H ~ UNRESTRICTED DESTINATION UNLESS Ne130 Days

Similar documents
~/~ --~ Line Item Total Cost $250, Summary Total Funding $250, See Schedule BPA CALL

ORDER FOR SUPPLIES OR SERVICES (FINAL)

10. THIS ACQUISITION IS X UNRESTRICTED SET ASIDE: % FOR HUBZONE SB 8(A) 18a. PAYMENT WILL BE MADE BY

ORDER FOR SUPPLIES OR SERVICES

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2


SEE SCHEDULE 10. THIS ACQUISITION IS SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

The Association of Universities for Research in Astronomy. Award Management Policies Manual

1. REQUISITION NUMBER M RCIHH THIS ACQUISITION IS UNRESTRICTED HUBZONE SMALL BUSINESS 8(A) NAICS: SIZE STANDARD:

ONR Addendum to the DoD R&D General Terms and Conditions and ONR Programmatic Requirements - Domestic Education and Symposium Projects MAY 2018

Department of Defense INSTRUCTION

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

As required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), Contracting Officers must

ONR Addendum to the DoD R&D General Terms and Conditions and ONR Programmatic Requirements September 2017

1. REQUISITION PAGE 1 OF 76 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 SEE

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

FUNDING AGREEMENT FOR SECTION 5317 NEW FREEDOM PROGRAM GRANT FUNDS

Department of Defense Policy and Guidelines for Acquisitions Involving Environmental Sampling or Testing November 2007

Management of Contracted Advisory and Assistance Services

Subrecipient Monitoring Under 2 CFR 200. Kris Rhodes, MS Director, Higher Education Practice

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

OFFICE OF NAVAL RESEARCH FOREIGN SYMPOSIUM GRANT INTERIM TERMS AND CONDITIONS (February 2015)

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

Forms:

FEDERAL CONTRACTS PERSPECTIVE Federal Acquisition Developments, Guidance, and Opinions

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Department of Defense INSTRUCTION

DD Form 577 Appointment/ Termination Record-Authorized Signature

FISCAL YEAR FAMILY SELF-SUFFICIENCY PROGRAM GRANT AGREEMENT (Attachment to Form HUD-1044) ARTICLE I: BASIC GRANT INFORMATION AND REQUIREMENTS

PERFORMANCE WORK STATEMENT Florida CERFP Vigilant Guard 2015 Role Player Support Short Title: FL CERFP VG March 2015

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each

RAYTHEON MISSILE SYSTEMS PURCHASE ORDER ATTACHMENT

Defense Logistics Agency Instruction. Organic Manufacturing

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Department of Defense INSTRUCTION

KELLER INDEPENDENT SCHOOL DISTRICT

Attachment A Contractor Reference Form

GSA OASIS and the DoD 4 th Estate

I nspec tor Ge ne ral

REQUEST FOR PROPOSALS EXECUTIVE SEARCH FIRM January 5, 2018

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

and THE BOEING COMPANY 7755 E MARGINAL WAY SEATTLE WA (253) CAGE: 81205

RESOLUTION NUMBER 2877

OIG AUDIT A GRANTEE S PERSPECTIVE

Provider Rights. As a network provider, you have the right to:

Department of Defense INSTRUCTION

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

S, INSTRUCTION 5 AD-A N MBYR=

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

Department of Defense INSTRUCTION. SUBJECT: Reimbursable Work Authorization Procedures for Washington Headquarters Services (WHS) -Operated Facilities

DOD INVENTORY OF CONTRACTED SERVICES. Actions Needed to Help Ensure Inventory Data Are Complete and Accurate

PART 21-DoD GRANTS AND AGREEMENTS--GENERAL MATTERS. Subpart A-Defense Grant and Agreement Regulatory System

DPAS Defense Priorities & Allocations System for the Contractor

WEATHERIZATION ASSISTANCE PROGRAM. Procurement. Trainer s Manual Three Hour Workshop

Request for Proposals. For RFP # 2011-OOC-KDA-00

SUBPART PRESCRIPTION OF FORMS (Revised October 1, 2000)

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

DFARS Procedures, Guidance, and Information

DEPARTMENT OF DEFENSE FEDERAL PROCUREMENT DATA SYSTEM (FPDS) CONTRACT REPORTING DATA IMPROVEMENT PLAN. Version 1.4

D August 16, Air Force Use of Time-and-Materials Contracts in Southwest Asia

(Revised January 15, 2009) DISCLOSURE OF INFORMATION (DEC 1991)

PART 21 DoD GRANTS AND AGREEMENTS GENERAL MATTERS. Subpart A-Introduction. This part of the DoD Grant and Agreement Regulations:

Report to Congress on Distribution of Department of Defense Depot Maintenance Workloads for Fiscal Years 2015 through 2017

DISA INSTRUCTION March 2006 Last Certified: 11 April 2008 ORGANIZATION. Inspector General of the Defense Information Systems Agency

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

GRANT FUNDING AND COMPLIANCE POLICY

Pre-Award 42 Contract Management February 2011

GOVERNMENT OF THE DISTRICT OF COLUMBIA Office of Contracting and Procurement REQUEST FOR TASK ORDER PROPOSAL

To find a PO to move to an invoice, from the Main Menu:

REPORTING INSTRUCTIONS

Attachment 2 PERFORMANCE WORK STATEMENT (PWS) FOR AIR FORCE RECRUITING SERVICE (AFRS) RECRUITER SALES TRAINING

THE UNIVERSITY OF TEXAS AT ARLINGTON OFFICE OF GRANT AND CONTRACT SERVICES CLOSE-OUT PROCEDURE

DFARS Procedures, Guidance, and Information

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS Northeastern Region Grantee Technical Assistance for Federal Compliance

Annual Supplier Representations & Certifications

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

REQUEST FOR PROPOSAL After Hours Answering Services

COMPLIANCE WITH THIS PUBLICATION IS MANDATORY

Grants Financial Procedures (Post-Award) v. 2.0

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Health-Related Website and Social Media Platform Services

Report No. D August 20, Missile Defense Agency Purchases for and from Governmental Sources

Hurricane Matthew October 10, 2016 Categories A & B

BREMEN CITY SCHOOL NUTRITION PROGRAM PROCUREMENT PLAN

Training and Evaluation Outline Report

SCHOOL BOARD ACTION REPORT

Request for Proposal RFP # Web/UX project lead (design, strategy, client management) 15 Nov Equal Measures 2030-FY18

REQUEST FOR PROPOSALS (RFP) # Revised from Management Software for Childcare Services

Strategic Initiatives Program Manager Karen Van Buren

REQUEST FOR PROPOSALS (RFP) For Electrical Engineering Design Services City Hall Switchgear Replacement October 28, 2016

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

EXHIBIT A SPECIAL PROVISIONS

Notification and Federal Employee Antidiscrimination and Retaliation Act (NoFEAR) Fiscal Year 2016 Report

Transcription:

SOLCTATON/CONTRACT/ORDER FOR COMMERCAL TEMS t REQUSTON NUMBER PAGEl OF 10 H001562072000 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CON TRACT NO. 3. AWARD/EFFECTVE DATE,4. ORDER NUMBER 5. SOLCTATON NUMBER 6, SOLCTATON SSUE DATE bk10034-09-a-3015 (b)(4) 7. FOR SOLCTATON a. NAME b. TELEPHONE NUMBER (No Collect Calis) 8. OFFER DUE DATE/lOCAL TME NFORMATON CALL: 9. SSUED BY CODE 10. THS ACQUSTON S 11. DELVERY FOR FOB 12. DSCOUNT TERMS 1 H00034 ~ UNRESTRCTED DESTNATON UNLESS Ne130 Days WHS - ACQUSTON DRECTORATE BLOCK S MARKED 1155 DEFENSE PENTAGON SET ASDE: %FOR WASHNGTON DC 20301 1155 SEE SCHEDULE SB HUBZONESB D 13a. nils CONTRACT S A RATED ORDER UNDER DPAS (15 CFR 700) 8(A) 13b. RAllNG SVC DSABLED VET OWNED SB TEL: 14. METHOD OF SOLCTATON EMERGNG SB FAX: DRFO D FB DRFP SZE STD: NACS: m, R 15. DELVER TO CODE H00156 16. ADMNSTERED BY CODE 5 ~RVE AFFAR~ b 6) 1500 DEFENSE PENTAGON RM 2ES93 WASHNGTON DC 20301 1500 SEE TEM 9 17a. CONTRACTOR/ OFFEROR CODE 15VTP8 18a PAYMENT WLL BE MADE BY CODE HQ0338 SCENCE APPLCATONS NTERNATONAL COR PO DFAS-CO/SOVTH ENTTLEM3'JT OPERATONS (b)(6) P.O. BOX 182264 1110 :SAil,; UH COLU!vi3US OH 43218-2264 MCLEAN VA 22102-3703 FACLTY TEL. (703) 676-2597 CODE D 17b. CHECK F RB\rrTANCES DFFERENT AND PUT SUCH ADDRESS N OFFER 18b. SUBMrT NVO~ES []ADDRESS SHOWN N BLOCK 18a. UNLESS BLOCK BELOW S CHECKED SEE ADDB'JDUM 19.1TEMNO. 20. SCHEDULE OF SUPPLES/SERVCES 21. QUANTTY 22. UNT 23. UNT PRCE 24. AMOUNT SEE SCHEDULE 25. ACCOUNTNG AND APPROPRATON DATA 26. TOTAL AWARD AMOUNT (For Gov. Use Only) See Schedule l(b)(4) D 27a. SOLiCTATON NCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED. ADDENDA DARED ARE NOT ATTACHED D 27b. CONTRACT/PURCHASE ORDER NCORPORATES BY REFERENCE FAR 52.212 4. FAR 52.212 5 S ATACHED. ADDENDA DARE DARE NOT ATACHED 28. CONTRACTOR S REOUJRED TO SGN THS DOCUMENT AND RETURN! COPES 29. AWARD OF CONTRACT: REFERENCE ~TO SSUNG OFFCE. CONTRACTOR AGREES TO FURNSH AND DELVER ALL TEMS D OFFER DATED YOUR OFFER ON SOLCTATON SET FORTH OR OTHERWSE DENTFED ABOVE AND ON ANY ADDTONAL SHEETS (BLOCK 5). NCLUDNG ANY ADDTONS OR CHANGES WHCH ARE SUBJECT TO THE TERMS AND CONDillONS SPECFED HEREN. SET FORTH HEREN, S ACCEPTED AS TO TEMS: 30a. SGNATURE OF OFFEROR/CONTRACTOR 31<>. ONTE:D STATES OF AMERCA! SGNATURE OF CONTRACTNG OFFCER) 3l c. uate SGNED ~<C l<b)(4) 30b. NAMEANDTTLEOFSGNER 30c. DATE SGNED 311>. NA4E: OF CCN7RACli NG OF'? CER!Tl'P UP F<JN'{} (TYPE OR PRtNn AUTHORZED FOR LOCAL REPRODUCTK:>N PREVK:>US EDTK:>N S NOT USABLE Reg2nald Soloman Ur ~ nch Ch1ef tel : l(b )(6) E:M\L :<bj(6j STANDARD FORM 1449 (REV 3/2005) Prescribed by GSA FAR (48 CFR) 53.212

SOLCTATON/CONTRACT/ORDER FOR COMMERCAL TEMS PAGE20F 10 (CONTNUED) 19. ftem 110. 20. SQ-EDULE OF SUPA..ES/ SERV CES 21. QUANTTY 22. UNT 23.!.NT PRCE 24. Atv'OUNT SEE SCHEDULE 32a. QUANTTY N COLUMN 21 HAS BEEN D RECEVED D NSPECTED D ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: 32b. SGNATURE OF AUTHORZED GOVERNMENT 32c. DATE 32d. PRNTED NAME AND TTLE OF AUTHORZED GOVERNMENT REPRESENTATVE REPRESENTATVE 32a. MALNG ADDRESS OF AUTHORZED GOVERNMENT REPRESENTAllVE 321. TELEPHONE NUMBER OF AUTHORZED GOVERNMENT REPRESENTATVE 32g. E-MAL OF AUTHORZED GOVERNMENT REPRESENTATVE 33. SHP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERFED 36. PAYMENT 37. CHECK NUMBER CORRECT FOR 1 PARnAL FNAl D COMPLETE D PARTAl DFNAL 38. SR ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAD BY 41a. CERnFY THS ACCOUNT S CORRECT AND PROPER FOR PAYMENT 41b. SGNATURE AND TTLE OF CERTFYNG OFFCER 41c. DATE 42a. RECEVED BY (Print) 42b. RECEVED AT (Location) 42c. DATE REC'D (YYMM/DD) 142d TOTAL CONTANERS. AUTHORZED FOR LOCAL Fa'FDJJCTON PREVOUS ED!TON S NOT USABLE STANDARD FORM 1449 (REV 3/2005) BACK Prescribed by GSA FAR (48 CFR! 53.212

Page 3 of 10 Section SF 1449 -CONTNO A TON SHEET This is issued under and pursuant to the provisions of ~the "Agreement''). The terms and conditions of the Agreement are hereby incorporated by reference and, except as provided herein by this, remain in fnll force and effect. TEM NO 0001 SUPPLES/SERVCES QUANTTY ff[] UNT Months rnt PRCE (b){4) 1 Study for Equipping the RCs FFP Non-personal services to perform the requirements of the PWS as indicated in this Task Order. PURCHASE REQUEST NUMBER: HQO 1562072000 l 000 AMOUNT r)(4) ACRN AA NETAMT D NSPECTON AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLN NSPECT AT 0001 Destination NSPECT BY Government ACCEPT AT Destination ACCEPT BY Government DELVERY N FORMA TlON CLN DEUVERY DATE QUANTTY SHP TO ADDRESS UC 0001 N/A OSD RESERVE AFFARS l<b)(6) 1500 DEFENSE PENTAGON Rrvl2E593 WASHNGTOT DC 20301-1500 l(b){6) HQ0156 FOB: Destination

Page 4 of 10 ACCOUNTNG AND APPROPRATON DATA AA: 972 0100 J?O 1301 251B S49447 DSAC20252 t\mountj(b)(4) CN HQ0156207200000011<b)( 4 ) CLAUSES NCORPORATED BY FULL TEXT 252.209-7999 REPRESENTATON BY CORPORATONS REGARDNG AN UNPAD DELNQUENT TAX LABLTY OR A FELONY CONVCTON UNDER ANY FEDERAL LAW (DEVATON 20 12-00004) (JAN 201 2) (a) n accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (l) Has any unpaid Federal tax liability that has been assessed, for which au judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liabibty, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1).s not a coij)oration that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pun;uant to an agreement with the authority responsible for collecting the tax liability, (2) s not a coij)oration that was convicted of a felony criminal violation under a Federal Jaw within the preceding 24 months. (End of provision) CONTRACTNG OFFCER'S REPRESENTATVE (COR) (MARCH 2007) The COR is a representative for the Government with limited authority who has been designated in writing by the Contracting Officer to provide technical direction, clarification, an<.l guidance with respect to existing specifications and statement of work (SOW)/statement of objectives (SOO) as established in the contract. The COR also monitors the progress an<.l quality of the Contractor's performance for payment purposes. The COR shall promptly report Contractor performance discrepancies and suggested corrective actions to the Contracting Officer for resolution.

Page 5 of JO The COR is NOT authorized to take any direct or indirect actions or make any commitments that will result iu changes to price, quantity. quality, schedule, place of performance, delivery or any other terms or conditions of the written contract The Contractor is responsible for promptly providing written notification to the Contracting Officer if it believes the COR has requested or directed any change to the existing contract (or task/delivery order). No action shall be taken by the Contractor for any proposed change to the contract notil the Contracting Officer has issned a written directive or written modification to the contract (or task/delivery order). The Government will not accept and is not liable for any alleged change to the contract unless the change is included in a written contract modification or directive signed by the Contracting Officer. f the Contracting Officer has designated an Alternate COR (ACOR), the ACOR may act only in the absence of the COR (due to such reasons as leave, official travel, or other reasons for which the COR is expected to be gone and not readily accessible for the day). COR authority S NOT delegable. WHS A&PO W A WF JNVOCfNG NSTRUCTONS (Apr 20 0) To implement DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports (March 2008)", Washington Headquarters Services. Ac4uisition & Procurement Office (WHS A&PO) utilizes W A WF to electronically process vendor requests for payment. The web based system is located at https:l/wawf.eb.mil, and allows government contractors and authorized Department of Defense (DOD) personnel to generate. capture, process and track invoice and acceptance documentation electronically. The contractor is required to utijjze. this system when submitting invoices and receiving reports under this contract. Submission of hard copy DD250/nvoice/Puhlic Vouchers (SF1034) is no longer permitted. The contractor shalt ensure au Electronic Business Point of Contract is designated in Central Contractor Registration at http://www.ccr.gov/ and register to use W A WF at https:l/wawf.eb. mil within ten ( 0) days after award of the contract or modification incorporating W A WF into the contract. Step by step instructions to register are available at http://wawf.eb.mil. The contractor is directed to submit the following invoice type: 2-n-1 -Services Only, including Construction Back up documentation may be attached to the invoice in WA WF under the "Mise nfo" tab. Fill in au applicable information under each tab. With the exception of extensions, the following required information should automatically populate in WA WF; if it does not populate, or does not populate completely or correctly. enter the following information as noted: Contract Number HQ0034-09-A-30 15-00 0 Deli very Order Pay DoDAAC ssue By DoDAAC Admin By DoDAAC HQ0338 HQ0034 HQ0034

Page 6 of JO nspect By DoDAAC/Extension Service Acceptor DODAAC/Extension or Sbip to DODAAC/Exteusion or Service Approver DODAAC/Extension or HQ0156 Grant Approver DODAAC/Extension DCAA Auditor DODAAC/Extension LPODODAAC Leave Blank The Contractor sbau verify that tbe DoDAACs antomatical.ly populated by the WAWF system match the above information. f these DoDAACs do not match then the contractor shall correct the field(s) and notify the contracting ofticer of the discrepancy (ies). The Contractor will need to enter a Shipment (or Voncher) Number in a specific format. The correct format for a shipment number for MOCAS invoices is AAAXNNN where A= alpha, X = alphanumeric and N = numeric characters. followed by a "Z" suffix if it is a final invoice. (e.g. SEROOOJ, BVN0002Z, SERA003) W A WF will affix the prefix "SER" for 2-in-l invoices and prefix "B VN" for cost vouchers to the Shipment (or Voucher) Number fields. For Combo documents. the contractor may enter their own three letter prefixes. Take special care when entering Line tem information. The Une ltern tab is where you will detail your request for payment and material/services that were provided based upon the contract. Be sure to fill in the following items exactly as they appear in the contract: tem Number: f the contract schedule has more than one ACRN listed as sub items under the applicable Contract Line tem Number (CLN), use the 6 character, separately identifiej Sub Line tem Number (SLN) (e.g.- OOOlAA) or nformational SUN (e.g.- 01), otherwise use the 4 character CLN (e.g.- 0001). Unit Price Unit of Measure ACRN: Fill-in the applicable 2 alpha character ACRN that is associated with the CLN or SUN. Note- DO NOT NVOCE FOR MORE 1HAN S S11LLAVA.ABLE UNDER ANY CLJNSUN/ACRN. Before closing out of an invoice session in W A WF but after submitting your document or documents, the contractor will be prompted to send additional email notifications. C.. d More Email Notification" on the page that appears. Add the following email address (b)( 6 ) in the first email address block and act4(b){6) lin the following oc s. 11s a ltlona notification to the government is important to ensure that au appropnate persons are aware that the invoice documents have been submiued into the W A \VF system.

Page 7 of 10 f you have any questions regarding W A WF, please contact the W A WF Help Desk at 1-866-618-5988. PERFORMANCE WORK STATEMENT Study for Equipping the Reserve Component Forces (RA-1201) For the Oflice of the Assistant Secretary of' Defense (Resene Affairs) l.o Background. This requirement supports the Office of the Assistant Secretary of Defense, Reserve Affairs (OASD/RA). The OASD(RA) is the principal advisor to the Secretary of Defense with responsibility for overall supervision of matters that involve the Reserve Components (RCs). n this capacity, tbe OASD(RA) develops the policies that set the conditions for a sustainable, seamlessly integrated and complementary Total Force. The overarcl1ing policy that deals with equipping the Reserve Components is published in Department of Defense nstruction 1225.06 (DoD 1225.06), "Equipping the Reserve Components." 2.0 Scope/Objective. OASD(RA) requires contractor support to use business best practices to evaluate the equipment management processes as defined in DoD 1225.06. The study should evaluate current approval processes for transfers, withdrawals, and diversions of Reserve Component equipment, research industry and other-governmental processes to assess best means of implementing process changes, am.l employ those means to improve the processes described in DoD 1225.06, Equipping the Reserve Components. The Contractor sha.ll provide a recommended approval process that must meet the following Objectives: 2. Objective : Equip each Military Department Reserve Component to provide the operational capabilities and strategic depth required to fult1.11 assigned missions. 2.2 Objective 2: Develop equipment procurement, distribution programs and plans responsive to Homeland Defense (HD), Defense Support of Civil Authorities (DSCA) and the military combatant commam.lers' mission requirements. 2.3 Objective 3: Establish equipment priorities, regardless of component, for the reconstitution and resetting of force capabilities after contingency operations for the transformation of the force into a revised force structure to meet future-mission requirements. 2.4 Objective 4: Establish full transparency and traceability from procurement planning to delivery to the RCs. 2.5 Objective 5: Develop a plan for the equipment withdrawals, transfers, and diversions from a Reserve Component to an Active Component with the request and approval of the Secretary of Defense or designated represenwtive, promoting transparency of equipment procurement funding. 2.6 Objective 6: dentify and develop equipment management process improvements to promote manpower cost efficiencies and shorten the current equipment management process. 3.0 Tasks. The Contractor shall be directly responsible for ensuring the accuracy, timeliness, and completion of all tasks under this effort, none of which are considered inherently government functions as defined in FAR 2.101 or Subpart 7.5. The contractor will support the tasks below.

Page 8 of 10 3.1 Attend and participate in a project in-brief or kick off meeting with RA to review contract requirements and discnss RA objectives for improving the current RC equipment management processes. 3.2 dentify, evaluate, and analyze current RC equipment management processes in accordance with the stated objectives in 2.0 and DoD 1225.06. 3.3 Upon completion of the current process analysis and identifying recommendations, prepare a briefing with RA that shows the current status of RC equipment processes and process analysis methods used. CoUaborate with RA for concurrence with establishing best practice methods. Recommended methods or approaches must include two or three examples of iudustry (with supporting research documentation) or other governmental best practices. n addition to the brief, the contractor shall provide documentation of their findings and should be in the form of a written document with graphic attachments in a business staudard format. such as Visio diagrams. that desc1ibe each service process and the DoD process from receipt of a request from the Services. Briefing slides should also be provided at the end of the evaluation and documentation task. The Contractor shall present the aforementioned briefing to the RA personnel upon approval by the Govermnent. 3.4 Prepare two or more recommended Courses of Actions (COAs). The COAs must meet the intent of the DoD 1225.06, must address projected savings in calendar days aud labor in quantitative terms, aud must document the projected cost of implementing the change - to include purchase of required software, training for employees, and any other elements of cost. f suggested COA involves cost through purchase of software, COA should identify any DoD or COTS software currently in use that may meet the requireme.nt and should evaluate the cost-benefit of purchasiug new software versus using what is already government-owned. must show that uo existiug software currently owned and in use by DoD will meet the requirement. Prepare and present recommendations for process improvemeut iu accordance with staudards for the method used iu the study. 3.5 Status Reports. 3.5. Monthly Status Report. The contractor shall provide a monthly written status report documenting task support, issues, and progress. The report shall detail contractor activities during the reporting month and plans for the following month. The report shall include a summary of work performed and deliverables completed, current or projecied problems, issues with resolution, an explanation of deviations from tbe last month's projections, and any recommendations related to the effort. 3.5.2 Progress Reviews. Perform as instructed by the Contracting Officer's Representative (COR) and Project Manager to summarize the status and progress of all activities being performed by the contractor under this Performance Work Statement (PWS). Formal Progress Reviews will take place at those locations requested by the COR. A minimum of two Formal Progress Reviews will occur at the three and six month period. Specific dates tor tormal progress reviews will be agreed between the COR and the contractor's Program Manager. nformal Prugress Reviews will will take place Monthly at the 2"d Monday of each month. 4.0 Delivcrablcs. Deliverable Due Task Format Non-Disclosure Agreement NL T 14 days after award; 3. 1 Microsoft Word with and upon replacement of original employee signature personnel Kickoff meeting with NLT 14 days after award 3.1 Microsoft Word and Overview briefing, PowerPoint

Page 9 of 10 Deliverable Briefing and report on current equipment management process and process recommendations Briefing and report on courses of action, recommended COA Status Report nformal Progress Reviews Formal Progress Review to Leadership Due NLT 60 days after award NLT 180 days after award Monthly, 2nd Mnnday nr each month Monthly, 2"d Monday of each Jfl()Jllh At 3 and 6 month period Task 3.2-3.3 3.4 3.5.1 3.5.2 3.5.2 Format Microsoft Word and PowerPo Microsoft PowerPoint Microsoft Word Microsoft Word Micrisoft Word 4.0 Type of Contract and Period of Performance. Tl:tis is a Firm Fixed Price order. The period of performance (POP) will be'-l<b_l_<4_), 5.0 Place of Performance. Work will primarily he performed at the contractor's site. On occasion work site may include other government sites within the National Capital Region (NCR). greater Washington, DC area. Recognized Holidays: Unless required under the terms of the contract or authorized by the contracting officer. the contractor shall not plan to work at a Government facility on any of the following Government observed legal holidays: New Year's Day, Labor Day, Martin Luther King Jr.'s Birthday, Columbus Day, President's Day, Veteran's Day. Memorial Day, Thanksgiving Day, ndependence Day, and Christmas Day. 6.0 Travel/Other Direct Charges (ODC). Non-local travel is not anticipated for this task order. Local charges will not be reimbursed by the Government. 7.0 Security. All tasks must be conducted in full compliance with DoD security regulations. During the period of performance, all contractor personnel will be required to maintain a Secret clearance. All contractor personnel will be required to sign a Non-Disclosure Agreement (attached). 8.0 Contractor Quality Control. The contractor shall perfonn all technical and administrative planning, coordination, analysis and tracking of the diverse activities and disciplines provided by the contractor to meet the requirements of this PWS. The contractor shall manage and control task order resources to assure completion of all tasks within schedule and performance requirements. 9.0 Contracting Officer's Representative (COR). The COR shall be the focal point for all task order administration matters related to performance of this PWS. Ouly the Contracting Oftlcer can make changes to the task order or this PWS, and any such changes are not effective unless directed in writing hy the Contracting Officer. The contractor will be 11otified in writing concerning the replacement of the COR for this task order. Subsequent CORs will be appointed in writing and a copy of the appointment letter will be provided to the contractor.

Page 10 of 10