Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS I j REQUISITION NUMBER PAGEl OF 176 SEE SCHEDULE
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 14. ORDER NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE
HQ0034-11-C- 0027 -P00034 01-Apr-2011 HKJ0034-11-R-0002 22-Dec-201 0
7_ FOR SOLICITATION a. NAME b. TELEPHONE N Uo.1 BER (No Collect Calls I 8. OFFER DUE DATEILOCAL TIME INFORMATION CALL: JAMES ROBINSON 703-696-4068 09:00AM21 Mlr2011
g, ISSUED BY CODE 11-00034 10. Tl-IIS ACQUISITION IS 11. DELIVERY FOR FOB 12. DISCOUNT TERMS
@UNRESTRICTED DESTINATION UNLESS NET 1 0 Days -Discounts WHS ·ACQUISITION DIRECTORATE 1155 DEFENSE PENTAGON ~ET ASIDE: 100% FOR
BLOCK IS MARKED negotiated at award.
WASHINGTON DC 20301-1155 0 SEE SCHEDULE SB
- D 13a_ Tl-IIS CONTRACT IS A RATED ORDER X HUBZONE SB - UNDER DPAS (15 CFR 700) 8(A) - 13b. RAnNG SVC·DISABLED VET-OWNED SB
TEL: - 14. METHOD OF SOLICITATION EMERGING SB
ORFO OIFB ~RFP FAX: -SIZE STD 18.5M NAICS; 561612
15. DELIVER TO CODE I 16. ADMINISTERED BY CODE I
SEE SCHEDULE SEE ITEM 9
t 7a. CONTRACTOR! OFFEROR CODE 13FAV5 T8a. PAYMENT WILL BE MADE BY CODE I HQ0347
TRINITY PROTECTION SERVICES, INC. DFAS INDtANAPOLIS GREGG HOLLIS 8899 E 56TH STREET g315 LARGO DR W STE 275 INDIANAFQLIS IN 46249-1510 LIPPER MARLBORO MD 20774-4755
TB.. 301-333-7 450 FACILITY I CODE
D 17b. CHECK IF Ra-1fTT A NCE IS DIFFERENT A NO FUT
SUCH ADDRESS IN OFFER
18b. SUBMIT lt>NOCES aADDRESS SHOWN N BLOCK 18a. UNLESS BLOCK BELOW S CHECKED SEE ADDENDUM
19. ITEM NO. 20. SQ-lEDULE OF SUPPLIES/ SERVICES 21 . QUANTITY 22. UNIT 23. UNIT ffiiC:E 24. AMOUNT"
SEE SCHEDULE
25_ ACCOUNTING AND APPROPRIAnON DATA 26. TOTAL AWARD AMOUNT !For Gov I. Use Only)
See Schedule $65,741,616.94
0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212·1- 52.212·4- FAR 52.212-3. 52.212-5 ARE ATTACHED- ADO EN DA DARED ARe: NOT A TTAC HEO
G 27b_ CONTRACT'PLIRCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED_ ADDENDA ~ARE DARE NOT ATTACHED
28_ CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN Q COPIES ZS. AWARD OF CONTRACT: REFERENCE D TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS
SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDTnONAL SHEETS
D OFFER DATED YOUR OFFER ON SOLICITATION (BLOCK 5). INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE
SUBJECT TO THE TERMS AN 0 CON Din ON S SPEC IF I EO HERE IN.
30a. SIGNATURE OF OFFEROR/CONTRACTOR
30b. NAMEANDTrTLEOF SIGNER
!TYPE OR PRIND
AUTHORIZED FOR LOCAL REPFODUCTON rnEVOUS EDITON IS NOT LBABLE
30c. DATESIGNED
SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:
.'~: :1 _ Li'li1E!:.: ST.Z\TL'"-': OF AME:RICA I SIGNATURE OF CONTRACTING OFFICER) ~ l ,, - DATE C,IRJEl•
.A.M~L-c.-~-..-4,;...L£e/ Jl-Har-20 ll
~ ! i:. _ :'ol Al--:E: OF CC~N'iRAC'T IN~ OF~ I l:ER (TYPE' (lf:' FH.lNT)
S";EPI LZ...NIE: ~ CiriELL / CCNTF.Jl..::'TING CF?ICEP
1"~: I.; (7 [131 54 5-1154] E!'l'\lL: st~~hatl.irf'. f.u)WF?llr!whs. rnil
STANDARD FORM 1449 (REV 3/2005) Prescribed by GSA FAR (48 CFR) 53.212
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS I PAGE2 OF 176
(CONTINUED) 19. ITEM NO. 20. Sa-IEDULE OF SUPFUES/ SERV k::ES 21. QUANTITY 22. UNIT 23. U\IIT PRICE 24. AMJUNT
SEE SCHEDULE
32a_ QUANTITY IN COLUMN 21 HAS BEEN
D RECEIVED D INSPECTED D ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:
32b- SIGNAnJRE OF AUTI-10RIZED GOVERNMENT 32c. DATE 32d. PRINTED NAME AND TITLE OF AUTI-10RIZED GOVERNMENT
A EPRESENTATIVE REPRESENTATIVE
32e. MAILING ADDRESS OF AUTI-10AIZED GOVERNMENT REPRESENTATIVE 321 _ TELEPHONE NUMBER OF AUTHOR I ZED GOVERNMENT REPRESENTATIVE
32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE
33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED 36. PAYMENT 37 CHECK NUMBER
CORRECT FOR D COMPLETE D PARTIAL D FINAL I PARTIAL I FINAL
38. SIR ACCOUNT NUMBER 39. SIR VOUCHER NUMBER 40. PAID BY
41a_ I CERTIFY TI-11S ACCOUNT IS CORRECT AND PROPER FOR PAYMENT
41b. SIGNAnJRE AND TITLE OF CERTIFYING OFFICER
AUTHORIZED FOR Lc::cAL REPFDIJJCTON PREY lOLlS EDITON IS NOT USABLE
41c. DATE
42a. RECEIVED BY (Print}
42b. RECEIVED AT !Location}
42c. DATE REC'D (YY!MM/DD) 142d TOTAL CONTAINERS
STANDARDFORM1449 (REV 3/2005) BACK
Prescribed by GSA FAR (48 CFR) 53.212
I
2
3
4
5
6
7
1-i
9
Section SF 30- BLOCK 14C0NHNUATION PAGE
UPDATED EXHTBIT I MAY:?.OIJ lB) ClJlN:OOO I neauirement No: 49-057 (b)(7}(E)
POST# LOCA TIONJDESCRIPTJON
Entry Controller -l(b}(7}(EJ
Entry Controller -l(b}(7)(E) I
Enlly Controller -l(b}(7){E) I
Entry Contruikr- Loading Dock ECP
Screener- Luuding Duck ECP
Scmcncr - SAL Entrance ECP
Entry Contruller/Screcnel' - SAL Rear Entrf.mC:c ECP
Screener- Visitor Ct~ilter
Screener- Visitor Center
TIME OF
nAY
I 0530-2400
0001-2400
0001-2401)
0500---1530
0500-1700
OS CO-1700
0500--J7(X)
0530-2000
0530--2000
HOUR s
PER DAY l-l.S
:;4
24
10.5
i2
!2
12
i4.5
14.5
H_Qf)034-1 1-C-0027 POOOJ4
Page 3 of 176
DAYS REQ• PE.R ARMED
\\'EEK (V/N)
5 day~. y
Mon .-Fri. Inc! Hol 7 Jays, inc! y Sat, Sun& Hul 7 days, inc:l y
Sat Sun& h>ol 5 days. y
Mun. -Fri. tXcl Sat. Sun & Hoi 5 days, y
MoN.-Fri , excl Sat. Sun & Hoi 5 days, y MoH.-Fri. excl S.ut. Sun & Hoi 5 days, y
Mon .-Fri. excl Sat Sun & Hoi 5 days, y
MoH-Fri. exd Sat.Sun & Hoi 5 days, y
Mulil-Pri. excl Sat,Sun & Hoi
HI .Screener - Vi itor Center 0530-2000
1l Conlroller- Mai n Gate ECP 0001-2400
Project Man3ger R ~cms ibility Por All Post 24 x 7 reporting rn the Program Manager.
Supervisor 0001-2400
l4.5
24
8
24
H QD034-1 1-C' -0027 POOOJ4
Page 4 of 176
-day", y Mon-Fri, excl Sat,Sun & Hoi 7 day . . y
Mon-Fri. excl Sat,S\In & Hoi 5 day&, y
Mon-Fri, excl Sat,Sun & Hoi 7 days. im: l y Hol
***'Effective D Sertember 20 l 1 "'*"' Post# 10 duty revision. NO INCREASE L'\l" FTE .. .. Post I 0 would perfonn vi 'J itor control duties from 0530 to 0600,then Visitor Parki 11,!! Control from 0600 to 1800. At 1800 the- cso W0Uid go hack to rcrforming Visitor Control Dutie-s from 1800 until 2000. ••*Effec tivr I D("l . ."etnhe r 201 ~··• Post~ in~;rcascd to 10.5 hours.
CLIN :0~102 Requircm(·nt Nn: !.19-041 (tl)t7)( E)
POST L UCA'llUN/Dl£SC.JUP'fiUN if
1 Entry Controller - Lobby Entrance ECP
:2 Entry Conte ller - Main Gate ECP
3 Roving PMt Patrol
4 Entry ontr ller/Screener - Rear ECP
TIM!£ Of DAY
0001-1.:.1.00
0600-2000
0001-::!400
060()-2000
HUU.K !JAYS P.liiK K.EfJ"' s \.VEEK ARM~i>
PEl{ (Y/N J DAY
14 7 day. y incl S,S & Hoi
14 7 day , y incl S,S & Hol
2 7 day . y
incl S.S & Hoi
J ~~ 5 day . y Mon-Fri. excl. S,S & Hoi
CL1N:HU03 Rcuuin·mntt Nw _...,_(J.p
fb)C7XEl
HQI)(\34-ti-c-oon POOl1J4
rag~ 5 of l / 6
POST LOCI\ TION/DESCIUP'l10N TJI\.U~: OF DA \' HOURS flAYS PER REQ,.
I
l
3
...
5
6
7
# P.lh: R \\'.EEK AR..MED DA\ {\'/N)
RP\'111~ Fnot Pul rol/lnl r~o1r O()(ll -2 400 24 7 J.l'y' ~ . YES lncl S.S & llol
Suuth L11l hv D~:"" - Euu ooo 1 -2 ~on , 1~ 7 ''·'Y'· YES Cnntrnller mel S.S & Hoi F1 ell Lo:~.uing fJnd/ 05110-::! I()() lh "i lla " M-f. e'<cl YES Entry Controller 1:-.CP hoi Scrt>ener/R<' i ng Fool Pao·Cll - 06110-1 ~00 M-F 12 M-F 6 dctY'· M-Sat e Tl YES South Lohhy ECP 0700-1700 Sat 10 S:u hoi Sne~!ner-/Rtw i nu Ftll)t Pa1rc•l - OfiOO- I 800 ~~ 5 Jay~ l\·1-P c cl YES South L0bhy EC'P hoi E~terio.- Rn\'inc• Fo 1 Patrnl 00111-2400 24 7 d:ty~. YES
111d S S ,'f.t Hnl CCTV M'mlh)r oon 1 . :! 4on 24 7 day!-. YES
1ncl S ,S & 1-f,.,l
*'**Effective l Decemher 2012"'** Po-.t-" increased to 6 days of support (M-Sat). 12 hours (M-Fl and 10 hours on Saturday.
r~)(Ej 87.5N.
POST# LOCJ\ TlON/I>ESCRIPTl UN Tll\U.: IIOll 0A\'SP£R REQ* OFUAY R,S \\·£EK ARM£
PER 0 UA'' (''/Nl
I Enll) l CnntmliN - L11hhy ECP fYIOI- ~~' 7 .!:1 "·i nd S.S y
~<1 00 & l-1111
' IDS ~1nd CCTV Mo1Hlnr 0001 - 1:"1 7 days.i ncl S.S y -J.-100 & Htl l
.\ '"•a Mu~hlllC P:ll'l'l•l s~rccncr 01100- I 2 5 d;ly~. M- y
1800 F.c:xd hnl ~ M<.lgneton u.:tel Pt>r:-.onnd SL"ret:nt::r OtJOO- 12 ~ u<ty~. M- y
1 Turn 'it i It'~ ) 1~0() F.excl hnl 'I lnterinr Roving Font Patrol 0001 - ~ ... 7 day .... lllt.:l S. y
6
7
R
2i00 Garage Rovi ng Foot Patrol 0600-
1800 Enl ry C ntr ller- Garage BCP 0001-
2400 Rn11y Con troll r/Scre rer- Londjng Dock 0600-ECP 1800
***Effective· I Decem e r 20 1'2*** Po.LS' in rea~ed to lc'lh ur .
CL1N:HOU5 ~7-81
POST LOCATION/DESCRIPTION TIME #
C'LlN : 000(, R~t~uin·mcnt No: ~9·05(1
OF DAY
REMOVEil UNDER P00002
12
24
16
HOUR s
PER DAY
H QD034-1 1-c -0027 POOOJ4
Page 6 of I 76
S&Hol 5 days, M- y F.e~d hol 7 day .inc) S,S y &Hot 5 duys. M- y F.exd hoi
DAYS PER REQ* WEEK AR.VIED
(\'/:"/)
POST# LOCATION/DESCRlP'fiO TIME OF HOURS DAVSP.ElR REQ* N Di\\' J>ER WEEK ARMED
DA\' (\'IN)
1 V isi~ot Co ntwl kr/CCTV 0001-240(~ 24 7 days .. i nd S, S y Mon1ror - Lobby ECP &Hul
2 Entry Ccmtroller- Lobby ECP 0600-2200 L6 7 days.mc l s. S y
& Hnl 3 Screcncr- Lobby ECP 0600-1800 L3 5 days. M-F.e~d y
hoi 4 Entry CGnttoller- Garage ECP 0530-2BO 16 5 days. M-F.cxcl y
hoi 5 Interior &nd Garage Roving 0600-2200 L6 5 days. M-F.excl y
Foot Patrul hoi
** *Efft:l:li vc 23 M;u d1 20 12" ** Tt:mpupwry ~cTvict: r~Htovttl (Rtquirrmcnt No: .j.9-12·02H~.
CLIN:U007 Re_!iuirtrmcnt No= -"9·03()
POST LOCA TION!Df.SCRJPTION #
I Vt it.ol"C ntroller/CCTV M nitor- abby ECP
2 Ent1·y C ntH ller - Lobb ECP
3 In terior Roving Po t Potr 11!Enuy Controller- Lobby ECP
4 Entry Cont1·oller- Garage ECP
- En tty Controlle-r - 1Cb)(7)(E) IECP
() Entry Controller - Lo~ ding Dock ECP
7 Sct,·eener - Load'i11g Dock ECP
8 Entry Contt'01le-r (b)I7)(EJ peP
TLME OF DAY
0001-2400 OoOO-1~00
0001-2400 0530-2130 0600-1800 0530-:!t3(l 0600-2200 01100-~400
HOUR s
PER DAY
.. 4
I '!
l4
1n
1'2
16
111
I~
H QD034-1 1-C' -0027 POOOJ4
Pag~ 7 of 116
DAYS PER REQ* WEEK .\Rl\<IETl
(Y/Nl
7 dnys.)m:-1 v S,S&Hol 5 day • M- y
F,eKc l hal
15 day., M- y
F,excJ hGl 7 da)0' i.ncl y S,S& H0l 5 day . M- y F.e:Xc:l h1~ l
5 day 'l. M- )'
F,exc.l hoi .5 day . • M- y
F,exi!l hoi
5 duys, M- y
F,exd hoT
***Effective I Decemher 2()] ~***Post 3 reduced to now 5 days per week ;.~nd now exdudes weekends J.nrl holidays . incrf'a~ed t[) 6 days of surport (M-Satl. 12 hours (M-Fl anrl lO hour-; nn Saturday
('LfN:fttJ(tS IH'ii,!HlH'int!hl No: 4~-05-4 r;,,;,
POST LOCATION/DESCRIPTIO # N
I Front Gate
., Front Gate
3 Rc.:lr Gate
4 Rt"ar Gate
TIME OF DAY
0001 -:.1400
0500<2200
0530-:!100
0530-! 1 no
-HOUR DAYS PER REQ-:!' s WEEK ARMED
PER (Y/NJ DAY
~-1. 7 day,;. inc I S .S & y
Hoi 17 5 day· , exd S.S & y
Fl!C1l 17.5 5 days. cxcl S,S & y
Hol 17 .5 5 days. exd S,S & y
-~
Supervisor 0001-2400 24
6 Control Center 0001-2400 24
7 T ..ohby/Rover 0001-1400 24
H Ql m34-1 1-C' -0027 POOOJ4
Page~ of I 76
Hoi 7 day , incJ S;S & y Hal 7 day , incl S,S & y
Rol 7 days , in I S .S & y
Hal
***Effective I Dt>\."ember 201.2*** Post 1 inlTeast>J to 7 Jay coverage, 2-l hours a day, including holidays. Pnsb 3 & 4 in\.TUJscJ to 17.5 hours a day. Pnsts 5. 6, ami 7 incn:asL'd to 7 day .. ·overage, 24 hour:- a day, including holidays.
CUN 0009 MUYEU TO U02X
CLIN 0010 Uequirre.ment No: 49-030
----
POST# LOCA TIONIDESCRIPTION TIME HOUR DAYS REQ"' Cleunmc OF s PER ARMED e
DAY PEJ< WEKK (Y/N) = iFinal DAY Seoret
I Entry Controller/IDS ami CCTV 000 1- .24 7 days. Mml'itor - Lohby 2400 inel Sat, y X
Sun & hoi 2 lnterior/Ex t~ri or Rovin2 Foot' Patrol 0001- 14 7 d ~ty!o..
2.:1.()0 ind Sat, y X Sun & hoi
3 Entry ConCroller - M <lin Gate ECP 0600- 12 5 days, M-1~00 F tx.cJ hoi y X - - -
._J. Overwatc;h - Main Gate ECP 06()0- 12 5 day!\, M-1 ~00 F ~xcl hol y X
5 Scrt<ener - Visitor Control Center 07.10- S.5 5 days. M-1()00 Fexc1 y X
~ .S .H. Shift Sup~rv isor 0001- 24 7 uays.
6 1-H)O inel Sat, y X Sun & hoi
Pmjet:t Manager 0700- 8 5 days , M-7 l)J() F excJ y X
S,§,H.
"'*"'Effective I December :201 ~**"'Post 7 excludes holidays.
CLfN 0011 Req. #-: 49-4BR
POST #
LOCATION/DESCRIPTION
l Interior Roving Foot Pattol - Floors 2.3. & 4
CJ_INOOH R # 47 067 eq. ~ -
r )(fXE) I POST LOCATION/DESCRIPTION
#
TIME OF DAY
0001-2400
TIME OF DAY
HOUR s
PER DAY
24
HOUR s
PER DAY
1 REMOVED UNDER P00028
***Effective 13 September 2012"'** LrK~ltion was removed.
C'LlNOUO Rcq. fh 49-045
POST #
I
2
LOCATION/DESCRIPTION
Entry Controller -(b)(7)(E)
..
Entry C ont toller i (tl)(l)fEJ .I
,... • Effective I Dece mhe r 20 I 2 • • • Poc,t 3 is removed.
TIME OF DAY
0001-2400
0001 -2400
HOUR s
PER DAY
24
24
H Ql )( 134-1 I-c-0027 POOOJ4
Pag~ 9 of I 76
DAYS PER REQ* WEEK ARMED
(YIN)
7 days, y
incl S,S&H
DAYS PER REQ* WEEK ARMED
(YIN)
D.I\YS REQ* PER ARMED
WEEK (YIN)
7 days, y incl S.S & Hoi 7 days. y
incl S ,S & Hol
CLIN OUl'l Req. # 49-024
POST#
1
1
3
4
LOCATION/DESCRIPTION
Bnb:y C1Jntr ller - l(b)(i )(E}
Enrry C ntroliet· l (b}(7)(E)
Entry Controller - jfb)(7)(E)
Entry Contro\lei· - ((b)(7)(E)
TIME Of' DAY
I 0600-1900
I 0600-1900
I 0600-1900
I 0600-1900
HOUR s
PER DAY
13
13
u
I 3
H QD034-1 1-c -0027 POOOJ4
Pagt:: 10 of 176
DAYS REQ* PE.R ARM EO
WEEK (YIN~
5 d ays, M - y
F, ex.cl hoi 5 duy. M- y
P, excJ hoi
5 days. M- y
F excl hoi 5 days. M- y F, excl hol
"'*"'Effective I December 2012"'*"' Po'its I -5 arc now entry controller forl(b)(?)(E) !Roving Patrol Officer TS removed. +"'*'Effenive I May 2013. P()st for Entry Cnntrullerrb}(l)lE) lis removed. There are no~ 4 po, ts.
CLlN 0015 Req. #~ 47-071
POST# LOCA TIONIDESCRIPTION TIME OF DAY
HOUR s
PER DAY
I- 8 REMOVED UNDER P00028
**"'Effective 31 March 20 12*"'* Location wJ.s removed.
CUN 0016 Reg.#:47-IIH
LOCATION(DESC.RIFTION TIME OF DAY
DAYS PER WEEK
DAYS FER WEEK
REQ* ARMED
(YIN)
I I PER
DAY 1 -3 REMOVED UNDER P00028
***Effective 27 June 2012*"'* Location was removed.
CUN O(H7 Req. #: 47- 11 -073 (b)(7)(E)
POST# LOCATION/DESCRIPTION TIME HOUR OF lJAY s
PER DAY
[ -5 REMOVED UNDER P00tl28
CUN 0018 Req. #: 47- 1 1 -099
POST# LUCA TIUN/DESCRIPTION TIME HOUR OF DA \' s
PER DAY
l -5 REMOVED UNDER P()0009
Cl.JN00l9 Ret~uire #: 49-069
(b)(7)(E)
DESCRIPTION AND LOCATION POSTED HOURS
I
H Q()034-1 1-C-0021 POO(U4
Page 1 I of 176
I (Y/N)
DA\'SPER REQ>il \\
1EEK ARMElJ IY/N)
DAYS PER REQ• WEEK ARMED
(Y/NJ
HOURS DAYS PER
J Entrv Controller - l(b)( t)(E) I 0800-2 100 hrs <1) l Entry Controller -1 I 0800 - 2300 hrs <2) 2 Rovin!! Foot Patrol -l(b)(7}(E) J 1830 - 2300 hts
ll\b)(7J(El r 3 Rovino Foot Patrol -1(tl)f7)tEI
~ 1830 - 2300 hrs
l l(b}(7)(E)
•• *Effective I Dc1..:ember 201 ~··"' Posts 2~ 11 have been r~movod_
++'~<Effective I 0 Apr 2_0 1.J.I(b)(7}(C) *.,..Effective I May 2llU,
L-~--~~--~~----------~ (I) These w·e the winter po$t hO: Lli'S I Oct to~ I Mar
( l J These w·e the summer post hours 1 Apr to 3 0 S ep
CLIN0020
POST# LOCA TIONIDESCRIPTION TIME OF DAY
HOUR s
PER DAY
I- 6 REMOVED UNDER P00028
***Effective 14 September 2011 **'* Locr1tion w ru; re-.moved .
ClAN 0021
POST# LOCATION/DESCRIPTION TIME HOUR OF DAY s
PER DAY
l- 3 REMOVED UNDER P00009
CLIN 0022
H_QI)(l34-1 I-C-0027 POOOJ-l
Page I 2 of 176
PER WEEK DAY l0.5 Moo -Sun 15 Mon -Sun 4.5 TBD
4.5 TBD
DAYS PER REQ* WEEK ARMED
(YIN)
DAYS PER REQ* WEEh ARME"D
(\'/N)
Req. #: 47-077 l(b)(l)(E)
POST# LOCATION/DESCRIPTION TIME HOUR OF DAY s
PER DAY
1 -3 REMOVED UNDERP00028
o~- ... *"EffeCli ve 29 February .201 ::?:*** Location was rc mon:d.
CLIN U023 R # 47 1-2 - WtJ . : ' -". (b){l)fE)
r-~u:st:rt LOLATIU N/ llESCRI PTION TfME HOUR
OF I>AY s ~11R DAY
J -3 REMOVE[) UNDER P00028
***Effeclive 29 June 1012"'~* Location was remove!l.
CLIN 0024 Reg. #: !17-1)74
POST# LOCA TION/OESC RIPTION Til\ 'IE OF DAY
HOUR s
r ·ER DAY
I -4 REMOVED UNDER P00009
"'**Effective September 15, 2011 Ht< Loc<:ltion was removed.
CIJNU025 Rrn. #: 47-089
H_QI )034-1 1-C -0021 P00034
Pagt:: 1 3 of 176
DAYS PER REQ• WEEK ARMED
(YIN)
DAYS PER RE:Q* WREK ARN1ED
(Y/N)
DAYS PER REQ•
"'' EEl-\ ARMED (Y/N)
((b)(7)(E)
POST# LOCATION/DESCRIPTION TIME HOUR OF DAY s
PER DAY
I -3 REMOVED UNDER P00009
**"'Effective September 15. 2011 U* Location was removed.
CLIN0026 Reg_ #; 47-087
POST# LOCATIONI.DESCRIPTION TilVlE HOUR OF DA\' s
PER DAY
1 -3 REMOVED UNDER P000~)9
;f .. ~·"-Erfective September 15, 2011 u"" Location was removed.
CLIN 0027 Re~. #: 47-101
POST# LOCA TION/DESCRJPTION TIME OF DAY
HOUR s
PER DAY
l -5 REl\fUVEU UNDER P000.28
~**Effedive November ~~0. 2012*** Location was removed.
CLIN0028
H.Q0034-1 1-C -0021 P000.34
Page 14 of 176
DAYS PER REQ* WEEK ARMED
(YIN)
DAYS PER REQ* \VEE.K ARMED
{Y/N)
DAYS PER REQ• WEEK ARMED
(Y/N)
POST LOCA TIONlDESCRIPilON TThffi # (W IDAY
E.nlt1y Contl't)Jier- Ma1 Vehicle Gate ECP 0001 -1 2~00
t\ ~;;si~tant Ent1·y Cr ntrolle Main Vehicle 0600-2 Gate ECP 2000
C:lllry Cunt nllkr- Mt~.i Vehi le G t~ ECP OftOO-3 \l-100
lnte1·ior Roving FnorPaJr I 000 1-4 2-1.00
Exterio Roving Fool Pattfll 000 1-5 2400
Entry Cqntt· llu-Mttin Lnhh)' ECP 0001-6 2400
Parcel X-Ray Screener- Lobhy 6 P 0600-7 1800
Pers nnel Screene1' - L 'hby ECP 0600-::; 1800
Entry Cnnl t· lle1•/Scree ner- l .oa.d ing Doek 0600-9 E p lfiOO
JDS ~ CCTV Monit r- Secu 1:lt - 000 1-10 Operations Center ~-1.0()
HOURS PER DAY
:!4
14
12
24
24
24
l l
12
10
24
HQD034-11-c-oon POOOJ-l
Pagt:: 1 5 of 116
DAYS REQ* P.I!:R ARMED
WEEK (Y/N·) 7 uay._, y incl Sat. Sun & Hflt 7 cl:Iy . y incl Sat , Sun & Hoi 5d·
' I
y Mon.-Fri, excl Sat, Sun & Hot 7 uay ·, y inc) S<il.
Sun & HC1l . 7 dny . y in l s 1
Sun & HI) I 7 tlay'<, y
incl Sal. Sun & Hat. 5dny . y
M0n.-Fri, excl Sat, Sun & Ho!. 5 dny . y Mon .-Fri. excl Sat. Sun & Hol. 5 doy "> y Mon .-Fri. excl Sat, Sun & Hoi . 7 duy , y incl S:..~l.
Sun & Hoi
IDS & CCTV Monitor- SecUJity 0600-I l Operat:ons 1800
Sh.ift Super isor 0001 -12 ~-.+00
Project Manager 1J
14 Relief/Respon. e 0600-1800
15 Rel ief/Response 0600-ISOO
16 Entry Controller- Employee Entrance ECP 0600-... Asstuned by Post 4 at time~ indicutcd 0900 hr.~ & 1400-I SOO hrs
17 Screener- Employee Entrance ECP 0600-
** Assumed by Posr 12 at times indicated 0900 hrs &1400-I 800 hrs
18 Assistant Entry Control.ler- Employee 0600-Entranc<? ECP ** As~umed by Post 5 at 0900 hr.~ time~ indic<tted & 1400-
! tWO hn;;
19 Screener- Loading Dock 0600-1600hr\
12
24
8
12
12
7
7
7
10
HQilOH-11-C-00:27 POOo_q
Pag.: 16 of I /6
5 day . y Mon.-Fri. excl Sat. Sun & Ho\. 7 day~. y
incl Sat , Sun & Hoi . 5 days . M(m-Fri, excl Sat,Sun & Hol 5 days. M.,_ YES F. exc.l Sat, Sun & Hot 5 day . M- YES F. excl Sat . Son & Hoi 5 days. YES Mon.-Fri . exc\ Sal. Sun & Hoi. 5 days. YES Mon.-Fri . exc\ Sat. Sun & Hot 5 days. YES Mon.-Fri. exc\ Sat. Sun & Hol. 5 days , YES Mon.-Fri . exc\ Sat. Sun & Hoi .
***Effective I Decemh~r 2012*** Pm;t 1. incr~a~ed to 7 day coverage . including holiday~ . Post 7 decreased to 12 ho 11r con.<l':'lQr'. Post 1-1-deGfiXt'' d to 5 day ccverage 12 hours a day excluding h{ll idays. Post 16Fb){7){E) I no ]{lnger i ncJ udes holidays . Post-. 16, 17, and IS C•msol i d~tcd fromllb)(l)(E) I CLIN 0029 R('q. #: -19-12-056
(fbl(7}(El
POST WCA TlON/DESCRIPTION
1
2
3
4
#
Rl11ry Contmlle rNehicl . Screener- Garage BCP
P<Tonnel Screener- Lobby ECP
P4rcer X-Ray S~:reener- Lobby 15CP
Shift Superv1, or/Font Pat-r 1
CLIN 0030 f< C"•Inirt>ment Nn: -i 9~tl61
(b!(7)(E)
P08 U£SCRfPTlON ANU LOCATION T I Entry Controller- 5L11 Plbor ECP
2 Shifr Supervis JJ'/lnLerior Roving Font Patrol
TIME HOUR OF DAY s
PER DA\'
000 1- 24 2400
0600- 12 1800 0600- 12 1800 000 1- 24 2..1.00
POSTED f10liRS
I 000 I - -400 hrs 000 I -1400 hr~
-~<+>~<Effective I Decemher 2012**" New l i1C<ltion added.
CLIN 0031 RNmircment No: ~9-015 (b)(?)(E)
H QD034-1 1-c -0027 POOOJ4
P'lgt:: 17 of 116
DAYS PER REQ* WEEK ARMED
(Y/N)
7 days. y
inc] S,S & Hol
5 day·. M-F, y ~xcl hoi 5 i.l ;.~)·~ , M-F, y e,xcJ ·hoi 7 days, y
inc] S,S & Hol
flOURS PER DAYS PER DAY WEEK
24 Mon - Su11 24 Mon - Sun
POST DESCRIPTION AND POSTED HOURS HOURS PER DAYS PER WEEK LOCATION DAY
I Entry Coutrol]er- 3r4 Floor ECP 0600 - 1800 hrs 12 Mon - Fri (No Holida)'s)
2 Entry Controller- 41h Floor ECP 0600 - 1800 hrs
3 Interior Roving Foot Patrol 0600 - 1800 hrs
***Effective I December 20 l 2 * * * New location added.
12
12
HQ0034-l J-C-0027 P00034
Page \8 of 176
Mon- Fri (No Holidays)
Mon- Fri (No Holidays)
SfXtion H - Supplies or Services am.) Pri~;~!>
ITF.:M NO S UPPLIES/S ERVICES QUANTITY 5
UN II Months 0001
ITEM NO ()()()}
•U trd Serv'lCes lAW PVv'S. Attachmem A. Req No: 47-164
REI)lJCE THE fOLLOWIN(i POSTS BY 3 HOURS EH--""ECIIVE, T UE'iDAY AllGUST 9. 2011: Post 4 Loading Dock FROM 0500- 170(1 TO 0500-1400. M-F. excl. SSH, PURCHASE REQUEST NUMBER: PFPA471 JGllARDS
ACRN AA
SUPPLIES/SERVICES
r x7xE) QUANTITY
7 UNIT Month~
NET AMT
uard S rvicel. I W PWS. Alla~hmcm A. Req ~u: .17 072 PURCHASE Rl2QUEST NUMB~R: PFPA47! lGLTARDS
NT AMT
A('RN AH
HQD034- Il..C-0021 POOOJ4
J>a.gc: 1 9 of I 76
AMOUNT l(b}(4} I
AMOUNT llb)(4 j
D
ITEM NO 0003
ITEM NO (1{)0-l
·SUPPLIES/SERVI CES
FFP
QUANTITY 7
UNIT Mu11th'i
UNIT [>RLCE
l'b)(l) I
Contract Gu:u·d Services JAW PWS , Att:lchment A, R~q :"Jo; -H-ll-1 i>URCIIASE REQUEST NUMBER PFPA.J7liGUARDS
ACRN AC
SUPPLIESJSERVICES
PFP
QUANTITY 7
UNIT Months
NET AMT
TJNlT PRICE. '(b)(4)
Cuntntl:l Guan.l Sl:rvil;e~ IA W PWS . A11adnncm A. Rt:LJ Nu: ·l-7-070 PURCHASE REQUEST NUMBER: PFPA47! !GUARDS
NET AMT
ACRN AD
HQX134-Il-C'-OO:l7 POOOJ..J.
Page 20 of 176
AMOJ tN T
D AMOUNT
(b)(4)
ITEM NO
0005 D UPPUE S/S ER V ICED
FFP
QUANTITY I
UNliT Mcmth~
UNIT !'RICE l(bi{4) I
Con tram ?,~an] Seryjces I AW pWS AJtadwu;nt :\ RLq Nq· 4 7-0B I "*"'ilbK7 I J
CLJN XOOOS Hemovt\l effective OJ June 201 I lAW 52.:?.112-4(1)""".;,·" PURCHASE REQUEST NUMBER: PFPA4711GUARDS
NETAMT
ACRN AE
ITEM NO SUPPLIES/SERVICES QUANTITY 7
UNIT Months
UNIT PRICE l(b)(4) I 0006
FF.P Currlrad GuarJ ScrviCt!~ lAW PWS. Attat:hmenl A. RL: tJ No: 47-088 PURCHAS E REQUEST NUMBER: PFPA4711GUARDS
NETAMT
ACRN AF
fi_Qi)Cl34-l I -C -0021 P000 34
Page 2 ! of 176
AMOUNT l(b)(4)
D AMOUNT
l<b}(4)
D
ITEM NO 0(}07
SUI',I'LIE5/SE~ VICES QUANTITY 7
hll(bM)(7rn)(~E,------------~~
FFP
UNIT M01llh~
MN!T PRICE I )(4) 1 Contract Guurd Service~ I A W PW S, A ttuc hment A, R eq No: 4 7-07 5 PURCHASE REQUEST NUMBER: PFPA4711GllARDS
ACRN AG
fYP
UNIT Months
NETAMT
Cimtnu.:t Guard Sl!rvic~ lAW PWS. Alta~hmem A R.:q Nu: 47-157 *11b}t7)1E.f revised ()5/02/20 II n
PURCHASE REQUEST NUMBER: PFPA47! !GUARDS
NETAMT
ACRN All
ITEM NO St.:PPLIES/SERVICES QUANTITY UNIT UNJT PRICE $0.00 (I{K)tj
RESERVED WP Rl·m•wcc.l from Bus.: Yl·ur ONLY unJcr Amt:nJmc nt 0002. PURCHA.'l: R£QU!i.ST NUMBER: P8'A47 l!CiUARlJS
ACRN AJ
NET AMT
HQlXl34-l 1-c -0(127
P000.3.J. P~tgt: ~~ of 176
AMOUNT l(b){4)
D AMOUNT
l<bJ(41
AMOUNT $0.00
$0.0U
$0.00
ITEM NO Sl.PPLIES/SFR.VI 'ES QUANTITY 0())() 7
~tHE I FFP
lfli:IT Month'l
Conlf:JI.:I Gu<~r~ Sl·rvu.:l!s IA W PWS. Attac.:hment A. Req No: -17-117 PURCHASE )U:.QUI:ST NllMBER: PFPA47llGUARDS
NET AMT
ACRN AK
ITEM NO St;J>PUPMSISf.RVICES QUANTITY 0011 7
j(b (?)(~) rrr Conttn~·t Gunrd Service~ I A W P WS, Section /\. R~4 N(\: 47 OM PURCHASE REQUEST 1\UMBER: PFPA·PIIGUARDS
~ET AMT
A RN ,t.L
HQtl0-'4· 1 I -C -0027 POOO.~~
l'agl' 2~ of 176
AMOUNT ltb)(4) 1
D
D
ITEM NO 0012
ITEM NO uoo
SUPPLIES/SERVICES
rr-r
QUANTITY 7
UNIT Month~
Contruct Gum·d Service~ JAW PWS, Section A. Rtq No: 47-0&7 PURCHASE REQUEST NUMBER: PFPA4711GllARDS
NET At-.11
ACRN A~1
Sl PPUES/SERVICES
FFP
QUANTlTY 7
UNIT Months
CuutntL:t Guan.l Scrvi .. ·c~ IA W PW S. Sed ion A. Rcq No: 4 7-100 PURCHASE REQUEST NUMBER: PFPA47 t IGllARDS
NIT PRICE '(b!C4J I
NETAMT
ACRN AN
ll'EM NO SUPPLIES/SERVICES QUANTITY
m!<b~)l~7i~E~)--------------~~ UNIT
Muuth:-. 0014
FFP Contract Guurd Service~ JAW PWS. Section A, Req No: -47-079 f'URCHASE REQUEST NUMBER: PFPA47IIGUARDS
NETAMT
ACRN AP
HQU034-I I-<: -00~7 P000.'4
Pag~ :!4 of I 76
,o\MOUNT
D AMOLNT
l<t·~<• , 1
[]
D
lTEM NO SUPPLIESISER VICES QUANTITY UNIT Months
NIT PRICE IM4) tKJI~ 7
ITEM NO 0016
el)(E)
I"FP CuntruCI Guan.l SlTVil:cs lAW PWS. St:diun A, Req No: 47-071 PVRCHASf. REQUES"r NUMBER: PFPA.4/1 1GUARDS
ACRN AQ
SUPI'LIES/SER VICES
((b)(l)(E)
FFP
QUANTITY 7
UNIT M1mth,;
NETAMT
Contract Guard SerYice~ I A W PWS, S~ction A, Req No: 4 7- I I 8 PURCHASE REQUEST NUMBER: PFPA-Pl!GUARDS
NETAJ..H
ACRN AR
HQL)034-1 I ...C-00:27 POOOJ..f
Page 25 of 176
T
D AMOUNT
(<bH41 I
D
ITEM NO SUPPLIES/SERVICES QUANTITY 0017 7
l(b)(l)(E}
FFP
UNliT Muiith~
Contract Guard Service~ I A W PW S, S.:<ction A, Req N 0: 4 7-07 ~ PURCHASE REQUEST NUMBER: PFPA4711Gl1ARDS
NETAMT
ACRN AS
ITEM NO SUPPLIES/SERVICES QUANTITY UOJX 7
l(b)(7}(E)
UNIT Months
ContrftCl Guan.l Service~ lAW PWS. Section A. Rcq No: 47-099 PURCHASE REQUEST NUMBER: PFPA--1-7! lGllARDS
UNIT PRlCE r'(4J· 1
NETAMT
ACRN AT
f.tQt)034-1 I -C-0021 P000'34
l'age 2o of 176
AMOUNT \<bH4)
D AMOUNT I b)(4,1 I
D
ITEM NO DUPPUES/SERVICED QUANTITY 7
UNliT Munth~ 0019
llb)(7)(E)
FFP Contract Guard Service~ lAW PWS, Section A. Req No: 4 7-09:"
PURCHASE REQUEST NUMBER: PFPA4711GUARDS
NETAMT
ACRN AU
ITEM NO SUPPLIES/SERVICES QUANTITY 7
UNIT Months 0020
FFP Coninu.:L Guard Survi0t!~ lAW PWS, Sl!dion A. RCLJ. No: 47-078
**"*EFFECTIVE Augsl 24, 2011. deleted Po~·t 2, 3, 5 anJ add LoaJing dock ( Augu<;t 24. 20 L I tbr0ugh September l.'i, ~0 II at I 400 Honn;. Buildi.ng Owner:-> will be required lu ~ecure their uwn building:; from lhal time nn.
PURCHASE REQUEST NUMBER: PFPA.47llGllARDS
ACRN AV
fi-QGCI34-1 I -C-0027 POOOJ4
l'age ?.7 of 1'16
AMOUNT l<b){4} I
D AMOUNT
l<b)(4)
D
ITEM NO 0021
lTEMNO (10:!~
ITI:.M NO 00.23
S PPUES/Sf.RVICES
H'P
QUANTITY 7
Ul\IT Month~
Cuntracl Gu:trd Serv1ces I A W PWS, Section A. Keq No: 4/-UY.~ PUR IIASE REQUEST NUMBER: PFPA.J.7llGUARDS
NET .-\MT
ACR~ AW
Sl PPLI "SJSERVlCES QUANTITY
I
U:t\IT Month<>
C\1n1r;n:1 Gnard Servic:c-; lAW PWS. Srl·Lion A. Rcq t-;"o: 47-077 PURCHASE REQUEST 1\UMBER: Pf<"P.>\..J.711GUARD5
NET A.MT
M .'KN AX
Sl PI>UfS/SERVICES
FFP
QLlANTITY 7
I UNIT
Munth . .;
Contt'JCI Guard Services I A W PW S. Sfction A. Req t-i o: .n- J 5:! PURCHASE REQUEST NUMBER: PFPA4711GUARDS
UNIT PRICE rb)(4)
NET :\MT
ACR~ AY
HQO( 13-l--1 1-C -0027 P000.'-1
Page ~8 of 176
AMOUJ'I;T
r:J)C4) I
D
D AMOUNT
l'b)t4l I
D
ITEM NO SUPPLIES/SERVICES QUANTITY 7
UNIT Months
f iN!! PBICr (bl(4) 0024
FFP Cunlract Guard Strvkts lAW PWS. Section A Req No: 47-074 n"'Removed Effective September IS. 20 L I al 1400. Bnilding Owners will he required 10 secure their own building:; from that lime on.***
PURCHASE REQUEST NUMBER: PFPA4711GUARDS
I"ET AMT
ACRN AZ
ITEM NO SUPPLIES/SERVICES QUANTITY
7 UNIT
Molltbs U02:'i l(b)(7)(E)
FFP Contract G uaru Scrvi.:.:~ lAW P WS. St\o.:Lion A Rcq No: 4 7-089 "*"Removed Effective Scptemher IS. 20 II at 1400. BuiMing Owners will he requirctl lo sccun: their own bui}dings from Lhlillim~ un. *'f* I>URCHAS£ ReQuEST NUMBbR: P~}i-\-l711GUARDS
NET AMT
ACRN HA
HQ0034-l 1-c -0027 P00034
P:lge ~9 of 176
D AMOUNT
rbX4} 1
ITEM NO SUPPUE S/SERVICEI'i QUANTITY
7 U Nl iT Mcmth~ 0026
ITEM NO 0027
l<b)(7)(E)
FFP Contract Ouard Service~ I A W PWS, Section A. Req No: 4 7-08/ **"R-.:nl()vcd Eff'-' L: tivt: St:ptl'mbt:r 15 , 201lut 1400. BL1ilding Owners will b~ required to ~ e cul'e their ow11 huildings from that time on .**"' PURCHASE REQUEST NUMBER: PFPA47! !GUARDS
ACRN OB
S VPPLI ESJSER VICES
l{b)(7 ){E)
FFP
QUANTITY
7 UNIT
Months
NETAMT
Conlrad Guard Scrvict~~ lAW PWS, Svdion A. Rcq No: 47-101 PURCHAS E REQUEST NUM-BER: PFPA4711GUARDS
NETAMT
ACRN BC
fi_Q()034-1 I -C-0027 POOOJ4
Page 30 of 176
AMOUNT 1Lb)(4) I
D AMOUNT
1 b}(4)
D
ITEM NO Sl!PPUES/SBRVICES QUANTITY 002~
UNliT
Mu1ilh~
UNIT J>RJCE .1>0.{)0
rmSBRVED FFP
· l(b)(T)(E) I Attachment A, Req No: 47- 1 11 t Roml.n'O::d from base year pur~u'-a-n~t -m~o-.d""l'if"":ic~·a':""Li-m-1 'i":'p(~}0~(~)(~,4------......1
ACRN BC
ITEM NO SUPPLIES/SERVICES 0029
QUANTITY
ITEM NO 0(J2~AA
Temporay AJdirional Scrvicog (TASJ FFP
S UPPLI ES/SER VICES QUANTITY
T AS foJ{!b)(?)(E)
F"FP
. l<b)(4) I lsec Su.nm utr)' Cl'i<Hli!G"SI
UNIT
UNIT
POP Augu~ t 9. 2011 lhrrmgh Nf,v t:,rnMr 30. :2011
ACRN BE
NET A.MT
UNIT PRICE .110.00
NETAMT
UNIT PRICE
EJ
NET A.MT
H.Qt:l034-1 1-C-0021 P000"34
l'age 31 of 176
AMOUNT $0.00
$0.00
$0.00
AMOUNT $0.00
$0.0li
AMOUNT ltoX4)
D
ITEM NO SUPPLIE S/SERVICES 0029AB
ITEM NO 0029AC
ACRN BD
SUPPLIES/SERVICES
TAS t- d. - ~- t'< .. b:..:,:lC7~)(~E;_J _Jr---' - un mg o .._ FFP
UNliT
Lump Surn
UNIT
u~
~
NETA.r-.H
UNITPlUCE
LJ TAS cfft;Ctivc Friday. Aug·ust26. 201lthru Wedncsda,y. N1 vcmbrr 30, 1011: ~one Post Room 12N41 *1600-0700 M(>nday> !hru Friclays *24 hours Saturdays. Sundays and Holidays
ACRN BF
ITEM NO SUPPLIES/SERVICES
FFP
QUANTITY 2
UNIT Months
NETAMT
UNIT PRICE l<bJ(4) I
N F.."TAfi1T
H.Q()034-1 I -C-0021 P00034
Pagt 32 of 176
(b)(4)
AMOUNT l<b)l4) 1
D .4.l\-1 0 UNT
l(b)(4, I
D
ITEM NO S UPPLI ES/SER VICES QUANTITY UNlT 0031 1 DoJIIan;,
U.S. Funding fo~ (b:}('l) ( t) ~ CLI N 0008) FFP CSO suppmt t~tr the month of Octo her 20 I I . PURCHASE REQUEST NUMBER: PFP,\~91205-lBASIC
ACRN DV
ITEM NO SUPPLIES/SERVICES QUANTITY 0032 I
funding fo~(b)(l)( E) lCLIN 0017 J FFP For CSO supporrt 24 Aug to ~0 Nov 20 I I.
UNIT DoHan,
u .s.
PURCHASE REQUEST NUMBER: PFPA4912042BASIC
ACRN DX
~ETAMT
NETAMT
HQO(lH-11-C-0027 P00034
Pag~: 33 of 176
AMOUNT l(b)(4) I
D AMOUNT
r~4)
D
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Dollars.
u.s. 0033 I
ITEM NO 1001 EXERCiSED fWTION
FunJing for(1b)t7l(E) I(CUN 0021})
l" ·P Fur CSO support from:!~ Au~ tu 1-l S<1' 2011. PURCHASE REQUI::ST NUMBER: PFPA491~047BASIC
ACRN DW
SUPPLIES/SERV ICES QUANTITY UNIT 12 Month:>
Alexandria fb)(l)( ;:) FFP ~.-____ ___.
U.."l!T PRICE t:<4) I
NETAMT
Contract Guard Service~ I A W PWS. Attachment A, Req No: 4 7-164
ACRN RH
ITEM NO SL PPLIES/SERVICE::> QUANTITY 100101
AdditionrJ.l Funding
FFf'
ACRN DJ
NETAMT
UNIT UNIT I'RICE
NETAMT
HQXlH-1 I-(:-()(127
P000.'4 Pagt:: 34 of 176
AMOUNT
l<b)(4) I
D AMO\!NT
r b}(4) I
$0.00
AMOUNT $0.00
$0.00
~0.00
ITEM NO SL PPLIES/SERVICES QUANTITY 100 I 02
Corrl'l'LL'tl Line of Accounting- CLIN 10<11 1-'FP
ACK:'IIDH
IT M NO S PPUES/SF.RVICF}:> QUANTITY JOOICH
ITEM NO lOll~ F.XF.RCT.SF.D OPTIOI\
Com('ted line of Accl - SuhCI.IN 100101 FrP
ACR~ DC'
S PPUES/SERVICES QUANTITY 1.2
UNIT
UNIT
UNIT Montu~
UNIT PRICE
NET .\MT
UNIT PRICE
NET AMT
~IT PR ICE
C<..~ntrw.:t GtwrLI s~~~.,.i~\:' lAW PWS. Altu!:hmcm A, Rcq No. -17-072
NET AMT
HQOO~-'- 11-C -0027 P000.\4
Pag.? ~~of 176
AMOUli.T $0.00
$0.00
AMOLJI\T
10.00
$0.00
AMOUNT
$0.00
ITE:M NO SUPPLIES/SERVICES 100201
QUANTITY UNliT UNIT !>RICE
ITEM No 1003 EXERCT.SED OPTION
ITEM NO I O())(} I
Corrected L1 ne of AccC'Onnting - CL t N I 002 FFP
ACRN CX
S UP'PLIES/SER VICES
l(b)(7j{E)
fi-'P
QUANTITY 12
UNIT Months
NET AMT
I )}liT pp ICE
Con!ruCl Gllard Servic:c~ IA W PWS. Attachmcm A. R~y No: 4 7-134
ACRN BL
SUPPLIES/SERVICES QUANTITY
~c~urity Officer fo~ FFP
UNIT Lurnp Sum
NET AMT
UNIT PRICE $0.00
AaCiitioniil Security Officer fO r HulTman II- 12N41. Pustll.tmrS itr6 1600-0700 M ondil y .through Thursday. 1600 hitlay tQ 0700 Monday ( W eckelld Cove.ra e and 000 l through 2400 for HtHiaayii. Sec Altctdicd Scheu ilk fui· (b)(7)(E)
~HASE REQUEST NUMBER: YMGI2081112l6 L------...1
NETAMT
ACRN CJ
fi_Qi)Cl34-l I -C-0027 POOOJ4
l'age 36 of 176
l[b)(4)
AMOUNT 1>0.00
$0.00
AivfOUNT
$U.OO
A\10UNT $(!.00 NTE
~0 .00
$0.00
ITEM NO SUPPLIES/SERVICES ][}0}02
QUANTITY
Currcetcd Line of Act:ounting- CLIN I 003 FFP
ACRNCZ
ITEM NO SUPN..,Il<:S/SERv'ICES QUANflTY 100303
Correned Liue of Acci- SubCUN 10(>.'~01
FFP
ACRN DA
UNIT
UNliT
UNIT PRICE
Nf:'i AMi
U~rr PRICE
NET AMT
H_QGCI34-l I -C-0027 POOOJ4
Page 37 of 1'16
'(b)(4}
AMOUNT $(1.0()
$0.00
AMOUNT .1i(l00
$<100
ITEM NO SUPPU£5/SERVICE~ QUANTITY 100304-
Additional Punding ft>r SubCLIN l 00..'!0 I F p
UNIT Dollars. u.s.
PURCI lASE REQUEST NUMBER: PFPA...J.9 1203bBASIC
ACRN DY
JTEM NO SLPPLIES/SERVlCES QUANTlTY J()()~ 12 EXF.RCT.SF.D l(b)(7}(E) OPTION L,Ff=:p---------'
UNIT Montb~;
liNIT I'RICb ~0 .00
NETAMT
IT PRJCE
Corrtral'l Gu:mJ Snvil·c~ lAW PWS. Altalhmcm A. Rl:q Nu: 47-070
ACRNCC
ITEM NO SUPPLIES/SERVICES QUANTITY 100-lUI
C6rn:ttt"d Lmc ur Al"t:ounting - CLIN I 004 PFP
ACRN DG
NETAMT
UNIT l'NJT PRICE
NET AMT
HQtXl34-1 I -c -0027 P00034
Page 38 of 176
AMOUT'n $0.00
$0.00
A.'\.10UNT l(b'(4)
~r.o.oo
AMOUNT $0.00
$O.OiJ
lf~M NO 15UPPUES/$1d{YICES QUANTITY UNIT Munth~
UNrr I'IHCE w.oo 1005
OI>T!ON
ITEM NO 1006 EXERCISED OPT! ON
RESBRVf::D FFP Contract Gum·d Service · I;\ W PWS, A tt~tc.hment A, R eq No: "1.7 -0~ I
**CLiN x:ooosl<b}(l)(E) I R~nmvrtl _. ffL·cti,v(• o 1 1 u11c 2011 lAw 52.212A(i)**
SUPPLIES/SER VICES
FFP
QUANTITY 12
UNIT Months
NET AMT
IiNTT PRICE l(bj(4)
Contra~! Guard S~:rvicc~ lAW PWS. Altachmcnt A. Rt:LJ No: ·P-088
NETAMT
ACRN BM
ITEM NO SUPPLIES/SERVICES QUANTlTY UNIT CNIT PRICE l()(i(,(ij
Corn:o.:ll:d Lmc Llf A~~::Llu.nt ing - CLIN I 006
Ff:'J>
ACRN DD
NET AMT
H~J~-11~~~1 POOOJ-l
Page 39 of 176
AMOUNT $0.00
$0.0li
l(b)(4)
$0.00
AMOUNT ${J.OO
.$(1.00
ITEM NO SCPPUES/SI::]~VI('f.S QUANTITY UNIT Dollar~.
u.s.
UNIT l,lUCE $0.00 100602
The ..:nntrac:tur shall pro\lil.ll" och.litiOllal !ol~rurity suppurt scrVll..'\!S as ouUint."\1 wnhin the schedule.
NET AMT
ACRN I)N
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Montth
UNIT PRICE ){)(J60 .\
IT .M NO
1007 EXI:KC:ISI:.D OPT! ON
j(b)(t)(E) FfP The contractor shullrnoviJe additionul ~ecnrity 5upport ser'lices a.~ outlined within th~ srh..:dule fmm 19 M:m.:h 20i1to 23 March 2012. PURCHASE REQUEST !'UMBER: J>FJ>A4~1'202 BASIC
surP msts ·~v1n;" QUANTrTY
~~~--------------~~~ li7t1(E) I UNIT
MonHh
NET ;\MT
Contract Ou:1rd Serv1ces lA v.r PWS. Attal'hcuent A. R'-"Q \lo· 4i-07!\
NET >\MT
ACR:'I.I HN
HQ.:Wl34- I I-c-0027 Pooo.q
Pag~ -tO of 176
AMOUNT 10.00
$0.00
AMOUJ\T $0.00
$0.00
AMOUNT
~o.on
ITEM NO SUPPLIES/SERVICES QUANTITY 100701
Adcli.tional funding FF >
ACRN Rf:l
!TIM NO SlJPN.AE S/SERVlCES QUANfTTY 100702
Corrected Line of Acccmming- CUN 1007 FFP
ACRN DE
ITEM NO SUPPLIES/SERVICES QUANTITY ]{)0703
Corr~l'Wd Line of Acct · CLIN I 0070 1 FFP
ACRN oF
UNIT
UNliT
UNIT
UNIT PRICE
Nt:l AMi
U~!T PR.ICE
NET AMT
UNIT PRIC.E<
NET AMi
H.QM34-1 I -C-0021 POOOJ4
J'age '-II of 176
AMOUNT $0.fJO
$0.00
$0.0()
AMOUNT .1iG.OO
$0.00
AMOUNT $0.0()
$(H}()
ITEM NO IOUM EXF.IKI~EP
0PTION
SUPPLIES/SERVICES
l(b)(7}(E)
fFP
QUANTITY 12
UNIT Months
UNIT PRICE l'b)<4> 1
Cnmr.u:l Guanl SnvJ..·c1- I A W PW S. Anat:hmt·m A lb.f ~o· -t 7-15 7
•\CRN BQ
ITF.M NO SUPPUESJS£RVICES QUANTrTY 1011~111
Curr~d~:d Lmc ,)r An:ounlin~ - Cl.lN I 00~ FFP
ACRN DH
IT .M NO SUPPUT!.S/SERVICbS IOIJY
RES£KYEtJ FFP
QUANTITY
UNIT
UNIT Month~
NETAMT
'NIT PRICF
NET AMT
UNIT PRICE :bO.OU
CL ntract Guard S~_:r 1i :cs lAW f'\VS . r'\tta c~hnu~nl A.. Rtq No: 4 7- HiS DUPLiCATE EXHIBIT-SAM . AS CUN I0~8lREM0VED 30 NOV 1011)
NET AMT
H Q(>034-1 I...C -00:!7 P0003~
Page 41 of 176
AMOliNI l'b) 4) I
$0.00
AMOIJNT ,ii()_(Jij
$G.fHl
AMOUNT :1>0.00
$()(II)
ITEM NO JOIC) F.XF.RC"lSF.D C>PTION
SlJ PPLIES/SERVICES
l(b)(7)(E)
P'FP
QUANTITY 11
ll':JIT PRICE It 4 ) I
Contract Guanl Sr.:rvi~.:.:-; lAW PWS. Aum:hmcll! A. Rcq No: 47-117
lTE/\·1 NO 10100 I
ACR~ BR
UPPLIES/SERVICE QUANTITY
CmHTll:d Lim: uf An.-mmting - CLIN l 0 10 ITP
lH:M NO S "PI)UES/Sf.RVIC'ES lOll t::XI:.IK!St:D l(b 1(7)(E) OPTION ":F"'=F~P:---------J
QUANTITY 12
Ul'JT
UNIT Months
NET AMT
liNIT PRICE
NET ,\MT
Contract Guard Serv1ce' lAW PWS, Section A. Req 1\o: ·1-1·06!!
ACR"' 8S
HQOO.i~-1! -C -0027 POOO.,~
Page 43 of 176
$0.00
AMOUNT $0.00
$0.01)
AMOIWC
$() (II)
l'lt.M NO SUPf>LfES/SER \il CES QUANTITY 101101
ITEM NO J0l2 EXERCISED OPT! ON
Corrected Line of Accounting - CU N l 0 I I FFP
ACRN CQ
S UPPLI ES/SERV ICES
l(b)(7)(E)
Ff"P
QUANTITY 1::2
UNliT
UNIT Mouths
UNIT PRICE
NETA~H
UNIT PRICE. l(b)(4}
Cuutnw t Gttfm.l Sc.~vice~ lAW PWS, s~ctinn A, Rcq No: 47~067
ACRN BT
ITEM NO S UPPLIES/SERVICES QUANTITY 101:?.01
Corn: n ed Lint: of Accounting - CLIN I 012 W P
ACRN CR
NETAMT
UNIT UNIT PRICE
N E:"TAMT
HQUCI34-1 I -C-0027 P000'34
l'age 44 of 176
AMOUNT $0.00
$0.00
AMOUNT l(b)(4)
l(b)(4)
$!1 00
AMOUNT $0.00
$0.00
l(b)(4)
IT f::M NO 1013 E:\'ERC'ISED OPTION
SWPPLIES/SERV ICES
FFP
QUANTITY
12 UNliT
Mcmrh& UNTr PRICE
l!b)(4)
Contract Guard Service~ I A W PWS, S.:ction A. Req No: 4 7-100
NET AMT
ACRN CD
ITEM NO SlJPfJLI_E.:SJSbRVlCES QUANTITY UNliT U ~IT I>RrCE 101301
Corrected Ltne of Accounting - CUN I 013 FFP
ACRN DJ
NET AMT
ITEM NO S UPPLIES/SERVICES QUANTITY UNIT UNIT PRICB I 0 130?:
l(b)(7)(E)
FI"P The tuntriiC:tu r shuli pruvidt fti:ltlitiunii.I MKurity suppf>rt st::rv ii:.:c :-; it~ outlined wi•thin the schedule. The Period of' Performance is 19 March :?.l) 12- tn 30 November 2012 . PURCI-IASE REQUEST NUMBER: PFPA'-1.912032
NETAMT
ACRN DU
f-tQt)Cl34-1 1-C-0027 P00034
l'age 4) of 176
AMOUNT
$0.0f:l
AMOUNT
$0.00
$0.00
l(b)(4)
AMOUNT $0.00
$0.00
ITEM NO SUPPLlES)SERVlCES QUANTITY
I 0 I 4 rn:":'~!P,""""---------, I 2 HERCI.SED l<b)(7)(E.l I (JPT!ON '-:F::-:F::-:P:-----------'
UNIT Months
UNJT PRICE l(lt)(4)
COtl.lracl Guard Snvicc~ lAW P\VS, Section A. Rcq No: 47-079.
ACRN CE
ITEM NO SUTJPUES/S£RVICES 101401
AdJitiom.l Funding FFP
ACRN CF
fTEM NO SLIPPLIESJSER ViCES ]{)J402
QUANTITY
QUANTITY
Corrected Line or Accouming - CLIN I 0 l.J. ~pp
ACRNCT
NETAMT
UNITT
NET AMT
UNIT UNIT PRICB
NETAMT
H_Q0034-ll-C-0027 P00034
Pagt~ 46 of 176
AMOUNT
l(b)(4)
$0.00
AMOUN"f $(1.00
$0.00
$0.00
AMOUNT $0.00
$(1.00
ITEM NO SUPPLIE S/S £ RVICES QUANTITY 10 1.!103
Corrected L1 ne of Acc t " CLJ N Jl) 140 I FFP
ACRN CU
ITEM NO SUP'PLI'ES/SERVICES QUANTITY ]() !.::)() 4
Additional Funds forl(b)(l)(E) .FFP 1.... ------...1
UNliT
UNIT Months
UNIT PRICE
NET AMT
UNIT PRICE
Exteni\s Po:;t 5 and Rover :-;crvicc !'rom 1 March 2012 to 30 April 2012. PURCHAS E REQUEST NUMH ER: PFPA49 !2055
ACRN DQ
ITEM NO Slff>PUE.SiSERV ICEs QUANTITY !Ol.:t05
CCJrrel"ted LOA for SubC:LiN I 01 4 04 FFP
UNIT
PURC HAS£ REQU f.:. ST NUMB ER PF'f>A49 l 2U26AMDI
ACRN DZ
NET AMT
UNIT [>f{ [(:f.
$0.00
NET AM"f
fi_Q()034-l I -C-0027 POOOJ4
Page 47 of 176
AMOUNT $0.00
$0.00
((b)(4)
AMOUNT $0.00
$0.0U
$0.00
AMOUNT $0.00
$0.01)
ITEM NO SUPPLIES/SERVI 'ES QUANTITY UNIT 101406
FFP Additional Funding fo1· the CBA PURCHASE REQUEST NUMBER: PFPA4712BMFCBA
ACRN EA
ITEM NO SUPPLIES/SERVICES QUANTITY 1015 3 F..XF.RC!.SF. D l(b)(7)(E} OPTION "='~~.F~P---------'
UNIT Months
UNrr PRICE
NET AM'I
Cl1ntnK·t Guurcl Scrvk·cN IA W PWS, Sc .. :tion A. Rc4 No: 4 7-071
ACRN BIT
ITEM NO SUPPUES/SERVI ES QUANTITY 101501
Corrected Lme uf A~o'counting- CLIN 1015 p
1\CRN CV
NET A.MT
UNIT UNIT PRICE
NETAMT
HQtX134-I 1~-0027 POOOJ4
Page 4& of 176
AMOUNT $0.00
$0.00
AMOUNT l(b)(4)
$0.00
AMOUNT $0.00
$0.00
fft.M NO 10 !50:!
S UT>PLffiS/SER \ilCES QLJANTiiY
Additional Funds fo~(b)(7XE) FFP L..-___ ___J
UNliT Month~
UN IT I>R.ICE
Adds relief and ~upervi~or 11.nd e~<tends service from 1 March 20 !2 to l 0 March 2012. PURCHASE REQUEST NUMBER: P~PA49I:;OS)
NETAMT
ACRN DQ
ITE.M NO SlWPLI£S/SERV1CBS QUANTITY UNIT Each
UNIT PRIC£ J() 150.~
Additjonal funds fo~(b)(l)(!...} FFP ~--------~
Extends ~ervice through 31 Mt~.rch 2012 . PURCHASE REQUEST NUMBER: PFPA491 2040
ACRN DR
NET AMT
fi_Q()Cl34-1 I -C-0021 POOOJ4
l'age 49 of 176
AMOUNT $0.00
${i.00
LJ
AMOUNT $0.00
.'!.0.00
ITEM NO StJPN.I.P..S/SERVlCBS QUANTITY 1016 12 E\'ERC'iSEfl l(b}(7){E} ()i'TTON L..F""'F""'P,....------------1
UNliT Murnh~
UNrf f>!HCE j(b)(4}
Contract Guurd Services I A W PW S, Section A. Req No: -1-7- I l ~
ACRN CG
ITEM NO SUPPUES/SER\IlCBs 101601
QUANTITY
Corrected L1 ne of Accounting - CL IN I 0 16 FFP
ACRN CW
ITEM NO SUPPLiES/SERVICES 1017 EXERCISED l(b)(7)(E} OPTION ._,F...,_.f,...._p-· -------'
QUANTITY 6
l fNIJT
UNIT Months
NET AM'f
UNIT l>RfCE
NET AMT
UNIT PRICE l<b>(4) I
Ccmlr·fl.Cl Guard Service.~ lAW PWS , Scdion A, Rcq No: 47-073
**ALL POST REMOVAL EFFECTIVE 31 MAY 2012 AT 1800.
NETAMT
ACRN ill
HQGCI34-1 I-C-0027 P00034
P~gi:: 50 of 176
AMOUNT jcrt)(4)
$(1.00
AMOUNT $0.00
$0.00
AMOUNT
$0.00
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT NIJ PRICl: 101701
Currcdl·u Lmc· nf AL'Counting- CLIN I 017 FFP
ACRN C7,
NET AMT
ITEM NO Sl. PPUES/SERVJ 'ES (,)UANTlTY UNIT Mo nths
UNIT I)RJCE ~o .nn 1018
OPTION ·~ RESERVED
F~~~~--------------~ ni(b)(7)(t) !REMOVE£) Etfect!ve Septemher 15, 20 f I al !4od. Bmldmg Owm:rs wtll b(} rcquim1tn ~cur~.: their c1wn builc.Jing!. lhnn that time on.**"
NET AMT
HQO<H4-I r -C -{l027 rooo.q
Page 51 of 176
AMOUNT $0.00
$0.00
AMOUNT $0.00
$0.0U
ITEM NO StlPN.IES/SERVlCES 1019 EXE!<Ci£Ef) l{bj(7)(E) ()J'TTON L..:F""F""P,....----------1
QUANTITY 6
UNIT MurHh~
Contract Guurd Services I A W PW S, Section A. Req No: 4/-095
ACRN CA
ITEM NO SUPPLlES/SERVlCES 101901
QUANTITY
Funding lurl(b){7)(E) FFP .... _____ ____.
ACRN CH
ll EM NO SUPPL.ffiS/SH~VICES QUANTITY 101902
Co:rrect fuodcie for Above .Standard FFP
ACRN CH
NETAMT
UNIT UNIT PRICE
NETAfi1T
UN1T I.TN!f f>lUCE
NETAMT
kQPG34-1 1~-0021 POOOJ4
P~ge 5:1 of 176
AMOUNT l(b)(4)
l{b)(4)
$Ci.OO
AMOUNT $CI.OO
$0.00
$0.0()
AMOUNT ${l00
$0.00
$0.00
ITErl-1 NO J0J903
S U PPLlESJsER VICES QUANTITY UNIT UNIT PRICE Months $0.00
FF PrllVi(le cso Support atel(7)(E) lin aCCl:mlanrc Wilh !he
Contract'~ Performance ork Statement. PURCI-IASE REQUEST NUMBER: PFPA4912069BASrC
NET A1'.1T
ACRN CK
ITEM NO SUPPUESJSERVJCES QUANTITY UNIT Months
UNIT PRJCE ]()J904 .to.o-o
Proviu~ CSO Support a tb)(7)(E) n acc0rdancc with tbc Contract's Performance or - tateme11t. PURCHASE REQUEST NUMBER: PFPA49!2069BAS!C
NET AMT
ACRN CK
H.Qt)Cl34-1 1-C -0027 P000'34
l'age 53 of 176
AMOUNT $0o00 NTE
$0.00
I(IJ)(4)
AMOUNT $0.00 NTE
$0.00
ITEM NO ·SUPPUES/Sf.::RVICES QUANTITY 101905
Corrected Lme of Accounting - CLI N I 019 FFP
l(b)(7)(E) !IDee 20 12}
ACRNCM
llEM NO SUPfJL IES/Si::RV ICES )())906
QUANTITY
Correrted Line of Ace! - CLI N Ill 190 l FFP
l[b)(7)(E)
ACRN CP
ITt::M NO Slff>PLffiSJSEHVICBS QUANTIT-Y 101907
Corrected Line Df Acx;t - CLI N I (J I 90:2 FFP
l(b)(7)(E) tJan-MLJy ~0 12J
AGRNCN
UNliT UNIT J>RICE
NE.T AMT
UNIT
NETAMT
UNIT
H QtiCI34-1 1-C -0027 P000'34
Page 54 of 176
AMOUNT $0.00
$0.00
AMOUNT $0.00
$0.0U
l(b)(4)
AMOUNT $G.OO
$0.00
IT EM NO SUPPUES/S£RVICES QUANTITY UNliT Mu1ilh~
UNIT PRICE .1!0.00 1020
OPTION
ITEM NO I02J OPTION
12 TmSERVED
~1<b)(l)(E) ~EMOVED Effective. Se-pte-mber I 5, 2<}11 at
I.J.OO. BuilJing Ownc.:r~ will b~ required to Sc(;urc their own buildings from !hut
time on."'"'"'
S UPPLI ES/SER VICES QUANTITY
l(b)(7)(E)
FFP
UNIT Months
NETAMT
UNIT PRICE .\)0.00
CorrtrftC.l Guard S~Tvicc~ lAW PWS, Section A. Rcq No: 47-093
**ALL POST CLOSURE EFFECTIVE 30 NOVEMI3ER 2011 AT 1~00.
NET AMT
1J El'l'tN6 Ei UPPLII:~S/5f;R\iJ('Bs 102'2
QUANTITY -~
UN'1T
MOnths
UNJT rR..1CE l(b)(4)
EXBK1SED ((b)(7)(E) OPTTON L.rp":'l'f~pr-------------1
Contract Guard Service~ LAW PWS, Section A, Req No: 4 7-071
* -"'ALL POST RE MOVAL EFF'ECTIYE 29 fEBRUARY 2012 Ali' 1800.
N P.."TA}..1T
H.QGCI34-I I -C-0027 P000)4
l'age 55 of 176
AMOUNT $0.00
$n.oo
AMOUNT $0.00
$0.00
AM{>lfNT l(b)f4)
$0.00
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 102201
ITEM NO
102202
ITEM NO 1023 EXERCISED OPTION
Currccwd Lim: of Accountin~- CLIN I 022 FF'P
ACRN CS
SlJ Pf'L IES!SER VICES QUANflTY
FFP Auditiorral funding fur the CBA
UNIT
PURCHASE REQUEST NUMBER: PFPA471 2BMFCBA
ACRN EB
SUPPLIES/SERVICES QUANTITY UNIT 12 Months
llb)(7)(E) I FFP
UNIT PRICE
NEI AMi
U ~IT PRICE
NETAMT
UNIT PRICE l(b)(4f I
Cou!n1GL GLlil.rd Service~ lAW PWS, ScC' Liun A, Rcq No: 47:152
NET AMT
ACRNBW
H_Qi)Cl34-1 I -C-0027 P00034
l'age 56 of 176
AMOUNT $0_00
$0.00
l(b)(4)
AMOUNT .1i(l00
$(1 00
$(}.00
ITEM NO SUPPLIES/SER V'l ~S 102}01
QUANTITY
Curn.'rtcd Line of AlX:Ounting- CLIN I 023 1-TI)
ACRN f)](
ITEM NO SUPPLIES/SERVICI:-:S 102-1 OPT! ON RESERVED
QUANTITY I:!
UNIT
liN IT Months
liNIT PRICE
NE.T AMT
UNIT I~RIC~ i.O.OO
FFP.~~-.---~~~~ """i(t:J 1l)(E;· JREMOVED Effeni.,.e Septemher I 5, ~011 at 1400. Duilding Owm:r~ will be rel]liirCJ iO :;t:Cun:: their U>Vl1 building:; from ihaL time [)n.**"
NET AMT
HQO!l:\4-11-C-002? ~)(fq
~age '7 of 176
AMOUNT $0.00
$0.00
'(b (4)
AMOUNT $0.00
$0.00
ITEM NO SUPPLIES/SERVICEs 1025
QUANTITY
12 UNIT
M01ithi'
UNIT J>RJCE '£,0.00
OPTION
ITEM NO 102.6 OPTION
RESERVED FFP u1"'~b~)"'(7'1"l')(~"'~E)-------,J~ EM0YED Effective September 15, 2.0 II tlt 1400. Building Own<~rs will be n; qLtired to scCtir.: thoir Own building:-; from thfll Limr:
on.•••
SUPPLIES/SERVICES
RESERVED FFP
QUANTITY 12
UNIT Months
NETAMT
UNIT PRICE $0.00
**4r.:(b~)(7~):-::(E"":')-----.REMOVED Effe~o.1 livc Sl:'ptembt:1r 15. 201lal 1400.
Building Owner> will he required to secure tl1eir own buildings from that time on.$*'"
NET AMT
11 EM NO .sL!Pl'LffiS/SEHVICBS UNIT Mflllth~> 1027
EXE~C1SfD l(b}(i)(E} OPTION ~F~FP=-------.....11
Contract Guurd Service~ LAW PWS, Section A. Rtq No: 4 7-10 I
ACRN HX
HQtJCl34-1 I-C-0027 P00034
I'agt:: sB of 176
AMOUNT $0.00
$[ i.Q()
AMOUNT $<1.00
$0.00
AM<)i fNT
l(b)(4) I
$0.00
ITEM NO SUPPUES/SERVlCES QUANTITY 102701
ITEM NO 1'028 OPTION
Corrected L\ne of Accounting - CU N J 027 FFP
ACRN DL
SUPPLIES/SERVICES QUANTITY
l(b)(7)(E)
FI-''P
UNliT
UNIT Months
UNIT PRICE
NET AMT
f !N!I PB!CP. l(b)(4) I
ContmClGl1arJ S{-rvicc~ IAWPWS, Attachment A, Rcq No: 47-11
llf.M NO SUPJ>LIES/SERVIC6S 1029 EXERCISED l(b)(7)(E]
OPTION FFP
ACRN BY
QUANTITY 10
UNIT Murr!hs
NETAMT
NET AMT
H .. Qt)Cl34-1 1-C-0021 POOOJ4
l'age 59 of I76
AMOUNT $0.00
.$0.00
AMOUNT
AMO!JNT
$0.00
ITEM NO SUPPLIES/SERVICES J{J290J
QUANTITY
CorrCtl LOA fM BASE CLIN I 029 PH'
UNIT Months
PURCHASE REQUEST NUMBER: PFPA49l205.'i
ITEM NO 1030 EXERCISED OPTION
ACRNBG
S UPPL IESJS ER VICES
l(b}(7)(E)
FFP
ACRN BZ
QUANTITY 12
ITEM NO SLIPPLIESJSERVICES QUANTITY 103001
Corrected Line or Accounling - CLIN I 030 1-'1-'P
ACRN DM
UNliT Months
UNIT
UNrt PH.ICB
NET AivtT
UNIT PRICE l(b)(4}
NET AMT
UNIT PRICB
f-tQt)Cl34-1 1-C-0027 P000)4
l'age 60 of 176
AMOUNT ${H)i!
.1i0.00
AMOUNT l(b)(4l
$CiJ.OO
AMOUNT $0.00
$0.00
ITEM NO ,SUPPUES/SERVICEI'i QUANTITY 9
~~~~Jum}(E~}------------~1
UNliT Mu1ilh~
UN rf PRICE I OJI
ITEM NO 1032
ITEM NO IOJJ
FFP See updated exb.ibib. Luhor mtcs subject to CBA nq:;otiations. PURCHASE REQUEST NUMBER: PFPA4912055
ACRN DP
SUPPLIES/SERVICES
l(b}(7}(E)
FFP
QUANTITY 9
UNIT Month»
l(b)(4} I
NETAMT
This CLIN supporb WnlntC!t guard ~ervice~ ::~t thcl<bJ(?)(E) tAW PWS. PURCHASE REQUEST NUMBER: PFPA49J20~28~B~A-,:-S~IC::-----'
ACRN DT
FFP
QUANTITY 4
UN'lT
Mfnllhs
Th.is CLIN ~uppt>1ts contract £Uard 5'~J~vioe~ ~tt tl1 (b)(?)IEJ
PWS and thw uttathcJ so:htLiul b)fl)(E} ~~~~~~~--~ PURCHASE REQUEST NUMB ER: Pf"PA49l 2075
ACRN EC
NETAMT
l!NTIPR!('F rb)(4) I
I00tU~i)ll LAW
NP.."T Afi1T
H.Qt)034-l I -C -0021 P000"34
Page 61 of 176
(b )[4}
D Al>d<)l fNT
l(b)(4) I
D
lTBM 'NO SUPPLIES/SERVICES 20011
QUANiiiY 12
HE.RCJ.IifJ'i j(b)\7){E) ())Tfj( N ~F~.F~P--------1!
UNIT Months
Contract Gu~ml So:t\'it:cs IA W PWS. Allac:hmcnt A Rcq No: 47-164
ITEM N<) SUPf>LlES/SFRVICE.S QUANTITY UNIT 2!JOIOI
l<b)(f)(E)
FFP fnnding document PBACJll02H PURCHASE REQUEST NUMBER: Pf.PA~9J305~
ACRN ED
ITFM NO ·~lJPPLIES/SERVICES 200:! EXERri.S~D ltb)(7)(E) OPTION 1-.F""F~iP------..........I
QUANTiiY 12
UNIT Months
NET AMT
l NIT PRICE
NETAMT
ContructOuan.l ScrviL·c~ lAW PWS. Aaar.:hnu.::nl A. Req No: ~?-072
NET r\Mf
HQirJO.N-J rJ-C-00!7 p(JD0;\4
J'age 62 of 176
AMOUNT .\0.00
A!\dQllN;j:
ITEM NO SUPPLfES/SERvlCES QUANTITY UNliT 200201
l(b)(7)(E)
FFP Funding document PBAC31)022. PURCHASE REQUEST NUMBER: PFPA491305..J.
ACRN EE
ITEM NO SUPPLIES/SERVICES QUANTITY 2003 12 EXERC ISED l(b){I)(E) OPTION a..,p""'FJ"'"p ______ _.
UNIT Months
UNIT f>RICE
NET AMT
VN1T PRICE (<b)(4)
Contract GltarJ s~\rviccli IA W PWS, At tachrnL'nl A Ri!q N u: 4 7 -13.!
liE.MNO 200301
SlJPJ>LffiS/S ERVI CE})
l<bX7)(E)
FFP
QUANTITY
Funding document f:>BACJCI023.
UNIT
PURCHASE REQUEST NUMBER: PFPA49!3054
ACRN EF
NET AMT
liNTf l}RICE
NET AMT
H_Q()034-1 1-C-0021 P000) 4
l'age 63 of 176
AMOUNT $0.00
$!100
AMOUNT \(b)(4 )
AMOUNT $0.00
$0.00
ITEM NO SL.PPLIES/SERVICES 2004
QUANTITY 12
EXERCISED llb)(7HEI OPTION ~F=--p------------1
UNIT Month~
UNIT PRICE \(6)(4) I
Cunlract Guanl s~wil.:\!~ lAW PWS. Aaa..:hmcnt A. R~q No: ·P-070
ITEM NO 200401
S U PPLI ES/S t-:R VICES QUANTITY UNIT
FFP Fnnding document PBAC300ll . PURCHASE REQUEST NUMBER: PFPA491 . 054
ACRN EN
NET AMT
UNIT I'RICI:-:
NETAMT
HQl)(lJ:l.-ll..C-0027 P000.34
Page 64 of 176
AMOI!NT
AMOUNT $0.00
$0.00
IT EM NO .SUI',PLIES/S£RVICEI'i QUANTITY UNliT Mu1ith~
UNIT J>RICE .1)0.00 2005
OPTION
ITEM NO 2006 EXERCISED OPTION
ITFM NO 200601
Re~ehed
FFP Contract Gunrd Services LAW PWS, Attt.J.c.hment A, Re.q No: 4 7-0~ I **CLIN xooosl<b!(i}(E) I Ren1uv£\l l.}ffc,0 til\'1,.! 0 I J mu; 20 I 1 lAw 5 2.2 12 -4(1)*"'
SUPPLIES/SERVICES
l(b)(7)(E)
FFP
QUANTITY 12
UNIT Months
NET AMi
UNIT PRICE l(bX4) I
Con!rftl:l Guard S~n·icc~ lAW PWS. Allat:hmem A. R~q No: ~7-0~8
NETAMT
QUANTITY UNIT
FFP funding document PBAC31J0~.5. PURCI-IASE REQUEST Nl.JMBER: PFPA491 J054
NET A.MT
ACRN EG
fi_Q()034-1 I -C-0027 P000'34
!>age 6) of 176
AMOUNT $0.00
$n.on
AMO!TNT
AMOUNT $0.00
$0.00
ITEM NO S U PPLlES)SER VICES QUANTITY
2007 l"it:>i'7'\'i1C':'"""----------,12 E;'(ERCI.SED l(b)(7)(E} I ()PTION l.rp~f~p,......--------....1
UNIT Months
UNf( PRICE,
l<b)(41 I
ContrfiCI Gltarll S~;rvict~ lAW PWS, Anachtnl·m A R~4 Nu: ~7-075
ITEM NO ~00701
S llPfll_.iE.S/S R Vl CES QUANTifY
FFP Standard Service , Funding document PBAC.i0024. PURCHASE REQUEST NUMBER: PFP A4913054
ACRN EJ
ITEM NO SUPPLIE~/SERVICES QUANTITY UNIT 200702
FFP AbDve Sl&nda~d S~rvic-c. Fuuding document PBAC300~9. PURCHASE REQUEST NUMBER: PPPA49Dll54
ACRN EQ
NET AJ\1T
UNIT PR.ICE
NET A.MT
UNIT PRICE
NET AMT
H.QtXIH-II-C-0(121 P000'34
l'age 66 of 176
AMQ\rNT
AMOUNT $(l0()
$(100
AMOUNT $0.00
$0.0[)
ITEM NO SUT")PLffiS/S£Rv1CES 2008
QUANTITY 12
Ei'(ERCISED l(b)(l)(E) Ol'T!ON .,.F.,.F""P~---------'
UNIT Month~
Contract Guard Service~ lAW PWS, Attachment A, Req No: 47-15/
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 2:(>080 I
f+ F untling docum~nl PB ACJOO 16. PURCHAS~ REQUEST Nl.JMBE.R: f>Ff>A49l3054
ACRNEK
liEM NO SUPI>UES/SER\IICES QUANTITY UNIT Month:~ 2009
OPTION RESERVED FFP
((t)(7XE) lREMOV £bj
UNIT PRICE
NETAMT
UN If J>R ICE $0.00
Contral:l Guanl Scrvi..:~..~~ lAW PWS. Attachment A. Rcq No: ·P-HiS
NET A.f\.IT
HQ0Cl34-II-C-0021 P00034
J'age 67 of 176
AMOUNT l(b)(4)
AMOUNT $0.00
$(tOO
AMOUNT $(}00
$0.00
ITEM NO SUPPLif::S/SERVICHS QUANTITY 2010 12
~;;~~SED L.r~(~'"I'~..,.,;:-(E_) ______ ....~
UNIT Months
Contract Gu:trd Service~ lAW PWS, Attachment A, Req No: 47-117
ITEM NO SLPPLIES/SERVICES QUANTITY UNIT 201001
f-:Ff> F untling <hJ~o·umcnL PB ACJOO 17. PURCHAS~ REQUEST NUMBER: PFPA4913054
A.CRN EL
IT~M NO SUPJ>LIESIS~RVICI::S
2011 E\:ti:K'l. E[) 1Lib ... )(7"""j(_E_) -----.....1 OYriON FFP
QUANTITY t:?.
UNIT Month,
NETAMT
l iNIT PRICE
NETAMT
Contract Guard Service~ lAW PWS. S~L"tion A. Req No: 41-0M
NETAMT
H Qll034-1 1-c -0027 POOO.N
Pag~ M of 176
AMOJ!NT
AMOUNT $0JJI!
$0.0U
ITEM NO 20 I 101
SUPPLIES/SERVICES
1Cbl(7)1E>
QUANTITY
Funding thKumenl PBAC30020.
UNIT
PURCHASE REQUEST NUMBER: PI-'PA4~ 13054
ACRN E. •1
fiEM NO SUPPLIESISI:R VI 'ES 2012 OPTION R ;SERVED
FFP
QUANTITY UNIT Month·
NIT PRICE
NETAMT
UNIT PRI 'E w.oo
'-l((b~)(t~)...,(En)""T'Il!:~----___.~ontract Guard Service~ lAW PWS. Section A, Req No: %/-06 I Services REMOVED Effective Septemher 11. 2012
NETAMT
HQI.X134-I I-(: -0021 P0003..J
Page 69 of I 76
AMOUNT $0.00
$0.0U
AMOUNT $0.00
$0.00
ITEM N( SUPPLIES/SERVICES QUANTITY 2013 12 EXl:I<CISt;l > l(b)(7)(E) OPTION ~F~f'"p---------'
UNIT Months
Contract Guard :Services JAW PWS, :Sectinn A. Keq No: 47-100
ITEM NO 201301
ITI:::MNO 2014 tXERC'JSED OPTION
1\:ET .~MT
SUPl'UES/SERVICES QUANTITY UNIT UNIT PRICE
Fun<.ling <.lomml'nt PBAC3003l. PURCHASE REQUEST NUMBER: PFP . .\41J 1305-l
NET .-\MT
SUPPLIES/SERVICES QUANTITY UNTT lT PRICE 1::! Month; l{b)l4)
l(b}(7}(~) I FFP Contraf't Guani ServicP' I A W PWS. Sectinn A. ReCJ. No: ~7-079 .
NET AMT
I
HQOO~Ij.-11 -C -0027 P00034
Page 70 of 176
AMOUNT l(b)(4> I
AMOUNT $0.00
$0.00
~~·J!:H ll~fl: l(b)( I
ITEM NO SUPPLIES/Sf.':RVICEI'i QUANTITY UNliT UNIT PRICE 201LJOI
ITEM NO 2()J q(l2
I(D)(7)(E)
FFP Pr<1vidcs services e1t locution~(b)(7)(E) !Funding dClcument PBAC300 18. PURCHASE REQUEST NUMBER: PFPA4913054
ACRN ES
S UPPLI ES/SER VICES
Adclilion:tl Support al~~~)?J I FFP
QUANTITY
NET A.MT
UNIT l iNIT PRICE Months
Prnvidrs services a~b}(?)(E) l·rmil 2 J£nruar}· 2013 through 28 November 2013. Funding document PBAC30034. Modit'i.:ation P00032 deobligates fundi_ng li-orn SUBCLIN 201402 am] m.kh m~w funding h> SUBCLIN .20 l40J wi lh a revised LOA PURCHASE REQUEST NUMBER: PFPA491 3079
NET AMT
ACRN EX
i-tQt)Cl34-l I -C -0021 P000'34
l'age 7 1 of 176
AMOUNT $0.00
$0.00
AMOUNT $0.00
$0.00
$0.00
ITEM NO DUPPUES/SERVICES 201CJ03
QUANTITY UNliT UNlT i>RJCE
ITEM NO 2015 OPTION
Funding Line Revision FFP MQdification P00032 drobligutos funding from SUBCLIN 201402 und udd;; new fundiug to SUBCLIN 201403 with il revi~t:d LOA PURCHASE R~QlJE.ST N1JM-BBR: PBAC300H
ACRN !-=A
SUPPLIES/SERVIC6S QUANTITY UNliT Munlh~
NET AMi
UNit PRICE i>O.DO
Cuu\ral:l GuarJ SGrvi~t!~ IA W PWS. Sl;l;lion A. RCL.J. No: 4 7-071 Services REMOVED Effective March 31. 2.012
NETAMT
ITEM NO SUPPLIES/SERVICES 2016
QUANTITY UNIT Months
UNit PRICE $0.00
OPTION RESERVED f.Fp
l(b)(l)(E)
Conn·act Ouurd Services LAW PWS , Section A. Rey_ N-o; 4/-118 Snvi~c~ REMOVED Eff~,l·tive 1Hn~27. 2012
NETAMT
fi_Q()Cl34-1 I -C-0027 P000) 4
l'age 71 of 176
AMOUNT $0.00
$0.0()
AMOUNT $0.00
$0.00
AMOUNT $0.00
$0.00
ITEM NO SUPPLIES/SERVICES 2017 OPTION RESERVED
QUANTITY UNIT Months
UNIT PRfCB $1l 00
AW' PWS, Section A. Req No: 41-073
NET Al\1T
IIEM NO SLJPJ>UES/SERVICES 2018
QUANTITY lTNifT Momhs
UNIT I>RICE $0.00
OPTION RESERVED
FFP.~~~-------------------, u •i(b)(7}(E/ ~EMOVED Effective September 15,
20 II at 1400. Building Ownc.r~ will be r{;yuired io :-<:cure thL:ir own huild ~ngs {rom that time on."'*"
Nt:'J AMT
fi_Qt)Cl34-1 I -C-0021 POOOJ4
l'age 73 of 176
AMOUNT $0.00
$0.00
AMOUNT $<100
$0.0{!
ITEM NO 2019 EXEI<llSEIJ OPT! ON
ITEM NO 201901
ITEM NO 2 20 OPTION
s J>J>IJES/SERV ICES QUANTITY UNIT
l(b>t7J(E} I 1:! Mon1h
rFP Contract Gu;1rd ServiCes I A W PW S. :Section A, ~' N0: ~ 7-09 _ . Mod 1f1c atlon 31 rcvb:cll the litk uf thts CLIN ;md lh~· ~ub UN t~:7)1El I This moll al:;ll
e~t~nd the ~ummer h0urs . See exhihit
Sl PPUES/SERVICES QUANTITY INIT
fFP Funding doc:UinL!Ill PFAC':IfJ04R PURCHASE REQUr.ST !\UMBER: PFPA·Nl. 0~-l
ACRN ER
SI:PI>UES/SERV J( 'fS QUANTITY
NET AMT
UNIT PRICE
NET AMT
liNIT PRICE $000
RESERVED
FFP~~~------------~ -+ a: ich)(7)(E) ~EMOYED Effectiv S ptetnher 15. ~Oil at 1400. B1111dmg Owu n< will be 1 l·quin:u to st:i.·un: their own buildings frum thai time on ... *"'
NET AMT
HQXl~4-ll-{:' ..0027 P0003-l
Page 74 of 176
D AMOUt'T
$0.00
$0.00
AMOUNT .'hO.OO
~0.00
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Months 2021
OPTION RESERVED FFP
l<b )(7}( E.l
CO"IltractGuard St'rvice~ lAW PWS, Section A. Req No: 41-09~ Services REMOVED Efl'c:<.:tivt September l.:l. 2012
UNIT PRfCE $0,00
NET AMT
ITEM NO S UPPLIES/" ERVICES 2022 OI'T10N RESERVED
FFP
QUANTITY
l(b )(7)(E) I
UNfT Mnmhs
CornraCL Gliurd Service~ IA W PWS. Sec tion A. Rcq No: 4 7-077 Services RE MOVED Effective February 29 , 20 12
UNJ'f PRICE 110.00
Nt.'J AMT
f'tQtXl34-1 I -C-002'7 POOOJ4
Page 75 of 176
AMOUNT $0.00
$0.00
AMOUNT $0.00
$0.00
ITEM NO DUPPUES/SERVICEI'i 2.023
QUANTITY UNliT Mu1ith~
UNIT PRICE .1>0.{}0
OPT! ON f{ESERV"bD FFP
Con\ract Gltard S.:,.-viC(>~ lAW PWS, SL\Clinn A. Rcq No: 4 7-152 SerYices REMOVBD I!ffective June :::9, 20 I 2
NET AMi
ITEM NO SUPPLIES/SERVICES 2.02.!1
QUANTITY UNIT Month&
UNIT PRICB $0.00
OPTION
JJ EM -NO
2025 OPTION
RESERVED FFP **1h:(b~)(~7):-;;(E~)------,IREMOVED Effcctiw Scplembcr 15. 2Ullat 1400. Building Owners wiJ) he required to secure tl1eir own buildings frGm that time on.**'"
QUANTITY UN1T
MOn!hs
NET AMT
lTNif PRJCE .\)O.DO
RESERVED
FFP~~~-----~ **l(b)(?)(E) I REMOVED Effective September 15. 2.0 II at 1400. Building Owu(;r!i will be n;quin:cl to ~>c.:•urc !hc·ir own building~ from thal Lime
em.*'""
fi-Q0034-1 I -C-0027 POOO'J4
l'agt 76 of 176
AMOUNT $0.00
AMOUNT $<i.OO
$0.00
AMOUNT $<100
$0.0{)
ITEM NO SUPPLIES/SERVICES 2026 OPTION
QUANTITY UNIT Months
UNIT PRfCE $0_0(1
RESE:RVED FFP ** 'rn(b:-::)(7~)rn(E--:o}----""""~-EMOVED EJTectiV(~ Sepll~mbuo 15, 20 llal 1400.
BUl tng. Owner.~ w1 e required to secure ttleir own huildings from that time lln.**'"
liEM NO SlJT>PUES/SERVICES 2027 OP"TION
QUANTITY UNIT Mnmhs
NET AMT
U NIT PRICE $0.00
,onttfl.Cl erV1Ct.:~ lAW PWS, Scdion A. Rcq No: 47-101 Services REM 0 YtD Effective December 1, 20 12
NE'J AMT
fi_Qt)Cl34-1 1-C-0027 P00034
Page 77 of 176
AMOUNT $0_01)
$0.00
AMOUNT .$0.00
$0.00
IT EM NO S UPPLIE S/S I3RVICEI'i QUANTITY 202~ 12 Ei\'ERC'ISBD l(b) 7)(E} bi'TlON a..:.F"'='F~P~-----------___.
UNliT Munth~
Contract Guard Service~ I A W PWS, Attachmeno A, Req No: 4 7- I 1
ITEM NO 202801
In.:'.MNO 202R02
N t.T AMT
S UP'PLIES/SER VICES QUANTITY UNIT UNIT PRICE
l(b)(7)(E)
FFP I b)fl~E) ~!mding document PBAC30026. PUCAA.St: REQOES I NlJMBkR: P -PA49 1 ~054
ACRN EU
QUANTITY
FFP
UNIT
NET AMT
llNIT i>R.1CF. ~0.00
CSO Support lAW tl1e PWS and Attac hment A GUN 002 8 Line No. 19. PURCI-[ASE REQUEST NUMBER: PPPA491J05 5DASUC
NET A.MT
ACRN EY
H.Ql)Cl34-1 I -C-0021 P000'34
l'age n of 176
AMOJJNT
AMOUNT $0.00
$0.0ll
AMOUNT $0.00
$0.00
r-)(4)
ITEM NO SUPPLI'ESJSERVICES 2029 ~XE~Cf.SE!1l IM?)(E) I UPTIUN FfP
QUANTITY 12
UNIT Months
UNr[ PRICE. l<bJC4) I
Contrael Guari.l Snvice~ lAW PWS, AnachmL·m A. R~q Nu: 47-XXX "''" Amicipated January and March of 21) 12
ITEM NO 202901
liEM N) 20:30
SUPPLIESJSER VICES
l(b)(7)(E} I FFP
QUANTITY
Fundiug LICK·umcui PBAC30027.
UNIT
PURCHASE REQUEST NUMBER: PFPA49!3054
ACRN EP
SUl'PLIES!SER VICES
FFP
QUANTITY 12
PURCHASE REQUEST NUMB ER: PFPA4'}131)54
NETAMT
NIT PRICE
1\fET AMT
NETAMT
H Q0034-1 1-C -0027 P00034
J'agt: 79 of 1'76
AMOUNT l(b)(4)
AMOUNT .$0.00
$0.01)
AMOUNT ({b)(4)
l<b)(4)
ITE~1 NO 2{J3(X) I
2031
ITEM NO 203 101
S U PPLIES)SER VICES QUANTITY UNIT
~~~)(7)(E)
J-iFP Funding tlot"urficnl PBAC30030. PURCHASE REQUE.ST NUMBER: Pf-'PA49 13054
ACRN EV
l<b)(7}(E)
FFP
QUANTITY 12
UNIT Montho
PURCHAS£ REQUEST NUMBER: P~"PA49 I:\054
SLI PPLIESISER VICES
lib}(7)(E}
1-'FP
QUANTITY
Funding document PBAC300J2.
UNIT
PURCI-·lASE REQUEST N~UMBER: PP'J>A4~i3054
ACRNEW
liNil" PRICE
NETAMT
t !Nli PRTCF l(b)(4}
NET AMT
UNIT PRICE
NETAMT
H.QI)Cl34-l I -C-0021 POOOJ4
f>a.ge 8o of 1 76
AMOUNT $0.00
$0.01J
AMOUN"f l'b)(4) I
A.~'<IOUNT
$0.00
$(1.00
Il EM NO 2032
ITE.MNO 203201
S UPJ>L ffiS/S ERVI CES
SUI>PUES/SERVJCES
l(b)!7)(EJ
FFP
QUANTITY 8
QUANTITY
UNliT Month~
UN1T
NET A~H
f=un~iDg provided for CSO ;;upport for((b)(?}(t) I[AW PW.S SeCtiOn 6.4.1.2 Loug Term Surge. Sce~e:O:::x"l:"fit:"l':b:-:Tt\""Tfr.;m~· d~l!:r.H:-:-ulr::-s-. ---....1 PURCHASE REQU EST NVMB E.R: PBAC~0044
NET AMT
ACRN F.Z
ITEM NO SUPPLLES/S ERVlCES QUANTITY 12
UNIT Month~
! !NIT PRICE ' (b)(4) 3001
Of>T!ON l(b)(l)(E) ~~~--------------~
Contract Guard .Service~ I A W PW S, Attachment A, Req No: 4 7- 16-4
NET AMT
HQOCIH-1 !-C-0021 P00034
Page 8 ~ of 176
l(b)(4)
AMOUNT $0.00
$(UJli
I b)(4)
AMOUNT (M(4) I
ITEM NO S UPPLI ES/SERVI CES .3002 OPTION ltb1(7HEJ
FFP
QUANTITY 12
UNIT Months
UNlT PRICE rbX4)
Cunlract GttanJ S c!I~vic:e ~ lAW PWS, Aaachmci1 ~ A. Rcy No: 47-072
ITEM NO 3003 OPTION
SlJPPLIE.S/S ER Vl CES
FFP
QUANTITY I:!
UNliT
Months
NET AMT
Contrac I Ou<ml Service~ I A W PWS, Attachment A, Req No: 4 7- D4
ITEM NO SUPPLIES/SERVICES QUANTITY .300!1 12 OPTION lib)(7)(EI
~FF~- "~P~------------~
UNIT Months
NETAMT
ro~~I PRICf, I (4 I Conlrftel Guard Serv ice~ lAW PWS. Attm:hmm1L A. Rcq No: ·n-070
NET AMT
f-tQ()Cl34-1 I -C-002'7 P00034
f>age 15 2. of 176
AMOUNT l(b)(4)
l(b)(4)
o) «i)J [J)rT
l(b)(4)
Al\401 !MT
J.rEM NO SUPPLIES/SERVICE
·'00~ Of'TII)N RESERVED
H-"P
QUANTITY UNIT Months
UNIT PIUCl: ~l).(Kl
Contract Gu<ini.Srn• Jl '~~ I A W PWS. All<u:hrocm A RL·q No: .p .(Jg I "'*CLIN XOOO~ !(b)(fxES ~ Removal effectiw o I June ~0 I I I."-w 52.212~-l( l>**
ITtl\1 NO SL PPU.f:S/S t::RVICES 300()
QUANTITY 12
Or"! !UN llb)( l )(EI ~F~FP~----------------
UNIT Month,
NETAMT
Contract Guard Service~ I A W PWS. Attachmem A. Req No: 4 7-0IS~
llt;.M NO S UPPLIES/SER Vlt S QUANTITY
.~0117 r:l:"'''l"r.'To~----------......j11 ( lrTI(JN l<b)(i)(E) I
FFP
U~IT
Month~
NET AMT
ContraCt GuanJ Scrvin:s lAW PWS. Altachmcnt A. Rt:q Nu: -l7-075
NET i\MT
HQOClH-1 ~-C-0027 POOm4
J'age I)J of 176
AMOUN'f .so.uu
$0.0(1
AMOUNT
II EM NO SliPPLIES/SERYICES QUANTITY
~~~--------------~1~ C)I''JION l16k7)(E I I FFP
UNIT Months
Contract Gua.~d ~r\'lec!i JAW PWS. All~tdunent A, Keq No, ~7-1~7
ITEM NO Sl PPLIES/SERVICE.
OMJC)N
ITEM NO ~010 OPTION
RESERVED ..... lJ
Sl" PPUESISER \'ICES
jS
QUANTfTY
QUANTllY 12
UNIT Montho:
UNIT M\lnths
NET 1\MT
UNIT PRfCE 10.0()
NET AMT
Cunlr:tL"I GuarJ S~rvicc); JAW PWS. Alluchmcm A. Req No: 47-l 17
NET r\MT
l-lQ0034-Il-C -~>21 POO~B~
Page ~4 of 176
AMOliNT soou
$0.00
rrE:M NO 3011 OPTION
DUPPLIE S!SER V ICED
FFP
QUANTITY 12
UNliT MGiith~
Contract Guard Service~ I A W PWS, Section A. Req No: 4 7-06tJ
ITEM NO SUPPLIES/SERVICES QUANTITY JOI2 OPTION RESERVED
FFP
UNIT Months
N~T AMT
UNIT PRICE .to.ou
ILlo:<b:.L)(~.:..l.:;.:XE;,~.) ____________ __,~ontract Guard Services lAW PWS. Sccti{Jn A. Rcq No: 47-067 SC!rvi..:es REMOVED Effc.ctivt September 17, 2012
ITEM NO $lff>pLfE.$JSERVicBs QUANTITY 301) 12 c)f>'fiON l(o}(l)(b
~F~-FP~--------------~
UNIT Mo nths
NETAMT
Contraot liu<trd Services JAW PWS, Section A. Req No: 47-100
NET AMT
1-tQG034-1 I -C-0021 P000)4
Page 8) of 176
AMO!!NT l(b)(4)
AMOUNT $0.00
$0.00
Al\401 rr>rr
l(b)(4)
ITEM NO 3014 OPTION
DUPPLIE S/S £ RV ICED QUANTITY
~~~----------------~12 l(b )(7)(E) I PFP
UNliT MG1iih~
Contract Guard Service~ I A W PWS, S.:ction A. Req No: 4 7-079
rNJT PRICF c6)(4~
NETAMT
ITEM NO S UPPLIES/SERVICES 3015 OPTION R&"!ERVED
FFP l<b)(7)(E}
QUANTITY UNIT Months
Contract Guard Services tAW PWS, Section A. Re.q No: 4 7-071 Servi~cs REMOVED Effedive March 31. 201~
UNIT PRICE $0.00
NETAJ..H
II EM ~NO .stlPl'LIES/SERVICES 3016 OPTION RESERVED
FFP
QUANTITY
l<b)(7}(E) I
UN1T
MCm!hs
Conlrai:i l Guurd Sl!rvi .. oc~ IA W PWS, Sc(:tiun A. Rcq No: 4 7-llR Services REMOVED Effective June '2/, 20!2
li N IT l'RICE .r;o.oo
N E"T AMT
fi-QOCI34-I I -C-0027 POOOJ4
Page 156 of 176
AMOUNT $0.00
$0.00
AMOUNT $0.00
$0.00
ITEM NO SUPPLIES/SERVICES J017
QUANTITY UNIT Months
UNIT PRfCB $ll00
OPTION RESERVED FPP
Contract Guard Service~ lAW PWS, Section A. Req No: 41-013 Service-s REMOVED
NET AMT
liEM NO SUPPLIES/" ERVlCRS 3018
QUANTITY UNIT Mnnth!l
UNIT J>RICE $0.00
OPTION RESERVED FFP "'* 'lrn(b~H"'7':'l')(EI"':)-------------..tlEMOVED Ettectm~ Septemher 15, 2011 m 1400. Building Owne-rs \vill be r{;quiro;;d 10 secure their own buildi'11g:> ii-om that time on."'*"
Nt:'J AMT
H.Qf.)Cl34-1 I -C-0027 POOil.34
f>age 87 of 176
AMOUNT $0_(/[)
$0.00
AMOUNT $<100
$0.00
ITEM NO SUPPLIES/SERVICES 3019 OPTION l(b)(7}(E}
~~~f~p~------------~
QUANTITY 12
UNliT Munth~
UNrf PRICE l(b)(4}
Contract Guard Service~ I A W PWS, S.:ction A. Req No: 4 7-09:"
ITEM NO SUP'PLI'ES/SERVICES J020 OPTION
ln.:.M NO 3021 OVllON
RESERVED
R.ESBR.v'El) FFP
QUANTITY
QUANTITY
l(b}(7)(E) I
UNIT Months
UNIT MOlllhs
NET AMT
UNIT PRICE .to.ou
NETAMT
L-JNIT i>R.1CE ~0.00
Ccmtra(.: l Gliari:l Scrvi0c~ lAW PWS, Sc0liun A. Reg_ No: 4 7-093 Servioes REMOVg f) Effe\:tive Sept~mber 14. bll ~
HQt)Cl34-1 I -C-0027 POOOJ4
f>age 8~ of I 76
l(b)(4)
AMOl!NT
AMOUNT $0.00
$0.00
AMOUNT $0.00
$0.0fi
ITEM NO SUPPLIES)SERVLCES QUANTITY UNIT Months ,3()22
OPT!0N RESERVEb Ff-p
((b)(7)(E)
Contract Guard ~ervices LAW PWS, Section A. Req No: 47-071 Sl!IV iC~s REMOVED Efl'eC!i ve February 29, 2012
UNrt PRICE $0,!}0
NET AI\H
ITEM NO SUTJPUESJSERVICBS :302.3 OV!10N RESERVED
FFP
QUANTITY
l<b)l7}(E) I
UNITT Montho
Cuntrac l Guanl Scrvi~.;e~ lAW PWS. Sec tion A. Rcq No: 4 7-152 Services REMOVED Effective- June. 29, 2011
UNIT I>IHCE $(J.00
NETAMT
f-tQi)Cl34-1 1-C -0027 P000 34
f>agt:: 89 of 176
AMOUNT $(U)(J
$0.00
AMOUNT $0.00
$0_0[!
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT M01llh~
UNIT !'RICE 1,0.00 J02:.t
oPTION RESllRYED FFP
IP)(l)(E) ~EMOVEb Effective September I 5 • .20 II at J • .l(l()_
Bui!Jing Own -r~ will b.: n.'L[llirctllu sentm lhl'ir uwn bui!Jings from that Lime
on . •>~~"
NETAMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Month<>
UNIT PRICE $0.00 30~5
OPTION
NET AMI
ITI::M NO S UPPLIES/SERVICES QUANTITY UNIT
M1:-.uth"
l'NIT I'RICE $0.00 3026
OPTION RE.'j £RVEI)
FFP I(~])~) IR MOVED Effective September 15 . :!.Ollut I ~00.
U!mg Own~: :; ~,)j bl· n:q uir~· ull.l ~c~·un: th~:ir uwn bui!Jing:s frum thut time on.••,.
NET AMT
HQ0034-II..C-0027 P00034
J'ag~ 90 of 176
AMOUNT $0.00
AMOUNT $0.00
$0.00
AMOUNT $0.00
$0.0ll
ITEM NO SliPPLIEStSERVICES QUANTITY UNIT Months
I~JT PRICE so on
OPTION
IT -MNO J 028 op·nor-.
1TEM NO .lO:!') OT'TION
RE. ERVED ff'P
~::~t Guard Semce} I A W PW S. Stc-tion A. Req ~o: ~ 7 -I 0 I Sctvkl'l' REMOVED E!T~"l.·lm.• Dl·cl!mbl'r I. :!012
SUPPUES/Sl:R VICES QUANTITY p
Uf'IT Mnutft.,
NET AMT
UNIT PH ICE
Contrnc:t Guard Services lAW PWS. Attuchn1cm A. Rcq No: -l7- ! I
Sl•PPUES/SERVICES
ft~Mf~E) ) FFP
QUANTtTY 11
UNIT Month;;
Nf.T ~MT
r*I'R!CE Con1rJd Gltar,l &n-·•c~~ lAW PWS. Atto.~clunl'ot A. Rcq No. 47-XXX
NET /\MT
HQ<XI~4- 1 I -C-0027 POil0.\--1
Page ~I of 176
AMOUt'IT 'toO (tO
.\0.00
A. MOUNT
r
4
IITM NO 3030 OP'IlON
ITEM NO 3031 Of'T!ON
S U PPUI?..S/S~RVIC£,S
Ft
QUANTITY 1::!
UN' IT Month~
Conu·acr Guanl .Service~ I A W PWS. Attachment A. Req No: 4 7- XX X. Price i• subj ... ·ct lo adju!>lnrnl \'i:J revised CBA.
S PPLIES/SF.RVICES
rJm(E) FFP
QUANTITY 1:!
UNIT Month>
NETAMT
Contract Guard Services JAW PWS, Attachment A. Req No: 47-)I.XX. l'rice is 'ubjcct to adjustment via revi~ed CE A.
NET AMT
ITf:M NO SUPPLIES/SERVICES QUANTITY 12
UNIT Mouth.' 4001
OP'l10N
FFP Cnntrort Guard Service~ I A W PW S. A ttac hme nt A. Req No: 4 7-164
NET AMT
HQt>034-II-c-0027 POOOJ4
Pagt 9:! of 176
r A.MO! iNT (b}(4)
(<bJ(4)
AMOUNT
ITEM NO 4002 OPTION
Sl PPLIES/SERVICES QUANTITY 12
UNIT Month;;
Con tract Gu~tnl s,·•·v i.:c~ LAW PWS. Alla~hlllC'nt A. R~4 ~o: 4 7-072
NET AMT
ITEM NO SUPPL fES/St:RVICES QUANTITY 12
UNIT Monllt-.
UNIT f'RICE 4003 l<b)!4) I On10N pi)!7){E)
~F~F~P------------~
ITEM NO -lOO-l OPTION
Contract Ouanl Service~ I A W PWS. AttLI hrnem A, Req No: 4 7-1 ~4
SUPPLIES/SERVICES
FP
QUANTITY 12
UNIT Months
N l:TAMT
UNTT PRICE 1(6)(4)
Contract Guun..l Sl·rvi~c~ lAW PWS. Al!uc.:hmem A Rcq Nu: 47-070
NETAMT
HQ0034-11-C-O(l27 P00034
Page <JJ of 176
AMOUNT 1(6)<4> I
AMOUNT
ITEM NO SUPPLI'ES)SERVlCES QUANTITY UNIT Months
UNIT PRICE so.uo ij.(J05
OPT!0N
4006
RESERVE.b PFP Ccmtrlicr Guan.l Snvic:e~ JAW PWS , Attaehrnem A. Rcq No: 47-081 "'*CLIN X0005I(b)(7)\E) !Removal effect ~ve 0 I Jum' 20 I 1 lA \'i 52.2I24(l)''*
QUANTITY 12
UNIT Month>
NET AMT
OPTION l{b)(l )(E! ~F=f=p----------------~
fTEM NO 4007 DPTI0N
Contract Guard Service~ I A W PWS. Attachment A, Req No: 4 7-088
SUPPLIESJSER VICES QUANTITY
~~~--------------~12 l<b }t?)(E) I Ff'P
UNIT Months
NET AMT
UNIT PRICE l(b)(4) I
Contract Gltard Service~ lAW PWS, Attae-hnumt A. R~q No: 4 7-075
NET AMT
H.Qt)034-1 I -C-0027 POOOJ4
Page 94 of 176
AMOUNT ${U)i!
$0.00
l(b)(4) AMO! !NT
r )(4)
AMOUNT l(b)(4)
ITEM NO SUPPLIES/SERVICES QUANTITY
400~ ~~~--------------__,12 C)f'T!ON l(b)(l )(E} I
~P~f~p~----------------~
UNliT Muiith&
r JNrf f>RICE F)(4.) I
Contract Guard Service~ JAW PWS, Attachmem A, Req No: 47-157
ITEM NO SUP'PLIES/SERVICES 4009 OPTION
ITEM NO 401(1 OPTioN
RESERVED
S UPPLI ES/SER VICE~'!
l(b)(7)(E)
fr"'P
QUANTITY
QUANTITY
12
UNIT Months
UNIT Months
Nt.T AMT
UNIT PRICE $0,[}0
NET AMT
UNIT PRICB
l'b)(4i 1
COnlrJ.l:l G i1iiru S(;rv i0c~ lAW PW S, At tul hrncnl A. Rtq N u: 4 7- i I 7
NETAMT
f-tQ()Cl34-1 I -C-0021 P000:34
Page ~5 of 176
AMOlfNT
AMOUNT $0.00
$0.0l!
ADdQlfC>IT
JT E:M NO SUPPUES/S£ RYICES 4011 OPT ION l(b)(7)(EJ
~F~· r~.p~----------~
QUANTITY 12
UNIT Monthti
ContractGuurd Services JAW PWS, Section A, Req No: 47-06~
ITEM NO SUPPLIES/SERVICES QUANTITY 4012 OPTION RESERVED
Ff'P
UNIT Months
NT T A MT
UNIT PRICE $0.00
.._l(b..,)(7_)_(E,...)r'"'l'l":""'l"'"----------'~ontrat-1 Guard Scrvi..:~:s lAW PWS. S~ction A. R-:4 No: lt-067 Scrvi..:cs REMOVED Effe ctive SepLc·mbcr 17, 2012
ITEM NO Slil'PL lJ.:S/s i:RYlCES 4013
QUANtiTY 1:2
(W i1oN l(b)(7)(E) ~F~F~·p--------------~
UNJT M mths
NET AMT
Contract (,lu;u·d Service~ I A W PW S, Section A. Req No: 4 7 - I 00
NETAMT
H.Q0034-1 1-C-0021 P000'34
Page 96 of 176
AMOUNT l(b)(4}
AMOUNT $0.00
$0.00
AMOUNT l(b)(4)
ITEM NO S "PPLfESISERVICES QUANTITY 401~ 12 OPTIOI'\ me::-.:x:'J:71(:ii!E!":")----------.I
FFP
U:I'JT Month~
CunlriJCI Gnartl Scn.-ic~~ lAW PWS. StL1.ion A. Rt"tt f'o: ~7-079
E
NET 1\MI
ITEM NO SUPPUES/SfRVICEI) QUANTITY JOI-;
ont1acl uar PWS. Se..·tion A. Re\1 1\o: 4 7-071 Services REMOVED Etl"el'live Marrh 3J. 2011
IT[M NO SUPPUES/S[R VICES QUANTITY UNIT M~clnth~ ~I If•
()Pll ,,.. RESERVED
PWS. S~cticm /\.. R<!q No: .:+7 I 1 S Se:rvi.:cs REMOVED Erl'c.-rtl\"\! June :!7. lU12
UNl"f I>R ICE ~fl . (}fl
UNIT PRIC , $1 ),{}(l
NET .\MT
HQ()034-II-C-0027 POOO.q
Page 97 of 176
AMOl!NT
AMOll-,..1" \() ()()
~0.00
AMOUJI;T $0.00
\0.0()
IITM NO SUT>PLffiS/SBRVfCES 4017
QUANTITY UNliT Month~
UN IT PRICE .Ml.OO
OPTION R ~ShRVEU FFP
1Cb)(7)(EJ
Contract Guard Service~ JAW PWS, Sc~o.·tion A, Rcq No: 47-073 Services R£ MOVED
NT.T AMT
ITEM NO SUPPLIES/SERVICES 4018
QUANTITY UNliT Months
UNIT PRICE $0.00
OPTION
IT~.M NO 4019 OPTION
RESERVED
EMOVED Effecti ve Seplemb.::r 15, ~~~~~~~~~----~~~ Building Owners wiJI he required to secure their own. building>: fmm
th a< tim.: on.***
S UPI)L IES/S f.:R Vl CES
l(b)(l)(E)
FFP
QUANflfY 12
UNliT Month~
NET AMT
Contract Guard Services I A W PWS. Section A. Req No: -+ 7-095
NE.T AMT
fi_Qi)034-1 I -C-0021 P000'.34
Page Y~ of 176
AMOUNT $0.00
${i.OIJ
AMOUNT $0.00
.'bO.OO
ITEM NO SUPPLIES/SERVICES 402{1
QUANTITY UNIT Months
UNIT PRICE $0,00
OPTION RESERVED FP1'
l(b)(~(E) IREMOVEn Effective Sq:Jtembor 15. 20llat 14 J. Butldmg Own10rs wdl he requ[red to J;ecure their own buildings from l.hat time- uu. "'**
NET AMT
liF.M NO sLJPPUES/SERVlCES 4021
QUANTITY UNIT Mnmhi\
U NIT PRICE .'SO.OO
OPTION RESERVED FFP
Cuutrac t Gliurd Service~ lAW PWS. Sec tion A, Rcq No: 47·093 SerYiccs REMOVED Effective Scptcmhcr 14, 2012
Nt.'J AMT
H.Qt)034-1. I -C-0027 POOO'J4
Page 99 of 176
AMOUNT $0.00
$0.00
AMOUNT $0.00
ITE:M NO ·SUPPLlES/S£RVICES QUANTITY UNliT
M01ith~
UNIT PRICE .1.0.[)0 4022
OPTION RESER\11::.0 FFP
1<~~~~~:.:; , Guard SorvlOcs lAW PwL Sl'CLion A, RCLJ No: 47-077 Services REMOVED Effective Fehmary :!9, 201:!
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Montb~
UNIT PRICE $().!}() 4023
OPT! ON RESERVED FFP
l(b)(7)(E)
Contract Guard .Services lAW PWS, Section A, Req No: 47-152 SGrvi.:es REMOVED Effl.'l'liVt' June 29. 2012
NET AMT
ITEM -NO SUPf>L,LES/SERVICBS QUANTITY UNIT M(•nths
UNIT PRICE ,fiO.OO 402q
OPT!ON RESERVED FFP
l(b)(7)(E) ~P..MOVE.D Effectivo S~ptembcr 15, 20 !I at 1400. Building Owucrs will bG n;LJuin.~d Li:J 1<oi.'ur.: tht!ir own bui!Jing~ from thallimc on.*'">t
NETAMT
HQOOH-11-C-0021 P00034
Page I 00 of I 76
AMOUNT $0.00
AMOUNT $0.00
$0.00
AM(>UNT $0.00
$(}.0U
ITEM NO SUPPLIES/SERVICES 402)
QUANTITY UNIT Months
UNIT PRICE $1WO
OPTION RESERVED FFP
l<b)(7)(E) !REMOVED Effcc:.rive September 15. 20 ll at 1400. Build in]; Owner~ will he required to ~ecure tl1eir own huilding~ from that time on.**'"
NET AMT
IIEM NO S l.JPPUES/SERVICES 4026
QUANTITY l TNiiT Mnmhs
UNIT J>R TCF. .'S0.00
OPTION RESERVED
REMOV ED Effect ive September 15, 20 ll at 1400. 'r'l'-~=""!""!'"~:"""""-::-~~- c~· n:::qtlit'Ccl w secure their own building:-; from tha t time
Nt.'J AMT
H.QM 34-1 I -C-0021 P000 34
Page ! 0 ! of 176
AMOUNT $0.00
$0.00
AMOUNT $0.00
$0.00
ITEM NO S UPPUES/S fi RVIC ES QUANTITY UNliT
Munth~
UNIT PRICE .'!iO .OO 4027
OPTION RE.')ERVi;D
ITEM NO 4028 OPTION
4029
EfP l (b )(7 }(E.)
Contract Guuru St,rvicc~ IA W PWS. SLIO:: Linn A, Rc-Ll No: 4 7- l 01 Services R P.:MOVt:D l::ffective December l. 201::!
S UPPUES/SER VICES
l(b)(7)(E)
FFP
QUANTITY 12
UNIT Month»
NET AMi
UNH PRlCE I b}(4)
CunlritCl Guanl Survice~ IA W PWS. A ltat:hmcnl A R~q No: 4 7-11
QUANTITY 12
UN' IT
MOnihs
NETAMT
OPTION l(b)(7)(E) I FFP Contract Guard Service~ LAW P\VS. A ttac hmcm A, Req No: 4 r-X XX
NIT AMT
H.Q0034-1 I -C-0021 P00034
Page I Q2. of I 76
AMOUNT $0.00
${W Cl
AMOUNT
r~)[4)
HQt)034-l ! -C-0027 P000) 4
Page !03 of 176
ITEM NO SUPPLIES/SERVICES QUANTITY 12
UNIT Months
UNIT PRICE l(b)(4) I AMOUNT
4030 OPTION l(b)(7)(£:)
~F~f~p~--------------~
Cumract GuanJ Se1~vice~ lAW PWS. Anachmcm A. Rcq No: 47-XXX. Prico is subject to adjustment via revi~ed CE A.
NE.i AM f (<b)(4)
ITEM NO 4031 OPTION
SUPPLIES/SERVICES
1+1'
QUANTITY 12
UNIT Months
CurrlracL Guard Strvice~ lAW PWS. Attu(:hrn:cm A. Rr:q N (J: ~?-XXX. Prit:e is subject to adjustment via revised CEA.
NET AMT
NOTES NOTE I: All e:'l:te11sions of the unit prices ;;hown will he subject to verificatio11 ~y the Gcwe.rnment. ln c.ase of vru-i:llitm bet~.:c~u the unit prict rmd th~ (•xtensiuu. the unit pri l:e will b~ c.:onsidrred tw proposal.
AMOUNT l{b )(4)
NOTE 2: Failure to provide pricing on all items as in~tru cted in Section L will render your proposa.I Jlon-re~J'lOilsive and dliminate your nff~rfrom aw&rd consideration .
NOTE 3: Due 1() forecasted possihle changes in Gove-rnment requirements, CLINS 00>!9-0027 Jnll.Y only be requireJ during 1the base period. However. should services still be required beyond the base period, the Government will excrc i ~>e the <lptinn(s) for these CLINS.
HQOU34-1 I -C-0027 P00034
Page !04 of 176
NOTE 4: The Government will fund a short-Term surge CLIN for :1 Not-To-b:ceeJ amount to provide for short term surge requirements for the base and following option periods. This CLIN will be implemented Juring the award of the contract
CLAUSES AND PROVISIONS
(a) Clauses and provisions from the Federal Acquisition Regulation (FAR) anJ supplements thereto are incorporated in this document by reference and in full text. Those incorporated by reference have the same force and effect as if they were given in full text.
(b) Clauses and provisions in this document will be renumbered in sequence, but wi!l not necessarily appear in consecutive order.
(c) Sections K, L and M will be physically removed from any resultant award, hut will he deemed to be incorporated, by reference, in that award.
Section C- De'>criptions il.IU.l Spc:c itications
SPECJFl(ATH lNS PARTI·THESCHEDULE
SECTION G
HQI)OH-1 I -c -0027 POOOJ4
Pag~ I 05 of 176
DESCRIPT lON/SPEC'IFIC A liONS/PERFORMANCE WORK STATEMENT
Specificutions, standards or dr.1.1.wings (as applicable l art> furnished/li sted he low;
ITEM NUMHER SPECIFICATIONS. STANDARDS AND/OR ATT.<~,('f.f M ENT.S
C-1 Atta.:hmcnt A
Attac-hm..-m B
Altachrn~r.t C Auadm"k·nt 0 Att<~chment E
EXHII3TT POR CLIN.!032 CLIN 2032
PWS -Contract Secunty Officer Services S('cur-ity Pu~t Matrix (REVISED OJ/10121lll) Minimum St;mdard;, for Contra. t Securi•y OOi,·cr Pen • .nnnd
M<"di .. -al S1:inJard~
Ht~ight and W .:it:ht Stamlaru'> OoO Dire~tive 5210.56
POST DESCRIPTION AND POSTED HOURS HOURS LOCATION
1 Entry Controller _-j<DJ(fl(t•
1 Entry Controller -1
EXHIBIT FOR CUN2019 CLIN 2019 Requirement No: 49-069
(b)( l)(E:)
PER DAY
I 1800 - 0600 hrs 12 I 0001 - 2400 hrs 24
DAYS PER WEEK
Mon- Fri Sat. Sun. & Holidays
DESCRIPTION AND LOCATION POSTED HOURS HOURS DAYS PE
1 1 2
3
Entry Controller -1\oJ(TJ(Et I Entry Controller - l(b)(?)£1:} I Roving Foot Patrol -l(bj(T)(_J
l(b) I
!'R'oving Foot Patrol (b)(7)(E} II .Wl
(1) These are the summer post hours 1 Apr to 30 Sep (2) These are the winter post hours 1 Oct to 31 Mar *TBD for special events- see calendar
H QD034-1 1-(: -0027 POOOJ4
Page l 06 of l 76
PER DAY
0800- 2100 hrs (1) 13 0800 = 2300 hrs (2} 15 1830 - 2300 hrs 4.5
1830 - 2300 hrs 4.5
Mon -Mon ·
TB
TB
Section E - Inspection and Acceptance
INSPECTION AND ACCEPTANCE TERMS
Supplies/services will be inspected/accepted at:
CLIN INSPECT AT INSPECT BY 0001 Destination Government 0002 Destination Government 0003 Destination Government 0004 Destination Government 0005 Destinatinn Government 0006 Destination Government 0007 Destination Government 0008 Destination Govemment 0009 Destination Government 0010 Destination Government 0011 Destination Government 0012 Destination Govemment 0013 Destination Government 0014 Destination Government 0015 Destination Government 0016 Destination Government 0017 Destination Government 0018 Destination Government 0019 Destination Government 0020 Destination Government 0021 Destinatinn Government 0022 Destination Government 0023 Destination Government 0024 Destination Government 0025 Destination Government 0026 Destination Government 0027 Destination Govem1nent 0028 Destination Govemment 0029 N/A N/A 0029AA N/A N/A 0029AB N/A N/A 0029AC N/A NIA 0030 Destination Government 0031 Destination Government 0032 Destination Government 0033 Destination Government 1001 Destination Government 100101 N/A N/A 100102 N/A N/A 100103 N/A N/A 1002 Destination Government 100201 N/A N/A
ACCEPT AT Destination Deslination Destination Destination Destination Deslination Destination Destination Destination Destination Destination Destination Destination Destination Destination Deslination Destination Deslination Destination Destination Destim1tion Destination Destination Destination Destination Destination Destination Destination N/A N/A N/A NIA Destination Destination Destination Destination Destination N/A N/A N/A Destination N/A
HQ0034-1 I -C-0027 P00034
Page 107 of 176
ACCEPT BY Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government
HQOU34-1 1 -C-0027 P00034
Page !08 of 176
1003 Destination Government Destination Government 100301 Destination Govemment Destination Government 100302 N/A N/A N/A Government 100303 N/A NJA N/A Government 100304 Destination Government Destination Government 1004 Destination Govemment Destination Government 100401 N/A N/A N/A Government 1005 Destination Government Destination Government 1006 Destination Government Destination Government 100601 N/A N/A N/A Government 100602 Destination Government Destination Government 100603 Destination Government Deslination Government 1007 Destination Government Destination Government 100701 N/A NJA N/A Government 100702 N/A N/A N/A Government 100703 N/A NJA N/A Government 1008 Destination Government Destination Government 100801 N/A N/A N/A Government 1009 Destination Government Destination Government 1010 Destination Government Destination Government 101001 N/A N/A N/A Government 1011 Destination Government Destination Government 101101 N/A N/A N/A Government 1012 Destination Government Destination Govemment 101201 N/A N/A N/A Government 1013 Destination Government Destination Government 101301 N/A N/A N/A Government 101302 Destination Government Destination Government 1014 Destination Government Destination Government 101401 N/A N/A N/A Government 101402 N/A N/A N/A Government 101403 N/A NJA N/A Government 101404 Destination Government Destination Government 101405 N/A NIA N/A Government 101406 Destination Government Destination Government 1015 Destination Govcmmcnt Destination Government 101501 N/A N/A N/A Government 101502 Destination Government Destination Government 101503 Destination Government Destination Government 1016 Destination Government Destination Government 101601 N/A N/A N/A Government 1017 Destination Government Destination Government 101701 N/A N/A N/A Government 1018 Destination Government Destination Government 1019 Destination Government Destination Government \01901 N/A NJA NIA Government 101902 N/A N/A N/A Government 101903 Destination Government Destination Government 101904 Destination Government Destination Government 101905 N/A NIA N/A Government 101906 N/A N/A N/A Government 101907 N/A N/A N/A Government 1020 Destination Government Destination Government 1021 Destination Govemment Destination Government
HQOU34-1 1 -C-0027 P00034
Page !09 of 176
1022 Destination Government Destination Government 102201 N/A N/A N/A Government 102202 Destination Government Destination Government 1023 Destination Governmenl Destination Government 102301 N/A N/A N/A Government 1024 Destination Govemment Destination Government 1025 Destination Government Destination Government 1026 Destination Government Destination Government 1027 Destination Government Destination Government 102701 N/A N/A N/A Government 1028 Destination Government Destination Government 1029 Destination Government Deslination Government 102901 Destination Government Destination Government 1030 N/A NJA NIA Government 103001 N/A N/A N/A Government 1031 Destination Government Destination Government 1032 Destination Government Destination Government 1033 Destination Govemment Destination Government 2001 Destination Government Destination Government 200101 Destination Government Destination Government 2002 Destination Government Destination Government 200201 Destination Government Deslination Government 2003 Destination Government Destination Government 200301 Destination Government Destination Govemment 2004 Destination Government Destination Government 200401 Destination Government Destination Government 2005 Destination Government Destim1tion Government 2006 Destination Government Destination Government 200601 Destination Government Destination Government 2007 Destination Govemment Destination Government 200701 Destination Government Destination Government 200702 Destination Government Destination Government 2008 Destination Government Destination Government 200801 Destination Govemment Destination Government 2009 Destination Government Destination Government 2010 Destination Govemment Destination Government 201001 Destination Government Destination Government 2011 Destination Govemment Destination Government 201101 Destination Government Destination Government 2012 Destination Govemment Destination Government 2013 Destination Government Destination Government 201301 Destination Govemment Destination Government 2014 Destination Government Destination Government 201401 Destination Government Destination Government 201402 Destination Government Destination Government 201403 Destination Govcmment Destination Government 2015 Destination Government Destination Government 2016 Destination Government Desrinmion Govemment 2017 Destination Government Destination Government 2018 Destination Govemment Destination Government 2019 Destination Government Destination Government 201901 Destination Govemment Destination Government 2020 Destination Government Destination Government 2021 Destination Govemment Destination Government
HQOU34-1 1 -C-0027 P00034
Page I !0 of 176
2022 Destination Government Destination Government 2023 Destination Govemment Destination Government 2024 Destination Government Destination Government 2025 Destination Govern men! Destination Government 2026 Destination Government Destination Government 2027 Destination Govemment Destination Government 2028 Destination Government Destination Government 202801 Destination Government Deslination Government 202802 N/A N/A N/A Government 2029 Destination Governm.::nt Destination Governm.::nt 202901 Destination Government Destination Government 2030 Destination Government Destination Government 203001 N/A N/A N/A Government 2031 Destination Govemment Destination Government 203101 N/A N/A N/A Government 2032 D.::stination Gov.::rnment Destination Government 203201 Destination Government Destination Government 3001 Destination Govemment Destination Government 3002 Destination Government Destination Government 3003 D.::stination Government Destination Gov.::rnm.::nt 3004 Destination Government Destination Government 3005 Destination Government Deslination Governm.::nt 3006 Destination Government Destination Government 3007 Destination Government Destination Govemment 3008 D.::stination Government Destination Government 3009 Destination Governm.::nt Destination Governm.::nt 3010 Destination Government Destim1tion Government 3011 Destination Government Destination Government 3012 Destination Government Destination Government 3013 Destination Govemment Destination Government 3014 Destination Government Destination Government 3015 Destination Govemm<:nt D.::stination Government 30\6 Destination Government Destination Government 3017 Destination Govemment Destination Government 3018 Destination Government Destination Government 3019 Destination Govemment Destination Government 3020 Destination Government Destination Government 3021 Destination Government Destination Governmelll 3022 Destination Government Destination Government 3023 Destination Government Desrination Governm.::nt 3024 Destination Government Destination Government 3025 Destination Governm.::nt Destination Governm.::nt 3026 Destination Government Destination Government 3027 Destination Government Dcslination Government 3028 Destination Government Destination Government 3029 Destination Govcmmcnt Destination Government 3030 Destination Government Destination Government 3031 Destination Gov.::mment Desrinmion Government 4001 Destination Government Destination Government 4002 Destination Gov.::mment Deslination Government 4003 Destination Government Destination Government 4004 Destination Govemment Destination Government 4005 Destination Government Destination Government 4006 Destination Govemment Destination Government
4007 Destinatinn Government 4008 Destination Govemment 4009 Destination Government 4010 Destination Govern men! 4011 Destination Government 4012 D~stination Govemment 4013 Destination Government 4014 Destination Government 4015 Destination Government 4016 Destination Government 4017 Destinatinn Government 4018 Destination Government 4019 Destination Government 4020 Destination Govemment 4021 Destination Government 4022 Destination Govemmem 4023 Destination Government 4024 Destination Govemment 4025 Destination Government 4026 Destination Govern men! 4027 Destination Government 4028 Destination Government 4029 Destination Government 4030 Destination Government 4031 Destination Government
CLAUSES INCORPORATED BY REFERENCE
52.246-4 52.246-15
Inspection Of Services--Fixed Price Certificate of Conformance
Destination Destination Destination Destination Destination Destination Destination Deslination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination
AUG 1996 APR 1984
HQOU34-1 I -C-0027 P00034
Page I 11 of 176
Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Govemment Government
Sectlou F- DeliYe.riefi or Perfo rmance
DELIVERY INFORMA TlON
CLIN DELIVERY DATE
OOO ,J POP Ol ~JUL~20ll TO 30-NOV - ·~o ll
0002 POPOI-MA¥=2011 TO 30-NOV-20 II
0003 POPOI-MAY-.?.011 TO 30-NOV-2011
0004 POP 01-MAY- 2011 TO 30-NOV -'20 II
0005 POPOI-MAY-2011 TO 30-NOV-2011
0006 POP 01-MA Y-2011 TO 30-NOV -20 II
0007 POJ'Ol-MAY-20 11 TO .30-NOV-201l
l)fJ08 POP OI-MAY-20ll TO 30-NOV -'.!0 I I
()[if}lj POI' f>I-JUL-2.0 II TO JU-NOV-201 1
OQIO POPOl-MAY=2011 TO 30-NOV-20.1 i
0011 P0P01-MAY-201!TO JO·NOV -2011
00!2 POP 01 -MAY-2011 TO 30-NOV -20 I I
L>OlJ POP 01-MA'r' -201 I TO 30-NOV -20 11
QUANTITY SHIP TO ADDRESS
NIA PFPA 1~)(0)
f Oij : Destination
NIA (SAME AS PREVIOUS LOCATION) FOB: De.stination
NIA !SAME AS PR~VIOUS LOCATION) FOB: D~!slitKttion
NIA f1SAME AS PREVIOUS LOCATION) FOB: Des tination
N/A fSAME AS PREVIOUS LOCATION) FOB: Destitlation
NiA (SAME AS PREVIOUS LOCA TIONi } FOB: Oe,st i nation
NIA (SAM£ A~ PREVl OLJS LOCA TfONi) FOB: Des tination
NIA (SAME AS PREVIOUS LOCATION} POB: Destination
NIA rsAM~ AS f>REvloLJs LOC.<\f roN} FOB: Destit1iltion
NIA tSAME AS PREVIOUS LOCATION} POB : Desti.rmtit:m
NIA I SAME AS PR~VlOlJ S LOCATIO!'f) FOB: De.stination
N IA !,SAM£ AS PREVIOUS LOCA TIONi} ~OB: De.5ti rlut i.o n
N/A ! SAM~ AS PREVlOUS LOCATION) FOB: De$tin(ttion
HQM34-t I -C-0027 P00034
Page I J 2. of 176
UJC
J-IQ002(i)
I-IQ0020
HQ0020
HQ0020
HQ0020
HQ002U
HQ0020
HQ0020
HQOII~fl
I-IQ0020
HQ0020
J-IQ0020
HQ0020
HQ0034-1 1 -C-0027 P00034
Page! 13 of 176
0014 POP01-MAY-2011 TO N/A (SAME AS PREVIOUS LOCATfONl HQOOZO 30-NOV-2011 FOB: Destination
0015 POPOI-MAY-2011 TO NJA (SAME AS PREVIOUS LOCATION) HQ0020 30-NOV-2011 FOB: Destination
0016 POPOI-MAY-2011 TO N/A (SAME AS PREVIOUS LOCATION) HQ0020 30-NOV-2011 FOB: Destination
0017 POPOI-MAY-2011 TO NIA (SAME AS PREVIOUS LOCATION) HQ0020 30-NOV-2011 FOB: Destination
0018 POP 01-MA Y-2011 TO N/A (SAME AS PREVIOUS LOCATION) HQOOZO 30-NOV-2011 FOB: Destination
0019 POP 01-MAY-2011 TO NIA {SAME AS PREVIOUS LOCATION) HQ0020 30-NOV-2011 FOB: Destination
0020 POPOJ-MAY-2011 TO N/A (SAME AS PREVIOUS LOCATION) HQ0020 30-NOV-2011 FOB: Destination
0021 POP01-MAY-2011 TO NIA (SAME AS PREVIOUS LOCATION) HQ0020 30-NOV-201 J FOB: Destination
0022 POPOI-MAY-2011 TO N/A (SAME AS PREVIOUS LOCATION) HQ0020 30-NOV-2011 FOB: Destination
0023 POP 01-MA Y-2011 TO NIA (SAME AS PREVIOUS LOCATION) HQ0020 30-NOV-2011 FOB: Destination
0024 POPOI-MAY-2011 TO N/A (SAME AS PREVIOUS LOCATION} HQ0020 30-NOV-2011 FOB: Destination
0025 POP 01-MAY-2011 TO NIA (SAME AS PREVIOUS LOCATION) HQ0020 30-NOV-201 I FOB: Destination
0026 POP 01-MA Y-2011 TO NIA (SAME AS PRE:V!OUS LOCATION) HQ0020 30-NOV-2011 FOB: Destination
0027 POP 01-APR-2011 TO NIA (SAME AS PREVIOUS LOCATION) HQ0020 30-NOV-2011 FOB: Destination
0028 POP 01-0CT-20 11 TO N/A iSAME AS PREVIOUS LOCATION> HQ0020 30-NOV -20 II FOB: Destination
0029 NJA NIA NJA NJA
0029AA N/A NIA NJA NJA
0029AB N/A NIA NJA NJA
0029AC N/A NIA NJA N/A
0030 N/A NIA NJA NJA
0031 N/A N/A
0032 N/A NIA
0033 N/A NIA
WOI POP 01 -DEC- 2011 TO NiA JO-NOV -'.:!IJ 12
100101 NJA NIA
100102 N/A NIA
100103 N/A NIA
IDOl POP 01-DEC-2011 TO NIA 30-NOV -20 12-
100201 N/A NIA
1003 POP 01-DEC-2011 TO NIA 30-NOV-2012
100301 POP 12-DEC-2011 TO NIA 31-JLIL<~O I J
10030'2 N/A NIA
1D030J N/A N/A
100J04 N/A N/A
N/A
N/A
N/A
PFPA (b)(6)
trUH: uestmatwn
N/A
N/A
N/A
l )FPA (b}(6)
lfOB: Destinati.on
NIA
PFPA
r~~
fOB: Destination
;SAME AS PREVIOUS LOCA TTON) POB: lJestillatinn
N/A
N/A
N/A
fi_Q()034-l I -C-0027 POOOJ4
Page ! 14 of 176
N/A
N/A
N/A
HQ0020
N/A
N/A
N/A
HQ0020
N/A
HQ0020
HQ0020
N/A
N/A
N/A
lilO~ POI' OI-DEC-:2011 TO JO-NOV-201~
I !_1[}!~0 I N/A
100:1 POP 01-ni~C-2011 TO 30-NOV -2012
1006 p()l> 01-fJEC-20 II TO .30-NOV-201~
100601 N/A
100601 N/A
100603 POP 19-MAR-2012 TO 25-NOV-2012
1007 POP 01-DEC-2011 TO 30-NOV -'20 12
IU0'70J N/A
100101 N/A
IQ0703 N/A
lOOS POP 01-DEC-2011 TO 30-NOV -'20 12
NiA
NIA
NIA
NIA
NIA
N/A
NIA
NIA
NIA
NIA
N!A
NIA
PFPA (b)(6)
f U!j : DestJ Jaation
N/A
PFPA !b)(6}
'·UI::I : Ue:stmation
(SAM1: AS PRIEVIOLJS LOCA'l'fON\ FOB: Destitlation
N/A
N/A
PFPA-PPD-1? ATROL OPERATIONS s PPORT r)(6)
FOB : Destimati.on
PFPA
r~~~
JPOB: Destination
N/A
N/A
N/A
PFPA b)(6)
f Old: D sri 11atkm
H Q0034-1 1-C-0021 POOOJ4
Page 1 1 5 of 176
HQ003D
N/A
RQOD2D
HQ0020
N/A
N/A
HQ0020
HQ0020
N/A
N/A
N/A
HQ0020
100801 N/A
1009 POf' 01-DEC-:!011 TO 30-NOV-.!012
1010 POPOI-DEC":!011 TO 30-NOV -20 12
101001 N/A
101 1 POPOI-DEC-2011 TO 30-NOV-2012
I 01101 N/A
I Lll '2 POP 01-DEC-20 II TO 30-NOV-2012
101 '201 N/A
1013 POP 01-0EC-2011 TO 30-NOV -2012
lll!JUI N/A
111130:'! N/A
NIA
NIA
N!A
N/A
NiA
NlA
N/A
NIA
NIA
N /A
N/A
N/A
fi.)PPA (b)(6)
lt'Ul:i : L>esnnarwn
iSAME AS PREVIOL S LOCATIONJ ~OR: Destination
N/A
P~PA
I~X6J
FOB: Destination
N/A
fPFPA 1~)(6)
FOI& : Destilmti.o D
N/A
PFPA (b)(6)
f OB : Dtsti oattoo
N/A
N/A
H Q0034-1 1-C -0027 P000~~4
Page I I 6 of I 76
N/A
HQ0020
HQ0020
N/A
HQ0020
N/A
HQ0020
N/A
HQ0fl20
N/A
N/A
1111.:t. POP 01-DEC-2011 TO JO-NOV-201:::!
ILl 14-01 N/A
1[11 ~1.02 N/A
101 l 03 N/A
I 0 I ilOtl. POf> 0 1-MA R-2012 TO 30-APR-201 2
101 405 N/A
101406 N/A
llll5 POP 01-DEG-20 I I TO 3 1-MAR-~012
101501 N/A
I 01502 POP 01-t-.·!AR-2012 TO W-MAR-201 3
I Ll1 :S03 POP 12-MAR-2012 TO 31-MAR-201:2
1016 POP 01-DEC-2011 TO 30-NOV -'.'1.0 12
N /A
NIA
NIA
N/A
NIA
NiA
NiA
N/A
NIA
N!A
NiA
NIA
rfPA
fiUIJ : LJest.mation
N/A
N/A
N/A
l>f:" f> A-l~Jln-t)A TROL OPERAtiONS .~ I TPPORT (b)(6)
~OB : 1Jesnnatim1
N/A
N/A
.PFPA (b)(6)
IFOI3: Destinati n
N/A
I>F)>A-PPD-PATROt OPERATIONS SUPPORT r(·) FOB : Oestl!latton
ISA.ME AS f>fU:': VIOUS LOCATIONl FOB: Dc.~limnion
PFPA b)(6)
f O ld : Deqination
H Q0034-1 1-C -0027 POOOJ4
Page I 1 7 of 176
HQ0fl20
N/A
N/A
N/A
HQm12o
N/A
N/A
HQ0020
N/A
HQ0fl20
HQOD?.D
HQ0010
101601 N/A
1017 POPOI-DEC-201I TO 31-MAY-2012
101701 N/A
1018 POP 01-DEC-2011 TO 30-NOV -2012
1019 POP 01-DEC-2011 TO 30-NOV-2012-
101901 N/A
1Lll 9()] N/A
101903 POP 24-J AN-20 12 TO 30-NOV-!012
101904 POP 24-J AN-20 12 TO 30-NOV-201~
10!905 N/A
1[}!906 N/A
lDI907 N/A
1020 POP OI-DEC-2011 TO 30-NOV -2012-
N/A
NIA
NIA
NIA
NIA
NIA
N/A
NIA
NiA
NIA
NIA
NIA
NIA
N/A
l"PPA (b)(6J
!FOB: DesuoattOn
N/A
PFPA (tij(ij)
lf'Ul!:l : u estHlattOn
!SAME AS PREVIOL S LOCATION} POB: [)e,.st i nati_on
N/A
N/A
I"FPA-PPD-PATROI. Q~JERATIONS s PPORT
r~·~ FOB: D('st i1rrati.o n
•SAMt AS PREVIOu S LOCATIONil FOB: Destination
N/A
N/A
N/A
PFPA ~)tf.r)
it"OH : D eshnattOn
HQf)034-l I -C -0027 POOOJ4
Page I I ~ of I 76
N/A
HQ0020
N/A
HQ0020
HQOD20
N/A
N/A
HQ002f~
HQ0fl2.0
N!A
N/A
N/A
IIQ0020
lll21 POP 0 1-DEC-20 1 1 TO NIA JO-NOV -20 1~.
1022 POP OI·DEC-2011 TO NIA 30-NOV - ·~0 12
102'2.01 N/A NIA
I 022.01J N/A NIA
I 023 POP 01-I)EC-2011 TO NiA 30-NOV -2012
102301 N/A NlA
1024 POPOI-i.JF..C-20 11 iO NiA 30-NOV -2012
1025 POP 01-DEC-2011 TO NIA 30-NOY-2011
1026 POP 0 1-DEC-20 II TO NIA 30-NOV-2012
[()27 POPOI-DEC-20 11 TO NIA 30-NOV-2012
102701 N/A NIA
1028 POP 01-DEC-2011 TO NIA 30-NOV -'20 12
1029 N/A N/A
10290 1 N/A N/A
1030 N/A N/A
103001 N/A NIA
I SAM E AS PREVIOUS LOCATIONl FOB: Dei<tioation
LSAMIE AS PRIEVIOLS LOCATION) FOB: Dt.sti nation
N/A
N/A
PFPA b}(6)
f OB: Destinaw:m
NIA
PFPA l(o)re)
FOB: De.'>tioation
lSAME AS PREVIOUS LOCATION\ FOB : Dl~stinm ion
/SAME AS PREVIOUS LOCATION) FOB : Des tination
i SAME AS PREVIOUS LOCATION') FOB: Dtstination
N/A
PFPA (b)(6}
~UB : !J~stinaHon
NIA
N/A
NIA
N/A
ilQOOH-li-C-0021 P00034
Page I 1 9 of I 76
HQ0020
I-IQ0020
N/A
N/A
HQ0020
N/A
HQ0020
HQ0020
HQ0020
HQ0020
N/A
HQ0020
N/A
N/A
N/A
N/A
I(B 1 POP 01-MAR-2012 TO JO-NOV-:'.012
1032 POP 15-MAR-.JOJ:! TO 30-NOV -:'.0 12
ID:U POP 13-AlTG-20 I:'. TO 30-NOV -20 I 2
3001 POP 0 1-DEC-20 12 TO 30-NOV -'20 13
::!00 10 I N/A
~om POP 01-DEC-2012 TO 30-NOV-2013
200201 N/A
2003 POP 01-DEC-2012 TO 30-NOV-2013
200301 N/A
2004 POP 01-DEC-2012 TO 30-NOV -20 13
200401 N/A
N /A
NIA
N/A
NIA
N/A
N IA
NIA
NIA
N IA
N IA
N IA
H Q0034-1 1-C -0021 POOOJ4
Page 120 of 1 76
PFPA-PPD· PATROL OPERATIONS I-IQOC!l20 SUPPORT r (6)
f OB: Dcsrinuti.on
;:SAME AS PREVIOUS LOCATION) HQ0020 J:70B: l)e!:tinution
!SAM£ AS PREVIOUS LOCATION> HQ002f~
FOB: D c.!ilinmion
PFPA HQ0020
r~~
JPOB: DestiJ!lation
N/A N/A
PFPA HQ0020 1~)(6)
FOB : Destinut ion
NIA N/A
-r:iFPA HQ0020 (b)( B)
N/A N/A
PFPA I·IQOCil20 (bJ(6)
fO~j: De tinati.on
N/A N/A
~005 N/A
~006 POP 01-DEC-2012 TO 30-NOV -~0 Li
200601 N/A
2007 POP 01-DEC-201 2 TO 30-NOV-20D
.:!00701 N/A
::!00701 N/A
200S POP 01-DEC-2012 TO 30-NOV-2013
:wow1 N/A
2009 NIJ\
2010 POP 01-DEC-2012 TO 30-NOV -2013
201001 N/A
2011 POP 01-DEC·2012 TO 30-NOV-'2013
N/A
N/A
NiA
NIA
NIA
N/A
NIA
NIA
NIA
N/A
NIA
NIA
N/A
(!:>)(6)
/POB: DestnHihon
N/A
PFPA l(b!l!l
POB : Destination
N/A
N/A
PFPA r (6)
FOB : Dest ination
N/A
N/A
__l!!t:;"!}l_\ (b}(6}
NIA
PFPA (b)lb )l
tro ts : u est111atron
H Q0034-1 I -C-0021 POOOJ4
Page 1 21 of 176
N/A
HQ0020
N/A
IIQOGl20
N/A
N/A
HQ0020
N/A
N/A
HQ0020
N/A
HQ0020
fi-QM34-1 1-C -0021 PUOU 34
Page 1 '22 of 176
~I) 110 I N/A N IA N/A N/A
~01 2 N/A N IA N/A N/A
:!I) 13 POP 01 -DEC-2012 TO N IA J'FPA IIQOC!20 30-NOV -20 13 [6)
f OB: De~ t in~tti.on
201301 N/A N IA N/A N/A
~01 4 POP 0 1-DEC-20 12 TO NIA PFPA HQ0020 30-NOV - ·~o 13 (b}(ol
)rUt:i : v esnoanon
~01 401 N/A NIA N/A N/A
301 40~ N/A NIA N/A N/A
201403 N/A NIA N/A NIA
::!015 N/A NIA N/A N/A
~016 N/A NIA N/A N/A
2017 NIA NIA N/A N/A
20111 NIJ\ NIA N/A N/A
2019 POP 01-DEC-201'2 TO NIA PFPA HQ0020 30-NOV -~0 13 (b)(eJ
lt'Uti : Destmatwn
201901 POP 06-APR-ZOIJ TO NIA PFPA-PPD-PJ\TROL OPERATIONS I·IQOQ20 30-NOV -'2.013 SUPPORT r(·)
f Q]j : De tiMti.o n
2020 N/A N IA N/A N/A
.!021 N/A
1022 N/A
2023 N/A
~0~4 N/A
~025 N/A
2026 N/A
2027 N/A
~018 POP 01-DEC-2011 TO 30-NOV -~01 ~
:!02801 N/A
.202802 N/A
~029 POP 01-JAN-2013 TO 30-NOV-2.013
.20:901 N/A
20.30 POP 01-DEC-2012 TO 30-NOY-2013
20JOOJ N/A
2031 POPOI-DEC-~0 1 .! TO 30-NOV -2013
NfA
NfA
NfA
NfA
N!A
NIA
N/A
N!A
N!A
N.IA
N!A
N/A
NIA
NA
N.'A
HQ(J034- 1 l-C -0027 P000.'-1
Page 1~3 of 176
N/A N/A
~lA Nit\
'NIA N/A
~!A N/A
N/A NIA
N/A N/A
N/A N/A
PFPA HQ0020 (0)(6)
f O B: Oestutatwn
NIA N/A
NIA N/A
nFPA (b)(6)
IIQ0020
~OB: De"Linalion
N/A N/A
PFPA-PPD-PATROL OPERATIONS HQ0020
~lA N/A
PFPA-PPD-PATROL OPERATIONS HQOO:!O
FOB: D·'stination
~03 101 N/A
::!032 POP OS-APR·20 13 TO 30-NOV-WIJ
203'201 N/A
3001
3002
3D03
3004
3005
3006
300/
3008
3009
POP 0!-DEC-2013 TO 30-NOV -2014
POP 01-DEC-2013 TO 30-NOV-~014
POP 01-DEC-20JJ TO 30-NOV-2014
POP 01-DEC,~0\ 3 TO 30-NOV--~014
N/A
POP OI-DEC-20U TO 30-NOV-2014
POP 01-DEC-?013 TO JO-NOV-2014
POP OI-DEC<ZOI3 T'O 30- NOV -.?.0 14
N/A
N/A
NIA
NIA
NIA
NIA
NiA
NIA
NIA
NiA
NiA
NIA
N/A
N/A
PFPA-PPD, PATROL OPERATIONS SUPPORT
(b)(6)
N/A
PFPA \0 )(6)
!FOB : Destil'iati.on
tSAME AS PRIEVIOL S LOCATION} POB: ()~,.s1 i nation
i.SAME AS PRE.VIOl JS LOCr>..TIQN) FOB: De.sTi[}ation
·iSAME AS PREVIOUS LOCATION) FOB: Desti llati on
N/A
t>FPA (b)(6)
f'UB : IJestmatwn
I. SAME AS PR \!lOllS LOCATfONI) FOB: Desli[}ation
!,SAME AS PREVIOUS LOCATIONJ FOB: Destillation
N/A
fi-QC>034-1 1-C-01)27 POOOJ4
Page ! :..:+ of I 76
N/A
I-IQOG20
N/A
HQ0020
HQ0020
HQ0020
I-IQ0020
N/A
HQ0020
HQOfJ20
t-1 Q(JG:lD
N/A
3DIO POP 01-DEC-20IJ TO JO-NOV-2014
31.111 POP 01 -DRC-:!OU TO 30-NOV -2(l14
3012 N/A
3[)13 POP 0 1-DEC~20 13 TO 30-NOV-2014
3014 POP 01-DEC-2013 TO 30-NOV-2014
3015 N/A
3iJI6 N/A
3017 N/A
3018 N/A
3019 POP 01-DEC-20U TO 30-NOY-2014
3020 N/A
302J N/A
302'2, N/A
3023 N/A
3024 N/A
302.) N!A
3026 N/A
NlA
NiA
NIA
NIA
NIA
NiA
N/A
NIA
N/A
NiA
NiA
NIA
NIA
N/A
NiA
NIA
N/A
(b)(6)
FOB : Desti rrmtl.o n
I. SAME AS PRF;:VfOUS LOCATION') FOB: De~aination
N/A
PFPA [b)(6J
li"UI::I : uest10at10n
(SAME AS PRE VIOLS LOCATION} rOB: [)e.sT i nati.on
N(A
N/A
N/A
N/A
PFPA {b){6)
f 0F3 : Desti1mtlon
N/A
N/A
N/A
N/A
N/A
N/A
N/A
fi-QG034-1 1-C-0021 P00034
Page 12) of 176
HQ0020
HQODJO
N/A
HQ0020
HQ0020
N/A
N/A
N/A
N/A
HQ0020
N/A
N/A
N/A
N/A
N/A
N/A
N/A
3D27 N/A
Ji128 POI' 01-DEC-201J TO 30-NOV-ZOI'-1-
~02 1) POP 0 1-N~C-2.(11J T O 30-NOV -20 14
3030 POP 0 I ~DEC-20 13 TO 30-NOV -20 ILl
30.31 POP 01-DEC-2013 TO 30-NOV-2014
4001 POP 01-DEC-201 4 TO 30-NOV-2015
4002 POP 01-DEC-201 4 TO 30-NOV -2015
-1-003 POP 01-DEC-2014 TO 30-NOV -2015
4004 POl> 01-DEC-:?.01 4 TO JO-NOV -2015
4()05 N/A
4006 POP 01-DEC<Z0\ 4 TO 30-NOV -'.?.0 15
4007 POP 01-DEC-101 4 TO 30-NOV - '~0 15
NlA
NIA
NIA
NiA
NIA
NIA
NiA
NiA
N/A
NIA
NIA
N/A
N/A
PFPA l(b)(OI
F'OB : Destim-.ti n
I SAM~ AS ):>R.~\IIOUS LOCATIONI) FOB: Dr~tirmtion
PFPA-PPD-PATROL OPERATIONS s· [")PORT
r~·~ IP'OB: Destimation
lSAME AS PREVIOUS LOCATION) FOB: ne,.st i nation
PFPA (b)(6)
roB: Dcstim1ti.on
I SAME AS PREVIOUS LOCATION) FOB : D~stinat i on
1SAMIE AS PRIEVIOUS LOCATION) FOB: De-stination
!'SAMf: AS PREV10 US LOC'A TIONi) FOB: Destination
N/A
lf'J•rA (b )(tr)
f OB : Dcstimatron
!SAME AS PREVIOUS LOCATION ) POB: Destination
fi_Q0034-1 1-C-0021 POOOJ4
Page 1 '26 of 176
N/A
HQ002.0
HQ0020
HQ0020
1-100020
HQ0020
HQ0020
HQ0020
HQ0020
N/A
I-!QbQ2()
HQ0010
4LIOiS POI' 01-DEC-201'1 TO N/A JO-NOV -ZO 15
4009 N/A NIA
4010 POP 01-DEC-2014 TO NIA 30-NOV -.?.0 1:;
4020 N/A NiA
4021 N/A NIA
4022 N/A NIA
4013 N/A NIA
4024 N/A NIA
!SAME AS PREVIOUS LOC.A.TJONl
FOB: D6tinfttion
N/A
I'FPA (P)(6)
i<Otl: Destmatl.on
N/A
N/A
N/A
N/A
N/A
f-tQt)Cl34-1 t-c-0021 POOOJ4
Page I :.7 of 176
HQ002o
N/A
IIQOQ20
N/A
N/A
N/A
N/A
N/A
4025 NIA N t'A
4H26 NIA NIA
.t-027 N/A NIA
!.1 028 POP 01 -DEC-201 4 TO NIA JO-NOV -'20 15
CLAUSES INCORPORATED BY REFERENCE
52.242-15 52.242-17
StClp-Work Order Government Dc·lay Of Wurl
N/A
N/A
N/A
PFPA (b)(6)
AUG 1989 APR li:J'R4
HQM34-l I-(; -0027 POOOJ4
Page ! 2~ of I 76
N/A
N/A
N/A
HQ0020
Section G - Contmct Ad111 i 11 i~tmtio 11 Data
ACCOUNTING AND APPROPRIATION DATA
(b)(4)
H QD034-1 1-c -01_(!7 POOOJ4
Page 129 of 176
H)(4)
- -
H QD034-1 1-c -0027 POOOJ4
Page !JO of l/6
(b)(4!
H QD034-1 1-c -0027 POOOJ4
Page !31 of 116
(b)(4)
H QD034-1 1-c -0027 POOOJ-l
Page !3~ of 116
(b)l4)
, __ --
H QD034-1 1-c -0027 POOOJ4
Page !33 of 116
(b)~4)
H QD034-1 1-c -OOJ7 POOOJ4
Page ! 34 of 1 /6
(b)(4}
H QD034-1 1-c -0027 POOOJ4
Pagt: !35 of 116
(b)(4)
CLAUSES INCORPORATED BY FULL TEXT
WI-IS A&PO WAWF INVOICING INSTRUCTIONS (Apr 2010)
fi_Qi)034-1 1-C -0027 POOOJ4
Page ! 36 of ! 76
To imple ment DFARS 252.232-7003. "Eicrnunic Submis~ion of Paymt'nl R~qul·~ts and ReL:t'iving. Repum (M:m.:h 100R)". W<tshi ngton HeC!dquo.rtl;lrs Services, Ac·q u i siti on & P~nc ure me nt Office (W H. S A& PO) utilit~e:; WA WF to dectronically prOC~o:so; vendor r{;quc:sts J'or payment. The w~:b based :>y~tem is lm:atcd at https://wawi.eb.mil , and allow~ government cDntractur~ am! auth(lri7ed Oepartment of Defen"e (DOD) pcr~onnd to generate, capture. pNJCe~s amltraek inVf>iC"e and accoplllnCC documtnt.:Hion electronically. The nmtrador i~ rcquir~u to utilize this sy:>tcm
'~hen submitting invoices and receiving reports under this contract. Submi~sioo of hard copy DDl5011nvokc/Public Vouch er.s (SF1034) i:, nu longer permitted.
HQ0034-li-C-0027 P00034
Pag~ 1.37 of 176
The C<mln•CI<>r .~hall e ns ure an Electronic B U!Iiness Point 0f Contruct i>~ Jc~ignatc<.l in C.;ntrlll Contractor Rcgi~tralion
at http://www.ccr.gov/ and register to use WAWF at hrtps://wawf.eb,tnil within \en ( tO) days aflcr awurtl of the con!r<lCI or modiJkation im:orpurating WA WF into the contrncL Step by ~tep instmction~ to regi~ter are available at http://-w11wf.eb.mil.
The \:Ontmclor is directed to submit the following invoice type:
2-n-1 . Suvices Only, including Cunstruction
Bad up documentation may be attachci.l to th~ invoice in WA WF uni.lcr the "M i.sc Info" tab. Fill in all applicahle information under each tab.
With the eJ!ception of extensions, the following required information should automatically populate in W AWf: if it dues no t populate. or docs nnt populate complttdy or com:c tly. enter the following information a~ notctl:
Contract Number HQ0034-I I -C-0027
Deli very Order
Pay DoDAAC HQ0~~7
Issue By DoD AAC HQ0034
Admin By DoDAAC HQ0034
Inspect By DoDAAC/Extentiun L~ave Blank.
Service Acceptor DODAAC/Extension or
Ship to DODAAC/Extension or
Service Approver DODAAC/Elltension or HQ0020/4 700
Granr Approver DODAAC./Exrension
DCAA Auditor DODAAC/Elltension Leave Blank
LPO DODAAC Leave Blank
The Contractor ~hall verify rhat the DoDAAC~ antomatkally p~>puluted by the WA WF system match the aboo;e information. If th.:sc DuDAACs uo not match then the wmractul shall corrt:ctthc lidu(s) an<.! notify the contra..: ting ofticer of the di.'iCrepancy (!es).
The Contrdctor will need to enter a. Shipment (or Voncher) NulTlher in a specific format .
• The correct to rmat for a shipment number tor MOCAS inVQices is AAAXNNN where A= alpha... X = alphanumeric anti N = numeric characters. followeJ by a "Z" suftill if it io; a final invoice. (e.g. SEROOO I. BVN0002Z. SERA003)
• W A WF will aflix the prefix "SER" for 2-in- 1 nwl)icc~ anti prefix "B VN" for cost vonchers to the Shipment (or Voncher) Nnmber f1elds. Por Combo docutnents. the
contractor may enter their own tl1ree letter prefi;o;e~.
f.i_Q()034-1 1-C -0021 P00034
Page ! 3~ of ! 76
Take special care when entering Lme Item information. The Line Ttem tah is where :you will deta ~l :your request for pttyment and mi:i!Crial~>crvict:> that were pruviJc<.l ba..'ittl' upon the C"onlracL Ec sure to fill in the following iti:ml~ e~actly a,; they appear in the contract:
• Item Number: If the contmct .schedule has more thun one ACRN listed a5 sub item~ under the ~pplic~ble C<.lntracl Linl' Item Number (CLIN), usc th~ 6 .:hU!ractcr, :-;e.pamtdy identified Sub Line Item Number ( SLIN) (e.g. - 000 IAA) or Informational SUN (e.g.~ OOtJJOil. otherwise u~e the 4 character CLIN (e .g. -0001 ).
• Unit Price
• Unit of Meas ure
• ACRN: Fill-in the <~pplicablc 2 alpha c-han1l'LC·r ACRN that is aSSC>c-iau::-d with tht: CUN or SUN.
Note - DO NOT iNVOICE FOR MORE THAN JS S'l1LLAVA/l.ABLE UNDER ANY CLINISUNIACRN.
Bcf<>re du;ing uul of o.n invoice session in \VAWP bllt after St1bmWing your documen~ Oi- docutTicni!l'. th(:' contr:tCLor
will be pJ·ompted to send additioo~1l email notific:~tions. Contracdor 11hall click con "Send Moro Email Nc;tilicM1o:Jt ' on the pag<! that appear!>. Add the foUo \vi11 !_! email addressc~> :l(b ) (i[i) I
l(b)(6} fu the firs ~ emnit adclress b~ud: and ::~del .any other adclitJonal email uddres es desired in the tol.lowing block£. Thi adcliitional natiJ'ica,·non· tu 1h~
government is inlport:mt to ensure that all appropriate persons are aware that thi' i.nvoi ce documents h~l'-'e bee·n ;,; ubmi!t->cl inlf) th~ \VA \VF system.
JJ you h:1v~ nny question~ regarding WAWF, please mntm:t the WAWF Help o(~sk at J -866-fiJ S-598X OR 1-8M-~32-731'iti .
Section H -Special Contract Requirements
SERVICE EXTENSION ADDENDUM
HQ0034-1 I -C-0027 P00034
Page !39of 176
In the event the Government exercises its unilateral right under FAR clause 52.2l7-8 -Option to Extend Services, the unit price for the performance of services during this period wil! he the latest price(s) agreed upon in the contract or subsequent modifications for Contract Security Officer as JcscribeJ in the PWS.
Section I ~ Contract Clauses
CLAUSES INCORPORATED BY REFERENCE
52.202~1
52.203~3
52.203-6 Alt I
52.204~2
52.204-4 52.204-7 52.204-9 52.204-10
52.209-6
52.209-8 (DEV)
52.209-9 Alt I
52.209-10
52.212-4 52.215-23 Ail I 52.219-3 52.219-8 52.219-9 52.219-14 52.219-16 52.222-1 52.222~3
52.222-19 52.222-21 52.222-26 52.222-35 52.222-36 52.222-37 52.222-40
52.222-43
52.222-44
52.222-50 52.222-51
52.222-53
52.222-54
Definitions Gratuities Restrictions On Subcontracwr Sales To The Government (Sep 2006) -- Alternate 1
JUL 2004 APR 1984 OCT 1995
Security Requirements AUG \996 Printed or Copied Double-Sided on Recycled Paper AUG 2000 Central Contractor Registration APR 2008 Personal Identity Verification of Contractor Personnel SEP 2007 Reporting Executi vc Compensation and First-Tier S ubcontractFEB 20 12 Awards Protecting the Government's Interest When Subcontracting SEP 2006 With Contractors Debarred. Suspended, or Proposed for Debarment Updates of Information Regarding Responsibilicy Matters (Deviation) Updates of Publicly Available Information Regarding Responsibility Maners Updates of Publicly Available Information Regarding Responsibility Maners Alternate I Prohibition on Contracting With Inverted Domestic Corporations Contract Terms and Conditions--Commercial items Limitations on Pass-Through Charges Notice of Total HUBZone Set-Aide Utilization of Small Business Concerns Small Business Subcontracting Plan Limitations On Subcontracting Liquidated Damages-S nbcontracti ng Plan
Notice To The Government Of Labor Disputes Convict Labor Child Labor -- Cooperation with Authorities and Remedies Prohibition Of Segregated Facilities Equal Opponunity Equal Opportunity for Veterans Affirmative Action For Workers With Disabilities Employment Reports on Veterans Notification of Employee Rights Under the National Labor Relations Act Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option) Fair Labor Standards And Service Contract Act - Price Adjustment Combating Trafficking in Persons Exemption from Application of the Service Contract act to Contracts for Maintenance. Calibration. or Repair of Certain Eqni pment ~- Rcqn irel nents Exemption from Application of the Service Contract Act to
Contracts for Certain Services~-RequireJnents Employment Eligibility Verification
OCT 2010
JAN 2011
JAN 2011
MAY201J
JUN 2010 OCT 2009 JAN 1999 JAN 2011 JAN20!1 DEC 1996 JAN 1999 FEB 1997 JUN 2003 JUL 2010 FEB 1999 MAR 2007 SEP 2010 OCT 2010 SEP 2010 DEC 2010
SEP 2009
SEP 2009
FEB 2009 NOV 2007
FED 2009
JAN 2009
HQOU34-l J -C-0027 P00034
Page 140of 176
52.223-6 52.223-16 Ail I
52.223-18
52.225-13 52.227-1 52.227-2
52.228-5 52.232-17 52.232-23 52.232-33
52.233-3 52.233-4 52.237-2
52.237-3 52.242-13 52.243-1 Alt I 52.247-34 52.253-1 252.201-7000 252.203-7000
Drug-Free Workplace IEEE 1680 Standard for the Environmental Assessment of Personal Compnter Prodncts (Dec 200&0 Alternate I Encouraging Contractor Policies To Ban Text Messaging While Driving Resuictions on Certain Foreign Purchases Authorization and Consent Notice And Assistance Regarding Patent And Copyright Infringement Insurance- Work On A Government Installation Interest Assignment Of Claims Payment by Electronic Funds Transfer--Central Contractor Registration Protest After A ward Applicable Law for Breach of Contract Claim Protection OfGovemment Buildings. Equipment, And Vegetation Continuity Of Services Bankruptcy Changes--Fixed Price (Aug 1987) - Alternate I F.O.B. Destination Compnter Generated Porms Contracting Officer's Representative Requirements Relating to Compensation of Former DoD Officials
MAY 2001 DEC 2007
AUG 2011
JUN 2008 DEC 2007 DEC 2007
JAN 1997 OCT 2010 JAN 1986 OCT 2003
AUG 1996 OCT 2004 APR 1984
JAN 1991 JUL 1995 APR 1984 NOV 1991 JAN 1991 DEC 1991 SEP 2011
25 2. 203-7002 Reqni rement to Inform Employees of Whistleblower Rights JAN 2009 25 2.204-7000 Disclosnre Of Information DEC 199 I 25 2. 204-7003 Control Of Government Personnel Work ProJuct APR 1 992 252.204-7004 All A Central Contractor Registration (52.204-7) Alternate A SEP 2007 25 2. 204-7005 Oml Attestation of Security Responsib i 1i ties NOV 200 1 252.204-7008 Export-Controlled Items APR 2010 252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By DEC 2006
The Government of a Terrorist Country 252.219-7003 Small Business Subwntracting Plan (DOD Contracts) SEP 2011 252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements DEC 2010 252.222-7999 (Dev) Additional Requirements and Responsibilities Restricting the FEB 2010
252.223-7004 252.225-7012 252.226-700 I
252.232-7003
252.232-70 I 0 252.233-700 I 252.237-7023 252.239-700 I 252.243-700 I 252.243-7002 252.247-7023 252.247-7024
Use of Mandatory Arbitration Agreements (Deviation) Drug Free Work Force Preference For Certain Domestic Commodities Utilization of Indian Organizations and Indian-Owned Economic Enterprises. and Native Hawaiian Sma!l Bnsiness Concerns Electronic Submission of Payment Reqnests and Receiving Reports Levies on Contract Payments Choice of Law (Overseas) Continuation of Essential Contractor Services Information Assurance Contractor Training and Certification Pricing Of Contract Modifications Requests for Equitable Adjustment Transportation of Supplies by Sea Notilication Of Transportation Of Supplies By Sea
SEP 1988 JUN 2010 SEP 2004
MAR 2008
DEC 2006 JUN 1997 OCT 2010 JAN 2008 DEC 1991 MAR 1998 MAY 2002 MAR 2000
HQ0034-11-C-0027 P00034
Page 141 of 176
CLAUSES INCORPORATED BY FULL TEXT
52.203-16 Preventing Personal Conflicts of Interest (DEC 20 II)
(a) Definitions. As used in this clause--
HQ0034-IJ-C-0027 P00034
Page !42 of 176
Acquisition function closely associated with inhcn.:ntly governmental functions means supporting or providing advice or recommendations with regard to the following activities of a Federal agency:
(I) Planning acquisitions.
(2) Determining what supplies or services are to be acquired by the Government, including developing statements of work.
(3) Developing or approving any contractual documents, to include dm:umcnts defining requirements, incentive plans, and evaluation criteria.
(4) Evaluating contract proposals.
(5) A warding Government contracts.
(6) Administering contracts (including ordering changes or giving technical direction in contract performance or contract quantities, evaluating contractor performance, and m:cepting or rejecting contractor products or services).
(7) Terminating contracts.
(8) Determining whether contract costs arc reasonable, allocable, and allowable.
Covered employee means an individual who performs an acquisition function closely associated with inherently governmental functions and is--
(1) An employee of the contractor: or
(2) A subcontractor that is a self-employed individual treated as n covered employee of the contrnctor becnuse there is no employer to whom such an individual coukl submit the required disclosures.
Non-public information means any Government or third-party information that--
(I) Is exempt from disclosure under the Freedom of Information Act (5 U.S.C. 552) or otherwise protected from disclosure by stntll!e. Executive order, or regulation: or
(2) Has not been disseminated to the general public and the Government has not yet determined whether the information can or will be made available to the public.
Personal conflict of interest means a situation in which a covered employee has a financial interest, personal activity, or relationship thai could impair the employee's ability to act impartially and in the best interest of the Government when performing under the contract. (A de minimis interest that would not "impair the employee's ability to act impartially and in the best interest of the Government" is not covered under this definition.)
( ll Among the sources of personal cont1icts of interest are--
HQ0034-IJ-C-0027 P00034
Page !43 of 176
(i) Financi<Jl interests of the covered employee, of close family members, or of other members of the covered employee's household;
(ii) Other employment or financial relationships (including seeking or negotiating for prospective employment or business); and
(iii) Gifts, including traveL
(2) For example, financial interests referred to in paragraph (I) of this definition may arise from--
(i) Compensation, including wages, sal<~ries, commissions, professional fees, or fees for business referrals;
(ii) Consulting relationships (including commercial and professional consnlting and service armngements, scientific and technical advisory board memberships, or serving as an expert witness in litigation);
(iii) Services provided in exchange for honorariums or travel expense reimbursements;
(iv) Research funding or other fonns of research support;
(v) Investment in the form of stock or bond ownership or partnership interest (exduding diversilied mutual fund in vestments);
(vi) Real estate investments:
(vii) Patents, copyrights, and other intellectual property interests: or
(viii) Business ownership and investment interests.
(b) Requirements. The Contractor shall-·
(I) Have procedures in place to screen covered employees for potential personal conflicts of interest. by--
(i) Obtaining and maintaining from each covered employee, when the employee is initially assigned to the task under the contract, a disclosure of interests that might be affected by the task to which the employee has been assigned. as follows:
(A) Financial interests of the covered employee. of close family members, or of other members of the covered employee's household.
(B) Other employment or financial relationships of the covered employee (including seeking or negotiating for prospective employment or business).
(C) Gifts, including travel: and
(ii) Requiring each covered employee to update the disclosure statement whenever the employee's personal or financial circnmstances change in such a way that a new personal conflict of interest might occur because of the task the covered employee is performing.
(2) For each covered employee·-
(i) Prevent personal conflicts of interest. including not assigning or allowing a covered employee to perform any task under the contract for which the Contractor has identified a personal conflict of interest for the employee that the Contractor or employee cannot satisfactorily prevent or mitigate in consultation with the contracting agency;
HQ0034-IJ-C-0027 P00034
Page 144 of 176
(ii) Prohibit use of non-pnblic information accessed throngh performance of a Government contract for personal gain: and
(iii) Obtain a signed non-disclosure agreement to prohibit disclosure of non-public information accessed throngh pe1formance of a Government contract.
(3) Inform covered employees of their obligation--
(i) To disclose and prevent personal conflicts of interest;
(ii) Not to nse non-pnblic information accessed throngh performance of a Government contract for personal gain; and
(iii) To avoid even the appearance of personal conflicts of interest;
(4) Maintain effective oversight to verify compliance with personal conflict-of-interest safeguards;
(5) Take appropriate disciplinary action in the case of covered employees who fail to comply with policies established pursuant to this clause; and
(61 Report to the Contracting Officer any personal conflict-of-interest violation by a covered employee as soon as it is identified. This report shall include a description of the violation and the proposed actions to be taken by the Contractor in response to the violation. Provide follow-up reports of con-ective actions taken, as necessary. Personal conllir.:t-of-interest violations include--
(i) Failure by a covered employee to disclose a pasonal conflict of interest;
(ii) Use by a covered employee of non-public inforn;ation accessed through performance of a Government contract for personal gain; am.l
(iii) Failure of a covered employee to comply with the tenns of a non-disclosure agreement.
(c) Mitigation or wai vcr. (l ) In exceptional circumstances, if the Contractor cannot satisfactorily prevent a personal conflict of interest as required by paragraph (b )(2 )(i) of this clause. the Contractor may submit a request through the Contracting Officer to the Head of the Contracting Activity for--
(i) Agreement to a plan to mitigate the personal conflict of interest; or
(ii) A waiver of the requirement.
(2) The Contractor shall include in the request any proposed mitigation of the persona! conflict of interest.
( 3) The Contractor shall--
(i) Comply, and require compliance by the covered employee, with any conditions imposed by the Government as necessary to mitigate the personal conflict of interest; or
(ii) Remove the Contractor employee or subcontractor employee from performance of the contract or terminate the applicable subcontract.
(d) Subcontract !lowdown. The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts--
(I) That exceed $150,000; and
HQ0034-1 I -C-0027 P00034
Page 145 of 176
(2) In which snbcontractor employees will perform acqnisition fnnctions closely associated with inherently governmental functions (i.e., instead of performance only by a self-employed individual).
(End of clanse)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (DEVIATION)
(a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than scaled bid, is in excess of the simplified acquisition threshold, and does not contain the clause <:~t 52.215-2, And it and Records-Negotiation.
(l) The Comptroller General of the United States. or an authorized representative of the Comptroller GeneraL shall have access to the right to examine any of the Cun!ractor's directly pertinent records involving transactions related to this contracl.
(2) The Contractor shall make avail:~ble at its offices at all reasonable times, the records, materials, and other evidence fur examination, audit, or reproduction, until 3 years after final paymenl under this contract or for any shorter period specified in FAR Subpart 4. 7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or pmtially termina!ed, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the selllcment of claims arising under or relating to this contract shall be made available until such :~ppeals. litigation. or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices. and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor docs not maintain in the ordinary course of business or pursuant to a provision of l<:~w.
(b )(I) Notwithstanding the requirements of any other clause in this contract. the Contractor is not required to tlow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless othef\vise indicated below, the extem of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 20 I 0) (Pub. L. II 0-252, Title VI, Chapter I (41 U.S.C. 251 note).
( i i) 52.2 1 9-R, Utilization of Small Business Concerns (May 2004) t 15 U.S. C. 63 7 (d)( 2) and ( 3) ), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to sm:~ll business concerns) exceeds S550,000 ($1 ,000,000 for construction of any public facility), the subcontractor must include 52.219-R in lower tier subcontracts that otfer subcontracting opportunities.
(iii) Reserved.
(iv) 52.222-26. Equal Opportunity (MAR 2007) !E.O. 11246).
(v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (3R U.S.C. 4212).
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (.TUN 199R) (29 U.S.C. 793).
(vii) Reserved.
(viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351. et seq.).
(ix) 52.222-50, Combating Trafricking in Persons (FEB 2009) (22 U.S.C. 7104(g)).
Alternate I (AUG 2007) of 52.222-50 (22 U .S.C. 7104(g)).
HQ0034-IJ-C-0027 P00034
Page 146 of 176
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration. or Repair of Certain Eqni pment --Req ui reme nts (Nov 2007) { 41 U.S. C. 35 l , et seq.).
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009) ( 41 U.S. C. 351, et seq.).
(xii) 52.222-54, Employment Eligibility Verification (JAN 2009).
(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xiv) 52.247-64. Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 124l(b) and 10 U.S.C. 2631 ). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required. the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 20 12) Alternate I (Deviation) (FEB 2000)
(a) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to 11ow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the 11ow down shall be as required by the clause-
(1)52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter l (41 U.S.C. 251 note)).
(2) 52.219-8, Utili:wtion of Small Business Concerns (May 2004) ( 15 U .S.C. 63 7(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds S550.000 ($ 1.000,000 for construction of any public facility), tht: subcontractor must include 52.219-8 in lower tier subcontracts that otfer subcontracting opportunities.
(3) Reserved.
(4) 52.222-26. Equal Opportunity (Mar 2007) (E.O. 11246).
(5) 52.222-35. Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
(6) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793}.
(7) Reserved
(8) 52.222-41, Service Contract Act of 1965, (Nov 2007), ( 41 U.S. C. 351, et ~·eq.)
(9) 52.222-50, Combating Trafficking in Persons {Feb 2009) (22 U.S.C. 7104{g)).
_ Alternate I {Ang 2007) of52.222-50 (22 U.S.C. 7104(g)).
HQ0034-IJ-C-0027 P00034
Page 147 of 176
(I 0) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements {Nov 2007) (41 U.S.C. 351, et seq.).
(II) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) ( 41 U.S.C. 351, et seq.)
(12) 52.222-54, Employment Eligibility Verification (Jan 2009).
( 13) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. I l 0-24 7). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
( 14) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241 (b) and I 0 U.S.C. 2631 ). Flow down required in accordance with paragraph (d) of FAR clause 52.24 7-64.
(b) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional danses necessary to satisfy its contractual obligations.
(End uf Clause)
52.217-8 OPTION TO EXTEND SERVICES (NOV I999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may he adjusted only as n result of revisions to prevailing Jahor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor anytime prior to expiration of option.
Should the Gu\lcmment exercise its Option to Extend Services under this clause. the rates in the prevailing Collective Bargaining Agreement (CB A) in effect at the time will govern. If no CBA is in effect at the time, the Department of Labor's Wage Rate Determination in effect at the time will govern.
(End of clause)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
HQ0034-IJ-C-0027 P00034
Page 148 of 176
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary vml!en notice of its intent to extend anytime before the contract expires. The preliminary notice does not commit the Government to an extension.
(h) If the Government exercises this option, the extended contract shall he considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options nnder this clanse, shall not exceed 5 years, 6 months. (End of clanse)
52.219-4 NOTICE OF PRICE EVALlJATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (JAN 2011)
(a) Definitions. Sec l3 CFR 125.6(e) for definitions of terms used in paragraph (d).
(b) Evaluation preference. (I) Offers will be evaluated by adding a factor of I 0 percent to the price of all offers, except--
(i) Offers from HUB Zone small business concerns that have not waived the evaluation preference; and
(ii) Otherwise successful offers from small business concerns.
(2) The factor of 10 percent shall be applied on a line item basis or to any group ofitems on which award may be madc. Other cvaluation factors dcscribcd in the solicitation shall be applied before application of the factor.
(3) A conccrn that is both a HUBZom:: small business concern and a small disadvantaged business concern will receive the benefit of both the HUBZone small business price evaluation preference and the small disadvantaged business pticc evaluation adjustment (sce FAR clause 52.219-23). Each applicable price evaluation preference or adjustment shall be calculated independently against an offeror's base offer.
These individual preference amoums shall be added together to arrive at the total evaluated price for that offer.
(4) When the two highest rated offerors are a HUBZone small business concern and a large business. and the evaluated offer of the HUBZone small business concern is cq ua[ to the eva! uated offer of the large business after considering the price evaluation preference, award will be made to the HUBZone small business concern.
(c) Waiver of evaluation preference. A HUB Zone small business concern may elect to waive the evaluation preference, in which case the factor will be added to its offer for evaluation purposes. The agreements in paragraphs (d) and (e) of this clause do not apply if the offeror has waived the evaluation preference.
_ Offeror elects to waive the evaluation preference.
(d) Agreement. A HUBZone small business concern agrees that in the performance of the contract, in the case of a contract for
( 1 ) Services (except construction}, at least 50 percent of the cost of personnel for contract perfommnce will he spent for employees of the concern or employees of other HUBZone small business concerns;
(2) Supplies (other than procurement from a nonmanufacturer of such supplies}, at least 50 percent of the cos! of manufacturing. excluding the cost of materials, will be performed by the concern or other HUBZone small business concerns:
HQ0034-IJ-C-0027 P00034
Page 149 of 176
( 3) General constrnction. { i) At \east 1 5 percent of the cost of contract performance to he i ncnrred for personnel wi II be spent on the prime contractor's employees:
(ii) At least 50 percent of the cost of the contract performance to be incurred for personnel will be spent on the prime contractor's employees or on a combination of the prime contractor's employees and employees of HUB7.one small business concem subcontractors:
{iii) No more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone small busim::ss concerns; or
( 4) Construction by special trade contractors. ( i) At least 25 percent of the cost of contract performance to be incurred for personnel will he spent on the prime contractor's employees;
( i i) At least 50 percent of the cost of the contract performance to he incurred for personne I wi II be spent on the prime contractor's employees or on a combination of the prime contractor's employees and employees of HUBZone small business concern subcontractors;
(iii) No more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone small business concerns.
(e) A HUBZone joint venture agrees that the aggregate of the HUBZone small business concerns to the joint venture. not each concern separately. will perform the applicable percentage of work requirements.
([}(I) When the total value of the contract exceeds $25,000, a HU BZonc small business concern nonmanufacturcr agrees to furnish in performing this contract only end items manufactured or produced by HUBZone small business concern manufacturers.
(2) When the total value of the tontract is egualto or less than $25,000, a HUBZone small business concern nonmanufacturer may provide end items manufactured by other th:~n a HUB Zone small business concern manufacturer provided the end items arc produced or manufactured in the United States.
(3) Paragraphs (f)( I) and (f)(2) of this section Jo not apply in r.:onnet:tion with construction or service contracts.
(g) Notice. The HUBZone small husincss offeror acknowledges that a prospective HUBZonc awardee must he a HUBZone small business concern at the time of award of this contract. The HUBZone offeror shall provide the Contracting Officer a copy of the notice required by 13 CFR 126.5 0 1 if materia! changes occur before contract award that could affect its HUB Zone eligibility. If the apparently successful HUBZonc offeror is not a HUB Zone small business concern at the time of award of this contract. the Contracting Officer will proceed to award to the next otherwise successful HUB Zone small business concem or other offeror.
(End of clause)
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009)
{a) Definitions. As used in this clause--
Long-term contract means a contract of more than five years in Juration, including options. However, the term docs not include contracts that exceed five years in duration because the period of perforn1ance has been extended for a
HQ0034-IJ-C-0027 P00034
Page !50 of 176
cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.
Small business concern means a concern, induding its aniliates, that is independently owned and operated, nut dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR pan 121 and the size standard in paragraph (c) of this clause. Such a concern is ''not dominant in its field of operation" when it does not exercise a controlling or major intluence on a national basis in a kind of business activity in which a number of business concerns arc primarily engaged. In determining whether dominance exists. consideration shall be given to all appropriate factors, including volume ofhusiness, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity.
(b) If the Contractor represented that it was a small business concern prior to a ward of this contract, the Contractor shall rcrepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause. upon the occurrence of any of the following:
( I ) Within 30 days after execution of a novation agreement or within 30 days after modification of the cm1tract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.
(2) Within 30 days after a merger or acquisition that docs not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract
( 3) For lung-term contracts--
(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and
(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.
(c) The Contractor shal! rereprcsent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classitkation System (NAICS) code assigned to this eontract. The smal! business size standard corresponding to this NAICS code can be found at http://www. s ba.gov/services/contractingopportunities/sizestandardstopics/.
(d) The smal! business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.
(c) Except as provided in paragraph (g) of this clause. the Contractor shal! make the rereprescntation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary. to ensure that they reflect the Contractor's current st:~tus. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this cIa usc that the data have been validated or updated, and provide the date of the validation or update.
(t) If the Contractor represenled that it was other than a small business concern prior to award of this contract, the Contractor may, but is nut rcq ui red to, take the actions rcq uired by paragraphs (e) or (g) of this c lanse.
(g) If the Contractor docs not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:
The Contractor represents that it ( ) is, (X) is nut a small business concern under NAICS Code 561612- assigned to contract number HQ0034-l 1-C-0027.
(End of dausc >
52..222 42 STATEMENT Of EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989)
HQ0034-11-C-0027 P00034
Pag~ IS I of 176
In compliance with the Service Contract Act of I 965, as amended. and the regulations of the Secretary of Labor (29 CFR Part 4 ), this clam.e idr.!ntifics the classes uf service employees <!x.pcctcd tu be empiuyed under the contract and "tates the wages and fringe benefits payable to each if they were employed by the contracting agency ii>ubject to the provh;ious of 5 U.S.C. 5341 or 5332.
THIS STATEMEti.'T IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee C1a's Monetary Wage-Fringe Benefit<o
27101 -Guard I 27102- G11ard II
(End of clause)
12.71 20.57
52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)
Funds are not presently availabl~ for peti"ormance under this contract beyond November 30. 2015 . The Government's obligation for performance of this contract beyond that date b contingent upon the availability of appropriated funds from which payment for contract purpose~ can be made. No lc!:{allinbilit>' un the p:~rl uf the Government for any payment may arise for performance und~r this contract beyond November 30. 20 15 , until funds arc made: <tvailablt: to the Contracting Officer for pcrfonn~mce and until the Contractor receives notice of availability, to be confirrred in wriling by lhe Contracting Officer.
(End of clause)
52.252-2 CLAUSES INCORPORATED HY REFERENCE <FEB l99B)
This contract incorporates one or mor~ clauses by reference. with the sane force and effect as if they w~re given in full kxt. l pou request, the Coutractiug Oftk:er will make their full text available. Also. the full tcKt uf a dausc may he accessed electronically at this/these address(es):
http ://farsite. hi ll.af.mi I
(End of clause)
52.2..'52·6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)
(a) The use in lhi:) ~olicitation or contract of any Federal Acqui~ition Regulation (4R CFR Chapter I) clause with an authorized deviation b indicated by the additiuu uf "(DEVIATION)" uft~:r the date of the dau~c:.
HQ0034-IJ-C-0027 P00034
Page 152 of 176
(h) The use in this solicitation or contract of any Defense Federal Acquisition Regulation { 48 CFR Chapter 2) clause with an authorized Jcviatiun is inJicatcJ by the adJitiun of "(DEVIATION)" after the name of the regulation.
(End of clause)
252.204-7006 BILLING INSTRUCTIONS (OCT 2005)
When submitting a request fur payment, the Contractor shall--
(a) IJentify the contract tine item(s) on the payment request that reasonably reflect cuntra<.:t wurl perfmmance: and
(b) Separately iJentify a payment amount for each cuntrm:tlinc item im:luJeJ in the payment request.
(End of clause)
252.212-700 I CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STAT UTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2012)
(a) The Contractor agrees to comply with the following FcJcral At:quisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components.
__ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207).
(b) The Contra<.:tor agrees to comply with any clause that is checkeJ on the following list of Defense FAR Supplement clauses which, if checked. is included in this contract by reference to implement provisions of law or Executive orJers applicable to acquisitions of commercial items or components.
(I ) __ 25 2. 203-7000, Requirements Relating to Compensation of Fonner DoD Officials ( SEP 20 II ) (Section 84 7 of Pub. L. 110-181).
(2) __ 252.203-7003. Agency Office of the Inspector General (SEP 2010)(section 6101 of Pub. L. 110-252, 41 U.S.C. 3509).
( 3) __ 25 2. 205-7000, Provision of Information to Cooperati vc Agreement Holders (DEC 1991 ) ( 1 0 U.S. C. 2416 ).
(4) __ 252.219-7003, Smal! Business Subcontracting Plan (DoD Contracts) (SEP 2011) (15 U.S.C. 637).
(5) __ 252.219-7004, Small Business Subcontracting Plan (Test Program) (JAN 2011) (15 U.S.C. 637 note).
(6)(i) __ 252.225-7001, Buy American Act and Balance of Payments Program (OCT 2011) (41 U.S.C. chapter 83, E.O. 10582).
(ii) __ Alternate I (OCT 2011 ) of 25 2. 225-700 I.
(7) __ 252.225-7008. Restriction on Acquisition of Specialty Metals (JUL 2009) (10 U.S.C. 2533b).
( 8) __ 25 2.225-7009. Restriction on Acquisition of Certain Articles Containing Specialty Metals (JAN 20 ll) (1 0 u.s.c. 2533bJ.
HQ0034-IJ-C-0027 P00034
Page !53 of 176
(9) __ 252.225-7012. Preference for Certain Domestic Commodities (JUN 2010) (10 U.S.C. 2533a).
(I 0) __ 252.225-7015, Rest1iction on Acquisition of Hand or Measuring Tools (JUN 2005) (I 0 U .S.C. 2533a).
(II) __ 252.225-7016, Restriction on Acq ui si tion of Ball and Roller Bearings (JUN 20 II) (Section 8065 of Pub. L. I 07-117 and the same restriction in subseqnent DoD appropriations acts).
( 12) __ 252.225-70 17, Photovoltaic Devices (MAR 20 12) (Section 846 of Pub. L. 11 1-3 83).
( 13)(i) __ 252.225-7021. Trade Agreements (JANUARY 2012) ( 19 U.S.C. 2501-25 I 8 and 19 U.S.C. 3301 note).
(ii) __ Alternate I (OCT 20 II) of 252.225-7021.
(iii) __ Alternate I I (OCT 20 I 1) of 252.225-7021.
( 14) __ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U .S.C. 2779).
(! 5) __ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) ( 22 U.S. C. 2755).
( 16)(i) __ 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (OCT 2011) (41 U.S.C. chapter 83 and 19 U.S.C. 3301 note).
(ii) __ Alternate I (OCT 2011) of 252.225-7036.
(iii) __ Alternate II (OCT 20 L I) of 252.225-7036.
(iv) __ Alternate Ill (OCT 2011) of 252.225-7036.
(I 7) __ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)).
(18) __ 252.225-7039. Contractors Performing Private Security Functions (AUG 2011} (Section 862 of Pub. L. 110-1!0:1, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383).
( 19) __ 252.226-700 I, Utilization of Indian Organizations. Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns ( SEP 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts).
( 20) __ 25 2.22 7-70 13. Ri gbts in Technical Data--N oncommerci a! Items (FEB 20 12 ), if applicable (sec 227.71 03-6(a)).
(21) __ 252.227-7015, Technical Data-Commercial Items (DEC 2011) ( 10 U.S.C. 2320).
(22) __ 252.217-7037, Validation of Restrictive Markings on Technical Data ((SEP 2011). if applicable (see 227 .7102-4(c) ))( \0 U.S.C. 2321 ).
(23) __ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) ( 10 U.S.C. 2227).
(24) __ 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section \03R of Pub. L. 1 I 1-84 J
HQ0034-IJ-C-0027 P00034
Page 154 of 176
(25) __ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section I 092 of Pub. L. 108-375 ).
(26) __ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410).
(27) __ 252.246-7004, Safety of Facilities, lnfraslru<.:tun:, and Equipment For Military Operations (OCT 20 10) (Section 807 of Pub. L. I ll-84 ).
(28) __ 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer {SEP 2010) (Section 884 of Pub. L. 110-417).
(29)(i) __ 252.247-7023. Transportation of Supplies by Sea (MAY 2002) ( 10 U.S.C. 2631 ).
(ii) __ Alternate I (MAR 2000) of 252.247-7023.
(iii) __ Alternate II (MAR 2000) of 2 52.24 7-702 3.
( i v) __ Alternate Ill (MAY 2002) of 252.14 7-702 3.
{30) __ 252.24 7-7024, Notilication of Transportation of Supplies by Sea (MAR (2000) (I 0 U.S.C. 2631 ).
(31) __ 252.247-7027, Riding Gang Member Requircmcms (OCT 2011) (Section 3504 of Pub. L. 110-417).
c) In addition to the clauses li sled in paragraph (e) or the Contract Terms and Conditions Reg uired to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5). the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract:
(I ) 252.2 25-703 9, Contractors Performing Private Security Functions (AUG 20 II ) (Section 862 of Pub. L. II 0-181, as amended by section 853 or Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383 ).
2) 252.227-7013, Rights in Technical Data--Noncommercial Items (FEB 2012), if applicablt: (see 227. 7103-6(a)).
(3) 252.227-7015, Technical Data--Commercial Items (DEC 2011), if applicable (see 227.7102-4(a)).
(4) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 2011 ), if applicable (see 227.7102-4(c)).
(5) 252.237-7010. Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Puh. L. 111-84).
(6) 252.23 7-7019, Training for Contra(·tor Personnel Interacting with Detainees ( SEP 2006) (Section I 092 of Pub. L. 108-375).
(7) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Puh. L. 110-417).
(8) 252.24 7-702:1, Transportation of Supplies by Sea (MAY 2002) ( 10 U .S.C. 2631 ).
(9) 252.24 7-7024, Notitication of Transportation of Supplies by Sea (MAR 2000) (I 0 U.S.C. 2fi31 ).
(End of clause)
HQOU34-1 I -C-0027 P00034
Page 155 of 176
252.212-700 I CONTRACT TERMS AND CONDITIONS REQUIRED TO JMPLEM ~NT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2010) (DEVIATION)
(a) In addition to the clanses listed in paragraph (h) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (JUL 20 10) (DEVIATION). the Contractor shall include the terms of the following clause, if applicable, in snbcontracts for commercial items or commercial components, awarded at any tier under this contract:
252.237-7019
252.247-7003
252.247-7023 252.247-7024
(End of clause)
Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 ofPuh. L. 108-375). Pass-Through of Motor Carrier Fuel S urchargc Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Puhlic Law 110-417) Transportation of Supplies by Sea {MAY 2002) (I 0 U.S.C. 2631) Notification of Transportation of Supplies hy Sea (MAR 2000) ( l 0 U.S.C. 263l)
25 2.225-70 17 Photovoltaic De vices (MAR 2012)
(a) Definitions. As used in this clause--
Bahrainian photovultaic device means an article that--
(i) Is wholly manufactured in Bahrain; or
(ii) In the case of an article that consists in whole or in pmt of materials from another country. has been substantially transformed in Bahrain into a new and different article of commerce with a name, character. or use distinct from that of the article or articles from which it was transfom1ed.
Canadian photovo!taic device means an article that has been substantially transfonncd in Canada into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was transfonned.
Caribbean Basin country photovoltaic Jevicc means an anide that--
(iJ Is wholly manufactured in a Caribbean Basin country: or
(ii) In the case of an article that consists in whole or in part of materials from another country, has been substantially transformed in a Caribbean Basin country into a new and different article of commerce with 3 name, character. or use distinct from that of the article or articles from which it was transformed.
Designated country means--
(i) A World Trade Organization Gowrnment Procurement Agreement (WTO GPA) country (Aruba, Austria. Belgium, Bulgaria, Canada, Cyprus. Czech Republic, Denmark, Estonia, Finland, Frnnce, Germany, Greece, Hong Kung. Hungary, Iceland, Ireland. Isntd, Italy, Japan, Korea (Republic of), Latvia, Liechtenstein, Lithuania, Luxembourg. Malta. Netherlands, Norway, Poland, Portugal, Romania. Singapore. Slovak Republic. Slovenia, Spain, Sweden. Switzerland, Taiwan (known in !he World Trade Organization as "the Separate Customs Territory
of Taiwan, Penghu. Ki1m1en, and Matsu" (Chinese Taipei)), or the United Kingdom):
HQ0034-IJ-C-0027 P00034
Page !.56 of 176
(iii A Free Trade Agreement country (Australia, Bahrain. Canada, Chile, Costa Rica, Dominican Republic, El Salvador. Guatemala, Honduras, Mexico, Morocco, Nicaragua. Peru, or Singapore);
(iii) A leas! developed country (Afghanistan, Angola, Bangladesh. Benin. Bhutan, Burkina Paso. Burundi, Camhodia, Central African Republic, Chad, Comoros, Democratic Republic of Congo, Djibouti, East Timor, E4uatorial Guinea, Eritrea, Ethiopia. Gambia. Guinea, Guinea-Bissau, Haiti, Ki1ibati. Laos, Lesotho. Liberia, Madagascar, Malawi, Maldives, Mali, Mauritania, Mozambique, Nepal, Niger, Rwm1da, Samoa, Sao Tome and Principe, Senegal, Sierra Leone, Solomon Islands, Somalia, Tanzania, Togo, Tuvalu. Uganda, Vanuatu, Yemen, or Zambia); or
(iv) A Caribhean Basin country (Antigua and Barbuda, Aruba, Bahamas, Barbados, Belize, Bonaire, British Virgin Islands, Curacao, Dominica, GrenaJa, Guyana. Haiti. Jamaica, Montserrat. Saba. St. Kills and Nevis, St. Lucia, St. Vincent and the Grenadines, Sint Eustatius, Sint Maarten, or Trinidad and Tohago).
Designated country photovo\taic device means a WTO GPA country photovo\taic device, a Free Trade Agreement country photovol!aic device, a least developed country photovoltaic device, or a Caribbean Basin country photovoltaic device.
Domestic photovoitaic device means a photovoltaic device manufactured in the United States.
Foreign photovoltaic device means a photovoltaic device other than a domestic photovoltaic device.
Free Trade Agreement country means Australia, Bahrain. Canada, Chile, Costa Rica, Dominican Republic. El Salvador. Guatemala. Honduras, Mexico, Morocco, Nicaragua. Peru, or Singapon:.
Free Trade Agreement country photovoltaic device means an article that--
(i) Is wholly manufactured in a Free Trade Agreement country: or
(ii) In the case of an article that consists in whole or in part of materials from another country. has been substantially transformed in a Free Trade Agreement country into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was transformed.
Least developed country photovoltaic device means an article that--
(i) Is wholly manufactured in a least developed country; or
(ii) In the case of an article that consists in whole or in part of materials from another country. has been substantially transformed in a least developed country into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was transformed.
Moroccan photovoltaic device means an article that--
(i) Is wholly manufactured in Morocco; or
(ii) In the case of an article that consists in whole or in part of materials from another country, has been substantially transformed in Morocco into a new and different article of conunerce with a name. character, or use distinct from that of the article or articles from which it was transformed.
Peruvian photovoltaic device means an article that--
(i) Is wholly manufactured in Peru: or
HQ0034-IJ-C-0027 P00034
Page 157 of 176
(ii) In the case of an article that consists in whole or in pmt of materials frum another country, has been substantially transfnrmed in Pern into a new and different article of commerce with a name, character, or nse distinct from that of the article or articles from which it was transformed.
Photovoltaic device means a device that converts light directly into electricity through a solid-stale, semiconductor process.
Qualifying country means any conn try 1 is ted in the definition of '· qnal ifyi ng country" at 225.003 of the Defense Federal Acquisition Regulation Supplement (DFARS).
Qualifying country photovoltaic device means a photovoltaie device manufactured in a qualifying country.
United States means tht: 50 States, the District of Columbia. and outlying areas.
U.S.-made photovo!Laic device means a photovo!Laic device that--
(i) Is manufactured in the United States: or
(ii) Is substantially transformed in the United States into a new and different article of commerce with a name. character. or use distinct from that of the article or articles from which it was transformed.
WTO GPA country photovoltaic device means an article that--
(i} Is wholly manufactured in n WTO GP A country: or
(ii) In the case of an article that consists in whole or in part of materinls from another country, has been substantially transformed in a WTO GPA country into a new and different article of commerce with a name, character, or use distinct from that of the article or articles ti·om which it was transformed.
(b) This clause implements section 846 of the Nalional Defense Authorization Act for Fiscal Year 20 II (Pub. L. 111-383).
(c) Restriction. If the Contractor specified in its offer in the Photo\lo!taic Devices--Certificate provision of the solicitation that the estimated value of the photovoltaic devices to be utilized in performance of this contrnct would be--
(I) More than :$3.000 but less than $25,000. then the Contractor shall utilize only domestic or 4ualifying country photovoltaic devices unless, in its offer, it specit1ed utilization of other foreign photovoltnic devices in paragraph (c)( 2 )( ii) of the Photovoltaic Devices--Certificate provision of the solicitation;
(2) $25,000 or more but less than $77,494, then the Contractor shall utilize in the performance of this contract only domestic or qualifying country photovoltaic devices unless, in its offer, it specified utilization of Canadian or other foreign photovol taic devices in paragraph ( c )(J )( i i) of the Photovol taic Devices--Certificate provision of the solicitation. If the Contractor certified in its offer that it will utilize a qualifying country photovoltaic device or a Canadian photovoltaic device. the Contractor shall utilize a qnalifying country photovoltaic device, a Canadian photovoltaic device. or. at the Contrnctor's option, n domestic photovoltaic device;
(3) $77,494 or more but less than $202,000, then the Contractor shall utilize under this contract only domestic photovoltaic devices, qualifying country photovoltaic devices, or Free Trade Agreement country photovoltaic devices (other than Bahrainian, Moroccan. or Peruvian photovoltaic devices), unless. in its offer, it specified uti I ization of other forci gn photovoltaic de vices in paragraph (c)( 4 )( i i) of the Photovol taic Devices--Certificate
HQ0034-IJ-C-0027 P00034
Page !58 of 176
provision of the solicitation. If the Contractor certified in its offer that it will utilize a qualifying country photovoltaic device or a Free Trade Agreement country photovoltaic device (other than a Buhrainian, Moroccan, or Pemvian photovoltaic device), the Contractor shall utilize a qualifying country photovo!taic device; a Free Trade Agreement country photovoltaic device (other than a Bahrainian, Moroccan, or Peruvian photovoltaic device), or, at the Contractor's option, a domestic photovoltaic device; or
(4) $202,000 or more, then the Contractor shall utilize under this contract only U.S.-made, qualifying country, or designated country photovoltaic devices.
(End of clause)
252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010)
(a) Definitions. As used in this clause--
Detainee means any person captured, dt:tained, held, or otherwise under the effective control of DoD personnel (military or civilian) in connection with hostilities. This includes, but is not limited to, enemy prisoners of war, civilian internees, and retained personnel. This does not include DoD personnel or DoD contractor personnel being held for law enforcement purposes.
Interrogation of detainees means a systematic process of formally and officially questioning a detainee for the purpose of obtaining reliable information to satisfy foreign intelligence collection requirements.
(b) Contractor personnel shall not intcrro gate detainees.
(c) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (c), in all subcontracts that mny require subcontractor personnel to interact with detainees in the course of their duties.
(End of clause)
Section J -List of Docnmeats, F:xh.ibib and Otht"r Attuchmeut~
(IJ)(4)
REVISED PWS 03-15-2011
1.0 Intro~uction/nackground
Contract Security Officer Services Petfonnance Work Statement ***Revised March 15. 2011**"
fi-QtXl34-li-C-0021 P000 34
Page !59 of 176
Tile Pentagon Force Protection Agency fPFPA) mission is to provide force protection, security and law enforcement ope rations as required fm the people, faciliti es, infrastructnre ami other resourcr.s a~ the Pentagon Resmvation and fbr OoD acrl vi!ies anl1 DoD-ocwpied rac ilirie ~ not under rhe juri!\dicrion of a Mililary Department within the National Capital Region (NCR). This responsi bility i11clndes ~->CC Ltrity nf lhe buiVtling~; i<lcmification pa~ses ; amitnrmism and force protectiun; chemical, biological, radiological and nuclear protect ion and detection: and other key
functions . In Dnlcr to fuHy rcspomJ W the re:s pomibilitie.~ nf the mi~sitHl, PFP.A requi res l.ontrac tetl ~ecuri ,ty
personnel to provide protection of its facility. physical assets and all related op~rationul a~t tivitics ti..1r tlesignatecl locatilJnli ~tt the Pentagon ami within the NCR . 1.1 Contract Type
The ptupm;e IJf thi !i i='irm P i xed Price iFFP) contract is to obtc.in security guard services for the Pentagon f.'orce Prt1tc t; t.ion Agt;nC:y (PFPA}. Th,, rc::;ulting cuntrii.(:L will be fur a iil' Vcn (7) munth ba:-;e period anti fGur 1 ~-month option periods~ 1.:2 Pt~rii~fl i,f Pt-i·f{,i·mffilct< Th~· period of pcrformanl:c j, anticipated for a hase pcri~)d of ,;even i7 J months from the date ()fa wart! with fnnr
Qption period>. of 1 year each. Maximum contract duration, including all option periods. is four (4) years and seven ( 7) months frnm dati.> of ccmtract :1\Jiartl.
2.0 G()neml Ct)hfracl Scope Tbe ctmlrfiCLOr .sh11ll flnoniS; h th~ t'ietBsl;aty Iharul£\1-Ih~nt. qu:llity t:ontrnl , .silpervi>iOn, p~rsonnd, lra.il'lnig . .:quipmi'nt.
supplies. and clothing (except as prb\'lded hy the Government or otherwise ~pecifiedl to provide fit trained and professional armc::xl se-curity ~ crviL·f~s for tht:· PFP A. Contmc.:t Sc: t: lllity Officers (CSOs} will be rcspon J> ibVe l'or protecting I ife and enSIJring a safe environment fi)r all personnel i nclnding DoD employees. official gues1~ and vi:.:itr)rs within the [tssigncd buildings by preventing un3uthorizeJ access w fac ilities: mainW1ning ordet at DoD facilities: and, deterring. recording and reporting crimiml activity in and around! assigned tacilitie>'. C'SOs are rcspon~ibl~ fur ftC:cess controL fom/area patrol, buikling and grounds sl'uurity , ;mtl safeguarding informati,on imtl
classified Government materials located at owned. leased or con!rolled DoD facilities ~hroughout !he Pentagl)tl and NCR.
2. i. Definitions • T cclmica I
The following terms for this contract sha!J mean:
HQOU34-1 I -C-0027 P00034
Page !60of 176
a. Accepted Guard Force Personnel. All contract security officer personnel meeting all uniform. appearance. standards of conduct, security. and training requirements in accordance with the PF P A Minimum Standards for Contract Security Officers (Attachment B).
b. Contracting Officer (CO). The Contracting Officer is a person with the authority to enter into. administer, and/or terminate contracts and make related dctenninations and findings.
c. Contractor. The term Contractor refers to hoth the prime Contractor and any subcontractors. The prime Contractor shall ensure that the subcontractors comply with the terms and conditions of this contract.
d. Contracting Ofticer's Representative (COR). The Government employee responsihle for the daily monitoring of Contractor perfonnance.
e. Post. A station, location or task to which CSOs are assigned. f. Project Manager. The responsible conlrm:t management person or supervisory persons authori:led to act for
the Contractor. g. Quality Assurance (QAJ. A method used by the Government to assess the quality of services provided. h. Quality Control ( QC ). A method used hy the Contractor to control the quality of services provided. i. Regular Working Hours and Days. Regular working hours will be in accordam:e with the individual exhibit
schedule. J. Rl·sponse Time. Response lime is defined as the time allowed the Contractor after initial notification of a
work requirement to be physically on the premises at the work site with appropriate equipment and materials, ready to perform the work required.
k.
3.0 Program Objectives
3.1 General The Contractor shall furnish an accepted guard force personnel to provide a highly visible uniform security presence at the designated post locations. The facility is fully guarded and controlled. All guard posts are staffed, patrolled, and inspected according to the contract and applicable standards. Access and egress points arc fully secured to ensure no unauthorized entries occur for the safety and protection of all personnel at the designated post locations.
3.1.1 Support and Enable PFPA's Mission
Deliver to PFPA the highest quality security services avai!ahle hy providing resources focused on supporting the accomplishment of the PFP A core mission of protection and security for all constituents in PFP A· s area of responsibility.
3.1 .2 Capitalizing on Industry Best Practices
Recommend and implement industry best practices, standards and innovation whik ensuring compliance with DoD, PFPA, federal and state law enforcement regulations and policies. Provide recommendations regarding security weaknesses and vulnerabilities.
3.1.3 Support to Future Needs and Initiatives
Ensure an active and viable parmership with PFPA in anticipating and responding to future security needs and other initiatives that may evolve as a result of changing conditions.
3.2 Personnel The contractor shall provide fit, trained and certified armed Contract Security Personnel at designated post loc:~tions in accordance with Security Post Matrix (A ttachmcnt A). Contract Security Officers must demonstrate know ledge of the legal authority and limitations of an armed security officec must be of sound character, integrity and present a neat and professional appearance at all times; exercise judgment and use discretion in dealing with first responder issues; and keep situations under surveillance and report status as required. The contractor shall ensure that all ~ecurity ofticer personne 1 who serve on this contract meet the minimum requirements as described in the PFPA Minimum Standards for Contract Security Officers (Attachment B). The Government reserves the right to review the resumes, qualification documentation, and certificates of the contractor's employees performing under the contract solely for the purpose of ascertaining their qualifications
HQOU34-1 I -C-0027 P00034
Page 161 of 176
relative to the personnel qualification terms of the contract. Accordingly. the Contractor shall furnish such information to the Contracting Officer or the COR upon request.
All anneJ security officer personnel shall abo follow the guidelines described in DoD Directive 5210.56 Usc of Deadly Force and the Carrying of Firearms by DoD Personnel Engaged in Law Enforcement and Security Duties (Attachment E). 3.2.1 Minimum Qualification<>
The following list serves to highlight some of the minimum qualifications found in Attachment B, Section 1. Contract Security Officers shall:
• Be at least 21 years of age. Whi 1 e there is no 1 i mit as to the maxi mum age of security officers, all security officers must be able to withstand the physical demands of the job and must be capable of responding to emergency situations. This shall he determined through an appropriate pre-employment physical provided by the contractor.
• Possess. at a minimum, either a high school diploma or a OED equivalency certificate. • Speak English tluently, read and comprehend written English. and compose written reports in E11glish.
A security officer who does not have a good command of the English language shall not work under th is co n tract.
• Possess the ability to construct and write clear. concise, and accurate and detailed reports. • Must be eligible for successful completiou of National Crime Information Center check and.
subsequently issued a DoD building pass DD Form 1466 (application DD Form 2249) prior to working any Peutagou Force Protection Agency (PFPA) contracts.
• Must posses a minimum of an Interim Secret Level security clearance. Further details are stated in the PFP A Minimum S land ants guidance (Attach men! B). AI I security officer personnel serving under this contract must have and maintain a minimum of an Interim Secret Security Clearance. In the event of heightened security conditions the CSOs may have access to c!assi fied information (Level will not exceed Secret) in order to perfonn necessary protection and security activities.
• Posses a valid driver's license if operating vehicles
As well as. meet one of the following experience/education requirements: (I) Three years of security experience working in a similar setting within the past five years; or (2) An Associate's Degree, or at least 60 semester hours of college coursework in any field of study; or (3) Three years of military or National Guard (active duty or reserve) experience; or ( 4) Successful completion of Police Oft1cer" s Standard Training (POST) course
3.2.2 Drugs and Alcohol
All security officers and any other representatives of the contractor performing in any capacity on the contract shaH undergo pre-employment drug screening examination and an annual drug screening examination by a laboratory that is certified by the Substance Abuse Mental Health Service Administration (SAMHSA). Random drug testing will be required of 10% of the contractor's employees on a monthly basis during the performance of this contract. (Attachment 8, Section 2). This is to ensure a Drug Free Workforce in accordance with DFARS 252.223-7004 and Drug Free Workplace in accordance with FAR 52.223-6
3.2.3 Uniforms and Grooming Standards
The contractor is responsible for ensuring that security personnel follow the uniforms and grooming standards as stated in the PFPA Minimum Standards for Contract Security Officers Selection and Assignment to Pentagon Force Protection Agency (Attachment 8, Sections 3 and 7) in order to promote professionalism throughout the PFPA security/law enforcement community and to maintain a safe and orderly working environment. 3.2.4 Training Standards
HQOU34-1 I -C-0027 P00034
Page !62 of 176
The contractor shall satisfactorily complete all required training on schedule and properly perform their duties in Attachment B, Section 5. Certifications ami other appropriate proof of training shall he maintained by the contractor and provided to the Contracling Oftlcer or COR upon request. Training is necessary to maintain a professional high quality, qualified workforce.
3.1.5 Initial Training: During the first year of the contract, the Government may require up to twenty (20) hours of Government furnished training in order to ensure contractor employees are proficient with the Government furnished equipment required to perform assigned duties and ensure contractor employees are an informed ami prepared workforce. This training will be at no additional cost to the Government.
3.1.6 Annual Training: In addition to the annual training identified in the standards documents, each CSO through the Project Manager and Contractors QC and Training Personnel will be required to allend up to twenty (20) hours per calendar year of Government furnished Training/Briefing at no additional cost to the Government.
The contractor is expected to employ personnel with the requisite skills to perform the requirements of this contract. Therefore, the Government will not reimburse those costs associated with the training of contractor personnel in any effort to initially attain or maintain the requirements of this contract.
3.1.7 Physical and Medical Qualifications
The contractor shall usc the Medical Standards for Contract Security Officers, (Attachment C) when determining medical and physical fitness of personnel selected to serve on this contract. The standards are modeled after the Pentagon Police Depat1ment standards and, although rigorous, these standards arc considered necessary to perform secmity service dmies at the quality level that PFPA requires. Physical stamina in all of its forms (endurance, temperature/climate, etc.) is a basic requirement of these positions. Each contract employee shall be in good physical condition, be able to protect themselves and others, and be able to withstand sudden emotional stress and physical exertion in the apprehension of suspects and violators. Contract employees must be capable of pursuing and apprehending violators and suspects on foot. This may require running. jumping, climbing, and crawling, fol!owed hy physical contact to overpower the violator or suspect. Individuals deemed incapable of meeting the physical requirements of their assigned position shall be removed from the Contract upon the COR's request. The Contractor must maintain records that certify and document that each employee of the Contractor who performs force protection services under this contract meets the requirements in this subsection. All candidates shall undergo a pre-placemetll medical examination by a licensed, board-certified medical doctor to ensure the candidate meets the physical and medical standards stated in Attachment C. A standard Height and Weight Chart is attached as Attachment D. Contractor wil! have completed, signed by medical authority, and maintains a Certificate of Medical Exam. OPM Form SF 78 on each contract employee who performs force protec1ion services on this contract. 3.1.8 Physical Fitnt:ss Testing The contractor shaH develop a Physical Fitness Testing (PPT) program to test the level of fitness of the Contract Security Officers. The PFT plan and testing criteria shall be suhmitted to the COR for review and approval prior to start of contract performance. Each officer shall be tested on an annual basis. The contractor shall provide the necessary certified training personneL space and facilities to accomplish this requirement. Documentation will require the signature of the training officer as well as the officer performing the test. The training officer shall file one copy and one copy shall be filed in the officer's personnel folder. The Pentagon Force Protection Agency, Contract Operations Branch shall he notified of the time and place of testing and may observe such testing. 4.0 Management 4.1 Organizational Information The contractor shall supply and maintain at all times, an up to date organizational chart indicating management and supervisory personnel and the point of contact for each assigned location(s) to allow ease of contact for all concerned. The contractor shall provide copies of the necessary 1 i censes, perm its and certifications to the COR prior to commencement of work under the contract so that personnel may receive badges/access to worksites. The contractor shal1 maintain training and certification files for inspection and review at the Contractors site.
4.2 Management Plan
HQOU34-1 I -C-0027 P00034
Page !63 of 176
The Contractor is tasked with implementing, maintaining and uptlating, as applicable, the Management Plan as proposed, accepted and incorporated into the contract. The Contractor's Management Plan shaH delineate the management strategy, implementation of contract management systems, and all management functions involved in supporting, monitoring, and controlling contract operations. The plan shall include appropriate organizational chans and describe the program management functions next to names and positions of management personnel assigned to the contract. Morover. the plan will detail how me contractor plans to provide adequate on-site supervision of employees at all times .The plan is also to provide general policy and procedural guidance for the services to be performed. The Management Plan will address all guidelines set fmth in Attachment 8, Section 6, AdministrationJM:anagement. In addition, the Management Plan should include the following:
I) Introduction - overall purpose, scope, and objectives 2 J Organization
(a) Organizational structure (b) Communication and reporting structure within the organization (c) Staff assignments, including identification and resumes of key personnel (d) Authority and responsibility of staff (e) Turnover rate of key personnel
3) M anagcment Process (a) If applicable. identify benchmarked methods for the security service industry that the
contractor uses. (b) Contractor's standard operating procedures
4) Personnel Management functions to include: (a) Recruitment and retention program and policies (b) Preparation for duty programs, physical exams, drug screening, weapons qualification, CPR,
security and background checks, etc. (c) Incentive program for reinforcing positive behavior and performance and/or for changing
negative behavior and performance. (d) Continuous training program to ensure that all personnel maintain applicable qualifications and
certificates. (e) The contractor's programs to identify superior performance and behavior and the incentive plan
to reward and maintain positive performance and behavior. 4.3 Quality Control Plan
The Contractor is tasked with implementing, mnintaining and updating the Quality Control Plan (QCP) as proposed, accepted and incorporated into this contract, as applicable. The contractor shall submit the QCP within 15 calendar days after time of the contract award to the COR for review and approval. The final approved version will be provided to the Contracting Officer. The contractor's QCP shall be implemented to ensure all security post assignments are met and filled with fully qualified personnel. The QCP shall clearly show how the contractor will provide temporary additional services within a short time frame, as little as three (3) hours notice, while maintaining the integrity and quality of the permanently assigned posts. The QCP must also show how the contractor aims to intluence/ensure a positive statistical trend in maintaining quality personnel and in reducing personnel turnover. At a minimum the Quality Comrol Plan shall address:
(I) Quality control program manager roles and responsibilities. (2) QC communication and n:porting structure within the organization and with the Government
appointed COR. (3) The plan for deploying additional security personnel of the highest quality in the event of a
surge requirement while maintaining the integrity of regular posts. (4) Contractor's quality program to identify and repmtto the COR: discrepancies, poor
performance, and other unacceptable behavior. ( 5) The process/piau to rcsol vc or modify item ( 4 l identified disncpaucics.
4.4 Staffing Plan
HQOU34-1 I -C-0027 P00034
Page !64of 176
The cnntractor's smffing plan as proposed and accepted shall be incorporated into this contract The plan is necessary to ensure that all security posts liskd in the Security Post Matrix (AIIachment A) and assigned to this contract are met and filled with qualified security officer personneL As changes occur and additional informatinn becnmes available, the contractor is responsible for correcting and changing the information contained in the previous staffing plan and rosters of personnel serving on the contract and for submitting the current information to the COR not later then the 5th of each month. The staffing plan will also include a plan for a Recruitment/Surge Program (RSP) in accordance with guidelines contained within Attachment 0, Section 6, Recruitment/Surge Program.
4.5 Contract Transition
4.5.1 Phase-In
A smooth and orderly transition between the Contractor and the predecessor Contractor is necessary to assure minimum disruption to vital Contrm.:tnr services and Government activities. The Government will allow a maximum of 30 calendar days start up from the time of the award of the contract to the initial start of performance. If the Contractor intends to recruit the existing workforce, the Contractor shall not disrupt official Government business or in any way interfere with the assigned duties of the predecessor Contractor's employees. If there is no interference with the contract employees' assigned duties (e.g .. during "off hours" or during breaks or meal periods), the Contractor may notify the predecessor Contracwr's employees of the date that rhe ConU"actor will be assuming services. The Contractor may also distribute business cards, emplnymcnt applications. brochures, anJ other company information to the predecessor Contractor's employees while they are on duty. The Contractor shall not interview. recrui I, schedule interviews. or conduct extensive Jisc ussions with the predecessor Contractor's employees while they are on duty. The Contractor shall provide weekly transition status report during the transition pcrioJ to addn:ss items specified in their Transition Plan. 4.5.2 Right of First Refusal of Incumbent Personnel
In accordance with C. F. R. 4 71 , current contractor employees shall be given the right of first refusal under the new contract The contractor shall not disrupt official Government business or in any way interfere with the existing Contractor's duties. The contractor shall not contact or conduct any discussions or interviews with the current contnu.:tor's employees while they arc on duty. Any such discussions or interviews shall lake place outside the employees working hours. 4.5.3 Phase-Out and Continuity of Services
The Contractor shall provide a list with the total number and names of employees performing on the contract with any applicable suitability and certification expiration dates, and the employee seniority list when requested hy the COTR. Prior to contract expiration and after the award of a follow-on contract the Contractor shall exercise its best efforts and cooperation to etfect an orderly and efficient transition to a successor Contractor. After the award of a new contract, the outgoing Contractor shall provide personnel records. including, but not limited to training, medical, suitability, and security records to the incoming Contractor. The outgoing Contractor shall provide these records to the successor at least 20 days prior to date of contract expiration. The Govemment reserves the right to inspect all documentation provided to the incoming Contractor. Failure to provide all records to the successor Contractor as reguireJ may result in the withholding of /ina! payment until completion of this action and m<~y negatively impact the outgoing Contractor's petfonnance evaluation. 4.5,4 T.-ansition Plan The contractor shall provide a draft transition plan at the time of proposal submission for evaluation. The final plan shall be provided to the Government at the time of the Kick-otf meeting. This plan shall describe, to include projected milestones, how the contractor will manage the transition from the incumbent to the new contractor with no disruption to the services provided to the PFPA. This plan will also detail the contractor's plan for bringing: all locations online during the base period (The contractor must also detail their plan for bringing all locations online during the base petiod (offerors must address initial startup Al"l"D the startup of additional buildings at 4 months}. The transition plan will also describe the contractor's plan for acceptance and negotiation of the prevailing Collective Bargaining Agreements.
4.6 Employee Identification
HQOU34-1 1 -C-0027 P00034
Page !65 of 176
Contractor employees working on-site or visiting at Government facilities shall wear a Government issued photo identification badge, which is issued to the individual by the Pentagon Building Pass Oft1ce. No visitor badges shall he issued to contract security company CSO's or Visiting Contractor employees. 4.7 Project Office As stated in Attachment B, Section 6. Facilities/Project Office, the Contractor shall provide and maintain a project office in close proximity to the National Capitol Region (NCR) in order to facilitate the administration of the services provided under this contract and to ensure that contractor representatives are ahle to maintain a dose working liaison with the COR. If required by State/Commonwealth, the contractor's office wi!l be within the jurisdiction while maintaining close proximity to the NCR. The contractor will provide the location and contact information for this office to the COR and notify the COR in writing of any changes with five working day~ of the change. S.O Key Personnel 5.1 General The Project Manager, Quality Control Manager and the Contract Security Officer Shift Supervisors are key personnel under this contract. Resumes of personnel proposed as key personnel sha!l accompany the offeror's proposal in accordance with section L of the solicitation. The contractor shall ensure that a!! personnel tilling key personnel positions are retained in those positions for a minimum of ISO days following Government approval of their resumes. With the consent of the Government, current Contract Security personnel may be substituted for the individuals whose resumes are submitted with the proposaL if after interviewing the incumbent personnel. the contractor wishes to hire those individuals. With this exception. substitution of key personnel prior to 1 RO days after contract award shall be allowed only in the <:!Vent th<:! designated p<:!rson is ilL incapacitated. or otherwis<:! unable to
perform the functions of the position or 1 eaves the e1 nploy of the contractor. The qualifications for education and experience are set forth below. If not otherwise specified, all degrees must be 4-year degrees issued fmm u college or university that is listed as accredited by the U.S. Department of Education (http://www.ope.ed.gov/accredilation). During the term of the contract, contractor must submit a resume for review by the COR and obtain the COR's authorization prior to making any changes in Key Personnel. (Amendment 0002) 5.1.1 Pmgmm Manager
Responsibilities include the daily oversight of the contract. Duties include monitoring and controlling schedules and quality control, assigning personnel consistent with contract requirements, understanding and assuring compliance with all minimum standards and all applicable or relevant and appropriate requirements including Federal and state requirements and performing as the Contractor's chief represemative. The qualified individual for this position must have. as a minimum:
(I) Undergraduate or higher degree in management, business, security or a law enforcement related field.
(2) Five years of recent {within last eight years) experience managing or overseeing contracts to provide security officer services to various locations and multiple facilities and to provide surge response to heightened security conditions or for special events.
(3) A minimum of thn!c years of recent experience (within last five years) as a senior manager working with security service providers.
(4) Must be an employee of the p1ime contractor. (5) Must have a minimum of a final DoD Secret Security Clearance.
5.1.2 Quality Control (QCJ Manager Responsibilities include developing, maintaining, and enforcing the contractor's QC program. Th<:! qualified individual for this position must have as a minimum:
(I) Undergraduate degree or higher in manag<:!m<:!nt. business op<:!rations. security or law enforcement rdated field.
(21 3 years of recent (within last fiv<:! years) QC experknce in managing similar contracts of comparable size and complexity.
(3) Must b.:! an employee of th<:! prime contractor.
(4) Must have a minimum of a final DoD Secret Security Clearance.
HQOU34-1 I -C-0027 P00034
Page !66of 176
5.1.3 Security Officer Supenisor
Responsih i lities inc Jude serving as the supervisor for the contract security officers at a faci 1 i ty. W i 11 conduct shift in/out briclings. Serve as the immediate POC fur contract s~eurity officers anJ lirstlevelliaison between Government and contract security officers. Contractor will ensure a supervisor is present on all shifts for each building/location. The qualified individual for this position must have. as a minimum:
(l) High School graduate. undergraduate degree preferred. (2) Minimum s.:ven years law cnfun:emcnt/security officer experience showing a successful
history of increasing levels of responsibility.
Supervisors must he individuals of unquestionahle integrity who display a mature attitude and exercise good judgment. Each Supervisor shall:
(I) Have authority to act for the Contractor on a day-to-day basis at PfVA worksites. (2) Be responsible for ensuring the following:
a. CSOs are in proper unifom1 prior to performing duties on this contract b. Supervisor post observation ofCSOs on Juty. c. Conducting on-the-spot checks of posts. d. Interfacing with employees and the public in the resolution of problems: and c. Other supervisory duties as defined in the contract.
(3) De responsible for one 8-hour shifL and shall ensure all CSOs arc performing their dutics and responsibilities as required under the contracl. (4) De responsible to provide orientation and on-the-job training to all CSOs. and ensure the CSOs understand and perform their duties and responsibilities under the terms of the contract. (5) Be able to maintain and operate the electronic security systems, and train subordinates to properly operate the system when required.
(The Key Personnel List will be finalized upon award. However. key personnel shall be identified and evaluated as
part of the Management Plan (section 4.2)) 5.2 Conununication The contractor shall provide a communication plan or tlow chart with narrative explanation delineating the firm's communication plan. to show how corporate objectives are communicated (i.e. the t1ow from the top down) as well as how employee concerns are communicated, reviewed and raised to the appropriate level (i.e. the flow from the bottom up). Include in the discussion the avenue(s) for resolution of personnel issues. Indicate how the QC manager/function operates in the plan. l mple mentation of this pI an should he] p ensure that contractor and Governmem personnel are addressing concerns, issues, and kudos to the right person at the appropriate level fur action.
5.3 Report~ The contractor is responsible for suhmitting a monthly progress report. The report will discuss the overall contract status to include: staftlng: training: challenges, the actions taken, and the results of the actions; upcoming events: issues; concerns; and highlights of the previous month. The discussion on training should include the type of training. the location, number and or list of personnel who attended. and if the training resulted in updated or renewed certifications for personnel in attendance and the contractor shall comp Jete the PFP A Supplied Spreadsheet and submit with the monthly report. Additionally, the report should include other information that the comractor deems appropriate or that the COR, the Contracting Ofticer and the contractor have agreed upon. The repm1 shall be submitted via electronic means either as a .doc file or a .PDF t1le with a paper copy to the COR no later than the 5'h of each month. 6.0 Meetings 6.1 Kick-off Meeting The contractor is responsible for scheduling and conducting a kickoff meeting within leu working days of award of the contract. The purpose of the kickoff meeting is to he gin a dialogue and partnering attitude that will continue throughout the period of pcrfonnance of this contract. At a minimum the agenda should include: introJuo.:lion of contractor and Government key personnel; transition items of concern with input from tbe contractor and the Government: communication 11ow expectations: the schedulc and venue for future monthly meetings and other topics
HQOU34-1 ! -C-0027 P00034
Page 167 of !76
as appropriate. Minutes of the meeting will be developed by the contractor and sent to the COR for comments and/or additions. Final minutes wiB be distribmcJ to meeting attendees and a copy should be sent to the Contracting Officer for inclusion in the contract file. 6.2 Monthly Progress Meetings The contractor Program Manager and other appropriate staff will meet monthly with the COR to discuss concerns and nwtters that may impact conrract performance. The monthly meeting schedule and location shall be mutually agreed upon Juring the initial kickoff meeting. During the progress meetings the Contractor shall provide insight into potential difficulties and on any upcoming contractor initiatives to enhance or maintain the qualifications of security personnel working on this contract. The monthly meeting shaH be the venue for Government personnel to discuss new policy. new or updated training requirements or other pertinent topics to include upcoming events that may have an impact on the performance of this contract. The Contractor is responsible for developing a draft meeting agenda rmd forwarding it to the COR for comments 24 hours prior to the scheduled meeting. The Contractor is also responsible for taking minutes of the meeting to document topics discussed and action items identified during the meeting and provide the minmes to the COR within 48 hours afler the meeting. The COR shall review the minutes, provide comments for incorporation within 48 hours of receipt of the minutes. After incorporation of the comments the Contrac10r shall distribute the minutes to nil a!lendees of the progress meeting. Distribution of the minutes shall be via email attachment as a .Joe or .PDF attachment and shaH include a copy to the Contracting Officer. 6.3 Technical Operations Upon rc4uest, the contractor shaH provide the COR an updated schedule and a staffing plan. not more than weekly. for each facility within the geographic location, the staffing plan should include a personnel roster to delineate the sta/1ing of the assigned posts for t.lay-to day operations. 6.4 Assigned Posts The contractor is responsible forth..:: security posts as shown on the Securit.Y Post Matrix (Attachment Exhibit A) at the DoD-occupied facilities within the NCR. The contractor is only responsihle for the posts cnvered hy this comract as design a ted in the dcscri ption in paragraph 1.0 of the Performance Work Statement. PFP A reserves the right to change the physical locations of posts and/or to modify the si le of the security force. The Government intends to provide a minimnm of 48 hours notice to the Contractor when a permanent or long-term (more than one month) change to existing posts is planned. All changes to post hours and locations will be provided to the contractor by the COR via the Contracting Officer. 6.4.1 CSO Requirement Surge Program The Contractor shall develop a Surge Program to provide coverage for both short and long term CSO requirement surges. This program shall be addressed within the Recruitment/Surge Program (RSP) portion of the Staffing Plan in accordance with guidelines contained within Attachment 8, Section 6, Recruitment/Surge Program. 6.4.1.1 Short-Term Surges Due to the critical needs of the Department of Defense, the contractor shall provide additional trained personnel as needed on emergencies and for special events with as little as three (3) hours notice in order to provide additional security and protection to the assigned facilities. The contractor must be able to occasionally alter scheduled start and slop times to meet critical security needs. All changes to individual post orders will be provided to the contracwr by the COR, with a follow up email from the Contracting Officer within 24hrs of authorization. The Contractor shall furnish fully qualified CSOs, management. supervision, equipment, supplies and any other cost for sustained emergency surge security officer services. Deployments may be large and small-scale events such as natural disasters, civil disturbances, or other unanticipated events on an as-needed basis. The requirements shall be for no more than I 20 days of service. 6.4.1.2 Long-Term Surges Due to the constant changing DoD mission requirements, it is anticipated that additional sites will be added or t.lcleted during the course of the contract. The contractor shall be required to provide CSO coverage for new locations for the remainder of the contract. The contractor will be provided no less than thirty (30) calendar days notice for increased long-tenn requirements. 7.0 Contract Security Officer Responsibilities 7.1 Operational Responsibilities 7 .l.l Provide access control to all designated DoD controlled facilities.
HQOU34-1 I -C-0027 P00034
Page 168 of 176
7.1.2 Conduct personnel. package and vehicle inspections as authorized by lnw and described in applicable General and Post Orders. PFPA may provide some or a!! of the following equipment that shall he utilized by trained qualified operators for inspections:
a) Metal detection e4uipment (both stand-alone walk-through units and hand-held units) b) X-ray equipment (both stationary and portable) c) Closed Circuit Televisions Monitors (CCTV) d) Automated Access Control Systems (AACS) e) Intrusion Detection Systems (IDS) t) Fire. smoke, heat and environmental alarm detection systems
g) Explosive detection, radiation and chemical detection systems h) Duress alarms
i) Radio and telephone communications equipment 7.1.3 The contractor shall ensure all contract personnel are fully trained and understand operational procedun:s pertaining to equipment provided by PFPA and can properly use the equipment in performance of assigned duties. The Govemm~nt will provide the contractor with all applicable manuals and technical information pertaining to the operation of technical PFP A furnished equipment. All operationnl or procedurnl deficiencies discovered during operation shall be immediately brought to the attention of PFPA for correction. 7.1.4 Detect, prevent. detain and arrest as authorized by U.S. Federal Laws. state laws and the swtutes of the local jurisdiction, any person(s) attempting tn gain, or having gained unauthorized access, or committing criminal violmions of law pertaining to DoD controlled property and persons. PFPA will provide information at the Kick-off meeting regarding any limitations on exercise of specific authority. 7.1.5 Monitor building occupants and visitors to ensure they comply with applicable laws and DoD Directives. Report and thoroughly document non-compliance with DoD rules and regulations. and take appropriate actions to enforce the orders. 7.16 Conduct preliminary investigations ;:md document incidents and complaints occurring in the presence of the CSOs pending the arrival of PPD or other federal or local law enforcement CSOs will provide the responding PFPA, local law enforcement nnd emergency personnel with preliminary investigation results nnd notes upon their arrival at the scene and forward a copy to the COR prior to the end of any shift in which the incident occurred . 7.1.7 Detect and report potentially hazardous conditions in buildings and patrolled areas; report items in need of repair such ns inoperative locks, water and gns leaks, slippery floor surfaces or any other potentially dangerous situation. These matters shall be immediately reportc:d to the proper building management personnel, Pentagon Communicntions Center (PCC) COR. and followed-up with a written report to the COR and security log entries. Whenever, hazardous conditions arc discovered, the contractor shall make every reasonable effort to immediately warn the public of these conditions by placing tratfic cones. warning signs, blockades, security tapes and other warning signs, as needed at the site. 7.1.8 Provide continuous random roving patrols for monitoring security and building safety. including relief personnel to ensure assigned tixed and roving posts are covered at a!! times. 7.1.9 Conduct operational hours and after-hours building and area security checks to ensure the protection and security of DoD personnel, official informntion and detect, prevent and report fire nnd other safety hazards. 7.1.10 Direct vehicnlar and pedestrian traffic (only on property specifically owned. leased, or controlled by the DoD): control access at DoD parking arens; issue nnd/or request traffic violation notices as specified in General and Post Orders. Post Orders will be provided upon contmct award. 7.l.ll Provide information and assistance to authorized visitors, guests and DoD employees. Also, provide escorts for individuals in possession of items that require protection for which the safety of the individual nnd property is of concern. 7 .1.12 Recci ve, issue. and account for all security keys, access cards, and locks issued to Contract Security Officers for access to DoD buildings, offices, gates, and any other secure or restricted areas re4uiring key access. All keys, locks and access cards remain property of the Gov.:rnment and shall nO\ be duplicatct.! or removed from the post or facility. Should the security ofkeys, !D's, Access Cards, or lock systems be compromised by the actions of the contractor and/or his employees, the contractor shall be responsibk for all costs of those compromised items as replaced in total or in part by the Government, as deemed necessary by the COR.
7.2 Special Operational Responsibilities
HQOU34-1 I -C-0027 P00034
Page !69of 176
7 .2.1 Respond to security alerts or life-threatening situations such as medical alerts. fire alarms. suspected or actual criminal violatiuns and any other life-threatening situations. 7.2.2 Provide appropriate security presence during special events and emergency situations to protect DoD facilities. employees, properties, visiting dignitaries, or official guests of the United States. Secnrity snpport shall also be provided during investigations pertaining to viulatinns of Federal, State, and lucallaws that appear to pose threats to the security and safety of personnel in the facilities. 7.3 Administrative Responsibilities
7 .3.1 Maintain a written, 24-hour duty log of activities or incidents that require action at all stations or posts. The contractor shall prepare additional and separate reports pertaining to accidents, injuries, fires, bomb threats, security violations and all other unlawful acts or any other unusual incidents or events using the PFP A prescribed fom1s and formats. 7.3.2 Ensure all reports and other documents (e.g. Event Reports, Logs, Accident Reports and Reports of [ nvesti gati on ( R Ols)) are written clearly, legibly and accurately, A 11 reports are to be forwarded to the COR as soon as possible but in no case will the repmts be deferred to a later time or shift without the prior authorization of the COR 8. 0 Constraints 8.1 Regulations, Policies, and other Guidance The contractor shall comply with and enforce all General, Post. Supervisory and Special Orders. Circulars. Policies. Procedures and/or Regulations issued by the Pentagon Foree Protection Agency as provided upon contract award. Additionally, the contractor shall comply with all labor standards, including the Service Contract Act and Collective Bargaining Agreements, as well as local, county, state, and federal laws. 8.2 Personnel and Facility Secret Clearances 8.2.1 A minimum of a DoD Interim Secret Security clearance is required for all contractor personnel performing any services under this contract. Contractors will be responsible for processing their employees for the required clearances in accordance with the Industrial Security Manual (DoD 5220.22m) and ensuring that no employee is assigned to work at a PFPA facility without the appropriate clearance. CSOs providing protection to facilities under the control of the PFPA shall be briefed on recognition, handling, and storage procedures pertaining to classified information. When PFP A receives relevant threat information regarding areas patrolled by contract personnel, the CSO can o::xpect to recci\le classified (maximum of Secret) briefings pertaining to, but not limited to: potential and actual threats. possible method of attack, identification of potential perpetrators. counter-measures such as surveillance, special operations, evacuation procedures, locations and the identification of key US Government High Risk Personnel (HRPs). Classit1ed information and material provided to the contract personnel is specifically and solely designed to enhance contractor's ability to conduct security operations and shall not be shared outside oft1cial channels. Contractor is responsible for reviewing_ maintaining, and keeping all records up to date with all clearance actions taken by the Government regarding their employees. 8.2.2 The Department of Defense (DoD). Defense Industrial Security Clearance Office (DISCO) will provide security clearances for contract personneL Contractor employees granted clearances are subject to a security check by the Government prior to being allowed to work at the site. This requirement also pertains to Contract Management Officers/Employees of the firm, who, for any reason may visit the work site(s) during the term of the contract. 8.2.3 The Government shall notify the Contractor of the relevant and prevailing security classification of this contract. The Government shall also immediately notify the contractor of any subsequent revisions to the security classification by use of the DoD Contract Security Classification Specification (DO Form 254 ). 8.2.4 The Government wi!l provide the contractor with the appropriate personnel security questionnaire and fingerp1int forms that should be completed for each contract personnel performing ser\liecs under this contract. 8.2.5 Contract personnel assigned to work under this contract shall be granted appropriate security clearances pursuant to the requirements set out in the Defense Industrial Security Regulations or other applicable regulations. 8.2.6 The contractor shall ho!d, at a minimum, a final secn~t facility clearance as granted by DISCO prior to the RFP closing date. PFPA will not sponsor potential offerors or their employees for DISCO Facility/Security Clearances.
IU.7 The contractor shall comply with the provisions of the Industrial Security Manual (ISM) DoD 5220.22M including all changes pe11aining to the Safeguarding of Classified Information. Copies of the ISM may be obtained from the Superintendent of Documents. U.S. Govemment Printing Office, Washington. DC 20402.
HQOU34-1 I -C-0027 P00034
Page 170 of 176
8.2.8 Security clearance application forms required for DoD personnel security clearances shall be obtained from DISCO. AH applicable forms provided by the contractor must be legible, accurate and complete. Within thirty (30)
calendar days of comract start up. the contractor will prepare and forward to the COR a legible and complete DD Form 2249 (DoD Building Pass Request) for each contract employee requiring access to the Pentagon and other locations within the NCR to obtain a DO Form 1466. The contents of the DO Form 2249 will be used to conduct a criminal record background investigation of the applicant prior to issuance of the DO Form 1466 (DoD Building Pass). The contractor will forward a completed PFPA New Employee Work Sheet that indicates clearance level and is signed by the Contractors FSO along with a Completed DO Fom12249. PFPA will not issue a DO Form 1466 without the Completed and signed PFPA Worksheet. Contractor will only request and PFPA will only issue DD Form 1466 to employees of the contractor. 8.3 Contractor Files and Records The contractor shall maintain current and accurate administrative and training files detailing the contractor's
operations pertaining to this contract. At a minimum. the files shall include personnel information pertaining to all employees furnished u nJcr the contract. The files shall contain contract employee's name, date of birth, Social Security number, home address, and home telephone number. Employee information shall also include points of contact to be notified in case of emergency, a recent color photograph of the o::mployec. records of all training, test scores, examinations, the annually completed Lautenberg Form, copies of all complaints filed against the employee and subsequent, investigations, commendations and all records required by Industrial Security Manual relative to the affected employee. Contractor shall also maintain a record of all medical examinations 10 include Physicals and all testing to include Drug and Alcohol. The contractor shall muintain these Iiles for a period of six (6) years and three (3) months after final payment (FAR/DFARS). _8.4 Personnel Terminations The contractor shall immediately notify the COR upon terminution of any person assigned to work under this
contract. The details of the termination, including a full identification of the affected employee shall be provided 10
the COR in writing, within three (3) business Jays after the tcrmimtion along with any PFPA issued 10, Badges. Parking Passes, and equipment. The writlen report will include a fun summary of the reason for the termination and any possible negative impact to the Government or PFPA specifically resulting from the terminated employee's actions causing the termination, either operationally or media related. The report will also list any items of cquipmmt seized from the affected employee. A copy of any applicable security log shall be attached to the written report detailing the applicable actions commit!ed by the contractor's personnel causing the termination. A contractor employee tenni nateJ i nvol untari I y by one PFP A Contractor may not work for another PFP A Security Contractor on the PFPA Security Contract in any capacity. 8.5 Licenses The Contractor shall obtain and maintain throughout the terms of the contract all required CSO liccnsing/certilications for the jurisdiction in which performance is required. 9.0. Government Furnished Equipment The Government will furnish the following equipment for use by the Contract Security Officers while on duty at the various locations. All equipment listed is not available at all locations. The supervisor shall ascertain that all equipment is in working condition at the beginning of each shift. Loss or damage of equipment must be documented and reported to the security officer's supervisor. The supervisor shall report the loss or damage to the COR as soon as possible but in no case shall the report extend past the end of the shift in which the Joss or damage was occurred or was found
a. Electrical and mechanical equipmem where installed, such as alarms and surveillance systems. communications equipment, CCTV. X-Ray machines, stand alone metal detectors, hand-held metal detectors. undercarriage mirrors. clearing barrels and ballistic blankets, including written operating
h. Procedures and instructions. The Government will supply all clearing barrels and provide appropriate areas for cleaning of approved contractor owned weapons and ammunition. Space for contractor owned/GSA certitied/approved Class 5 weapons and ammunition security containers will be provided hy the Government.
c. Officers Duty Book, including all relevant information reqnired_ d. All administrative forms prescribed for use by the contractor's employees. e. Classroom for on~site-training. of personnel employed by the contractor, for the purpose of COR
provided/required training.
HQOU34-1 I -C-0027 P00034
Page !71 of 176
f. Building utilities and services will be afforded the contractor in accordance with established DOD operational procedures. This includes the nse of restrooms and the usc of medical f<Jcilitics when av<Jilahle for emergency purposes.
g. PFPA hand-held radios for som~ rover/patrol positions. The Government will provide radios in locations deemed appropriate. The Government will not provide radios in all areas. Government supplied radios operating on the Gov~rnment n~twork are for emergency use only.
h. Keys and Access cards as deemed necessary hy the Government.
I 0.0 Critical Tasks, Standards, Metrics and Incentives Matrix
Security Senices Senice Delivery Schedule Metric Surveillance Method Incentives/De-Critical Task Standard Incentives 1. The contractor shall Ensure that PFP A· s 100% of the time. Review of daily Contract (I) Payment staff all required posts mission of providing Security Officer Duty Registers, Deduction* See with a fully qualified protection and security weekly quality control reports, Schedule of contract security officer of assigned facilities PFP A COR and customer Deductions who meets all applicable and personnel is fully observation. Information helow. standards. accomplished (2) Interim negative
CP ARS evaluation (3} Government may not extend next contmct option period. (4) Positive or negative semi- annual CPARS rati ng.veval uations of contractor's pert(mnance.
2. Security Officers on Ensure l 00% of the time. Observation by COR COTR, Discrepancies in this duty must he properly professionalism, feedback. and comments from task. essential I y trained, equipped. alen competence and building Security Managers, render a post un-and attentive to their promptness in the daily occupants, visitors and others staffed and the assigned duties at all execution of duties of including PFPA and WHS incentives shall be the times the assigned post and personneL contractor QC same as the
to ensure the protection reports/checks, customer surveys incentives for Critical and security of the and complaints. Task. one (I).
occupants, equipment and materials of the Positive or negative assigned facility. semi- annual CPARS
rati ng.veval uations of contractor's perl(mnance.
3. The con tJactor shall To ensure and maintmn implement and maintain the standards and its quality control quality of services plan/program as required under this accepted hy the contract and to ensure Government and that all posts are incorporated into the appropriately statfed at contract upun award. all limes with the
highest quality, 4ualified, professional security personnel.
4. Produce high quality Reports must be daily logs and event accurate, complete, reports that provide an concise. without accurate chronological strikeouts or white out, record of events aud to and legible and must document conditions contain detailed that may warrant descriptions of all realignment of posts, events and actions that duties and identify ur.:cur Juring the shift security issues of as required per concern. contract, SOP, Pust
Order and other applicable directives. Incident Reports required to be submitted to the COR must be received prior to the end of the shift iu which the incident took place.
5. Respond to the Assist with PFPA's requirement fur protection and security additional security mission during special personud within the events ur under required time frame heightened security while maintaining the couditiuns. integrity of the regular posts at all assigned locations
I 00% of the time thronghout the period of perfonnance uf the contract
Accurate, complete, concise, and legible reports available upon request.
Fully qualified and appropriately equipped personnel reporting fur duty. No discrepancies in staffing of assigned posts; no personnel working hours in excess of the acceptable standards as stated in the Minimum Standards Attachment B
HQOU34-1 I -C-0027 P00034
Page !72of 176
The COR and alternate COR will Positive or negative conduct random inspections and semi- annual CPARS reviews of quality related ratings/evaluations in programs and training initiatives. the area of contract covered by the quality control management. plan.
Subjective assessment of the Meets: =100% quality of the reports/logs by Compliance. Unsat: shift managers/supervisors and <I OOo/c Cumpliam:e. the COR. Deduction of $100.00
!'rom the contractor invoice for each Uusat.
Duty logs review, Contractors Positive or negative QC aud PFPA QA activities. semi- annual CPARS
ratings/evaluations of contractor's performance regarding additional support and surge response capability.
*Schedule of Deductions and Incentives for Critical Tasks 1, 2, and 3. l st Incident: Documentation of the first un-staffed post during the period of performance {POP) will result in the deduction of one full week (seven Jays) payment for an average post in that facility. The amount will be calculated by using the contractor's price proposa1 for the relevant facility and dividing that figure by 52 (weeks per year), then dividing by the number of posts at the relevant facility to detem1ine the weekly charge for one post.
HQ0034-1 !-C-0027 P00034
Page !73 uf 176
:2nd Incident: Penalty same as for I st incident PLUS the docnrnentation of the secu nd or an additional no-staffed post will resnlt in an interim unsatisfactory evaluation report entered in the CPARS cuntractor evaluation system. More than 2 Incidents: Dednction is the same as fur the I st incident PLUS the documentation of more than two nnstaiTcd pust discrepancies during the POP will n::sn!t in the contractor not receiving an extension of the option to continne performance of the contract. All violations aml deductions shall be assessed and documented at the COR kvel. Should the contractor wish to contest the violation, the violation will be elevated to the Contracting Officer level for evaluation. All copies of violations will he uistribnted to the contracting office for documentation to the contract file. NOTE: Each identified incident will resn!t in monetary deductions. Discrepancies of this natnre may result in the issuanco::: of a "show cansc" letter to the contractor regarding continuation of the services. ll.O Federal Holidays The following ilre the legal public holidays honored during the performance of this contract: New Years Day Martin Luther King' Birthday Washington's Birthday Memorial Day Independence Day Labor Day Columhns Day Veteran's Day Thanksgiving Day Christmas Day Inauguration Day* *Inauguration Day is only a holiday if deemed a holiday for Federal Government employees. NOTE: Each poslfposition is considered by the Government as being critical and essential to the operation and requires full staffing by qualified CSOs as agreed upon by the contract (Post Exhibits). The fact that a Government office or facility closes early or does not open for whatever reason does not eliminate this requirement without the expressed prior authorization of the CO or COR. 12.0 Invoicing Instructions The contractor shall invoice on a monthly basis for the servi<.:cs provided in accordance with WHS A&PO Wide Area Workt1ow invoicing instructions. 13.0 Insurance Requirements The Contractor shall. at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. a. Workmen's Compensation and Employers Liability Insurance as required hy law except that if this contract is to be pe11"ormed in a State which does not require or permit private insurance. then compliance with the statutory or administrative requirements in any such State will be satisfactory. The requirement Workmen's Compensation insurance shall extend to cover employers with a minimum liability limit of S 100.000. b. General Liability Insurance. Liability insurance covering bodily injury and loss or damage of property in the minimum limits of $1,000,000 per occurrence and $5,000.000 general aggregate shall be required on the comprehensive form of policy. c. Automobile Liability Insurance. This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contracl. At least the minimum limits of $200,000 per person and $500,000 per occurrence for hodily injury and $20,000 per occurrence for property damage shall he required. Proof of im;urance coverage shall he furnished to the Contracting Officer prior to the start of contract performance. 15.0 Non-Disclosure: Access To and Protection of Proprietary Information
The Contractor agrees that, to the extent it receives or is giveu access to proprietary data, trade secrets, or other confidential or privileged !echnical, business, or financial information (hereinafter referred to as "proprietary data'") under this contract, it shall treat such information in accordance with any restrictions imposed on such information. The Contractor further agrees to enter into a written agreement for the protection of the proprietary data of others and to exercise diligent etTort to protect such proprietary data from unauthorized use or disclosure. In addition, the Contractor shall obtain from each employee who has access to proprietary or classitled dala under this contract. a signed Non-Disclosure Agreement (sec Section J -4) that shall in substance provide that such employee shall not, during his/her employment by the Contractor or thereafter, disclose to others or use for their benefit, proprietary data or confidential information received in connection with the work m1uer this contract.
15.0 List of Attachments and Exhibits Document I Dcscriptiou
AHachrnel'ilt A Anachmem B Anachme-lll C At!athmem D Attachmem H
'
H_QM34-1 1-C-0027 POOOJ4
Page !74 of 176
Secl!rity PO~L Mau·ix I
Miftimum Slanclards mr Ccmrracr Security Ol"fiet:r Permmlel I
Medical Sumdardl> I
Height an(J Weight Chart DoD Directive-521 D.56 Use of Deadly l-iowe ami the Carrying ot" Firearms by DoD Personnd Engagedl in Law Enforcement and Secnrity Dnties, November 2, ::>.00 1
l(b}(4) Page I of I
(b)(4)
file :1/C :\Documents and Settings1~...<b_H6_> _ _,!Local Settin 12:S \Temporary Internet Fi les\C on tent.. .. 5(4!20 12
HQOU34-1 !-C-0027 P00034
Page !76of !76