contain,
transmit, or process information provided by or generated for the Government to support
the operations and assets of a Federal agency (“Federal Information”), which may be
reasonably contemplated to be used during the performance of this contract, meet, at a
minimum, the requirements of the security control baseline for Low-Impact information
systems (in the most current version of NIST Special Publication 800-53), or conform to
the requirements commercial standards that provide a substantially equivalent or greater
level of security.
NOTE: This attachment is not a requirement for the Contractor to submit a System
Security Plan for these systems, or for the government to provide Assessment and
Authorization or Authorization to Operate for the contractor’s systems which
contain, transmit, or process Federal Information.
(End of Attachment J-2)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
155
ATTACHMENT J-3 - ALLIANT 2 LABOR
CATEGORIES AND BLS SERVICE
OCCUPATIONAL CLASSIFICATIONS
J-3.1 BACKGROUND
Alliant 2 labor categories have been mapped to the Office of Management and Budget’s
(OMB) Standard Occupational Classification (SOC) for which the Bureau of Labor
Statistics (BLS) maintains compensation data. Labor categories are further subdivided by
knowledge/skill level. Definitions of these knowledge/skill levels are as follows:
JUNIOR: Applies fundamental concepts, processes, practices, and procedures on
technical assignments. Performs work that requires practical experience and
training. Work is performed under supervision.
JOURNEYMAN: Possesses and applies expertise on multiple complex work
assignments. Assignments may be broad in nature, requiring originality and
innovation in determining how to accomplish tasks. Operates with appreciable
latitude in developing methodology and presenting solutions to problems.
Contributes to deliverables and performance metrics where applicable.
SENIOR: Possesses and applies a comprehensive knowledge across key tasks
and high impact assignments. Plans and leads major technology assignments.
Evaluates performance results and recommends major changes affecting short-
term project growth and success. Functions as a technical expert across multiple
project assignments. May supervise others.
SUBJECT MATTER EXPERT (SME): Provides technical/management
leadership on major tasks or technology assignments. Establishes goals and plans
that meet project objectives. Has domain and expert technical knowledge. Directs
and controls activities for a client, having overall responsibility for financial
management, methods, and staffing to ensure that technical requirements are met.
Interactions involve client negotiations and interfacing with senior management.
Decision-making and domain knowledge may have a critical impact on overall
project implementation. May supervise others.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
156
J-3.2 INDIVIDUAL LABOR CATEGORIES
The following individual labor categories correspond to a single SOC Number, Title, and
Functional Description.
Table 12 - Individual Labor Categories
Labor ID #
Business Intelligence Analyst
101
Junior Business Intelligence Analyst
102
Journeyman Business Intelligence Analyst
103
Senior Business Intelligence Analyst
104
SME - Business Intelligence Analyst
SOC No.
SOC Title and Functional Description
15-1199.08
Business Intelligence Analyst - Plan, direct, or coordinate activities in
such fields as electronic data processing, information systems, systems
analysis, and computer programming.
Labor ID #
Computer and Information Research Scientist
111
Junior Computer and Information Research Scientist
112
Journeyman Computer and Information Research Scientist
113
Senior Computer and Information Research Scientist
114
SME - Computer and Information Research Scientist
SOC No.
SOC Title and Functional Description
15-1111.00
Computer and Information Research Scientist - Conduct research into
fundamental computer and information science as theorists, designers,
or inventors. Develop solutions to problems in the field of computer
hardware and software.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
157
Labor ID #
Computer and Information Systems Manager
121
Junior Computer and Information Systems Manager
122
Journeyman Computer and Information Systems Manager
123
Senior Computer and Information Systems Manager
124
SME - Computer and Information Systems Manager
SOC No.
SOC Title and Functional Description
11-3021.00
Computer and Information Systems Manager - Plan, direct, or
coordinate activities in such fields as electronic data processing,
information systems, systems analysis, and computer programming.
Labor ID #
Computer Hardware Engineer
131
Junior Computer Hardware Engineer
132
Journeyman Computer Hardware Engineer
133
Senior Computer Hardware Engineer
134
SME - Computer Hardware Engineer
SOC No.
SOC Title and Functional Description
17-2061.00
Computer Hardware Engineer - Research, design, develop, or test
computer or computer-related equipment for commercial, industrial,
military, or scientific use. May supervise the manufacturing and
installation of computer or computer-related equipment and
components.
Labor ID #
Computer Network Architect
141
Junior Computer Network Architect
142
Journeyman Computer Network Architect
143
Senior Computer Network Architect
144
SME - Computer Network Architect
SOC No.
SOC Title and Functional Description
15-1143.00
Computer Network Architect - Design and implement computer and
information networks, such as local area networks (LAN), wide area
networks (WAN), intranets, extranets, and other data communications
networks. Perform network modeling, analysis, and planning. May also
design network and computer security measures. May research and
recommend network and data communications hardware and software.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
158
Labor ID #
Computer Network Support Specialist
151
Junior Computer Network Support Specialist
152
Journeyman Computer Network Support Specialist
153
Senior Computer Network Support Specialist
154
SME - Computer Network Support Specialist
SOC No.
SOC Title and Functional Description
15-1152.00
Computer Network Support Specialist - Analyze, test, troubleshoot,
and evaluate existing network systems, such as local area network
(LAN), wide area network (WAN), and Internet systems or a segment
of a network system. Perform network maintenance to ensure
networks operate correctly with minimal interruption.
Labor ID #
Computer Operator
161
* Junior Computer Operator
162
* Journeyman Computer Operator
163
Senior Computer Operator
164
SME - Computer Operator
SOC No.
SOC Title and Functional Description
43-9011.00
Computer Operator - Monitor and control electronic computer and
peripheral electronic data processing equipment to process business,
scientific, engineering, and other data according to operating
instructions. Monitor and respond to operating and error messages.
May enter commands at a computer terminal and set controls on
computer and peripheral devices.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
159
Labor ID #
Computer Programmer
171
Junior Computer Programmer
172
Journeyman Computer Programmer
173
Senior Computer Programmer
174
SME - Computer Programmer
SOC No.
SOC Title and Functional Description
15-1131.00
Computer Programmer - Create, modify, and test the code, forms, and
script that allow computer applications to run. Work from
specifications drawn up by software developers or other individuals.
May assist software developers by analyzing user needs and
designing software solutions. May develop and write computer
programs to store, locate, and retrieve specific documents, data, and
information.
Labor ID #
Computer Systems Analyst
181
Junior Computer Systems Analyst
182
Journeyman Computer Systems Analyst
183
Senior Computer Systems Analyst
184
SME - Computer Systems Analyst
SOC No.
SOC Title and Functional Description
15-1121.00
Computer Systems Analyst - Analyze science, engineering, business,
and other data processing problems to implement and improve
computer systems. Analyze user requirements, procedures, and
problems to automate or improve existing systems and review
computer system capabilities, workflow, and scheduling limitations.
May analyze or recommend commercially available software.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
160
Labor ID #
Computer Systems Engineer/Architect
191
Junior Computer Systems Engineer/Architect
192
Journeyman Computer Systems Engineer/Architect
193
Senior Computer Systems Engineer/Architect
194
SME - Computer Systems Engineer/Architect
SOC No.
SOC Title and Functional Description
15-1199.02
Computer Systems Engineer/Architect - Design and develop
solutions to complex applications problems, system administration
issues, or network concerns. Perform systems management and
integration functions.
Labor ID #
Computer User Support Specialist
201
* Junior Computer User Support Specialist
202
Journeyman Computer User Support Specialist
203
Senior Computer User Support Specialist
204
SME - Computer User Support Specialist
SOC No.
SOC Title and Functional Description
15.1151.00
Computer User Support Specialist - Provide technical assistance to
computer users. Answer questions or resolve computer problems for
clients in person, or via telephone or electronically. May provide
assistance concerning the use of computer hardware and software,
including printing, installation, word processing, electronic mail, and
operating systems.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
161
Labor ID #
Data Warehousing Specialist
211
Junior Data Warehousing Specialist
212
Journeyman Data Warehousing Specialist
213
Senior Data Warehousing Specialist
214
SME - Data Warehousing Specialist
SOC No.
SOC Title and Functional Description
15-1199.07
Data Warehousing Specialist - Design, model, or implement corporate
data warehousing activities. Program and configure warehouses of
database information and provide support to warehouse users.
Labor ID #
Database Administrator
221
Junior Database Administrator
222
Journeyman Database Administrator
223
Senior Database Administrator
224
SME - Database Administrator
SOC No.
SOC Title and Functional Description
15-1141.00
Database Administrator - Administer, test, and implement computer
databases, applying knowledge of database management systems.
Coordinate changes to computer databases. May plan, coordinate, and
implement security measures to safeguard computer databases.
Labor ID #
Database Architect
231
Junior Database Architect
232
Journeyman Database Architect
233
Senior Database Architect
234
SME - Database Architect
SOC No.
SOC Title and Functional Description
15-1199.06
Database Architect - Design strategies for enterprise database systems
and set standards for operations, programming, and security. Design and
construct large relational databases. Integrate new systems with existing
warehouse structure and refine system performance and functionality.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
162
Labor ID #
Document Management Specialist
241
Junior Document Management Specialist
242
Journeyman Document Management Specialist
243
Senior Document Management Specialist
244
SME - Document Management Specialist
SOC No.
SOC Title and Functional Description
15-1199.12
Document Management Specialist- Implement and administer
enterprise-wide document management systems and related
procedures that allow organizations to capture, store, retrieve, share,
and destroy electronic records and documents.
Labor ID #
Geographic Information Systems Technician
251
* Junior Geographic Information Systems Technician
252
Journeyman Geographic Information Systems Technician
253
Senior Geographic Information Systems Technician
254
SME - Geographic Information Systems Technician
SOC No.
SOC Title and Functional Description
15-1199.05
Geographic Information Systems Technician - Assist scientists,
technologists, or related professionals in building, maintaining,
modifying, or using geographic information systems (GIS) databases.
May also perform some custom application development or provide
user support.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
163
Labor ID #
Geospatial Information Scientist and Technologist
261
Junior Geospatial Information Scientist and Technologist
262
Journeyman Geospatial Information Scientist and Technologist
263
Senior Geospatial Information Scientist and Technologist
264
SME - Geospatial Information Scientist and Technologist
SOC No.
SOC Title and Functional Description
15-1199.04
Geospatial Information Scientist and Technologist - Research or develop
geospatial technologies. May produce databases, perform applications
programming, or coordinate projects. May specialize in areas such as
agriculture, mining, health care, retail trade, urban planning, or military
intelligence.
Labor ID #
Information Security Analyst
271
Junior Information Security Analyst
272
Journeyman Information Security Analyst
273
Senior Information Security Analyst
274
SME - Information Security Analyst
SOC No.
SOC Title and Functional Description
15-1122.00
Information Security Analyst - Plan, implement, upgrade, or monitor
security measures for the protection of computer networks and
information. May ensure appropriate security controls are in place that
will safeguard digital files and vital electronic infrastructure. May
respond to computer security breaches and viruses.
Labor ID #
Information Technology Project Manager
281
Junior Information Technology Project Manager
282
Journeyman Information Technology Project Manager
283
Senior Information Technology Project Manager
284
SME - Information Technology Project Manager
SOC No.
SOC Title and Functional Description
15-1199.09
Information Technology Project Manager - Plan, initiate, and manage
information technology (IT) projects. Lead and guide the work of
technical staff. Serve as liaison between business and technical aspects
of projects. Plan project stages and assess business implications for each
stage. Monitor progress to assure deadlines, standards, and cost targets
are met.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
164
Labor ID #
Management Analyst
291
Junior Management Analyst
292
Journeyman Management Analyst
293
Senior Management Analyst
294
SME - Management Analyst
SOC No.
SOC Title and Functional Description
13-1111.00
Management Analyst - Conduct organizational studies and evaluations,
design systems and procedures, conduct work simplification and
measurement studies, and prepare operations and procedures manuals to
assist management in operating more efficiently and effectively.
Includes program analysts and management consultants.
Labor ID #
Network and Computer Systems Administrator
301
Junior Network and Computer Systems Administrator
302
Journeyman Network and Computer Systems Administrator
303
Senior Network and Computer Systems Administrator
304
SME - Network and Computer Systems Administrator
SOC No.
SOC Title and Functional Description
15-1142.00
Network and Computer Systems Administrator - Install, configure, and
support an organization's local area network (LAN), wide area network
(WAN), and Internet systems or a segment of a network system.
Monitor network to ensure network availability to all system users and
may perform necessary maintenance to support network availability.
May monitor and test Web site performance to ensure Web sites operate
correctly and without interruption. May assist in network modeling,
analysis, planning, and coordination between network and data
communications hardware and software. May supervise computer user
support specialists and computer network support specialists. May
administer network security measures.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
165
Labor ID #
Software Developer, Applications
311
Junior Software Developer, Applications
312
Journeyman Software Developer, Applications
313
Senior Software Developer, Applications
314
SME - Software Developer, Applications
SOC No.
SOC Title and Functional Description
15-1132.00
Software Developer, Applications - Develop, create, and modify general
computer applications software or specialized utility programs. Analyze
user needs and develop software solutions. Design software or
customize software for client use with the aim of optimizing operational
efficiency. May analyze and design databases within an application area,
working individually or coordinating database development as part of a
team. May supervise computer programmers.
Labor ID #
Software Developer, Systems Software
321
Junior Software Developer, Systems Software
322
Journeyman Software Developer, Systems Software
323
Senior Software Developer, Systems Software
324
SME - Software Developer, Systems Software
SOC No.
SOC Title and Functional Description
15-1133.00
Software Developer, Systems Software - Research, design, develop, and
test operating systems-level software, compilers, and network
distribution software for medical, industrial, military, communications,
aerospace, business, scientific, and general computing applications. Set
operational specifications and formulate and analyze software
requirements. May design embedded systems software. Apply principles
and techniques of computer science, engineering, and mathematical
analysis.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
166
Labor ID #
Software Quality Assurance Engineer and Tester
331
Junior Software Quality Assurance Engineer and Tester
332
Journeyman Software Quality Assurance Engineer and Tester
333
Senior Software Quality Assurance Engineer and Tester
334
SME - Software Quality Assurance Engineer and Tester
SOC No.
SOC Title and Functional Description
15.1199.01
Software Quality Assurance Engineer and Tester - Develop and execute
software test plans in order to identify software problems and their
causes.
Labor ID #
Technical Writer
341
Junior Technical Writer
342
Journeyman Technical Writer
343
Senior Technical Writer
344
SME - Technical Writer
SOC No.
SOC Title and Functional Description
27-3042.00
Technical Writer - Write technical materials, such as equipment
manuals, appendices, or operating and maintenance instructions. May
assist in layout work.
Labor ID #
Telecommunications Engineering Specialist
351
Junior Telecommunications Engineering Specialist
352
Journeyman Telecommunications Engineering Specialist
353
Senior Telecommunications Engineering Specialist
354
SME - Telecommunications Engineering Specialist
SOC No.
SOC Title and Functional Description
15-1143.01
Telecommunications Engineering Specialist - Design or configure voice,
video, and data communications systems. Supervise installation and
post-installation service and maintenance.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
167
Labor ID #
Telecommunications Equipment Installer and Repairer
361
* Junior Telecommunications Equipment Installer and Repairer
362
Journeyman Telecommunications Equipment Installer and Repairer
363
Senior Telecommunications Equipment Installer and Repairer
364
SME - Telecommunications Equipment Installer and Repairer
SOC No.
SOC Title and Functional Description
49-2022.00
Telecommunications Equipment Installer and Repairer - Install, set-up,
rearrange, or remove switching, distribution, routing, and dialing
equipment used in central offices or headend. Service or repair
telephone, cable television, Internet, and other communications
equipment on customers' property. May install communications
equipment or communications wiring in buildings.
Labor ID #
Training and Development Specialist
371
Junior Training and Development Specialist
372
Journeyman Training and Development Specialist
373
Senior Training and Development Specialist
374
SME - Training and Development Specialist
SOC No.
SOC Title and Functional Description
13-1151.00
Training and Development Specialist - Design and conduct training and
development programs to improve individual and organizational
performance. May analyze training needs.
Labor ID #
Video Game Designer
381
Junior Video Game Designer
382
Journeyman Video Game Designer
383
Senior Video Game Designer
384
SME - Video Game Designer
SOC No.
SOC Title and Functional Description
15-1199.11
Video Game Designer - Design core features of video games. Specify
innovative game and role-play mechanics, story lines, and character
biographies. Create and maintain design documentation. Guide and
collaborate with production staff to produce games as designed.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-3 - ALLIANT 2 LABOR CATEGORIES AND BLS
Alliant 2 GWAC Unrestricted Master Contract
168
Labor ID #
Web Administrator
391
Junior Web Administrator
392
Journeyman Web Administrator
393
Senior Web Administrator
394
SME - Web Administrator
SOC No.
SOC Title and Functional Description
15-1199.03
Web Administrator - Manage web environment design, deployment,
development, and maintenance activities. Perform testing and quality
assurance of web sites and web applications.
Labor ID #
Web Developer
401
Junior Web Developer
402
Journeyman Web Developer
403
Senior Web Developer
404
SME - Web Developer
SOC No.
SOC Title and Functional Description
15-1134.00
Web Developer - Design, create, and modify Web sites. Analyze user
needs to implement Web site content, graphics, performance, and
capacity. May integrate Web sites with other computer applications.
May convert written, graphic, audio, and video components to
compatible Web formats by using software designed to facilitate the
creation of Web and multimedia content.
* The estimated direct labor rate for the above labor categories are marked with an
asterisk and are expected not to exceed the dollar thresholds indicated in 29 CFR
541.400 General Rule for Computer Employees; therefore, DOL’s Service Contract
Labor Standards may apply.
(End of Attachment J-3)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-4 CONTRACTOR LABOR HOUR PRICING FOR STANDARD
IT SERVICE LABOR CATEGORIES
Alliant 2 GWAC Unrestricted Master Contract
169
ATTACHMENT J-4 CONTRACTOR LABOR HOUR
PRICING FOR STANDARD IT SERVICE LABOR
CATEGORIES
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5 - PERFORMANCE REQUIREMENTS SUMMARY (PRS)
Alliant 2 GWAC Unrestricted Master Contract
170
ATTACHMENT J-5 - PERFORMANCE REQUIREMENTS SUMMARY (PRS)
Table 13 - Performance Requirements Summary
#
Performance
Objective
Applicability
Performance Standard
* Acceptable Quality
Level (AQL)
Surveillance
Method
Performance Incentive
1
Contractor
Engagement based
on Participation and
Production
Standards results in
providing effective
competition to
federal agencies
and viable
Proposals with
alternative best-
value solutions to
choose from in their
award decision.
C.7 PWS;
F.7.1
Performance-
based
Acquisition
Deliverables;
H.19.
Contractor
Engagement;
J-5.A Ratings
and Contract
Remedies.
A) Participation: Three
Proposals per single
contract year for all
base and Option years
when meeting
Production Standards.
B) Production:
Cumulative Total
Dollar Value when
meeting Participation
Standard:
Year 1 = None
Year 2 = $ 3M
Year 3 = $ 8M
Year 4 = $20M
Year 5 = $32M
Option Years = $32M
(Static through years 6
to 10)
A) Participation: Year 1 =
33% = One proposal. All
other AQLs vary year-to-
year, plus/minus three
Proposals, dependent
upon Production dollars
earned.
B) Production: AQL
rating with minimum
three Participation credits:
Year 1 = 0.0% = $0.0.
All other AQLs vary year-
to-year, based on
exceeding Production
dollars and Participation
credits earned in each
evaluated year.
A & B) Annual
audit when
Satisfactory or
above rating.
Frequently if in a
Marginal
Performing or Non-
performing rating.
A & B) Positive: Rated as a
Contractor in a Performing
Status. Positive assessment
on this deliverable in
CPARS or another contract
performance assessment
report.
A & B) Negative: Rated as
a Contractor in a
Nonperforming Status
Negative: Deficiency
Notice, Cure Notice, and/or
Contract Termination (if
not cured) pursuant to
Attachment J-5.A.
* NOTES ON PERFORMANCE OBJECTIVE 1:
(a) AQLs are based upon 30 or more Opportunities per year for contract years 2 through 10, and 10 Opportunities for year one.
(b) AQLs are determined based upon a combination of Participation credits in the evaluated year and cumulative Production total dollars
awarded.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5 - PERFORMANCE REQUIREMENTS SUMMARY (PRS)
Alliant 2 GWAC Unrestricted Master Contract
171
#
Performance
Objective
Applicability
Performance Standard
* Acceptable Quality
Level (AQL)
Surveillance
Method
Performance Incentive
2
Small Business
Subcontracting
Goals Achieved
G.22.1
Minimum
Subcontracting
Goals.
J-5.B Ratings.
Incremental increase
per interim reporting
period leading to
overall 50% SB
Subcontracting Goals.
80% of the total small
business goal at year five
through ten for a
“Satisfactory” rating and
Contractor efforts as noted
in Attachment J-5.B.
Twice Annually
reviewing
Contractor
reporting.
Positive: Higher CPARS or
another contract
performance assessment
report rating based on
meeting goals.
Negative: Lower CPARS
or another contract
performance assessment
report ratings.
(End of Attachment)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
172
ATTACHMENT J-5.A - CONTRACTOR ENGAGEMENT
PERFORMANCE-BASED EVALUATION PROGRAM RATINGS
J-5.A.1 DEFINITION OF CONTRACTOR ENGAGEMENT
Contractor Engagement is defined as the Contractor’s continual involvement within the
Master Contract as measured and assessed by the stated Participation and Production
Standards: submitting responsible Task Order Proposals and winning Task Order
Awards, respectively. This is further described in this Attachment J-5. Contractor
Engagement is a critical PBA contractual requirement and an evaluated critical
performance assessment element throughout the entire Base term and Option periods of
this Master Contract.
The Contractor’s total proposal submission count, Participation, and Total Dollar Value
(defined below) from Task Order awards, Production, will be continually monitored,
annually assessed and rated as a performance standard under the Contract Engagement
PBA evaluation element in the Government CPARS or another contract performance
assessment report. Those Contract Engagement CPARS evaluation Standards are
described in this section, and their combined rating tables are outlined and explained
within this Attachment J-5.A.
“Obligations” and “Commitments” definition: Obligation of funds results from an
awarded Task Order with bona fide needs existing during a given period. At time of
award, it is initially and typically the first year’s Base term; however, possibly less than
or more than a full year term depending on the agency’s appropriation category chosen to
fund the Task Order). Obligations will require the Government to make payments to the
Contractor during that period. Commitment of funds, however, recognizes future
transactions on a pre-obligation basis, typically the remaining unobligated years/periods
of the Base Term and the Option term(s) at time of Task Order award. All Committed
funds are not guaranteed to be expended for the Government’s future purchase of
services, e.g., exercising Task Order Options.
Total Dollar Value definition: For the exclusive purpose of the Production metrics, the
Total Dollar Value of a Task Order awarded to the GWAC Prime Contractor on the
official award document, is defined as the estimated monetary value of the Base Task
Order term plus all Task Order Option terms, if any, as indicated on the original award
document as of the effective date of Task Order award. Therefore, the Total Dollar Value
may include the sum of any combination of both Obligations and Commitments for
purposes of crediting Production to the Contractor Engagement requirement.
Additional elements apply to this Contractor Engagement definition of Total Dollar
Value:
The potential estimated dollar value from the Option to Extend Services clause,
FAR 52.217-8, shall not be considered into Total Dollar Value.
Funding Task Order Modifications to either obligate new funds or deobligate
funds do not change Total Dollar Values that were indicated on the original award
document. (See above for definition.)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
173
As part of the Master Contract Performance Work Statement, the following terms and
conditions shall apply.
J-5.A.2 CONTRACTOR PARTICIPATION THROUGH PROPOSAL
SUBMISSION
Participation is a measured and assessed performance-based contract Outcome, as
indicated above in this Attachment J-5 Performance Requirements Summary (PRS) and
this Attachment J-5.A of this Master Contract.
Goals of Participation - The primary Goals of Participation in Contractor Engagement
are (1) to provide federal agencies with responsibly prepared Contractor Proposals in
response to every Request for Proposal/Request for Quote (RFP/RFQ), either sole
sourced or competitively issued under the Master Contract so to help provide viable
solutions to agencies’ integrated IT services requirements, and (2) to promote, provide,
and ensure that those federal agencies employing the GSA GWAC are consistently
receiving adequate and effective competition in response to their RFPs/RFQs.
Contractors submitting proposals (Participation) in response to official Task Order
Requests, also referred to as Solicitations and RFPs/RFQs, significantly contribute
toward meeting Federal Government Procurement Objectives not only by allowing for
price competition, but also by offering high-quality IT services solutions and alternate
solutions for the Government to consider in satisfying their expressed IT procurement
requirements. The Government is seeking the best-value solution that can best achieve
that critical Objective through competition generating multiple Contractor technical and
price/cost Offers.
J-5.A.2.1 Definition of Participation
For purposes of the Master Contract Section C.7.1, H.19, and Attachments J-5 and J-5.A,
Participation is defined exclusively as the act of the Contractor submitting responsible,
meaningful and viable technical and cost/price Offers or Quotes (proposals) in response
to an agency’s official Task Order RFP/RFQ issued off of the Master Contract. Each
proposal submitted, including any proposal revisions, will be counted as one
Participation credit earned toward a single contract year. Participation credits will be
earned when a Contractor’s proposal is submitted in response to an agency’s:
(1) Competitively solicited RFP/RFQ;
(2) Sole Source solicited RFP/RFQ, and;
(3) Multiphase/multi-step RFP/RFQ.
Submitting a proposal on an agency’s multiphase/multi-step RFPs/RFQs will be credited
exclusively under the following conditions:
Participation Credit for Proposals under a Multiphase Solicitation
Effective July 1, 2021, Contract Year 4, Participation Credit can be earned under a
Multiphase Solicitation as follows:
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
174
(a) The Contractor had responded to an agency’s official solicitation an RFP/RFQ,
which included the selection procedures in the solicitation indicating the
multiphase evaluation approach;
(b) Price or cost was considered as one of the evaluation factors in the selection
decision;
(c) A receipt of a Government advisory notice stating the contractor was not
considered as a viable offeror for an award, and advising the contractor not to
participate in subsequent phases;
(d) A notification of a Government-initiated down-selection that resulted in the
exclusion of the Contractor from further consideration within a solicitation for a
Task Order in advance of subsequent phases prior to award; and
(e) The Contractor provides verification to the GWAC ACO of the multiphase
solicitation, proposal and down selection outcomes to support earning the
Participation credit. Participation is credited on the date the agency states in their
solicitation (or amended solicitation) as the due date or deadline for Government
receipt of Contractor Proposals.
NOTICE:
i. A Voluntary down selection situation is defined as a Contractor who
makes its own decision to withdraw or exclude itself from further
consideration. Therefore, a Voluntary down selection after phase/step one of the
official solicitation with a Government advisory notice (as delineated in (c)),
will be considered for Participation credit, beginning in contract year four and
continuing during subsequent contract years.
ii. A Mandatory down selection situation is defined as a Contractor who is
being excluded by the Government from further consideration. Therefore, a
Mandatory down selection after phase/step one of the official solicitation will be
considered for Participation credit, beginning in contract year four and
continuing during subsequent contract years.
iii. Additionally, there are other types of multiphase solicitations including
an Advisory multi-step process, see FAR 15.202. In this scenario, the
Government publishes a presolicitation notice that provides a general
description of the scope or purpose of the Task Order and invites potential
Offerors to submit information that allows the ordering agency to advise the
Offerors about their potential to be viable competitors. The Government
evaluates all responses and advises each respondent in writing either that it will
be invited to participate in the resultant Task Order or, based on the contractor’s
information submitted, that it is unlikely to be a viable competitor. Regardless of
the Government’s advice, the Contractor may still participate in the resultant
Task Order even when the Government’s response is negative. Therefore,
Offerors responding to a presolicitation notice (not to be confused with an
official RFP/RFQ containing a voluntary down-select, multi-step/phase) will not
receive a participation credit.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
175
Procurement Task Order Cancellation
(a) If a pre-award Task Order procurement is officially withdrawn or cancelled for
any reason beyond the Contractor’s control subsequent to the Contractor’s
proposal submission to the agency, Participation credit to the Contractor will
remain. The Contractor must provide verification to the GWAC ACE.
(b) If a post-award Task Order is officially Terminated for Convenience,
Participation credit originally earned by the Contractor will remain. The
Contractor must provide verification to the GWAC ACO.
Contractor Participation reporting requirements are referenced in Section G.20.1 GWAC
Data Calls.
Participation is a contractually mandatory annual requirement assessed and rated for
each single contract year beginning on the Master Contract anniversary date of the
Notice-to-proceed (also referred to as award date. No other Contractor Activities,
including all those listed below in Attachment J-5.A.2.2, shall fall under this Master
Contract’s specific definition for Participation. The GSA GWAC Program will not
reimburse the Contractor’s Contractor Engagement costs for any Activities resulting or
arising from Participation and Production.
Opportunity defined: GSA will occasionally refer to an agency’s official RFP/RFQ in this
Master Contract as well as throughout their public communications using various forms
of media as a Government procurement “opportunity” for a Contractor to respond by
submitting a proposal. Therefore, the term Opportunity or Opportunities is used
interchangeably with a Task Order issuing agency’s (or agencies’) official RFP(s) or
RFQ(s) in this context.
J-5.A.2.2 Definition of What is Not Participation
While many other types of focused Contractor actions, activities, processes, and
transactional services mentioned below may be required by the Contractor toward
ultimately achieving Participation critical standards, they are not considered measurable
performance-based contract Outcomes. Thus, they are not performance rated elements for
the Master Contract.
What is not Participation Participation in Contractor Engagement, as defined in this
Master Contract, does not include Contractor activities, listed below, for purposes of
crediting or assessing required performance Participation Standards.
(a) Responding to an agency’s Request for Information (RFI) or Draft RFPs/Draft
RFQs, including providing the Government with any response to RFI questions to
industry, Contractor Capability Statements or Rough Order of Magnitude (ROM)
submissions for purposes of an agency RFI.
NOTE: Any RFI, including an RFI requesting capability statements, an RFI
requesting a ROM, or any combination of requests as part of the RFI are agency
market research techniques to help refine the Government’s requirement prior to
soliciting for a given Task Order. Therefore, these contractor submissions to RFIs
are not considered proposal responses to official RFPs/RFQs.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
176
(b) Reviewing/Studying agency Task Order RFPs/RFQs.
(c) Any investment of company resources into Capture Management activities,
including the creation of Bid & Proposals.
(d) Subcontracting/teaming with other GWAC Contractors who are awarded Task
Orders because Participation credit is exclusively considered with the awarded
prime contractor.
(e) Leading potential agency clients’ information technology services procurement
requirements to the GSA GWAC Program.
(f) All marketing and sales activities expended to promote the GWAC Program, such
as:
Creating and implementing GSA GWAC marketing campaigns.
Building relationships with potential agency clients.
Driving potential agency client demand to the GSA GWAC vehicle.
Tradeshows attendance promoting GSA GWAC vehicle.
Attending GSA Customer Outreach meetings and conferences.
Training Contractor company personnel to market GSA GWAC.
All other Contractor marketing activities for the GSA GWAC.
(g) Contractor employee personnel attending various GSA sponsored
seminars/webinars on GSA GWAC Program topics or attending non-government
training programs.
(h) Registering, attending and/or working in collaborative Government-Contractor
working groups to improve and facilitate GSA GWAC program performance.
(i) Attending or contributing to any GSA GWAC related Special Industry Groups or
Shared Interest Groups (SIG).
(j) Complying with any requirement listed under Section F.7.2 Non-Performance-
based Acquisition Deliverables, including responding to GSA reporting ad hoc
data calls.
(k) Unsolicited sole source bid, proposal, or capability statement.
(l) Any other Contractor Activities not mentioned above that is performed prior to
submitting a proposal in response to an agency official RFP/RFQ under this
Master Contract.
Consequently, should the Contractor not achieve the annual Participation standards
within the given AQLs, the Government will not consider merely engaging in any of the
activities noted in the above list of What is not Participation as an acceptable level of
performance in lieu of satisfactorily meeting the terms of the Contractor Engagement
requirements of the Master Contractor.
J-5.A.2.3 Master Contract Participation Requirement for Number of Annual
Proposal Submissions
The performance standard for Participation establishes the performance level required by
the Government. The Standard for Participation is three (3) technical/price Proposals
submitted per contract year. Therefore, the Contractor shall Participate in the Master
Contract’s Task Order proposal process by submitting a minimum of three (3)
technical/price Proposals, or by submitting a minimum of ten percent (10%) of all agency
Task Order Opportunities, whichever figure is lower, per Contract Year. When applying
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
177
Production dollars earned from Task Order awards into the combined Participation and
Production evaluated ratings, however, AQLs may affect the minimum number of
Proposals required in a single contract year, higher or lower, in order for the Contractor
to earn a minimum of a satisfactory performance rating.
As an example, when the Standard number of Proposals might be reduced from the
required ten percent of Opportunities: If there are 50 official RFPs/RFQs competitively
offered via Fair Opportunity to the Alliant 2 Contractors in Year X, calculate 10% x 50 =
5 Proposals. Because only a minimum of three proposals is required, and three is less
than five proposals (or 10%), three becomes that single contract year proposal
requirement.
Conversely, as an example, if there are only 20 RFPs/RFQs in Year Y, calculate 10% x
20 = 2 Proposals. Therefore, because 10% is less than three in this scenario, a minimum
of 2 Proposals becomes the single contract year Offer/Quote Contractor requirement.
Participation is an Annually Recurring Standard: Participation performed in earlier
Master Contract years at any number above the minimum number required cannot
overflow so to be counted as Participation in future Contract years. Participation is
always reset to zero annually on the first day of the succeeding contract year anniversary
date of award. Thus, if the Contractor engages in submitting more than the minimum
number of Proposals required in one year, the number of Proposals submitted above the
previous year’s required minimum number will not flow over as a Participation credit
into the following year.
Acceptable Quality Levels for Participation: The AQL establishes a maximum allowable
variation from the performance standard. Although the performance standard does not
change for Participation, the acceptable quality level (AQL) does change based upon the
Contractor’s performance in meeting or exceeding the given Production standards for the
respective contract year. Therefore, AQLs will ultimately determine the adjusted
minimum number of annual Proposals required in a single contract year to earn a
favorable rating (Satisfactory, Very Good or Excellent) to a number above three or below
three.
Additionally, should conditions outside the control of the GSA GWAC Program
impacting the Contractor, such as the IT federal marketplace negatively changes resulting
in Opportunities dropping below the 10 percent threshold in any single year, the
following Terms and Conditions will apply:
If less than 30 Opportunities: Any number equal to or less than 29 RFPs/RFQs
competitively offered in a single contract year shall require a minimum of two proposals
in that contract year.
If less than 20 Opportunities: Any number equal to or less than 19 RFPs/RFQs
competitively offered in a single contract year shall require a minimum of one proposal in
that contract year.
If less than 10 Opportunities: Any number equal to or less than 9 RFPs/RFQs
competitively offered in a single contract year will not require any minimum number of
proposals in that contract year.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
178
The AQLs for Contractor Engagement are detailed in this Attachment J-5. A.
Timing of Crediting Participation: Participation is credited on the date the agency states
in their solicitation (or amended solicitation) as the due date or deadline for Government
receipt of Contractor Proposals.
J-5.A.3 CONTRACTOR PRODUCTION THROUGH TASK ORDER
AWARDS
Production is contractually a mandatory measured and assessed performance-based
contract desired Outcome, as detailed in this Master Contract.
J-5.A.3.1 Definition of Production
For purposes of Master Contract Section H.19 and this Attachment J-5, Production is the
Total Dollar Value, as defined above, of a GWAC Prime Contractor’s awarded Task
Orders based upon the award date of the individual Task Order.
Production is credited as a result of a Contractor winning Task Order awards based on its
proposal submissions made with agency acceptance and executed award in response to
the agency IT requirements issued under this Master Contract. Production credit will be
earned for a Contractor’s winning Task Orders whether awarded in response to an
agency’s competitively solicited RFP/RFQ or in response to an agency’s Sole Source
solicited RFP/RFQ.
Modifications do not change Total Dollar Values: Any Task Order Modifications issued
subsequent to the originally awarded Task Order Effective Date will not be considered
for crediting additional procurement dollars to the originally earned Production Total
Dollar Value. Alternatively, the affected dollar value from any Task Order Modifications
issued subsequent to the Task Order Effective Date reducing the Total Dollar Value,
including a partial or full Task Order Termination for Convenience and/or a partial or full
Task Order No-Cost Settlement Agreement will not be debited from the originally earned
Production Total Dollar Value. And the affected dollar value of any Task Order Option
period(s) not exercised will not be debited from the originally earned Production Total
Dollar Value. In short, the original Total Dollar Value noted as of the Effective Date of
the Task Order original award document will not change from any Modifications, with
the exception of a Task Order Termination for Default as further mentioned below.
Timing of Crediting Production: Production is credited subsequent to the Task order
award date.
Production dollars shall not be considered or credited to the Contractor’s performance
under the following conditions:
1) On any Day Outside the Single Contract Year the Task Order Award is Executed
- For example, if the third single contract year’s final day is April 30th and the
Task Order award is executed on May 1st, Production will not be credited to
contract year three; however, it will be credited to the 4th contract year; or,
2) On any Day During the Agency’s Pre-award Phase or Prior to the Official
Executed Award Date of the Task Order - For example, any type of written or oral
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
179
apparent successful Offeror notice will not be considered as an executed award;
or,
3) Post Award Protest Disposition Rescinding Contractor’s Award – Should the
Contractor initially win the award and resulting Production credit but the award is
subsequently rescinded pursuant to a post-award Protest decision, the credit
originally granted for Production will be subsequently removed. (The
Participation credit, however, would remain.) Conversely, however, the
Contractor might receive a Production credit sooner than the exact date of an
award in the event a Post Award Protest disposition results in a decision that
reinstates the Task Order issuing agency’s initial award decision in favor of the
protested Contractor.
In the event that any Task Order that is subsequently cancelled by a Termination for
Default from the issuing agency, Production will be removed. Thus, the Total Dollar
Value will be subtracted from the Contractor’s cumulative Production value.
Participation credit originally earned for submitting the proposal, however, will not be
removed, and therefore remain a Participation credit under the contract year earned.
J-5.A.3.2 Minimum Number of Task Orders to Achieve the Production Cumulative
Standard
Production is a Cumulative Standard from Contract Year to Contract Year: Production is
a cumulative Contractor Engagement measurement. Unlike Participation, Production is
not reset to zero annually; however, there are minimum performance-based Standards set
annually. Those annual Standards are cumulative Production Standards, which includes
all prior year Production values gained from previously awarded Task Orders, if any.
Minimum Number of Task Orders Required: The Contractor must produce a minimum of
one or more Task Orders in order to meet or exceed the required awarded Total Dollar
Value Production Standards of Task Orders stated below. As illustrated below, there are
no PBA standards set for the number of Task Order awards beyond winning one award,
beginning in contract year two.
The Production Standards are set for each single contract year as a cumulative figure in
terms of Total Dollar Value obligated and committed (inclusive of Option terms).
Although contract year one of the Base term has an AQL of zero percent (0.0%),
Production Standards are established for purposes of earning more favorable CPARS or
another contract performance assessment report ratings. It is acceptable for the Contractor
to win as many or as few Task Order awards over the term of the Master Contract as
needed to meet the cumulative Production Standards with the conditions that the
Contractor (1) meet the minimum Participation Standards for each single contract year
that correlates with the accompanying earned Production value, and (2) each individual
Task Order Total Dollar Value is greater than the SAT.
J-5.A.3.3 Production Standards by Contract Year
The following performance-based requirements are the Government’s annual Production
Standards presented on a cumulative basis. For example, in contract year four, $20
million in Production represents a summation of 48 months of Task Order awards. It
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
180
does not represent the total Production Standard for the single contract year number four.
There are no PBA standards set for the number of Task Order awards above one award
beginning in contract year two.
Table 14 CY1-5 Cumulative Production Standards
Master Contract
Base Term Years
Required
Dollars
Minimum Total # of
TOs (Cumulative)
1
$0
0
2
$3,000,000
1
3
$8,000,000
1
4
$20,000,000
1
5
$32,000,000
1
Table 15 - CY6-10 Cumulative Production Standards
Master Contract
Option Term Years
Required
Dollars
Minimum Total # of TOs
(Cumulative)
6
$32,000,000
1
7
$32,000,000
1
8
$32,000,000
1
9
$32,000,000
1
10
$32,000,000
1
Attaining cumulative Production Standards alone does not ensure an acceptable
performance for the Contractor Engagement PBA requirement. Each year’s Production
Standard has a corresponding performance-based combined Participation/Production
AQL dependent upon the number of Offers submitted, as detailed and depicted in this
Attachment J-5.A.
1) 12 Months of Total Production after Notice-to-Proceed, which is the Master
Contract Modified Contract Award Date
Starting from the date of the Master Contract Notice-to-proceed (also referred to
as “contract award” in this Master Contract) through the end of the first contract
year, there are no minimum number of Task Order awards required, and
accordingly there are no mandatorily required Production dollar Standards set.
However, in order to earn a better than Satisfactory CPARS rating for the first
year, a Contractor must, produce a minimum of One Task Order award of $1
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
181
million or greater Total Dollar Value, provided that the Contractor also earns a
minimum of three Participation credits. See below table illustrating the Standards.
2) 24 Months of Total Production after Contract Award
Starting from the date of the Master Contract award through end of the second
contract year, a minimum of One Task Order should have been awarded to the
Contractor. Additionally, a minimum awarded value of $3 million Total Dollar
Value from one or more Task Orders within the first 24 months following
contract award.
3) 36 Months of Total Production after Contract Award
A minimum value of $8 million Total Dollar Value from one or more Task Orders
within the first three-years of the Master Contract base term.
4) 48 Months of Total Production after Contract Award
A minimum value of $20 million Total Dollar Value from one or more Task
Orders within the first four-years of the Master Contract base term.
5) 60 Months of Total Production after Contract Award (Conclusion of Base
Contract Term)
A minimum value of $32 million Total Dollar Value from one or more Task
Orders within the first five-years of the Master Contract base term.
No further increased minimum Total Dollar Values above $32 million in total Production
are established as required performance standards for purposes of the Contractor
Engagement ratings during the Option periods; however, annual minimum Participation
is always required throughout the Option periods.
No Exceptions provided to the cumulative Production Standards: The minimum annual
Production Standards are firmly set as stated above and do not change for any single
contract year unless through contract Modification, which would only be considered by
the GSA GWAC PCO under conditions of unforeseeable changes in the federal IT
marketplace. (See Attachment J-5.A.5 ADDITIONAL TERMS AND CONDITIONS FOR
CHANGES TO CONTRACTOR ENGAGEMENT STANDARDS AND AQLs for details.)
For performance-based evaluation purposes only, the annually established Production
Standards, however, includes an AQL for specified contract years that allows the
Contractor to earn an acceptable performance rating (Satisfactory or higher) when
minimum dollar value Standards are not achieved if Participation credits earned meets or
exceeds the standards. The combination of Production and Participation AQLs changes
contract year to contract year; therefore, this scenario does not apply to every contract
year.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
182
J-5.A.4 ANNUAL RATING ASSESSMENTS AND PERFORMANCE
STATUS DETERMINATIONS
J-5.A.4.1 Annual Rating Assessments
Each single contract year begins exactly on the anniversary date of the Notice-to-proceed
(Effective Date) and is a full 12 months in length ending on the anniversary date of the
following year of the Master Contract. The Master Contract anniversary date is
established on a date independent from the Government fiscal year, Contractor fiscal
year, or the calendar year.
Adjectival Rating Descriptions: There are six adjectival ratings
established, which includes two possible Performance status levels given with
Marginal ratings. One of the following six adjectival ratings is periodically
assigned to the Contractor based on the Contractor’s performance under the
Contractor Engagement PBA requirement.
1) Satisfactory Performance meets contractual Contractor Engagement
requirements and might exceed some to the Government’s benefit with no
significant weakness identified. The Contractor performed well and meets
contractual requirements. The GSA considers a contractor assessed as
Satisfactory to be in good standing under the Master Contract.
2) Very Good Performance meets contractual Contractor Engagement
requirements and exceeds some to the Government’s benefit with no significant
weaknesses identified.
3) Excellent Performance meets contractual Contractor Engagement requirements
and exceeds to the highest level for the Government’s benefit with no weaknesses
identified.
4) Marginal in a Performing Status - Performance does not meet an acceptable
level of contractual Contractor Engagement requirements and recovery might be
likely in a timely manner. This rating reflects a performance problem and requires
a Government approved Corrective Action Plan.
5) Marginal in a Non-Performing Status - Performance does not meet an
acceptable level contractual Contractor Engagement requirements and recovery is
not likely in a timely manner. This rating reflects a serious performance problem.
The Contractor’s proposed corrective actions appear ineffective, or were not fully
implemented, or did not meet requirements as indicated in the Definition of a
Contractor in a Nonperforming status. Further corrective actions may no longer
be made available to the Contractor.
6) Unsatisfactory - Performance does not meet any level of contractual Contractor
Engagement requirements and recovery is no longer possible.
Each contract year is assessed independently from the previous contract year if the
Contractor’s rating was a Satisfactory, Very Good or Excellent; thus, those three
favorable ratings can change only once per year, if they warranted. However,
Performance status on a Marginal rating can change to a higher or lower level at any time
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
183
within the current or subsequent contract year, depending on the progress or regress of
the Contractor’s monitored performance.
Initial ratings for the Contractor’s performance level and Performance Status for a
completed single contract year will be determined by the GSA GWAC ACO within 30
days into the subsequent contract year. The GWAC ACO will notify the Contractor as
soon as practicable if an unfavorable Marginal or Unsatisfactory rating is initially
assessed. Additionally, final performance ratings for each contract year will be entered
into the CPARS annually under the Master Contract’s Contractor Engagement evaluation
element within approximately 120 days into the subsequent contract year.
J-5.A.4.2 Definition of a Contractor in a Performing Status
When the Contractor meets or exceeds the minimum combination of Participation and
Production Standards earning a Satisfactory or higher rating within the stated time
frames, the Government determines the Contractor to be in a Performing status for that
contract year. There are terms and conditions indicated in this Attachment J-5.A, where a
Contractor receiving a Marginal rating is determined to be either (a) Marginal in a
Performing status or (b) a Marginal in a Nonperforming status.
J-5.A.4.3 Definition of a Contractor in a Nonperforming Status
Unsatisfactory: When the Contractor does not meet the minimum combination of
Participation and Task Order Production performance-based requirements Standards
within the acceptable AQL resulting in earning an Unsatisfactory rating within the stated
time frames commencing twelve (12) months from the Effective Date and annually
thereafter, the Government determines the Contractor to be in a Nonperforming status.
An Unsatisfactory rating is always considered a rating in a Nonperforming status.
Marginal/Nonperforming: When the Contractor does not meet the minimum combination
of Participation and Task Order Production performance-based requirements Standards
within the acceptable AQL plus additional conditions detailed in this Attachment J-5.A
resulting in a Marginal rating at any time within a single contract year, the Government
determines the Contractor to be in a Marginal Nonperforming status in that contract year.
J-5.A.4.4 Contract Remedies for Contractor Engagement
Should the Government rate the Contractor below the set AQL, i.e., Unsatisfactory or
Marginal, for any single contract year, Government contract remedies will be invoked in
accordance with this Master Contract.
J-5.A.5 Additional Terms and Conditions for Changes to Contractor
Engagement Standards and AQLs
At any time during the term of the Master Contract, the GSA GWAC PCO may consider
downwardly adjusting the Standards and/or AQLs for any part of the Contractor
Engagement requirements in the event that unforeseeable changes to the federal IT
marketplace detrimentally affect the marketability of this Master Contract to GSA’s
client federal agencies.
If the GSA GWAC PCO determines that a change is in the best interest of the
Government to appropriately relax any of the PBA requirements, a unilateral contract
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
184
Modification will be issued to all contractors under the Master Contract, adjusting the
Standards and/or AQLs of Participation and/or Production. Changes to the Contractor
Engagement requirement will not be considered based upon individual preferences of the
Contractor or group preferences of the contractors under this Master Contract.
J-5.A.6 Contractor Engagement Summary
Contractor Engagement is a contractually mandatory PBA requirement incorporated into
the Performance Work Statement of the Master Contract with the overall objective of
providing Task Order issuing agencies effective competition for IT services (Section
C.7.1). This in turn contributes to the overall achievement of the agency’s federal
acquisition standards and goals.
There are many other needed processes, actions and implementation factors (including
inputs, activities, and outputs), which may be taken by the Contractor prior to attaining
contractually defined Participation and Production outputs, such as responding to RFIs
and other various activities listed under J-5.A.2.2. The Government does not mandate
what activities in which the Contractor should invest and does not specify how the
Contractor should reach the Government’s desired end-results because Contractor
Engagement is a performance-based acquisition requirement. Although many of those
other Activities are considered important steps necessary to ultimately achieve the
mandatory Participation and Production Standards via submitting responsible Proposals
and winning one or more Task Order awards, those other activities are not considered
measurable activities in terms of Contractor Engagement performance-based contract
outcomes.
J-5.A.7 Performance Ratings and Government Remedies
This J-5.A.7 Section applies exclusively to the Contractor Engagement critical PBA
element and describes the performance ratings to be determined by the GSA Government
Contracting Officer in two separate sections, a narrative description and a table-format
depiction. Adjectival ratings levels are identical in both the narrative and table sections.
Those ratings will also serve as the Government’s procedure for issuing the respective
CPARS annual Interim and Final ratings. For any Task Orders awarded off the Master
Contract, CPARS ratings are independently and individually produced by the agency that
issued the Task Order.
All Satisfactory, Very Good, and Excellent ratings issued are annually assessed ratings
and can change or remain the same from contract year to contract year. For example,
ratings can rise should performance improve from a Marginal rating in a Performing
status up to a Satisfactory or higher rating in a Performing status; or conversely, ratings
can fall should performance diminish from any rating between Excellent in a Performing
status down to an Unsatisfactory in a Nonperforming status. However, should an
Unsatisfactory be issued for any single contract year, specifically in this evaluation
element, on any year during the entire term of this Master Contract, it will result in a
conclusive rating of Unsatisfactory for performance on the GSA Master Contract,
independent from any open or closed Task Orders that previously may have been issued.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
185
J-5.A.7.1 Narrative Description of Contractor Outcomes
SATISFACTORY, VERY GOOD OR EXCELLENT OUTCOME: When the Contractor
meets or exceeds the minimum combination of Participation and Task Order Production
performance-based requirements Standards earning a Satisfactory or higher rating within
the stated time frames, the Contractor is determined to be in a Performing status for the
single contract year assessed and rated. Satisfactory is always considered an acceptable
rating.
UNSATISFACTORY OR MARGINAL OUTCOME: Should the Government rate the
Contractor to be (1) Unsatisfactory, or (2) Marginal/Performing, or (3)
Marginal/Nonperforming as determined by the GSA audit Participation and Production
review, Government Contract Remedies will be invoked in accordance to one of the
following actions:
PERFORMING AND NONPERFORMING STATUS DETERMINATIONS:
1. Any performance-based rating equal to or above a Satisfactory level is determined
to be in a Performing status. A contractor in a Performing status at these levels is
meeting or exceeding Government Contractor Engagement performance
requirements for the contract year assessed. The Government considers that a
Satisfactory rating is an acceptable and favorable rating to earn.
2. Any performance-based rating at Marginal will be determined as either a
Contractor in a Performing status or a Nonperforming status depending upon the
conditions mentioned below. Therefore, a Marginal rating might result in the
Government’s enforcement of Contract Remedies.
1. A Marginally rated Contractor in a Performing status shall be required to
produce an acceptable Corrective Action Plan to the GSA GWAC
Administrative Contracting Officer (ACO) within 30 calendar days of
ACO notification. If the Contractor is determined to be Marginal in the
Contractor Engagement evaluation element, receiving a Marginal rating
for the first time in any single contract year among any of the single
contract years within the entire Base and Option term of the Master
Contract, it will be initially considered a Contractor in a Performing
status, e.g., Marginal in a Performing status. The Contractor will be
monitored and evaluated periodically at a higher frequency, more than
once within the single contract year, until the deficiency is resolved per
the Government approved Corrective Action Plan, and the Contractor’s
rating reaches a minimum performance level of Satisfactory.
2. The Contractor rated Marginal in a Performing status might be converted
down to a Marginal in a Nonperforming status at any time within a single
contract year if triggered by one these following conditions:
(1) Not submitting an acceptable Corrective Action Plan within 30
calendar days of ACO notification;
(2) Not diligently performing according to the Government approved
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
186
Corrective Action Plan; or,
(3) Earning a Marginal rating for any two consecutive contract years
during the Base and/or Optional term of the Master Contract.
Any single one of the above three conditions will immediately render the
Contractor to be rated as a Marginal in a Nonperforming status prior to a
scheduled year-end rating period.
A Marginal in a Nonperforming status can change at any time within a single contract
year to a Marginal in a Performing status, and vice versa.
Should the Contractor remain with a rating of Marginal in a Nonperforming status for
any more than three to six months depending on the GSA GWAC PCO/ACO’s
determination, the Government will invoke Contract Remedies in accordance with those
rated under an Unsatisfactory rating.
Any performance-based rating of Unsatisfactory is ultimately a final rating
regardless of which single contract year assessed. All previous contract years’
higher performance ratings are not a mitigating factor for Government
consideration if the Contractor earns an Unsatisfactory rating in the Contractor
Engagement element for the most currently evaluated contract year. Additionally, all
previous and current years’ CPARS ratings in all other evaluated elements are not a
mitigating factor for Government consideration if the Contractor earns an Unsatisfactory
rating in the Contractor Engagement element for the most currently evaluated contract
year. Consequently, an Unsatisfactory rating may result in the Government’s strict and
immediate enforcement of Contract Remedies. Therefore, the Government will consider
and treat any Unsatisfactory rating issued in the Contractor Engagement critical
evaluation element as the rating of performance for the GSA GWAC Master Contract.
CONTRACT REMEDIES AT UNSATISFACTORY AND MARGINAL RATINGS:
Unsatisfactory Performance Rating in Contractor Engagement
Termination of the Master Contract - The Government will initiate Contractor
Termination for Default of the Master Contract in accordance with FAR 49.4, and
the Government will rate the Contractor accordingly on CPARS pursuant to this
Attachment J-5.A. No settlement costs arising out of the Termination for Default
will be considered by the Government.
Marginal Performance Rating in Contractor Engagement
1. Marginal: Performing Status
Deficiency Notice/Corrective Action Plan Request - Government will issue a
Deficiency Notice to the Contractor and request a Corrective Action Plan
allowing for the resolution/cure of the Deficiency. For the Contractor Action Plan
to be considered valid, the Government must accept and approve it. (The
Government is not required to approve the Corrective Action Plan if the plan is
not acceptable or in the Government's best interest.) Additionally, the
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
187
Government will rate the Contractor accordingly on CPARS pursuant to this
Attachment J-5.A.
2. Marginal: Nonperforming Status
Delinquency Notice and/or Termination of the Master Contract - Government
might issue a Cure or Show Cause Notice, FAR 49.6, and/or proceed directly to
Contractor Termination for Default of the Master Contract in accordance with
FAR 49.4, unless (a) the Contractor Cures the deficiency, or (b) the Contractor
requests a mutual cancellation of the contract, FAR 49.109-4 No-cost settlement,
and the Government accepts it.
J-5.A.7.2 Determination of Ratings Based Upon Contractor Outcomes:
Beginning 12 months from the date of the Master Contract Notice-to-proceed and
continuing a minimum of once per contract year including the Base term and all Option
years, the Government will evaluate the Contractor’s Participation and Production
activity based upon contract year Outcomes, as defined in above in this J.5 Attachment.
Ratings Equal to or Greater than Satisfactory
When the Contractor meets or exceeds Standards established within this Attachment J-
5.A in the single contract year assessed, the Contractor is in a favorable standing as a
Performing Contractor on the Master Contract for that single year assessed and rated.
Ratings at Marginal and Unsatisfactory
The following Marginal and Unsatisfactory ratings will be determined under the
following possible Contractor Outcomes, and remedies will be invoked in accordance to
Master Contract Attachment J-5 PRS.
CONTRACT YEAR ONE - 12 Months after Notice-to-Proceed (Effective Date)
(Based upon 10 or more Opportunities for the Contractor to submit Proposals exclusively
to the first contract year of the Master Contract)
Meeting Participation standards are mandatorily required for every single contract year;
however, during the first contract year, acceptable quality levels (AQLs) are significantly
lower during those initial 12-months following the award date. In fact, the submission of
only one proposal considering the AQLs will result in a Satisfactory performance rating
for the initial contract year.
Meeting Production Standards or winning Task Orders are not mandatorily required
during the first 12-months after award date.
UNSATISFACTORY OUTCOMES - Unsatisfactory Performance Rating
Unsatisfactory ratings will be waived by the Government exclusively for the Master
Contract’s first year’s performance assessment. The Government will not provide for
waivers of Unsatisfactory ratings for any subsequent years, including contract year two
through contract year ten.
MARGINAL OUTCOMES - Marginal Non-performance Rating
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
188
Should the Contractor not achieve any level of Participation (No Proposals submitted)
during the initial contract year.
Any Marginal Rating designated in the first 12-months will be assessed as a
Marginal in a Non-performing status in lieu of an Unsatisfactory. There are no
Marginal ratings in a Performing status issued for the initial contract year. The
initial contract year is the only condition in which these terms apply and will not
apply to any other year.
CONTRACT YEAR TWO - 24 Months after Master Contract Award
(Based upon 30 or more Opportunities for the Contractor to submit Proposals in this
single contract year)
UNSATISFACTORY OUTCOMES - Unsatisfactory Performance Rating.
An Unsatisfactory rating is always considered a rating in a
Nonperforming status.
(a) Should the Contractor not achieve any level of annual Participation (No
Proposals submitted) regardless of any total Production at any dollar value
previously earned in earlier contract years from total awarded Task Orders; or
(b) Should the Contractor achieve a level of annual Participation that is not above
the required minimum, e.g., only three Proposals submitted, when the total
Production is equal to or less than the SAT in contract revenue; or,
(c) Should the Contractor achieve a level of annual Participation that is one or
two Proposals less than the required minimum, e.g., only one or two Proposals
submitted, resulting in total Production less than $1 million of contract
revenue from total awarded Task Orders; or,
(d) Should the Contractor achieve a level of annual Participation that is two
Proposals less than the required minimum, e.g., only one proposal submitted,
resulting in total Production less than $3 million of contract revenue from
total awarded Task Orders.
MARGINAL OUTCOMES - Marginal Performance Rating
(e) Should the Contractor achieve a level of annual Participation that is one or
two more than the required minimum, e.g., four or five Proposals submitted, when
total Production is equal to or less than the SAT in contract revenue; or,
(f) Should the Contractor achieve a level of annual Participation that is equal to
the required minimum, e.g., three Proposals submitted, resulting in total
Production greater than the SAT and less than $3 million of contract revenue
from total awarded Task Orders; or,
(g) Should the Contractor achieve a level of annual Participation that is one
proposal less than the required minimum, e.g., two Proposals submitted, resulting
in total Production equal to or greater than $1 million and less than $8 million of
contract revenue from total awarded Task Orders; or,
(h) Should the Contractor achieve a level of Participation that is two Proposals
less than the required minimum, e.g., only one proposal submitted, resulting in
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
189
total Production equal to or greater than $3 million and less than $20 million of
contract revenue from total awarded Task Orders.
CONTRACT YEAR THREE - 36 Months after Master Contract Award
(Based upon 30 or more Opportunities for the Contractor to submit Proposals in this
single contract year)
UNSATISFACTORY OUTCOMES - Unsatisfactory Performance Rating
An Unsatisfactory rating is always considered a rating in a Nonperforming status.
(a) Should the Contractor not achieve any level of annual Participation (No
Proposals submitted) regardless of any total Production at any dollar value
previously earned in earlier contract years from total awarded Task Orders; or
(b) Should the Contractor achieve any level of annual Participation, above or below
the required minimum, e.g., one, two, three, four, five or more Proposals
submitted, when the total Production is less than $1 million in contract revenue
from total awarded Task Order.; or,
(c) Should the Contractor achieve a level of annual Participation that is one or two
Proposals less than the required minimum, e.g., only one or two Proposals
submitted, resulting in total Production less than $3 million of contract revenue
from total awarded Task Orders; or,
(d) Should the Contractor achieve a level of annual Participation that is two
Proposals less than the required minimum, e.g., only one proposal submitted,
resulting in total Production less than $8 million of contract revenue from total
awarded Task Orders.
MARGINAL OUTCOMES - Marginal Performance Rating.
(e) Should the Contractor achieve a level of annual Participation that is equal to the
required minimum, e.g., three Proposals submitted, when total Production is equal
to or greater than $1 million and less than $8 million of contract revenue from
total awarded Task Orders; or,
(f) Should the Contractor achieve a level of annual Participation that is one proposal
less than the required minimum, e.g., two Proposals submitted, resulting in total
Production equal to or greater than $3 million and less than $20 million of
contract revenue from submitting two Proposals from total awarded Task Orders;
or,
(g) Should the Contractor achieve a level of Participation that is two Proposals less
than the required minimum, e.g., only one proposal submitted, resulting in total
Production equal to or greater than $8 million and less than $20 million of
contract revenue from total awarded Task Orders; or,
(h) Should the Contractor achieve a level of Participation that is two Proposals less
than the required minimum, e.g., only one proposal submitted, resulting in total
Production equal to or greater than $20 million of contract revenue from total
awarded Task Orders.
CONTRACT YEAR FOUR - 48 Months after Master Contract Award
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
190
(Based upon 30 or more Opportunities for the Contractor to submit Proposals in this
single contract year)
UNSATISFACTORY OUTCOMES - Unsatisfactory Performance Rating
An Unsatisfactory rating is always considered a rating in a Nonperforming status.
(a) Should the Contractor not achieve any level of annual Participation (No
Proposals submitted) regardless of any total Production at any dollar value
previously earned in earlier contract years from total awarded Task Orders; or
(b) Should the Contractor achieve any level of annual Participation, above or
below the required minimum, e.g., one, two, three, four, five or more
Proposals submitted, when the total Production is below $3 million in contract
revenue from total awarded Task Orders; or,
(c) Should the Contractor achieve a level of annual Participation that is one or
two Proposals less than the required minimum, e.g., only one or two Proposals
submitted, resulting in total Production equal to or greater than the $3 million
and less than $8 million of contract revenue from total awarded Task Orders;
or,
(d) Should the Contractor achieve a level of annual Participation that is two
Proposals less than the required minimum, e.g., only one proposal submitted,
resulting in total Production equal to or greater than $8 million and less than
$20 million of contract revenue from total awarded Task Orders.
MARGINAL OUTCOMES - Marginal Performance Rating
(e) Should the Contractor achieve a level of annual Participation that is equal to
the required minimum, e.g., three Proposals submitted, when total Production
is equal to or greater than $3 and less than $8 million of contract revenue from
total awarded Task Orders; or,
(f) Should the Contractor achieve a level of Participation that is equal to the
required minimum or one proposal less than the required minimum, e.g., two
or three proposals submitted, resulting in total Production equal to or greater
than $8 million and less than $20 million of contract revenue from total
awarded Task Orders; or,
(g) Should the Contractor achieve a level of annual Participation that is one or
two Proposals less than the required minimum, e.g., one or two Proposals
submitted, resulting in total Production equal to or greater than $20 million
and less than $32 million of contract revenue from total awarded Task Orders;
or,
(h) Should the Contractor achieve a level of Participation that is two Proposals
less than the required minimum, e.g., only one proposal submitted, resulting in
total Production equal to or greater than $32 million of contract revenue from
total awarded Task Orders.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
191
CONTRACT YEAR FIVE - 60 Months after Contract Award (End of Base Master
Contract Term)
(Based upon 30 or more Opportunities for the Contractor to submit Proposals in this
single contract year)
UNSATISFACTORY OUTCOMES - Unsatisfactory Performance Rating
An Unsatisfactory rating is always considered a rating in a Nonperforming status.
(a) Should the Contractor not achieve any level of annual Participation (No
Proposals submitted) regardless of any total Production at any dollar value
previously earned in earlier contract years from total awarded Task Orders; or
(b) Should the Contractor achieve any level of annual Participation, above or below
the required minimum, e.g., one, two, three, four, five or more Proposals
submitted, when the total Production is below $8 million in contract revenue from
total awarded Task Orders; or,
(c) Should the Contractor achieve a level of annual Participation that is one or two
Proposals less than the required minimum, e.g., only one or two Proposals
submitted, resulting in total Production equal to or greater than the $8 million and
less than $20 million of contract revenue from total awarded Task Orders; or,
(d) Should the Contractor achieve a level of annual Participation that is two
Proposals less than the required minimum, e.g., only one proposal submitted,
resulting in total Production equal to or greater than $20 million and less than $32
million of contract revenue from total awarded Task Orders.
MARGINAL OUTCOMES - (Marginal Performance Rating)
(e) Should the Contractor achieve a level of annual Participation that is equal to the
required minimum, e.g., three Proposals submitted, when total Production is equal
to or greater than $8 and less than $32 million of contract revenue from total
awarded Task Orders; or,
(f) Should the Contractor achieve a level of annual Participation that is one proposal
less than the required minimum, e.g., two Proposals submitted, resulting in total
Production equal to or greater than $20 million and less than $50 million of
contract revenue from total awarded Task Orders; or,
(g) Should the Contractor achieve a level of annual Participation that is two Proposals
less than the required minimum, e.g., only one proposal submitted, resulting in
total Production equal to or greater than $32 million of contract revenue from
total awarded Task Orders.
OPTION CONTRACT YEARS - All Option Periods (If the Option is Exercised)
At the end of each Option year for each 12-month contract period, the Government will
evaluate the Contractor’s Participation and Production activity annually, as defined in
this J.5.A Attachment and invoke remedies as indicated above.
(Based upon 30 or more Opportunities for the Contractor to submit Proposals
in this single contract year)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-
BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
192
UNSATISFACTORY OUTCOMES - Unsatisfactory Performance Rating
An Unsatisfactory rating is always considered a rating in a Nonperforming status.
(f) Should the Contractor not achieve any level of annual Participation (No
Proposals submitted) regardless of any total Production at any dollar value
previously earned in earlier contract years from total awarded Task Orders; or,
(g) Should the Contractor achieve any level of annual Participation, above or below
the required minimum, e.g., one, two, three, four, five or more Proposals
submitted, when the total Production is below $20 million in contract revenue
from total awarded Task Orders; or,
(h) Should the Contractor achieve a level of annual Participation that is one or two
Proposals less than the required minimum, e.g., only one or two Proposals
submitted, resulting in total Production equal to or greater than the $20 million
and less than $32 million of contract revenue from total awarded Task Orders; or,
(i) Should the Contractor achieve a level of annual Participation that is two
Proposals less than the required minimum, e.g., only one proposal submitted,
resulting in total Production equal to or greater than $32 million and less than $50
million of contract revenue from total awarded Task Orders.
MARGINAL OUTCOMES - Unsatisfactory Performance Rating
(j) Should the Contractor achieve a level of annual Participation that is equal to the
required minimum, e.g., three Proposals submitted, when total Production is
equal to or greater than $20 and less than $32 million of contract revenue from
total awarded Task Orders; or,
(k) Should the Contractor achieve a level of annual Participation that is one proposal
less than the required minimum, e.g., two Proposals submitted, resulting in total
Production equal to or greater than $32 million and less than $50 million of
contract revenue from total awarded Task Orders; or,
(l) Should the Contractor achieve a level of Participation that is two Proposals less
than the required minimum, e.g., only one proposal submitted, resulting in total
Production equal to or greater than $50 million of contract revenue from total
awarded Task Orders.
(End of Narrative Description Attachment J-5.A)
J-5.A.8 TABLE FORMAT OF ATTACHMENT J-5.A - SPREADSHEET
DOCUMENT
The following six tables represent 5 single contract years, and one multi-year Option (5
multi-years) depicting Contractor Engagement PBA Standards and AQLs as narratively
described in the above J.5 Attachment.
(See the following pages for all Performance Rating Tables)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
193
ATTACHMENT J-5.A.8.1 PERFORMANCE RATING TABLE
Contractor Engagement
Initial Contract Year 1
TABLES: The Initial Contract Year number one is based on 10 or more Opportunities to submit Proposals. All subsequent contract
years, two through ten, are based on 30 or more Opportunities to submit Proposals in a single contract year.
RATINGS: Ratings from these tables will be entered into CPARS or another contract performance assessment report annually in the
"CONTRACTOR ENGAGEMENT" element for the respective year.
CONTRACT REMEDIES: Only applies to "UNSATISFACTORY" and "MARGINAL" ratings in a Nonperforming status.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
194
ATTACHMENT J-5.A.8.2 PERFORMANCE RATING TABLE
Contractor Engagement
Contract Year 2
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
195
ATTACHMENT J-5.A.8.3 PERFORMANCE RATING TABLE
Contractor Engagement
Contract Year 3
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
196
ATTACHMENT J-5.A.8.4 PERFORMANCE RATING TABLE
Contractor Engagement
Contract Year 4
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
197
ATTACHMENT J-5.A.8.5 PERFORMANCE RATING TABLE
Contractor Engagement
Contract Year 5
ATTACHMENT J-5.A.8.6 PERFORMANCE RATING TABLE
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5. A - CONTRACTOR ENGAGEMENT PERFORMANCE-BASED EVALUATION PROGRAM RATINGS
Alliant 2 GWAC Unrestricted Master Contract
198
Contractor Engagement
Option Contract Years 6, 7, 8, 9, and 10
End of Section J.5.A.8 Performance Rating Table Spreadsheet)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5.B - PBA Small Business Subcontracting Evaluation
Program Ratings
Alliant 2 GWAC Unrestricted Master Contract
199
ATTACHMENT J-5.B - PBA Small Business Subcontracting Evaluation
Program Ratings
This J-2.B Section applies exclusively to the Small Business Subcontracting PBA
element and describes the performance ratings to be determined by the GSA GWAC
Administrative Contracting Officer (ACO). All ratings issued are annually assessed
ratings to be entered into CPARS or another contract performance assessment report and
can change from contract year to contract year, for example, ratings can rise should (1)
performance improve from a Marginal rating up to a Satisfactory or higher rating in a
Performing status; or conversely, ratings can fall (2) should performance diminish from
any rating between Excellent in down to an Unsatisfactory.
AQL Stated as a Percentage of the Total Small Business Goal (50%)
The AQL for earning a minimum of a Satisfactory rating is 80% of the total small
business subcontracting goal at the end of the base term, five years. If the Master
Contract Option is exercised for the Contractor, the AQL remains 80% for each interim
year.
AQL Interim and Final Contract Years
The table below depicts CPARS or another contract performance assessment report
ratings based upon meeting the set goals and Contractor’s good faith efforts demonstrated
toward meeting all small business subcontracting goals.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5.B - PBA Small Business Subcontracting Evaluation
Program Ratings
Alliant 2 GWAC Unrestricted Master Contract
200
J.5.B.1 CPARS Small Business Subcontracting Rating Guide and
Corrective Actions
Table 16 - Small Business Subcontracting Ratings
RATING
DESCRIPTION FOR
RATING
ACTION REQUIRED
Exceptional/ Outstanding
Exceeded all negotiated
goals. Has exceptional
success with initiatives to
assist, promote and utilize
small business (SB), small
disadvantaged business
(SDB), women-owned
small business (WOSB),
HUBZone small business,
veteran-owned small
business (VOSB), and
service-disabled VOSB
(SD/VOSB). An
outstanding rating signifies
that the company has an
exemplary program that
could be used as a model by
other contractors in similar
industries.
N/A
Very Good/ Highly
Successful
Met all of its negotiated
goals in the traditional
socio-economic categories
(SB, SDB, and WOSB) and
met at least one of the
newer socio-economic goals
(HUBZone small business,
VOSB, and SD/VOSB) for
each contract that contains 2
or more of those goals. Has
significant success with
initiatives to assist, promote
and utilize SB, SDB,
WOSB, HUBZone small
business, VOSB, and
SD/VOSB. Makes an effort
to go above and beyond the
N/A
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5.B - PBA Small Business Subcontracting Evaluation
Program Ratings
Alliant 2 GWAC Unrestricted Master Contract
201
RATING
DESCRIPTION FOR
RATING
ACTION REQUIRED
required elements of the
program and can provide
documentation and success
stories to support such
efforts.
Satisfactory/ Acceptable
Demonstrated a good-faith
effort to meet its goals but
has not met the rigorous
criteria for a higher rating.
Fulfills the requirements of
its subcontracting plan and
the regulations. The
contractor’s management
shows an interest in
maintaining its program to
an acceptable level and has
demonstrated a commitment
to apply the necessary
resources to do so.
Contractors should
continuously remind their
company Sales, Marketing,
Business Development, and
Supply Chain Management
personnel the importance of
striving to meet the overall
GWAC SB Subcontracting
goal.
Marginal
Has NOT MET the
Satisfactory AQL Metrics
based on the number of
Task Orders issued to the
Contractor.
The contractor has not
reached one or more
requirements of a corrective
action plan currently in
place.
A Corrective Action Plan is
required.
The Contractor is
encouraged to contact the
GSA OSBU to get advice
on how to improve their
small business outreach
efforts.
Unsatisfactory
Noncompliant with the
contractual requirements of
FAR 52.219-8 and 52.219-
9. Contractor’s
management shows little
interest in bringing its
program to an acceptable
level or is generally
uncooperative.
A Corrective Action Plan is
required. A SBA/GSA
OSBU Audit Review may
be requested.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-5.B - PBA Small Business Subcontracting Evaluation
Program Ratings
Alliant 2 GWAC Unrestricted Master Contract
202
NOTICE: Ratings cannot be assessed by the Government for Small Business
Subcontracting until the Contractor has an awarded Task Order/s with subcontracting.
Neutral ratings are not an option for CPARS evaluated elements.
(End of Attachment J-5.B Small Business Subcontracting Evaluation Program)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-6 TRANSACTION DATA REPORTING
Alliant 2 GWAC Unrestricted Master Contract
203
ATTACHMENT J-6 - TRANSACTIONAL DATA
REPORTING
This attachment applies to the Master Contract only.
The Contractor shall report all Invoices and Contract Access Fee data within the date
specified in Section F.7. Refer to the government designated system instructions for the
reporting process. It is mandatory to complete the data elements in the format outlined in
the government designated system instructions.
J-6.1 GSAR 552.216-75 Transactional Data Reporting (May 2023)
(a) Definition. “Transactional data” encompasses the historical details of the products or
services delivered by the Contractor during the performance of task or delivery orders
issued against this contract.
(b) Reporting of Transactional Data. The Contractor must report all transactional data
under this contract as follows:
(1) The Contractor must electronically report transactional data by utilizing the
automated reporting system at an Internet website designated by the General Services
Administration (GSA) or by uploading the data according to GSA instructions. GSA
will post registration instructions and reporting procedures on the Vendor Support
Center website, https://vsc.gsa.gov. The reporting system website address, as well as
registration instructions and reporting procedures, will be provided at the time of
award or inclusion of this clause in the contract.
(2) The Contractor must provide, at no additional cost to the Government, the
following transactional data elements, as applicable:
(i) Contract or Blanket Purchase Agreement (BPA) Number.
(ii) Delivery/Task Order Number/Procurement Instrument Identifier (PIID).
(iii) Non Federal Entity.
(iv) Description of Deliverable.
(v) Manufacturer Name.
(vi) Manufacturer Part Number.
(vii) Unit Measure (each, hour, case, lot).
(viii) Quantity of Item Sold.
(ix) Universal Product Code.
(x) Price Paid per Unit.
(xi) Total Price.
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-6 TRANSACTION DATA REPORTING
Alliant 2 GWAC Unrestricted Master Contract
204
Note to paragraph (b)(2): The Contracting Officer may add data elements to the
standard elements listed in paragraph (b)(2) of this section with the approvals
listed in GSAM 507.105(b)(3).
(3) The Contractor must report transactional data within 30 calendar days from the
last calendar day of the month. If there was no contract activity during the month, the
Contractor must submit a confirmation of no reportable transactional data within 30
calendar days of the last calendar day of the month.
(4) The Contractor must report the price paid per unit, total price, or any other data
elements with an associated monetary value listed in (b)(2) of this section, in U.S.
dollars.
(5) The Contractor must maintain a consistent accounting method of transactional
data reporting, based on the Contractor's established commercial accounting practice.
(6) Reporting Points. (i)The acceptable points at which transactional data may be
reported include
(A) Issuance of an invoice; or
(B) Receipt of payment.
(ii) The Contractor must determine whether to report transactional data on the
basis of invoices issued or payments received.
(7) The Contractor must continue to furnish reports, including confirmation of no
transactional data, through physical completion of the last outstanding task or
delivery order issued against the contract.
(8) Unless otherwise expressly stated by the ordering activity, orders that contain
classified information or other information that would compromise national security
are exempt from this reporting requirement.
(9) This clause does not exempt the Contractor from fulfilling existing reporting
requirements contained elsewhere in the contract.
(10) GSA reserves the unilateral right to change reporting instructions following 60
calendar days’ advance notification to the Contractor.
(c) Contract Access Fee (CAF). (1)GSA’s operating costs are reimbursed through a CAF
charged on orders placed against this contract. The CAF is paid by the ordering
activity but remitted to GSA by the Contractor. GSA has the unilateral right to change
the fee structure at any time, but not more than once per year; GSA will provide
reasonable notice prior to the effective date of any change.
(2) Within 60 calendar days of award or inclusion of this clause in the contract, a
GSA representative will provide the Contractor with specific written procedural
instructions on remitting the CAF, including the deadline by which the Contractor
must remit the CAF. The deadline specified in the written procedural instructions will
be no less than 30 calendar days after the last calendar day of the month. GSA
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-6 TRANSACTION DATA REPORTING
Alliant 2 GWAC Unrestricted Master Contract
205
reserves the unilateral right to change remittance instructions following 60 calendar
days’ advance notification to the Contractor.
(3) The Contractor must remit the CAF to GSA in U.S. dollars.
(4) The Contractor’s failure to remit the full amount of the CAF within the specified
deadline constitutes a contract debt to the United States Government under the terms
of FAR Subpart 32.6. The Government may exercise all rights under the Debt
Collection Improvement Act of 1996, including withholding or offsetting payments
and interest on the debt (see FAR clause 52.232-17, Interest). If the Contractor fails to
submit the required sales reports, falsifies them, or fails to timely pay the CAF, these
reasons constitute sufficient cause for the Government to terminate the contract for
cause.
(End of GSAR Provision)
J-6.2 CLIN Structure
The Contractor shall apply one or more of the following GWAC Program CLINs when
reporting invoices in the government designated system.
Table 17 - Alliant 2 GWAC CLIN Structure
GWAC REPORTING
CLIN
REPORTING LINE TYPE
See Attachment J-3
Alliant 2 GWAC Labor Categories
N00
Non Standard IT Labor
L00
Ancillary Labor
D00
Contract Access Fee (CAF)
E00
Contract Access Fee (CAF) SPECIAL RATE
F00
Zero Invoice
H00
Fixed Price
B00
Cost Reimbursement
A00
Materials (T&M only)
M00
MISC/ODC
G00
Award/Fixed/Incentive Fees
(End of Attachment J-6)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-7 - INDIVIDUAL SMALL BUSINESS SUBCONTRACTING
PLAN
Alliant 2 GWAC Unrestricted Master Contract
206
ATTACHMENT J-7 - INDIVIDUAL SMALL
BUSINESS SUBCONTRACTING PLAN
(Contractor’s Plan is incorporated in this contract and attached at time of Alliant 2
GWAC Award)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-8 - WEBSITE REFERENCES
Alliant 2 GWAC Unrestricted Master Contract
207
ATTACHMENT J-8 - WEBSITE REFERENCES
J-8.1 GWAC Program Email Correspondences
Alliant 2 PCO/ACO [email protected]
GWAC Scope Review Request https://www.gsa.gov/node/84448
GSA Ombudsman GSAIndustrySupp[email protected]
** Contractor Registration Required (below)
Table 16 - Web Site References
SECTION
DESCRIPTION
WEBSITE URL
B.5
OFPP Best
Practices
Handbook
https://www.whitehouse.gov/omb/management/office-federal-
procurement-policy/
B.13
U.S. Department
of State, Bureau
of
Administration,
Office of
Allowances
https://aoprals.state.gov/
C.3.1,
C.3.2, C.10
Federal Enterprise
Architecture
Framework
(FEA): Business
Reference Model,
and Performance
Reference Model
https://obamawhitehouse.archives.gov/sites/default/files/omb/asset
s/egov_docs/fea_v2.pdf
C.4.4
SP 800-146
Cloud Computing
https://csrc.nist.gov/pubs/sp/800/146/final
C.10
Federal Enterprise
Architecture
Framework.
DOD Information
Enterprise
Architecture.
FPDS PSC
https://obamawhitehouse.archives.gov/sites/default/files/omb/asset
s/egov_docs/fea_v2.pdf
https://dodcio.defense.gov/Library/DoD-Architecture-
Framework/dodaf20_arch_development/
https://www.acquisition.gov/psc-manual
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-8 - WEBSITE REFERENCES
Alliant 2 GWAC Unrestricted Master Contract
208
SECTION
DESCRIPTION
WEBSITE URL
Manual.
Department of
Labor Bureau of
Labor Statistics
Standard
Occupational
Classification.
The Occupational
Information
Network
(O*NET) System.
Information
Technology
Definition.
Clinger-Cohen
Act.
http://www.bls.gov/soc/
http://www.onetonline.org/
https://www.acquisition.gov/far/part-2
https://dodcio.defense.gov/portals/0/documents/ciodesrefvolone.pd
f
E.1, F.1,
H.1, I.2
Federal
Acquisition
Regulation.
GSA Regulation.
https://www.acquisition.gov/?q=browsefar
https://www.acquisition.gov/browse/index/gsam
G.2.1
4800.2H
ADM Eligibility
to Use GSA
Sources of Supply
and Services
https://www.gsa.gov/system/files/SignedGSADirective48002H.pd
f
G.10
Contractor
Website - CMMI
Institute-
Published
Appraisal Results
https://cmmiinstitute.com/learning/appraisals/results
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-8 - WEBSITE REFERENCES
Alliant 2 GWAC Unrestricted Master Contract
209
SECTION
DESCRIPTION
WEBSITE URL
G.14
** GSA eBuy
https://www.ebuy.gsa.gov/ebuy/
G.19
** Contractor
Performance
Assessment
Reporting
System.
https://www.cpars.gov/
G.19.2
GSA Alliant 2
GWAC
Homepage
GWAC
Contracts
GWAC
Contract
Holders
GWAC
Pricing.
GSA GWAC
Homepage
SOW Review
Request
DPA Request.
www.gsa.gov/alliant2
http://www.gsa.gov/gwacs
G.20.2
** Government
Designated
System:
Reporting
Transactional
Data -
Instructions and
Definitions.
** System for
Award
Management
(SAM).
(To Be Determined at Time of Award in the Notice to Proceed)
https://sam.gov/content/home
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-8 - WEBSITE REFERENCES
Alliant 2 GWAC Unrestricted Master Contract
210
SECTION
DESCRIPTION
WEBSITE URL
G.22.2
** Subcontracting
Reports
https://www.esrs.gov/
G.23
Prime &
Subcontractor
Spending: Sub-
award data for all
Spending Types
https://www.usaspending.gov/
G.25
** Carbon
Disclosure Project
(CDP.
https://www.cdp.net/en-US/Pages/HomePage.aspx
H.3
GSA Logo
https://www.gsa.gov/reference/gsa-logo-policy
H.7
GSA IT Policies
https://www.gsa.gov/policy-regulations/policy/information-
technology-policy?topnav=policy-regulations
H.9
IT Security
Policies
Homeland
Security
Presidential
Directives-12
(HSPD-12
OMB
guidance M-
05-24
FIPS PUB
201.
GSA HSPD-12,
Personal Identity
Verification.
https://www.commerce.gov/osy/programs/credentialing/hspd-12-
credentialing
https://www.gsa.gov/technology/it-contract-vehicles-and-
purchasing-programs/mas-it/identity-credentialing-and-access-
management
H.10
Government
Designated
System Training
Modules
(To Be Determined at Time of Notice to Proceed/Effective Date)
GSA ALLIANT 2 UNRESTRICTED GWAC
ATTACHMENT J-8 - WEBSITE REFERENCES
Alliant 2 GWAC Unrestricted Master Contract
211
SECTION
DESCRIPTION
WEBSITE URL
H.13
Section 508
Standards
http://www.section508.gov/
Attachment
J-2
DoD Cloud
Computing
Security
https://storefront.disa.mil/kinetic/disa/service-
catalog#/forms/secure-cloud-computing-architecture
If you encounter a broken web link in the above listing, please contact the GWAC Contracts
Office at [email protected].
The GWAC Contracts Office will periodically update this Attachment J-8 whenever Master
Contract Modifications are issued, and also provide more recent updates on GSA’s Alliant 2
GWAC website at a time when GSA is made aware of any needed changes to website URL
names or addresses.
(END OF ATTACHMENT J-8)