20
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1. REQUISITION NO. PAGE1 OF OFFEROR TO COMPLETE BLOCKS 12,17, 23, 24, & 30 015-13-197, OIS-13-238 2. CONTRACT NO. i 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 16. SOLICITATION ISSUE DATE NRC-HQ-11-C-33-0059 AUG 2 2 NRC-HQ-13-T-33-0027 7. FOR SOLICITATION i a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE./LOCAL INFORMATION CALL: TIME 9. ISSUED BY CODE 13100 10. THIS ACQUISITION IS UNRESTRICTED OR LJ SET ASIDE: %FOR. U.S. Nuclear Regulatory Commission WMNOE SMALL BUSINESS Div. WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED Attn: Karla F. Garcia, 301-287-0846 Z HUBZONESMALL SMALL BUSINESS PROGRAM NAICS: 541519 Mail Stop: TWB-01-BlOM BUSINESS EDWOSB Washington, DC 20555 SERVICE-DISABLED SIZE STANDARD: VETERAN-OWNED Y $25.5 Million SMALL BUSINESS B A 8/A) 11. DELIVERY FOR FOB DESTINA- j 12. DISCOUNT TERMS - 13b. RATING TION UNLESS BLOCK IS I I 13a. THISCONTRACTISA N/A MARKED RATED ORDER UNDER E1SEE SCHEDULE DPAS (15 CFR 700) 14._METHOD OF SOLICITATION 5~ISE SHEDLEI RFQ LJ IFS LjRFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 3100 U.S. Nuclear Regulatory Commission U.S. Nuclear Regulatory Commission Div. of Contracts Mail Stop: TWB-01-BlOM Washington DC 20555 Washington, DC 20555 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE I i18a. PAYMENT WILL BE MADE BY CODE' 3100 CGI FEDERAL INC. ! FDepartment of Interior / NBC [email protected] I Attn: Fiscal Services Branch - D2770 0 F7301 W. Mansfield Avenue 12601 FAIR LAKES CIR Dne O82523 Denver CO 802035-2230 FAIRFAX VA 220334902 PHONE: FAX. TELEPHONE NO. DUNS: 145969783 DUNS+4: 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER IE ISEE ADDENDUM 19. 20. See CONTINUATION Page 21. 22, 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Task Order 27, ADAMS P8 Related Applications - Operations Maintenance Support Contractor Rep: Jacqueline Wertz Phone: 703-22"7-4286 Email: [email protected] Contracting Officer's Representative: Mark Evans I Total Obligated Amount: $512,000.00 Total Task Order Ceiling: $2,411,279.40 (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA See CONTINUATION Page 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 2013-10-51-J-143 J1262 252A 31X0200.013 FAIMIS: 131866 Total Task Order Ceiling: $2,411.279.40 Obligates: $242,000.00I Total Obligated Amount: $512.000.00 FAIMIS: 132139 Obligates: $270,000.00 __1 F-I 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA 17 ARE I ARE NOT ATTACHED. Li 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA Li ARE - ARE NOT ATTACHED yl 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 I . 29 AWARD OF CONTRACT: REF. OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND -. DATED . YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5). INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR I STATESOF AMERICA (SIGNATURE QF CONTRACTING OFFICER) \ , ~,Pi7," // _ 300. NAME AND TITLE OF SIGNER (TYPE OR PRINT) Anish Joseph, VP AUTHORIZED FOR LOCAL REPRODUCTION PREVIOI~r tAF3ý61ALADM001l STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA - FAR (48 CFR) 53. SUNS1 ROOME COMPLIETEr AUG i3 2013

tAF3ý61ALADM001l SUNS1 i3 · The NRC TO COR shall notify the Contractor of system maintenance requests using the IBM Rational Jazz system, in accordance with the "OIS Application

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1. REQUISITION NO. PAGE 1 OF

OFFEROR TO COMPLETE BLOCKS 12,17, 23, 24, & 30 015-13-197, OIS-13-238

2. CONTRACT NO. i 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 16. SOLICITATION ISSUE DATE

NRC-HQ-11-C-33-0059 AUG 2 2 NRC-HQ-13-T-33-0027

7. FOR SOLICITATION i a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE./LOCAL

INFORMATION CALL: TIME

9. ISSUED BY CODE 13100 10. THIS ACQUISITION IS UNRESTRICTED OR LJ SET ASIDE: %FOR.

U.S. Nuclear Regulatory Commission WMNOE SMALL BUSINESSDiv. WOMEN-OWNED SMALL BUSINESS

(WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDAttn: Karla F. Garcia, 301-287-0846 Z HUBZONESMALL SMALL BUSINESS PROGRAM NAICS: 541519

Mail Stop: TWB-01-BlOM BUSINESS EDWOSBWashington, DC 20555 SERVICE-DISABLED SIZE STANDARD:

VETERAN-OWNED Y $25.5 MillionSMALL BUSINESS B A 8/A)

11. DELIVERY FOR FOB DESTINA- j 12. DISCOUNT TERMS - 13b. RATINGTION UNLESS BLOCK IS I I 13a. THISCONTRACTISA N/AMARKED RATED ORDER UNDER

E1SEE SCHEDULE DPAS (15 CFR 700) 14._METHOD OF SOLICITATION

5~ISE SHEDLEI RFQ LJ IFS LjRFP

15. DELIVER TO CODE 16. ADMINISTERED BY CODE 3100

U.S. Nuclear Regulatory Commission U.S. Nuclear Regulatory CommissionDiv. of ContractsMail Stop: TWB-01-BlOM

Washington DC 20555 Washington, DC 20555

17a. CONTRACTOR/OFFEROR CODE FACILITY CODE I i18a. PAYMENT WILL BE MADE BY CODE' 3100CGI FEDERAL INC. !

FDepartment of Interior / [email protected]

I Attn: Fiscal Services Branch - D27700 F7301 W. Mansfield Avenue12601 FAIR LAKES CIR Dne O82523

Denver CO 802035-2230

FAIRFAX VA 220334902 PHONE: FAX.TELEPHONE NO. DUNS: 145969783 DUNS+4:

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER IEISEE ADDENDUM

19. 20. See CONTINUATION Page 21. 22, 23. 24.ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

Task Order 27, ADAMS P8 Related Applications - OperationsMaintenance Support

Contractor Rep: Jacqueline WertzPhone: 703-22"7-4286Email: [email protected]

Contracting Officer's Representative: Mark Evans

I Total Obligated Amount: $512,000.00Total Task Order Ceiling: $2,411,279.40

(Use Reverse and/or Attach Additional Sheets as Necessary)

25. ACCOUNTING AND APPROPRIATION DATA See CONTINUATION Page 26. TOTAL AWARD AMOUNT (For Govt. Use Only)

2013-10-51-J-143 J1262 252A 31X0200.013 FAIMIS: 131866 Total Task Order Ceiling: $2,411.279.40Obligates: $242,000.00I Total Obligated Amount: $512.000.00FAIMIS: 132139 Obligates: $270,000.00 __1

F-I 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA 17 ARE I ARE NOT ATTACHED.

Li 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA Li ARE - ARE NOT ATTACHED

yl 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 I . 29 AWARD OF CONTRACT: REF. OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND -. DATED . YOUR OFFER ON SOLICITATION

DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5). INCLUDING ANY ADDITIONS OR CHANGES WHICH AREADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS:

30a. SIGNATURE OF OFFEROR/CONTRACTOR I STATESOF AMERICA (SIGNATURE QF CONTRACTING OFFICER)\ , ~,Pi7," // _

300. NAME AND TITLE OF SIGNER (TYPE OR PRINT)

Anish Joseph, VP

AUTHORIZED FOR LOCAL REPRODUCTION

PREVIOI~r tAF3ý61ALADM001lSTANDARD FORM 1449 (REV. 2/2012)Prescribed by GSA - FAR (48 CFR) 53.SUNS1 ROOME COMPLIETEr AUG i3 2013

MOM FA2 Task Order # 27 ADAMS P8 Related Applications - Operation and Maintenance

ContentsP A R T I ............................................................................................................................. .

SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS ............................................ 2

B. i Contract Type .......................................................................................................... 2

B.2 Period of Perform ance ................................................................................................. 2

B .3 C o st/P ric e ........................................................................................................................... 2

SECTIO N C - PERFO RM ANCE W O RK STATEM ENT ............................................................... 2

C. 1 Project Title ........................................................................................................................ 2

C.2 Background ........................................................................................................................ 3

C .3 O b je c tiv e ............................................................................................................................. 3

C.4 Perform ance W ork Statem ent ....................................................................................... 3

C.5 Specific Tasks ............................................................................................................ 4

C.6 Applicable Docum ents ................................................................................................... 5

C.7 Perform ance Requirem ents ............................................................................................... 5

C.8 Perform ance Standards ................................................................................................. 8

C.9 M ethod of Surveillance .................................................................................................. 8

C.10 Incentives ....................................................................................................................... 9

C.1 1 Deliverables/ Delivery Schedule ................................................................................ 9

C.12 Place of Perform ance ............................................................................................... 11

C .1 3 S e c u rity ......................................................................................................................... 1 1

C. 14 Project M anagem ent M ethodology ......................................................................... 11

C .15 Docum entation ............................................................................................................. 11

C.16 Expertise/Skills/Training ............................................................................................... 11

C.17 Productive Labor Hours ........................................................................................... 12

SECTIO N D - PACKAG ING AND M ARKING ......................................................................... 12

SECTIO N E - INSPECTIO N AND ACCEPTANCE ................................................................. 12

SECTIO N F - DELIVERABLES O R PERFO RM ANC E ......................................................... 13

SECTIO N G - CO NTRACT ADM INISTRATIO N DATA .......................................................... 13

G .1 Task O rder Contracting Officer's Representative (CO R) ................................................ 13

SECTION H - SPECIAL CONTRACT REQUIREMENTS .................................................... 15

H.1 2052.215-70 KEY PERSONNEL (JAN 1993) .......................... ........ 15

P A R T I1 . ...................................................................................................................................... 1 6

SECTIO N I - CO NTRACT CLAUSES .................................................................................... 16

SECTIO N J - TASK O RDER ATTACHM ENTS ..................................................................... 16

1 Page

MOM FA2 Task Order # 27 ADAMS P8 Related ApiNications - Operation and Maintenance

PART

SECTION B - SUPPLIES G) SERV1=CES AND PRICE//COSTS

1.i Contract Type

The contract type for this task order is Labor-Hours

R.2 Period of Performance

Base Period - Date of Award through September 25, 2014Option Period I - September 26, 2014 - September 25, 2015Option Period II - September 26, 2015- September 25, 2016

B.3 Cost/Price

Please see section J-1.

B.4 Consideration and Obligation-Time and Materials Contract (August 2011)

(a) Currently, the ceiling price to the Government for full performance under this contract is$2,411,279.40.

(b) The contract includes: (1) direct labor hours at specified fixed hourly rates, inclusive ofwages, fringe, overhead, general and administrative expenses, and profit; and (2) cost ofmaterials totaling $0.00.

(c) The amount presently obligated by the Government with respect to this contract is$ 512,000.00.

(d) This is an incrementally-funded contract and FAR 52.232-22 - "Limitation of Funds" applies.

SECTION C - PERFORYANCE WORK STATEMENIT

C.P. ,roject Tftie

ADAMS P8 Related Applications - Operation and Maintenance Support

2!Page

MOM FA2 Task Order # 27 ADAMS P8 Reiated Aoilications - Operation and Maintenance

C.2 Background

This ADAMS system was developed using the IBM "FileNet" suite and other tools consisting of-

* IBM FiieNet P8 Content Engine* IBM FileNet P8 Process Engine* IBM FileNet P8 Application Engineo IBM FileNet P8 Workplace XT

IBM Business Process Manager (BPM)* IBM Advanced Case Manager (ACM)- IBM Business Space- VSpace / Vega Widgets* Custom Java Code

Dojo ToolkitQuark XML Authoring

These systems represent major components of the Nuclear Regulatory Commission's (NRC's)Enterprise Content Management (ECM) Program. The ECM Program is an agency wideorganizational framework of projects, technologies, policies, governance, and individuals. Thefocus of ECM is to bring a web-based, collaborative infrastructure to simplify contentmanagement, profiling, searching, discovery and analysis, as well as the ability to combineoffice workflows with content creation and use, and automated records management.

The ECM Vision is to improve the quality, efficiency, and security of our regulatory andadministrative business processes by providing appropriate and straightforward access toinformation when needed, regardless of location or access device.

C.3 Objective

The objective of this Performance Work Statement (PWS) is to acquire Information Technology(IT) Contractor support to provide maintenance and operation support for ADAMS. ADAMS isthe repository of record for all official NRC business so it is of utmost importance that theADAMS Core System is operated and maintained such that the mission of the Agency is notjeopardized.

C.4 Periormance W/ork State_-ernt

The Contractor shall operationally maintain the ADAMS P8 Related Applications as currentlyreleased or with future enhancements under deveiopment that will be promoted into production,as determined by the Task Order Contracting Officer Representative (TO COR). TheContractor will respond to Change Requests as directed by the TO COR and wilV applyapplicable resources approved by the TO COR.

The Contractor will also provide status on issues with system performance such as unplannedoutages, degradation in peirormance or accuracy, or other functionality, performance orarchitectural related questions presented by the COR either in person, by phone or by e-mail.

3[Page

MOM FA2 Task Order # 27 ADAMS P8 Related Appiication- - O'erion",c Maintenance

Status on the above will be provided verbally to the COR within 24 hours of occurrence and inwriting to the COR within 5 working days of occurrence.

ADAMS P8 Related Applications support mission critical operation of NRC business so it is ofutmost importance that ADAMS P8 Related Applications are operated and maintained such thatthe mission of the Agency is not jeopardized.

While the Contractor is responsible for unit, integration and regression testing, all UserAcceptance Testing (UAT) will be performed through a different contract vehicle. Coordinationof this Task resources with those of the UAT task will be managed by the COR of this Task.

Application Built ýUsing

Common Web Interface: Web Based ADAMS and P8 FileNet, VSpace, and1 Electronic Hearing Docket Custom Code

P8 FileNet and Custom2 Publically Available Search Service (PASS) Code

P8 FileNet and Custom3 Public Release Timeliness Application (PRT) Code

P8 FileNet, VSpace,4 Publishing Web Interfface Custom Code

IBM BPM, ICM and5 Public Meeting Notice System Business Space, and Vega

WidgetsIBM BPM, ICM and

6 SECY Tracking and Reporting System (STARS) Business Space, and VegaWidgetsIBM BPM, ICM and

7 AGENCY Lessons Learned System Business Space, and VegaWidgetsIBM BPM, ICM andBusiness Space, Quark

8 NUREG 0933 Authoring XML Authoring, and VegaWidgets

The Contractor shall provide O&M support of the ADAMS Core System through the followingtask areas which will be managed by NRC task order COR.

C. F $eCHIC Tasks

Task Area i - Perform change control activities in accorda-ce with configuration management(CM) policies and procedures in order to correct system defects, which would include operatingsystem patching, Technical Change Requests (TCR) for environment changes and application

chanie r=-uests-.

Task Area 2 - Perform change control activities in accordance with CM policies and proceduresin order to make adaptive maintenance system enhancements, which would include creationand implementation of application Change Requests (CR).

41Page

MOM F-A 2 Task Order#~ 27 ADA MS PS Re ý,a te:. an f Iz-I~ ~ kainzenzm-E'

Task A..a infom t O. anc- T ........ efforts between Contracto, staff, the Office oiinformation Services' (OIS') Solutions Development Division, other OIS Divisions and NRCsystem.i owners in order to ensure opera ton of the system in accordance with terms ofappropriate Memorandums of Understanding (MOU), Interconnection Security Agreements(ISA) and Service Level Agreements (SLA).

C.6 Anppicable Documenits

The following documents will be provided after award:

* ADAMS P8 Systems Requirement Specifications

ADAMS P8 System Architecture Document0 ADAMS P8 Release Notes

C.7 Pe -fo11 ance Reqpuire ents

Task Area I - Change Requests for Defects

The NRC TO COR shall notify the Contractor of system maintenance requests using the IBMRational Jazz system, in accordance with the "OIS Application Change Request System Guideusing Rational ClearQuest" to document all defect maintenance work performed.For system changes resulting from defect maintenance work, the Contractor will follow CMprocedures necessary to maintain conformity of configuration of ADAMS P8 servers in pre-production environments controlled by the Contractor (currently Development and QualityAssurance/Test) with ADAMS P8 servers in Production Staging and Production environments(which are controlled by ICOD).

The Contractor shall.:

A. Receive Change Requests (CR) from the TO COR that have been entered into theIBM Rational Jazz repository.

B. Adhere to the ADAMS P8 Configuration Control Board (CCB) Charter.

C. Perform the role of ADAMS P8 CCB Coordinator, with responsibilities as defined bythe CCB Charter.

D. Perlorm the roles of ADAMS P8 Maintainer Developer and Maintainer Tester asdefined by the CCB Charter. The NRC TO COR wili approve all test cases prior todevelopment of CRs.

E. Deveiop new, enihanc.ed, or change existing code to resolve each ADAMS P8 CCB-approved CR.

51Page

MOM -A2 Task Order # 27 ADAMS PS Re a>: . :.. - • _ : - -,

F. Perform and document within !BM Rational J'azz reository a unit test for each

_if -L" L.. an unit .. . .e"st'.• d.

-,.uand douent within EIMB -•stic,-a•i Jaz-7 repository regression test for ea.-hAt--MS PS CC B-aDDroved CR.

H. Place the new, enhanced, or changed code in the appropriate build for the nextscheduled ADAMS P8 Release.

1. Using existing system and security documents in ADAMS reflecting the release justupdated as a base, provide updated system and security documentation toincorporate changes resulting from each Release. Store the document(s) back inADAMS.

J. Incorporate the required enhancement in the new Release of ADAMS P8 and relatedsystems.

K. Assist the Production integration Branch with creation of test cases and deploymentefforts.

Task Area 2 - Change Requests for Adaptive Maintenance Enhancements

The NRC TO COR shall notify the Contractor of system maintenance requests using theIBIM4 Rational Jazz system, in accordance with the "OIS Application Change Request SystemGuide using Rational ClearQuest" to document all adaptive maintenance work performed.For system changes resulting from adaptive maintenance work, the Contractor will followCM procedures necessary, using NRC-approved CM tools, to maintain conformity ofconfiguration of ADAMS P8 servers in pre-production environments controlled by theContractor (currently Development and Quality Assurance/Test) with ADAMS P8 servers inProduction Staging and Production environments (which are controlled by ICOD).

The Contractor shall:A. Analyze and documnent within IBM Rational Jazz repository each submitted ADAMS

P8 Change Request (CR).

B. Work closely with the branch scheduler to provide a comprehensives schedule(using Microsoft Project Schedule), and provide an impact and cost analysis report tothe COR prior to commencement of work.

C. Finalize and clarify each ADAMS P8 CCB-approved CR requirement.

D. Develop new, enhanced, or change existing code to resolve each ADAMS P8 CCB-approved CR.

P Perform. and document within IBM Rational Jazz reDOsitorv a unit test for eachADAMS P8 CCB-approved CR.

61 P a e

'S=A PIS Z.,=. r,,.•-s._.. - _1.. anMOM FATask Ord er .- 27 ADA,1"-MS --

F. Perorm and document within 'IM Rationsa Jazz reoository regression test for each

G. PKsce the new, enhances, or changed' code in -,he apouooriate build for the nextscheduled ADAMS P8 Release.

H. Provide updated system and security documentation to incorporate changesresulting from each Release.

1. Incorporate the required enhancement in the new Release of ADAMS P8 and relatedsystems.

J. Assist the Production Integration Branch with creation of test cases and deploymentefforts.

iask Area 3 - Coordinslion and System Support

The NRC TO COR shall notify the Contractor of coordination and system support requestsusing the IBM Rational Jazz system on an as needed basis.

Contractor wili act as Tier 3 support for ADAMS application issues and problems. Tier 1

support will be managed with the ADAMS IM team and Tier 2 support will be managed by aTask Order under another contract.ADAMS P8 interconnects with the OIS Information Technology Infrastructure (ITI) system(which includes the 3-Tier production environment), OIS Authentication and CredentialingSystem (ACS) and OIS E-Mail System.In addition, it interfaces with QUARK - an XML authoring and publishing tool currently anintegral component of the NUREG-0933 system. The Quark XML Authoring tool supportsediting and publishing NUREG-0933 Generic Issues. Generic Issues are published asHTML and PDFs for the public website and for downloading from the website and to createthe Official Agency Record for each Supplement.

The Contractor shail:A. Respond to specific requests for support from the TO COR whether in person, by

phone, or by e-mail on an as needed basis. The TO COR may request status onissues with system performance such as unplanned outages, degradation inperformance or accuracy, or other functionality, performance or architectural relatedquestions.

B. Maintain on a weekly basis MS Project schedules used to manage ADAMS Projectactivities.

C. Provide a weekly descriptive status of all project activities.

D. Provide change management notice and any supporting information, as required, tointerconnecting and interfacing system owners concerning approved ADAMS P8change requests and Release timing.

7 Page

MOM FA2 Task Order # 27 ADAMS P? Reiated Applications - Operation and Maintenance

E. Advise ADAMS P8 owner of impacts from any change management notices,including suDoorting information, Cý any,ý e:eived from o ino and interfa0i•,'-g= .systems.

F. Provide iCOD-mandated Handoff Document to !ICOD prior to deployment of newReleases.

G. Update interconnecting and interfacing system documentation as necessary for anychanges in the system's architecture, configuration or operations.

C.0 Pezfarfrianze Star.dards

Performance standards establish the performance levels required by the Government.

Release should be delivered for deployment into production by due date. "Delivered"means that Contractor has sent NRC Task Order COR an email stating that revisedcode (incorporating successfully tested .UAT changes), installation instructions andRelease Notes have been checked in to IBM Rational

Releases should not have been rejected because of defective code or artifacts found

during User Acceptance Testing or Production

CRs are tracked and updated within the PMM designated CM tools

Estimated Cost of each Release should be equal or less than the Actual Cost of theRelease.

Production system must be 100% available for submissions from 7:00AM through12:00AM EST Monday through Friday and from 8:00AM through 6:00PM onweekends and holidays except during pre-scheduled and announced maintenanceperiods. These periods will not exceed 4 hours per week

System operating hours coverage provided from 7:00am to 12:00am EasternStandard Time, Monday through Friday, excluding holidays

o Extended Hours Coverage provided all times other than system operatinghours coverage

Deiivered within thle agreed upon timeframes, addresses the agreed upon scope andcomplies with acceptable and professional formatting andior required NRCtemplates.

eM-avho a;rveHIzarce

Periodic inspection.

8IPaoe

MOM FA2 Task Order # 27 ADAMS PS Related Apoiications - Operation and Maintenance

Contractor performa.-;ce shali , .. monitored an-.o score everv " (6) mn...hs on the foliowinareas for e..ach of T ask Area periormed by the Contractor:

Release DeliveryRelease AcceptanceChange Requests (CRs) tracked and updated within the PMM designated CM tools

o Release Cost EstimatingProduction System AvailabilityService Call Response Time for Defects (i.e. ADAMS is not operating as required)Deliverables

See Task Order Quality Assurance Surveillance Plan (QASP for acceptable quality levels(AQLs).

8r I. . .C re S

Positive incentives: None

Negative incentives: if the quality or quantity of work delivered does not meet standardspayment will be withheld

C.11 De ' verab es1 /Delivery Schedu e

Each ADAMS P8 CCB-approved CR will be implemented as part of a scheduled Release orinterim patch. Costs, deliverables, and expectations will be defined by Contractor andapproved by NRC TO COR within each Release or interim patch.

Task '1 - Change Requests for Defects

The Contracto; s•all complete and submit the following list of deliverables whileaccomplishing' this task:

1. CR impact and cost analysis report.

2. Documented unit test results for each CR.

3. Documented regression test results for each CR.

4. Documented- system and security changes.

5. Uodated IBM Rational JZz7 repository containing all ADAMS P8 Change Requestsand Rereases.

a''-' sk< 2 - Changae Re aquests 7-or Adan-.-va Miaint:Bnance EnrhancemTents.

9SPage

MOM FA2 Task Order # 27 A DAMS Po Reiatcd Apnlications - Ooer~tion and Maintenance

The Contractor shall complete and submit the following list of resulting deliverables whileaccomplIsh'.ir this task:

O. CR impact and cost analysis report.

2. Resource loaded, baselined Microsoft Project Schedule.

3. SMART (Specific, Measureabie, Attainable, Realizable and Time-bound)requirements for each approved CR.

4. Test scripts for each requirement in the approved CR.

5. Documented within IBM Rational Jazz repository unit test results for each CR.

6. Documented within IBM Rational Jazz repository regression test results for each CR.

7. Documented system and security changes including Release Notes, SystemRequirements Specifications and System Architecture Document for each release.

8. ICOD mandated 'Handoff Document' in accordance with SLA between ADAMS P8and OIS/ICOD/Computer Operations and Telecommunications Branch (COTB). SLAto be provided by the Task Order COR.

9. Updated IBM Rational Jazz repository containing all ADAMS P8 Change Requests

and Releases.

10. Updated IBM Rational Jazz repository containing all ADAMS P8 vetted requirements.

11. Updated IBM Rational Jazz repository containing all ADAMS P8 project documents.

Task -Area 3 - Coordination and System Support

The Contractor shall complete / update and submit the following list of resulting deliverables

while accomplishing this task:

1. Provide updates to the MS Project schedule on a weekly basis.

2. Provide updates Lo the Branch Status report on a weekly basis.

3. Update existing Miemorandum of Understanding (MOU) agreements as required.

4. Interconnection Security Agreement (ISA).

5. Service Levei Agreement (SLA, including accompanying ICOD-mandated HandoffDocument).

10 1 Page

MOM FA2 Task Order # 27 ADAMS P8 Related Applications - Operation and Maintenance

a-1 Pae P Pe-,fobr: nanr.Ce

Work for this task order shall be performed at the MOM Centralized Environment (MOMCE) siteand at NRC Headquarters at 11555 Rockvilie Pike, Rockville, MD 20852. The Contractor shallschedule work hours of all on-site personnel in a manner that will provide maximumresponsiveness to the NRC's requirements.

C.13 secuilty

Work completed under this task order will be unclassified.

C.14 Proiect Managemet Methodology

The Contractor shall comply with Management Directive (MD) 2.8, Project ManagementMethodology, in performing the requirements of this task order. Seehttip://www.internal.nrc.qov/ADM/DAS/caq/Manaqement Directives/md2.8.pd

C.15 Docuirentation

The Contractor shall provide system documentation in accordance with NRC ManagementDirective (MD) 2.8, Project Management Methodology. The Task Order COR will provide theContractor with guidance on the required content of the documentation. Documents shall beupdated according to the configuration management methodology approved by the Task OrderCOR. The Contractor shall store all documentation in IMB Rational tools within the time framespecified by the Task Order COR. All documents developed shall become the property of NRC.

C.16 Expertise/Skiis/Training

The Contractor shall ensure personnel assigned to this Task are within the following or similarLabor Categories: Enterprise Architect, Senior Application Architect - M&O, Comp SystemsArchitect Prin, Appiication SW Dev Anist Prin, and Computer Sys Analyst Sr Stf.

The Contractor shall ensure personnel assigned to this Task possess proven experience and/orcertifications in the following technologies and commercial products:

1. Prover, extensive experience in JAVA and DOJO2. Proven, extensive experience in and/or certification Building Widgets and DOJO Dijits3. Proven, extensive experience in and/or certification in IBM FileNet Content Engine

internals and Web-Services/APIs

111 Page

MOM FA2 T2sk Order # 27 ADAMS PS Related Applications - Operation and Maintenance

4. Proven, extensive experience and/or certification in IBM's Business Process Manager,

Process Designer and event handling5. PRoven, extensive experience and/or certification in IBM's Advance Case Manager6. Proven, extensive experience and/or certification in IBM's Business Space7. Proven, extensive experience and/or certification in Lucene Search Appliance8. Proven, extensive experience and/or certification in IBM Content Analytics, eDiscovery

Manager, eDiscovery Analyzer, Content Federation Services and IBM Content Collector

Training that is needed by the Contractor's personnel on the technologies listed above shall beat the expense of the Contractor.

Training that is needed by the Contractor's personnel on the technologies listed above shall beat the expense of the Contractor.

C.17 Productive Labor Hours

ADDENDUM TO PARAGRAPH (i) OF CLAUSE 52.212-4 ALTERNATE I

The Contractor may submit invoices to the Government only for "productive labor hours.""Productive labor hours" are defined as those hours expended by the Contractor in performingrequirements under a task order and are directly related to an NRC-issued change request thatis issued to the Contractor through NRC's IBM Rational tools suite. Requests for operationalsupport from NRC task orders under this contract will be issued to the Contractor via changerequests in NRC's IBM Rational tools suite and will include a ceiling number of Contractorproductive labor hours within a given period (e.g., 10 productive labor hours between 8:00 a.m.and 7:00 p.m.) If the Contractor finds the number of productive labor hours in the changerequest to be unrealistically low, then the Contractor shall inform the Task Order COR within areasonable time after receiving the change request and should provide a written ceiling estimatefor the Task Order COR to consider. If the Task Order COR agrees with the Contractor'swritten ceiling estimate, then the Task Order COR would make the change in IBM Rational toolssuite or request that a person with access to the system make that change. The Governmentmay not reimburse the Contractor for any invoiced productive labor hours that are not directlyrelated to a NRC issued and approved change request and/or that exceeds the number of hoursinciuded in the applicable change request.

SECTION D - PACKAGING AND MARKING

See base contract.

SECT71ON E - IN!SPECTION AND ACCEPTANCE

See base contract.

12 1 P age

MOM FA2 Task Order # 27 ADAMS PS Related Applications - Operation and Maintenance

SECTION F - DELIVEPPABLES OR PERFORMANCE

See base contract.

SECTION G - CONTRACT ADMINISTRAJTION DATA

G.1 Task Order Contracting Officer's Representative (COR)

(a) The Task Order COR for this task order is: Mark Evans

(b) Performance of the work under this task order contract is subject to the technical direction ofthe NRC Task Order COR. The term "technical direction" is defined to include the following:

1. Technical direction to the contractor which shifts work emphasis between areasof work or tasks, authorizes travel which was unanticipated in the Schedule (i.e.,travel not contemplated in the Performance Work Statement (PWS) or changesto specific travel identified in the PWS), fills in details, or otherwise serves toaccomplish the contractual PWS.

I. Provide advice and guidance to the contractor in preparation of drawings,specification, or technical portions of the work description.

Ill. Review and, where required by the task order contract, approval of technicalreports, drawings, specifications, and technical information to be delivered by thecontractor to the Government under contract.

(c) Technical direction must be within the general statement of work stated in the task ordercontract. The Task Order COR does not have the authority to and may not issue any technicaldirection which:

I. Constitutes an assignment of work outside the general scope of the contract.

II. Constitutes a change as defined in the "Changes" clause of this contract.

Ill. In any way causes an increase or decrease to the total estimated contract cost,the fixed fee, if any, or the time required for contract performance.

IV. Changes any of the expressed terms, conditions, or specifications of thecontract.

V. Terminates the contract, settles any claim or dispute arising under the contract,or issues any unilateral directive whatever.

(d) Technical directions must be issued in writing by the Task Order COR or must be confirmedby the Task Order COR in writing within ten (10) working days after verbal issuance. A copy ofthe written direction must be furnished to the Contracting Officer. A copy of NRC Form 445,

131 Page

MOM FA2 Task Order # 27 ADAMS PS Relatecd Aoplications - Operation and Maintenance

Request for Approval of Official Foreign Travel, which has received final approval from the NRCmust be furnished to the Contracting Officer.

(e) The contractor shall proceed promptly with the performance of technical directions dulyissued by the Task Order COR in the manner prescribed by this clause and within the TaskOrder COR's authority under the provisions of this clause.

(f) If, in the opinion of the contractor, any instruction or direction issued by the Task Order CORis within one of the categories as defined in paragraph (c) of this section, the contractor may notproceed but shall notify the Contracting Officer in writing within five (5) working days after thereceipt of any instruction or direction and shall request the Contracting Officer to modify thecontract accordingly. Upon receiving the notification from the contractor, the Contracting Officershall issue an appropriate contract modification or advise the contractor in writing that, in theContracting Officer's opinion, the technical direction is within the scope of this article and doesnot constitute a change under the "Changes" clause.

(g) Any unauthorized commitment or direction issued by the Task Order COR may result in anunnecessary delay in the contractor's performance and may even result in the contractorexpending funds for unallowable costs under the contract.

(h) A failure of the parties to agree upon the nature of the instruction or direction or upon thecontract action to be taken with respect to thereto is subject to 52.233-1 Disputes.

(i) In addition to providing technical direction as defined in paragraph (b) of the section, the TaskOrder COR shall:

a. Monitor the contractor's technical progress, including surveillance and assessment ofperformance, and recommend to the Contracting Officer changes in requirements.

b. Assist the contractor in the resolution of technical problems encountered duringperformance.

c. Review all costs requested for reimbursement by the contractor and submit to theContracting Officer recommendations for approval, disapproval, or suspension ofpayment for supplies and services required under this contract.

d. Assist the contractor in obtaining the badges for the contractor personnel.

e. Immediately notify the Security Branch, Division of Facilities and Security (SB/DFS) (viae-mail) when a contractor employee no longer requires access authorization and returnof any NRC issued badge to SB/DFS with three days after their termination.

f. Ensure that all contractor employees that require access to classified Restricted Data orNational Security Information or matter, access to sensitive unclassified information(Safeguards, Official Use Only, and Proprietary information) access to sensitive !Tsystems or data, unescorted access to NRC controlled buildings/space, or unescortedaccess to protected and vital areas of nuclear power plants receive approval of SB/DFSprior to access in accordance with Management Directive and Handbook 12.3.

14 P a e

MOM FA2 Task Order # 27 ADAMS PS Related Aolications - Operation and Maintenance

g. For contracts for the design, development, maintenance or operation of Privacy ActSystems of Records, obtain from the contractor as part of closeout procedures, writtencertification that the contractor has returned to NRC, transferred tc the successorcontractor, or destroyed at the end of the contract in accordance with instructionsprovided by the NRC Systems Manager for Privacy Act Systems of Records, all records(electronic or paper) which were created, complied, obtained or maintained under thecontract.

SECTION H - SPECIAL CONTRACT REQUIREMiENTS

H.1 2052.215-70 KEY PERSONNEL (JAN 1993)

(a) The following labor category is considered to be essential to the successful performance ofthe work hereunder:

[The task order, when issued, may specify key personnel]

The contractor agrees that personnel may not be removed from the contract work orreplaced without compliance with paragraphs (b) and (c) of this section.

(b) If one or more of the key personnel, for whatever reason, becomes, or is expected tobecome, unavailable for work under this contract for a continuous period exceeding 30 workdays, or is expected to devote substantially less effort to the work than indicated in theproposal or initially anticipated, the contractor shall immediately notify the ContractingOfficer and shall, subject to the concurrence of the Contracting Officer, promptly replace thepersonnel with personnel of at least substantially equal ability and qualifications. TheContractor also has the option not to replace the key personnel and with concurrence fromthe Contracting Officer to terminate the contract.

(c) Each request for approval of substitutions must be in writing and contain a detailedexplanation of the circumstances necessitating the proposed substitutions. The requestmust also contain a complete resume for the proposed substitute and other informationrequested or needed by the Contracting Officer to evaluate the proposed substitution. TheContracting Officer and the Task Order COR shal! evaluate the contractor's request and theContracting Officer shall promptiy notify the contractor of his or her decision in writing.

(d) If the Contracting Officer determines that suitable and timely replacement of key personnelwho have been reassigned, terminated, or have otherwise become unavailable for thecontract work is not reasonably forthcomina. or that the resultant reduction of productiveeffort would be so substantial as to impair the successful completion of the contract or theservice order, the contract may be terminated by the Contracting Officer for default or for theconvenience of the Government, as appropriate. If the Contracting Officer finds the

15 P a g =

MOM FA2 Task Orcier * 27 ADAMS P2 Raeatec: Apolications - Oneration and Maintenance

contractor at fault for the condition, the contract price or fixed fee may be equitably adjusteddownward to comDensate the Government for any resultant delay, loss, or damage.

PART H

SECTION ! - CONTRACT CLAUSES

See base contract for clauses that apply to this task order.

SECTION •" - TASK" ORDER- ATTACHMENTS

The attachments to the PWS are as follows:

1. Cost/Price Schedule2. Performance Standards and Metrics

16 P a g e

MOM FA2 7ask Order #27 ADAFAS !') keae Avolications - D~erations and Maintenance

Per'•7or-m.-nc e Stan~da.rd's and. ithetrics

The Contractor shall provide accurate metrics for the defined performance measures. The

Contractor shall also make available to the NRC any source data for the measured metricswhen requested to substantiate the reported metrics.

Table Colmnn Defiinhions:

, Required Services: the type of support service being rendered under the scope ofthe task order.Performance Standard: The performance level required to meet the contractrequirements.Acceptable Quality Level: the benchmark for satisfactory performanceQASP Monitoring Method: the calculation involved in arriving at the final measure

Reuie Sevie Pefrac Standard Accpal Quait *A S Moiorn Meho I

Release Delivery Release should be delivered fordeployment into production bydue date. "Delivered" meansthat Contractor has sent NRCTask Order COR an email statingthat revised code (incorporatingsuccessfully tested UATchanges), installationinstructions and Release Noteshave been checked in to IBMRational

Deviation is no morethan 1 business dayRelease DeliveryDate in latestbaseline Schedule

NRC Task Order COR willrun IBM Rational Releasereports

Release Releases should not have been No deviation Task Order COR will run

Acceptance rejected because of defective Rational Release reports

code or artifacts found in UserAcceptance Testing orProduction

Change Requests CRs are tracked and updated No deviation NRC Task Order COR will

(CRs) tracked and within the PMM designated CM run IBM Rational Release

updated within tools reportsthe PMMdesignated CMtools

Release Cost Estimated Cost of each Release Deviation is 15% NRC Task Order COR will

Estimating should be equal or less than the below cost or 5% run IBM Rational Release

Accual Cost of the Release. over cost reports

Production System Production system must be 100% 1 Deviation is not more Task Order COR will review

MOM FA2 Task Order #27 ADAMS P8 Reiated AnDmkations - Ooerations and Maintenance

SupDort

Reuie Sevie Pefomac Standard Accpal Quait ** * Moiorn Method

LevelS

Availability available for submissions from7:00AM through 12:00AM ESTMonday through Friday and from8:00AM through 6:00PM onweekends and holidays exceptduring pre-scheduled andannounced maintenanceperiods. These periods will notexceed 4 hours per week

than 2 hours perweek exclusive ofscheduledmaintenance periods

performance

+ *4 I.Service CallResponse Time forDefects (i.e.ADAMS is notoperating asrequired)

System operating hours coverageprovided from 7:00am to12:00am Eastern Standard Time,Monday through Friday,excluding holidays

Priority 1 (Unable toaccess a document orcomplete a query):Deviation is not morethan15 minutesresponse time fromwhen service call ismade (either phonecall or email todesignated responsepersonnel)Priority 2 (Unable tocomplete DPCprocessing, i.e. ORPprocessing,Advanced ProfileReplace Utility):Deviation is not more

than One (1) hourresponse time fromwhen service call ismade

Task Order COR will

analyze call log andtracking reports

Extended Hours Coverageprovided all times other thansystem operating hours coverage

Priority 1 - Deviationis not more than four(4) hours responsetime from whenservice call is made.Priority 2 - Deviation

is that response ismade not later thannoon of nextbusiness day fromwhen service call ismade.

Deliverables Delivered within the agreed No deviation Task Order COR will review

upon timeframes, addresses the (delivered by COB of deliverablesagreed upon scope and complies designated deadlinewith acceptable and professional date; i.e. the date in

2

VAOM FA2 Task Order #27 ADAMS 28 Related Aplications - Ooerations and Maintenancesur~oot

Required Services Performance Standard Acceptable Quality QASP Monitoring MethodLevel (AQL)

formatting and/or required NRCtemplates

the latest baselineschedule), except asmay be adjusted byTask Order COR viawritten emailauthorization toContractor.

Deviation is that anydefects withindocuments are at anon-material level, asdetermined by TaskOrder COR

3