You are on page 1of 149

DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF PAGES


SOLICITATION, OFFER AND AWARD UNDER DPAS (15 CFR 700) 1 149
2. CONTRACT NO. 3. SOLICITATION NO. 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE NO.
[ ] SEALED BID (IFB)
W91RUS21C0008 W91RUS21R0003 26 Oct 2020 SEE SCHEDULE
[ X ] NEGOTIATED (RFP)
7. ISSUED BY CODE W91RUS 8. ADDRESS OFFER TO (If other than Item 7) CODE W91RUS
ACC-APG ACC-APG
2133 CUSHING ST PAULA L. KEITH
BLDG 61801 RM 3410 2133 CUSHING ST. BLDG 61801
FORT HUACHUCA AZ 85613 TEL: (520) 538-1376 STE 3410 520-533-1427 TEL: (520)533-1427
FT HUACHUCA AZ 85613
FAX: (520) 538-1838 FAX:
NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

SOLICITATION
9. Sealed offers in original and copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if
handcarried, in the depository located in until local time
(Hour) (Date)
CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and
conditions contained in this solicitation.
10. FOR INFORMATION A. NAME B. TELEPHONE (Include area code) (NO COLLECT CALLS) C. E-MAIL ADDRESS
CALL: PAULA L. KEITH 520-533-1427 paula.l.keith.civ@mail.mil

11. TABLE OF CONTENTS


(X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S)
PART I - THE SCHEDULE PART II - CONTRACT CLAUSES
X A SOLICITATION/ CONTRACT FORM 1-3 X I CONTRACT CLAUSES 128 - 148
X B SUPPLIES OR SERVICES AND PRICES/ COSTS 4 - 99 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS
X C DESCRIPTION/ SPECS./ WORK STATEMENT 100 X J LIST OF ATTACHMENTS 149
D PACKAGING AND MARKING PART IV - REPRESENTATIONS AND INSTRUCTIONS
X E INSPECTION AND ACCEPTANCE 101 - 104 REPRESENTATIONS, CERTIFICATIONS AND
K
X F DELIVERIES OR PERFORMANCE 105 - 118 OTHER STATEMENTS OF OFFERORS
X G CONTRACT ADMINISTRATION DATA 119 - 127 L INSTRS., CONDS., AND NOTICES TO OFFERORS
H SPECIAL CONTRACT REQUIREMENTS M EVALUATION FACTORS FOR AWARD
OFFER (Must be fully completed by offeror)
NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.
12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period
is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite
each item, delivered at the designated point(s), within the time specified in the schedule.
13. DISCOUNT FOR PROMPT PAYMENT
(See Section I, Clause No. 52.232-8)
14. ACKNOWLEDGMENT OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE
(The offeror acknowledges receipt of amendments
to the SOLICITATION for offerors and related
documents numbered and dated):
15A. NAME CODE 74CW6 FACILITY 74CW6 16. NAME AND TITLE OF PERSON AUTHORIZED TO
AND ALL NATIVE SYNERGIES COMPANY
GWEN LACY SIGN OFFER (Type or print)
ADDRESS 1 MISSION DR Sean McPhilomy
OF WINNEBAGO NE 68071-4900
OFFEROR General Manager

15B. TELEPHONE NO (Include area code) 15C. CHECK IF REMITTANCE ADDRESS 17. SIGNATURE 18. OFFER DATE
IS DIFFERENT FROM ABOVE - ENTER 02/03/2021 | 8:59
571.366.3208 SUCH ADDRESS IN SCHEDULE.
AWARD (To be completed by Government)
19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION
$11,209,088.94 EST See Schedule

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM
10 U.S.C. 2304(c)( ) X 41 U.S.C. 253(c)( 5 ) (4 copies unless otherwise specified)
24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE HQ0490
DFAS -IN, VP GFEBS
8899 E. 56TH STREET
INDIANAPOLIS IN 46249-3800
See Item 7

26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE
JOE MORRIS JR. 28-Jan-2021
TEL: (520) 538-6393 EMAIL: joe.l.morris4.civ@mail.mil (Signature of Contracting Officer)
IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.
Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97)
Prescribed by GSA
FAR (48 CFR) 53.214(c)
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 2 of 149

Section A - Solicitation/Contract Form

PROPOSAL INSTRUCTIONS
SOLICITATION/CONTRACT FORM

CLINs 0003, 0009, 0010 and the respective optional year CLINs are NOT USED.

Vehicles for assorted branches -

CLIN 0006 Network Infrastructure Branch (NIB) 2ea. Tasks 3.2 and 3.3

NIB - Installation Transport Center (ITC), 1 ea. Task 3.3.4.

CLIN 0005 Desktop Technical Support- Local Support Group (LSG) 1 ea. Task 3.16

CLIN 0008 Installation Transport Annex (ITA)-Voice Over IP (VOIP) 1 ea. Tasks 3.4.2

Installation Transport Annex (ITA) Land Mobile Radio (LMR) 1 ea. Task 3.5

CLIN 0007 Enterprise Support Division (ESD) 1 ea. Tasks 3.7 through 3.15

CLIN 0002AD Reimbursible Customer-Fort Belvoir Garrison Headquarters (FB Garrison HQs)

Attached to price of senior or lead technician as indirect cost. $1243.63 per month.

Acceptance of Proposal:

Small Business Administration (SBA) Requirement No. DK1596644812U.

In accordance with Section 8(a) of the Small Business Act (15 USC 637(a)(1)) and the Federal
Acquisition Regulation (FAR) Part 19.8, and the executed Partnership Agreement between the
U.S. Small Business Administration (SBA) and the U.S. Department of Defense, SBA hereby
accepts your offer for the requirement to Support Services to Provide ITS to FT Belvoir VA
NEC on behalf of the participant:

All Native Synergies Company


DUNS# 078817411
1 Mission Drive
Winnebago, NE 68071

Brett Hysinger Gwen Lacy


Director Executive Director
571.982.2145 571.366.3208
bhysinger@allnativegroup.com glacy@allnativegroup.com
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 3 of 149

CAGE: 74CW6
DUNS: 078817411
HUBZone Certified Program Participant
HUBZone Certified: Yes
HUBZone Certification Date: 04/03/2020
SBA Certified 8(a) Program Participant
SBA 8(a) Entrance Date: 05/01/2018
SBA 8(a) Exit Date: 04/30/2027
Federally Recognized Native American Entity: Tribally Owned Firm

U.S. Small Business Administration


Nebraska District Office
Lisa Tedesco
10675 Bedford Avenue, Suite 100
Omaha, NE 68134
402-221-7229
Melissa.Tedesco@sba.gov

The Estimated Dollar Value of this procurement, including all options, will be: $36,557,844.80
excluding FAR 52.217-8

The assigned NAICS Code is: 541519 with a corresponding Size Standard of: $30M. The
NAICS Code should not be changed without prior coordination with this office.
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 4 of 149

Section B - Supplies or Services and Prices

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0001 1 Job NSP
Phase In
FFP
Regional Network Enterprise Center Non-personal services
FOB: Destination
PSC CD: DE01

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002 $0.00
Reimbursible Labor IT Support
FFP
Assorted technicians supporting customers of the Belvoir Regional Network
Enterprise Center, see PWS for specifics. See SLINS for funding specifics.

NET AMT $0.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 5 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AA 11 Months $11,779.50 $129,574.50
701st Protective Service Battalion
FFP
250 users at Quantico, VA Russell Knox Bldg.
1 Desktop Support Engineer Senior early or late shifts. CLIN split due to multiple
lines of accounting, see 0002BL

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $129,574.50

ACRN AA $129,574.50
CIN: GFEBS001158177100030

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AB 11 Months $9,978.19 $109,760.09
Center of Military History (CMH)
FFP
40 users at Ft. Belvoir bldg 765
1 Desktop Support Engineer Intermediate

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $109,760.09

ACRN AB $39,912.76
CIN: GFEBS001158177100032
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 6 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AC 11 Months $23,558.99 $259,148.89
Center of Military History (CMH)
FFP
Center of Military History (CMH) Joint Base Myer Henderson Hall (JBMHH) (Ft
Myer, VA) 105 users at Fort Myer VA bldg 35
2 Desktop Support Engineer Senior early and late shifts

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $259,148.89

ACRN AB $70,676.97
CIN: GFEBS001158177100033

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AD 11 Months $13,550.99 $149,060.89
Fort Belvoir Garrison Headquarters
FFP
1 Desktop Support Engineer Senior w/vehicle. Fort Belvoir Garrison Headquarters
(FB Garrison HQs), 120 users, bldgs: 269, 257, 2118, 213, 2124, 319, 210, 1000,
222, 247, 223, 1018, 1017, 5010 Fire, 2119 Fire, 0191Fire, 3242 Fire, 1409, 1970,
5010, 1155DHR, 0258DPW, 0701DPW, 0780DPW, 0435SCD, 1801SCD, 269,
257, 2118, 213, 2124, 319, 210, 1000, 222, 247, 223,1018,1017, 5010Fire,
2119Fire, 0191Fire, 3242Fire, 1409, 1970, 5010, 1155DHR, 0258DPW,
0701DPW, 0780DPW, 0435SCD, 1801SCD, 269, 257, 2118, 213, 2124, 319, 210,
1000, 222, 247, 223, 1018, 1017, 5010Fire, 2119Fire, 0191Fire, 3242Fire, 1409,
1970, 5010, 1155DHR, 0258DPW, 0701DPW, 0780DPW, 0435SCD, 1801SCD.

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $149,060.89

ACRN AC $135,509.90
CIN: GFEBS001158177100034
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 7 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AE 11 Months $31,816.59 $349,982.49
Headquarters Criminal Investigative
FFP
Headquarters Criminal Investigative Command (HQCID), 210 users Quantico
Russell Knox Bldg 3 techs:
Systems Administrator Intermediate Early
Desktop Support Engineer Senior Early
Desktop Support Engineer Intermediate Late

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $349,982.49

ACRN AD $349,982.49
CIN: GFEBS001158177100035

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AF 11 Months $9,978.19 $109,760.09
Product Director, General Fund Ent.
FFP
Product Director, General Fund Enterprise Business Systems (PD-GFEBS)
125 users Ft Belvoir 5911 Kingstown Alexandria VA
1 Desktop Support Engineer Intermediate

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $109,760.09

ACRN AE $109,760.09
CIN: GFEBS001158177100036
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 8 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AG 11 Months $18,880.59 $207,686.49
Project Director, Enterprise Services
FFP
Project Director, Enterprise Services (PD-ES) 87 users Ft Belvoir bldgs 322 &325
1 Desktop Support Engineer Intermediate

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $207,686.49

ACRN AF $207,686.49
CIN: GFEBS001158177100037

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AH 11 Months $10,472.55 $115,198.05
Program Executive Office, Enterprise
FFP
Program Executive Office, Enterprise Information Systems (PEO-EIS) 500 users
Ft Belvoir bldg 1456
Desktop Support Engineer Senior Early
Desktop Support Engineer Senior Late, CLIN split due to multiple lines of
accounting, see 0002BM, 0002BN
Desktop Support Engineer Intermediate Early
Desktop Support Engineer Intermediate Mid
Desktop Support Engineer Junior Late

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $115,198.05

ACRN AG $115,198.05
CIN: GFEBS001158177100038
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 9 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AJ 8 Months $9,978.19 $79,825.52
Program Executive Office, Soldier HQ
FFP
Program Executive Office, Soldier Headquarters (PEO-Soldier HQ)
76 users Ft Belvoir Bldgs 328 and 328E, Backup for 317, 325 and 328T
Desktop support intermediate. CLIn split due to multiple lines of accounting, see
CLIN 0002BP

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $79,825.52

ACRN AH $79,825.52
CIN: GFEBS001158177100041
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 10 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AK 11 Months $6,628.27 $72,910.97
Project Manager CECOM Acquisition Center
FFP
Project Manager CECOM Acquisition Center - Washington (PM CAC-W) and
Project Manager, Expeditionary Energy and Sustainment Systems (PM-E2S2)
240 users Ft Belvoir bldgs 324 & 326, CLINs split due to multiple lines of
accounting, see 0002BQ
Desktop Support Engineer Senior Early
Desktop Support Engineer Intermediate Late
Desktop Support Engineer Intermediate Early

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $72,910.97

ACRN AJ $72,910.97
CIN: GFEBS001158177100043

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AL 11 Months $18,880.59 $207,686.49
Office of the ARMY Assistant G-1 (OAA)
FFP
Office of the ARMY Assistant G-1 (OAA)
83 users Ft Belvoir, VA bldg 1465
Desktop Support Engineer Intermediate Early
Desktop Support Engineer Intermediate Late

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $207,686.49

ACRN AK $207,686.49
CIN: GFEBS001158177100045
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 11 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AM 11 Months NSP
OPTION This CLIN not used
FFP
FOB: Destination
PSC CD: DE01

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AN 11 Months $12,317.39 $135,491.29
Project Manager,Soldier Maneuver
FFP
Project Manager,Soldier Maneuver and Precision Targeting (PM-SMPT)
120 users Ft Belvoir, VA bldgs 318,325T, 359, 317
Desktop Support Engineer Senior

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $135,491.29

ACRN AL $135,491.29
CIN: GFEBS001158177100046
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 12 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AP 11 Months $21,219.79 $233,417.69
Project Manager, Terrestrial Sensors (PM
FFP
Project Manager, Terrestrial Sensors (PM-TS)
224 users Ft Belvoir, VA bldgs 399,337,329,362,374
Desktop Support Engineer Senior Early
Desktop Support Engineer Intermediate Late

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $233,417.69

ACRN AM $233,417.69
CIN: GFEBS001158177100047

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AQ 11 Months $9,978.19 $109,760.09
Program Manager, Soldier Warrior
FFP
Program Manager, Soldier Warrior (PM-SWAR) (PM-CCS)
100 users Ft Belvoir, VA bldgs 1024,328
Desktop Support Engineer Intermediate

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $109,760.09

ACRN AN $109,760.09
CIN: GFEBS001158177100048
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 13 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AR 11 Months $30,122.19 $331,344.09
Project Manager Soldier Protection
FFP
Project Manager Soldier Protection and Individual Equipment (PM SPIE)
197 users Ft Belvoir, VA bldgs 325,328T, 1155,1971, remote sites
Desktop Support Engineer Senior Early
Desktop Support Engineer Intermediate Mid
Desktop Support Engineer Intermediate Late

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $331,344.09

ACRN AP $331,344.09
CIN: GFEBS001158177100049

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AS 11 Months $12,317.39 $135,491.29
Project Manager Integrated Visual
FFP
Project Manager Integrated Visual Augmentation System (IVAS)
100 users Ft Belvoir, VA bldgs 367
Desktop Support Engineer Senior

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $135,491.29

ACRN AQ $135,491.29
CIN: GFEBS001158177100050
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 14 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AT 11 Months NSP
This CLIN not used
FFP

FOB: Destination
PSC CD: DE01

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AU 11 Months $9,978.19 $109,760.09
Records Management & Declass Agency (RMD
FFP
Records Management & Declass Agency (RMDA)
120 users Ft Belvoir, VA bldgs 1458
Desktop Support Engineer Intermediate

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $109,760.09

ACRN AR $109,760.09
CIN: GFEBS001158177100051
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 15 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AV 11 Months $9,978.19 $109,760.09
Reserve Components Automation Systems
FFP
Reserve Components Automation Systems (RCAS)
80 users Ft Belvoir, VA bldgs 1465
Desktop Support Engineer Intermediate

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $109,760.09

ACRN AS $109,760.09
CIN: GFEBS001158177100052

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AW 11 Months $9,978.19 $109,760.09
Soldier for Life - Transition Assistance
FFP
Soldier for Life - Transition Assistance Program (SFL-TAP)
120 users Ft Belvoir, VA bldgs 1017
Desktop Support Engineer Intermediate

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $109,760.09

ACRN AC $109,760.09
CIN: GFEBS001158177100053
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 16 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AX 11 Months $9,978.19 $109,760.09
Mission and Installation Contracting Cmd
FFP
Mission and Installation Contracting Command (MIICC) Ft. Belvoir
80 users Ft Belvoir, VA bldgs 1414,1425
Desktop Support Engineer Intermediate

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $109,760.09

ACRN AT $109,760.09
CIN: GFEBS001158177100054

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AY 11 Months $9,978.19 $109,760.09
U.S. Army Force Management Support
FFP
U.S. Army Force Management Support Agency (USAFMSA)
120 users Ft Belvoir, VA bldgs 203, 201 Main and 201 Annex
Desktop Support Engineer Intermediate

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $109,760.09

ACRN AU $109,760.09
CIN: GFEBS001158177100055
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 17 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002AZ 11 Months $9,978.19 $109,760.09
U.S. Army Nuclear and Chemical Agency
FFP
U.S. Army Nuclear and Chemical Agency (USANCA)
56 users Ft Belvoir, VA bldgs 238
Desktop Support Engineer Intermediate

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $109,760.09

ACRN AV $109,760.09
CIN: GFEBS001158177100056

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002BA 11 Months $12,317.39 $135,491.29
Command General Staff College (CGSC)
FFP
Command General Staff College (CGSC)
120 users Ft Belvoir, VA bldgs 1017 CGSOC Wing
Desktop Support Engineer Senior

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $135,491.29

ACRN AW $135,491.29
CIN: GFEBS001158177100057
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 18 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002BB 11 Months $12,317.39 $135,491.29
Command General Staff College (CGSC)
FFP
Command General Staff College (CGSC)
86 users Ft Lee VA Cobb Hall 25801
Desktop Support Engineer Senior

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $135,491.29

ACRN AW $135,491.29
CIN: GFEBS001158177100058

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002BC 11 Months $12,317.39 $135,491.29
Command General Staff College (CGSC)
FFP
Command General Staff College (CGSC)
120 users Ft Gordon, GA bldg 124200
Desktop Support Engineer Senior

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $135,491.29

ACRN AW $135,491.29
CIN: GFEBS001158177100059
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 19 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002BD 11 Months $11,672.59 $128,398.49
Ground Applications Program Office
FFP
Ground Applications Program Office (GAPO)
46 users Ft Belvoir VA bldg 399
Systems Administrator Intermediate

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $128,398.49

ACRN AX $23,345.18
CIN: GFEBS001158177100060

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002BE 11 Months $9,978.19 $109,760.09
Program Management (PM) -Sensors
FFP
Program Management (PM) -Sensors - Aerial Intelligence (SAI)
25 users Ft Belvoir VA bldg 399
Desktop Support Engineer Intermediate

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $109,760.09

ACRN AY $109,760.09
CIN: GFEBS001158177100061
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 20 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002BF 11 Months NSP
Not Used
FFP
This CLIN not used

FOB: Destination
PSC CD: DE01

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002BG 11 Months NSP
RNEC Dedicated Lead Tecnician
FFP
RNEC Dedicated Lead Tecnician-supervises all reimbursible technicians
Ft Belvoir all bldgs
Desktop Support Engineer Senior $11,241.60 per month spread amongst all
reimbursable customers

FOB: Destination
PSC CD: DE01

NET AMT
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 21 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002BH 11 Months NSP
Tier 2 Backup Support
FFP
Tier 2 Backup Support-floating technicians that backfill in the greater Belvoir area.
Ft Belvoir all bldgs
Two Desktop Support Engineer Intermediate $17,804.80 per month spread
amongst all reimbursable customers-

FOB: Destination
PSC CD: DE01

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002BK 11 Months NSP
OPTION Optional Technians
FFP
Optional Desktop Support Engineer for the following locations reasonably
anticipated but not yet finalized: NDU, AFMS, CHARA, CAA, IADC-
Washington, DC, Ft. Belvoir- Desktop Support Engineer Senior $123,657.60 each.
This price will be adjusted for floater support in option years.

FOB: Destination
PSC CD: DE01

NET AMT
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 22 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002BL 11 Months $11,779.50 $129,574.50
701st Protective Service Battalion
FFP
250 users at Quantico, VA Russell Knox Bldg.
1 Desktop Support Engineer Senior early or late shifts. CLIN split due to multiple
lines of accounting, see 0002AA

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771-0001
PSC CD: DE01

NET AMT $129,574.50

ACRN BA $129,574.50
CIN: GFEBS001158177100031

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002BM 11 Months $19,507.22 $214,579.42
Program Executive Office, Enterprise
FFP
Program Executive Office, Enterprise Information Systems (PEO-EIS) 500 users
Ft Belvoir bldg 1456
Desktop Support Engineer Senior Early
Desktop Support Engineer Senior Late, CLIN split due to multiple lines of
accounting, see 0002AH, 0002BN
Desktop Support Engineer Intermediate Early
Desktop Support Engineer Intermediate Mid
Desktop Support Engineer Junior Late

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771-0001
PSC CD: DE01

NET AMT $214,579.42

ACRN BB $214,579.42
CIN: GFEBS001158177100039
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 23 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002BN 11 Months $19,507.22 $214,579.42
Program Executive Office, Enterprise
FFP
Program Executive Office, Enterprise Information Systems (PEO-EIS) 500 users
Ft Belvoir bldg 1456
Desktop Support Engineer Senior Early
Desktop Support Engineer Senior Late, CLIN split due to multiple lines of
accounting, see 0002AH, 0002BM
Desktop Support Engineer Intermediate Early
Desktop Support Engineer Intermediate Mid
Desktop Support Engineer Junior Late

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771-0001
PSC CD: DE01

NET AMT $214,579.42

ACRN BC $214,579.42
CIN: GFEBS001158177100040
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 24 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002BP 3 Months $9,978.19 $29,934.57
Program Executive Office, Soldier HQ
FFP
Program Executive Office, Soldier Headquarters (PEO-Soldier HQ)
76 users Ft Belvoir Bldgs 328 and 328E, Backup for 317, 325 and 328T
Desktop support intermediate. CLIn split due to multiple lines of accounting, see
CLIN 0002AJ

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771-0001
PSC CD: DE01

NET AMT $29,934.57

ACRN BD $29,934.57
CIN: GFEBS001158177100042

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0002BQ 11 Months $23,493.92 $258,433.12
Project Manager CECOM Acquisition Center
FFP
Project Manager CECOM Acquisition Center - Washington (PM CAC-W) and
Project Manager, Expeditionary Energy and Sustainment Systems (PM-E2S2)
240 users Ft Belvoir bldgs 324 & 326, CLINs split due to multiple lines of
accounting, see 0002AK
Desktop Support Engineer Senior Early
Desktop Support Engineer Intermediate Late
Desktop Support Engineer Intermediate Early

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771-0001
PSC CD: DE01

NET AMT $258,433.12

ACRN BE $258,433.12
CIN: GFEBS001158177100044
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 25 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0004 $0.00
Belvoir RNEC Customer Support Branch
FFP
Direct labor supporting the Belvoir network enterprise center.

NET AMT $0.00

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0004AA 11 Months $23,708.80 $260,796.80
Customer Support
FFP
Ft Belvoir Program Manager, Senior

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $260,796.80

ACRN AZ $260,796.80
CIN: GFEBS001158177100010
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 26 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0004AB 11 Months $23,099.20 $254,091.20
Customer Support
FFP
Ft Belvoir Program Manager, Intermediate

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $254,091.20

ACRN AZ $254,091.20
CIN: GFEBS001158177100011

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0004AC 11 Months $13,052.80 $143,580.80
Customer Support
FFP
Hardware Configuration Manager

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $143,580.80

ACRN AZ $143,580.80
CIN: GFEBS001158177100012
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 27 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0004AD 11 Months $10,174.40 $111,918.40
Customer Support
FFP
Ft Belvoir Project Analyst
FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $111,918.40

ACRN AZ $111,918.40
CIN: GFEBS001158177100013

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0005 $0.00
Belvoir RNEC Local Support Group Branch
FFP

NET AMT $0.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 28 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0005AA 11 Months $8,123.20 $89,355.20
Belvoir RNEC Local Support Group
FFP
Desktop Support Engineer,Junior

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $89,355.20

ACRN AZ $89,355.20
CIN: GFEBS001158177100014

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0005AB 11 Months $26,707.20 $293,779.20
Belvoir RNEC Local Support Group
FFP
3 Desktop Support Engineer, Intermediate

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $293,779.20

ACRN AZ $293,779.20
CIN: GFEBS001158177100015
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 29 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0005AC 11 Months $12,475.20 $137,227.20
Belvoir RNEC Local Support Group
FFP
Desktop Support Engineer, Senior-vehicle tied to indirect costs for senior position

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $137,227.20

ACRN AZ $137,227.20
CIN: GFEBS001158177100016

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0005AD 11 Months $8,766.40 $96,430.40
Belvoir RNEC Local Support Group
FFP
Remedy Queue Manager

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $96,430.40

ACRN AZ $96,430.40
CIN: GFEBS001158177100017
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 30 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0006 $0.00
Network Infrastructure Branch (NIB)
FFP
Network Infrastructure Branch (NIB)

NET AMT $0.00

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0006AA 11 Months $29,496.00 $324,456.00
Network Infrastructure Branch (NIB)
FFP
Network Infrastructure Branch (NIB) Installation Transport Center (ITC)
Network Engineer, Junior 3
FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $324,456.00

ACRN AZ $324,456.00
CIN: GFEBS001158177100018
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 31 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0006AB 11 Months $52,944.00 $582,384.00
Network Infrastructure Branch (NIB)
FFP
Network Infrastructure Branch (NIB) Installation Transport Center (ITC)
Network Engineer,Senior 3-3 vehicles for group tied to indirect cost of senior
engineers
FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $582,384.00

ACRN AZ $582,384.00
CIN: GFEBS001158177100019

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0006AC 11 Months $95,744.00 $1,053,184.00
Network Infrastructure Branch (NIB)
FFP
Network Engineer,Intermediate 3
FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $1,053,184.00

ACRN AZ $1,053,184.00
CIN: GFEBS001158177100020
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 32 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0007 $0.00
Enterprise Support Division
FFP

NET AMT $0.00

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0007AA 11 Months $80,648.00 $887,128.00
Enterprise Support Division
FFP
Enterprise Support Division at FB 316 JBMHH 110
5 Systems Administrator - Senior 5-1 vehicle for group tied to senior engineers
indirect rates
FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $887,128.00

ACRN AZ $887,128.00
CIN: GFEBS001158177100021
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 33 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0007AB 11 Months $63,580.80 $699,388.80
Enterprise Support Division
FFP
Enterprise Support Division at FB 316 JBMHH 110
6 Systems Administrator - Intermediate 6
FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $699,388.80

ACRN AZ $699,388.80
CIN: GFEBS001158177100022

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0007AC 11 Months $19,524.80 $214,772.80
Enterprise Support Division
FFP
Enterprise Support Division 316
Applications Developer, Senior
FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $214,772.80

ACRN AZ $214,772.80
CIN: GFEBS001158177100023
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 34 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0007AD 11 Months $19,529.60 $214,825.60
Enterprise Support Division
FFP
Enterprise Support Division 316
Database Administrator SQL, Senior
FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $214,825.60

ACRN AZ $214,825.60
CIN: GFEBS001158177100024

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0007AE 11 Months $13,790.40 $151,694.40
Enterprise Support Division
FFP
Enterprise Support Division 316
Database Administrator SQL, Intermediate
FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $151,694.40

ACRN AZ $151,694.40
CIN: GFEBS001158177100025
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 35 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0007AF 11 Months $14,084.80 $154,932.80
Enterprise Support Division
FFP
Enterprise Support Division 316
SharePoint Developer, Intermediate
FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $154,932.80

ACRN AZ $154,932.80
CIN: GFEBS001158177100026

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0008 $0.00
Installation Transport Annex (ITA)
FFP

NET AMT $0.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 36 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0008AA 11 Months $12,462.40 $137,086.40
Installation Transport Annex (ITA)
FFP
Telecommunications Specialist, Senior-idirect cost of vehicle tied to senior rate
FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $137,086.40

ACRN AZ $137,086.40
CIN: GFEBS001158177100027

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0008AB 11 Months $27,633.60 $303,969.60
Installation Transport Annex (ITA)
FFP
Telecommunications Specialist, Intermediate 3

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $303,969.60

ACRN AZ $303,969.60
CIN: GFEBS001158177100028
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 37 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0008AC 11 Months $11,790.40 $129,694.40
Land Mobile Radio (LMR) and Tower Functi
FFP
Land Mobil Radio Engineer, Intermediate-indirect cost of vehicle tied to LMR
engineer

FOB: Destination
PURCHASE REQUEST NUMBER: 0011581771
PSC CD: DE01

NET AMT $129,694.40

ACRN AZ $129,694.40
CIN: GFEBS001158177100029

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0011 1 Job $2,000.00 $2,000.00 EST
Belvoir RNEC Travel
FFP
For direct RNEC labor only- NOT TO EXCEED: Travel shall not exceed:
$2,000.00
Travel: Reimbursement for Government directed travel shall be in accordance with
the Joint Travel Regulation and Federal Acquisition Regulation 31.205-46.
Travel will be reimbursed at actual cost in accordance with the limitations set forth
in FAR 31.205.46. No indirect cost or profit are allowed for travel.
Travel is expected in support of this effort throughout the periods of performance.
All travel requirements must be pre-authorized by the COR based on Contractor
prepared purpose, dates, and estimated costs in advance of travel dates, as long as
sufficient funding is provided on the contract for travel.
Contractor's actual expenses shall be paid against this CLIN after reviewing travel
receipts to ensure the claimed travel expenses are fair and reasonable. Profit is not
authorized.
FOB: Destination
PSC CD: DE01

NET AMT $2,000.00 (EST.)


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 38 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0012 1 Job $30,000.00 $30,000.00 EST
Belvoir RNEC Training
FFP
For direct RNEC labor only- NOT TO EXCEED: Training shall not exceed:
$30,000.00
Training is expected in support of this effort throughout the periods of
performance. All training requirements must be pre-authorized by the COR based
on Contractor-prepared purpose, dates, and estimated costs in advance of training
dates, as long as sufficient funding is provided on the contract for training.
Contractor's actual expenses shall be paid against this CLIN after reviewing
training cost to ensure the claimed training expenses are fair and reasonable. Profit
is not authorized.
FOB: Destination
PSC CD: DE01

NET AMT $30,000.00 (EST.)


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 39 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0013 1 Job $50,000.00 $50,000.00 EST
Belvoir RNEC Surge
FFP
RNEC-NCR and its AoR has projected growth of approximately 35 buildings and
approximately 6,000 users over the life of the contract and will require additional
support intermittently to support surge requirements for installation of additional
IT services and testing for reliable communications continuity from the end user
location to the building demarcation of existing network infrastructure termination
points. Surge requirements shall include adds, moves and changes to the existing
IT infrastructure and support large influx and movement of personnel from one
building to another. The Government will determine the duration of time and if
necessary request the additional support for each surge requirement. Surge
requirements will be evaluated and directed under the guidance of the KO.
FOB: Destination
PSC CD: DE01

NET AMT $50,000.00 (EST.)

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


0014 1 Job NSP
CONTRACT REPORTING REQUIREMENTS
FFP
Per PWS 4.9.1 The requirement for service contract reporting shall be in
accordance with FAR clause 52.204-14, Service Contract Reporting Requirements,
see www.sam.gov.
FOB: Destination
PSC CD: DE01

NET AMT
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 40 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002 $0.00
OPTION Reimbursible Labor IT Support
FFP
Assorted technicians supporting customers of the Belvoir Regional Network
Enterprise Center, see PWS for specifics. See SLINS for funding specifics.

NET AMT $0.00

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AA 12 Months $24,145.72 $289,748.64
OPTION 701st Protective Service Battalion
FFP
250 users at Quantico, VA Russell Knox Bldg.
2 Desktop Support Engineer Senior early and late shifts.

FOB: Destination
PSC CD: DE01

NET AMT $289,748.64


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 41 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AB 12 Months $10,225.72 $122,708.64
OPTION Center of Military History (CMH)
FFP
40 users at Ft. Belvoir bldg 765
1 Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $122,708.64

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AC 12 Months $24,145.72 $289,748.64
OPTION Center of Military History (CMH)
FFP
Center of Military History (CMH) Joint Base Myer Henderson Hall (JBMHH) (Ft
Myer, VA) 105 users at Fort Myer VA bldg 35
2 Desktop Support Engineer Senior early and late shifts

FOB: Destination
PSC CD: DE01

NET AMT $289,748.64


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 42 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AD 12 Months $13,857.72 $166,292.64
OPTION Fort Belvoir Garrison Headquarters
FFP
1 Desktop Support Engineer Senior w/vehicle. Fort Belvoir Garrison Headquarters
(FB Garrison HQs), 120 users, bldgs: 269, 257, 2118, 213, 2124, 319, 210, 1000,
222, 247, 223, 1018, 1017, 5010 Fire, 2119 Fire, 0191Fire, 3242 Fire, 1409, 1970,
5010, 1155DHR, 0258DPW, 0701DPW, 0780DPW, 0435SCD, 1801SCD, 269,
257, 2118, 213, 2124, 319, 210, 1000, 222, 247, 223,1018,1017, 5010Fire,
2119Fire, 0191Fire, 3242Fire, 1409, 1970, 5010, 1155DHR, 0258DPW,
0701DPW, 0780DPW, 0435SCD, 1801SCD, 269, 257, 2118, 213, 2124, 319, 210,
1000, 222, 247, 223, 1018, 1017, 5010Fire, 2119Fire, 0191Fire, 3242Fire, 1409,
1970, 5010, 1155DHR, 0258DPW, 0701DPW, 0780DPW, 0435SCD, 1801SCD.

FOB: Destination
PSC CD: DE01

NET AMT $166,292.64

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AE 12 Months $32,609.72 $391,316.64
OPTION Headquarters Criminal Investigative
FFP
Headquarters Criminal Investigative Command (HQCID), 210 users Quantico
Russell Knox Bldg 3 techs:
Systems Administrator Intermediate Early
Desktop Support Engineer Senior Early
Desktop Support Engineer Intermediate Late

FOB: Destination
PSC CD: DE01

NET AMT $391,316.64


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 43 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AF 12 Months $10,225.72 $122,708.64
OPTION Product Director, General Fund Ent.
FFP
Product Director, General Fund Enterprise Business Systems (PD-GFEBS)
125 users Ft Belvoir 5911 Kingstown Alexandria VA
1 Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $122,708.64

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AG 12 Months $19,348.92 $232,187.04
OPTION Project Director, Enterprise Services
FFP
Project Director, Enterprise Services (PD-ES) 87 users Ft Belvoir bldgs 322 &325
1 Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $232,187.04


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 44 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AH 12 Months $50,716.92 $608,603.04
OPTION Program Executive Office, Enterprise
FFP
Program Executive Office, Enterprise Information Systems (PEO-EIS) 500 users
Ft Belvoir bldg 1456
Desktop Support Engineer Senior Early
Desktop Support Engineer Senior Late
Desktop Support Engineer Intermediate Early
Desktop Support Engineer Intermediate Mid
Desktop Support Engineer Junior Late

FOB: Destination
PSC CD: DE01

NET AMT $608,603.04

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AJ 12 Months $10,225.72 $122,708.64
OPTION Program Executive Office, Soldier HQ
FFP
Program Executive Office, Soldier Headquarters (PEO-Soldier HQ)
76 users Ft Belvoir Bldgs 328 and 328E, Backup for 317, 325 and 328T
Desktop support intermediate

FOB: Destination
PSC CD: DE01

NET AMT $122,708.64


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 45 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AK 12 Months $30,870.52 $370,446.24
OPTION Project Manager CECOM Acquisition Center
FFP
Project Manager CECOM Acquisition Center - Washington (PM CAC-W) and
Project Manager, Expeditionary Energy and Sustainment Systems (PM-E2S2)
240 users Ft Belvoir bldgs 324 & 326
Desktop Support Engineer Senior Early
Desktop Support Engineer Intermediate Late
Desktop Support Engineer Intermediate Early

FOB: Destination
PSC CD: DE01

NET AMT $370,446.24

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AL 12 Months $19,348.92 $232,187.04
OPTION Office of the ARMY Assistant G-1 (OAA)
FFP
Office of the ARMY Assistant G-1 (OAA)
83 users Ft Belvoir, VA bldg 1465
Desktop Support Engineer Intermediate Early
Desktop Support Engineer Intermediate Late

FOB: Destination
PSC CD: DE01

NET AMT $232,187.04


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 46 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AM 12 Months NSP
OPTION This CLIN not used
FFP
FOB: Destination
PSC CD: DE01

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AN 12 Months $12,624.12 $151,489.44
OPTION Project Manager,Soldier Maneuver
FFP
Project Manager,Soldier Maneuver and Precision Targeting (PM-SMPT)
120 users Ft Belvoir, VA bldgs 318,325T, 359, 317
Desktop Support Engineer Senior

FOB: Destination
PSC CD: DE01

NET AMT $151,489.44


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 47 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AP 12 Months $21,747.32 $260,967.84
OPTION Project Manager, Terrestrial Sensors (PM
FFP
Project Manager, Terrestrial Sensors (PM-TS)
224 users Ft Belvoir, VA bldgs 399,337,329,362,374
Desktop Support Engineer Senior Early
Desktop Support Engineer Intermediate Late

FOB: Destination
PSC CD: DE01

NET AMT $260,967.84

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AQ 12 Months $10,225.72 $122,708.64
OPTION Program Manager, Soldier Warrior
FFP
Program Manager, Soldier Warrior (PM-SWAR) (PM-CCS)
100 users Ft Belvoir, VA bldgs 1024,328
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $122,708.64


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 48 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AR 12 Months $30,870.52 $370,446.24
OPTION Project Manager Soldier Protection
FFP
Project Manager Soldier Protection and Individual Equipment (PM SPIE)
197 users Ft Belvoir, VA bldgs 325,328T, 1155,1971, remote sites
Desktop Support Engineer Senior Early
Desktop Support Engineer Intermediate Mid
Desktop Support Engineer Intermediate Late

FOB: Destination
PSC CD: DE01

NET AMT $370,446.24

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AS 12 Months $12,624.12 $151,489.44
OPTION Project Manager Integrated Visual
FFP
Project Manager Integrated Visual Augmentation System (IVAS)
100 users Ft Belvoir, VA bldgs 367
Desktop Support Engineer Senior

FOB: Destination
PSC CD: DE01

NET AMT $151,489.44


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 49 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AT 12 Months NSP
OPTION This CLIN not used
FFP

FOB: Destination
PSC CD: DE01

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AU 12 Months $10,225.72 $122,708.64
OPTION Records Management & Declass Agency (RMD
FFP
Records Management & Declass Agency (RMDA)
120 users Ft Belvoir, VA bldgs 1458
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $122,708.64


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 50 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AV 12 Months $10,225.72 $122,708.64
OPTION Reserve Components Automation Systems
FFP
Reserve Components Automation Systems (RCAS)
80 users Ft Belvoir, VA bldgs 1465
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $122,708.64

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AW 12 Months $10,225.72 $122,708.64
OPTION Soldier for Life - Transition Assistance
FFP
Soldier for Life - Transition Assistance Program (SFL-TAP)
120 users Ft Belvoir, VA bldgs 1017
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $122,708.64


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 51 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AX 12 Months $10,225.72 $122,708.64
OPTION Mission and Installation Contracting Cmd
FFP
Mission and Installation Contracting Command (MIICC) Ft. Belvoir
80 users Ft Belvoir, VA bldgs 1414,1425
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $122,708.64

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AY 12 Months $10,225.72 $122,708.64
OPTION U.S. Army Force Management Support
FFP
U.S. Army Force Management Support Agency (USAFMSA)
120 users Ft Belvoir, VA bldgs 203, 201 Main and 201 Annex
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $122,708.64


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 52 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002AZ 12 Months $10,225.72 $122,708.64
OPTION U.S. Army Nuclear and Chemical Agency
FFP
U.S. Army Nuclear and Chemical Agency (USANCA)
56 users Ft Belvoir, VA bldgs 238
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $122,708.64

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002BA 12 Months $12,624.12 $151,489.44
OPTION Command General Staff College (CGSC)
FFP
Command General Staff College (CGSC)
120 users Ft Belvoir, VA bldgs 1017 CGSOC Wing
Desktop Support Engineer Senior

FOB: Destination
PSC CD: DE01

NET AMT $151,489.44


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 53 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002BB 12 Months $12,624.12 $151,489.44
OPTION Command General Staff College (CGSC)
FFP
Command General Staff College (CGSC)
86 users Ft Lee VA Cobb Hall 25801
Desktop Support Engineer Senior

FOB: Destination
PSC CD: DE01

NET AMT $151,489.44

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002BC 12 Months $12,624.12 $151,489.44
OPTION Command General Staff College (CGSC)
FFP
Command General Staff College (CGSC)
120 users Ft Gordon, GA bldg 124200
Desktop Support Engineer Senior

FOB: Destination
PSC CD: DE01

NET AMT $151,489.44


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 54 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002BD 12 Months $11,964.92 $143,579.04
OPTION Ground Applications Program Office
FFP
Ground Applications Program Office (GAPO)
46 users Ft Belvoir VA bldg 399
Systems Administrator Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $143,579.04

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002BE 12 Months $10,225.72 $122,708.64
OPTION Program Management (PM) -Sensors
FFP
Program Management (PM) -Sensors - Aerial Intelligence (SAI)
25 users Ft Belvoir VA bldg 399
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $122,708.64


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 55 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002BF 11 Months NSP
OPTION Not Used
FFP
This CLIN not used

FOB: Destination
PSC CD: DE01

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002BG 12 Months NSP
OPTION RNEC Dedicated Lead Tecnician
FFP
RNEC Dedicated Lead Tecnician-supervises all reimbursible technicians
Ft Belvoir all bldgs.
Desktop Support Engineer Senior $11,521.60 per month spread amongst all
reimbursable customers
FOB: Destination
PSC CD: DE01

NET AMT
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 56 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002BH 12 Months NSP
OPTION Tier 2 Backup Support
FFP
Tier 2 Backup Support-floating technicians that backfill in the greater Belvoir area.
Ft Belvoir all bldgs
Two Desktop Support Engineer Intermediate $17,804.80 per month spread
amongst all reimbursable customers-

FOB: Destination
PSC CD: DE01

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1002BK 12 Months NSP
OPTION Optional Technians
FFP
Optional Desktop Support Engineer for the following locations reasonably
anticipated but not yet finalized: NDU, AFMS, CHARA, CAA, IADC-
Washington, DC, Ft. Belvoir- Desktop Support Engineer Senior $138,259.20 each.
This price will be adjusted for floater support in option years.

FOB: Destination
PSC CD: DE01

NET AMT
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 57 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1004 $0.00
OPTION Belvoir RNEC Customer Support Branch
FFP
Direct labor supporting the Belvoir network enterprise center.

NET AMT $0.00

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1004AA 12 Months $24,300.80 $291,609.60
OPTION Customer Support
FFP
Ft Belvoir Program Manager, Senior

FOB: Destination
PSC CD: DE01

NET AMT $291,609.60

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1004AB 12 Months $23,676.80 $284,121.60
OPTION Customer Support
FFP
Ft Belvoir Program Manager, Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $284,121.60


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 58 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1004AC 12 Months $13,377.60 $160,531.20
OPTION Customer Support
FFP
Hardware Configuration Manager

FOB: Destination
PSC CD: DE01

NET AMT $160,531.20

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1004AD 12 Months $10,428.80 $125,145.60
OPTION Customer Support
FFP
Ft Belvoir Project Analyst
FOB: Destination
PSC CD: DE01

NET AMT $125,145.60

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1005 $0.00
OPTION Belvoir RNEC Local Support Group Branch
FFP

NET AMT $0.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 59 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1005AA 12 Months $8,324.80 $99,897.60
OPTION Belvoir RNEC Local Support Group
FFP
Desktop Support Engineer,Junior

FOB: Destination
PSC CD: DE01

NET AMT $99,897.60

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1005AB 12 Months $27,369.60 $328,435.20
OPTION Belvoir RNEC Local Support Group
FFP
3 Desktop Support Engineer, Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $328,435.20


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 60 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1005AC 12 Months $12,755.20 $153,062.40
OPTION Belvoir RNEC Local Support Group
FFP
Desktop Support Engineer, Senior-vehicle tied to indirect costs for senior position

FOB: Destination
PSC CD: DE01

NET AMT $153,062.40

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1005AD 12 Months $8,984.00 $107,808.00
OPTION Belvoir RNEC Local Support Group
FFP
Remedy Queue Manager

FOB: Destination
PSC CD: DE01

NET AMT $107,808.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 61 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1006 $0.00
OPTION Network Infrastructure Branch (NIB)
FFP
Network Infrastructure Branch (NIB)

NET AMT $0.00

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1006AA 12 Months $30,225.60 $362,707.20
OPTION Network Infrastructure Branch (NIB)
FFP
Network Infrastructure Branch (NIB) Installation Transport Center (ITC)
Network Engineer, Junior
FOB: Destination
PSC CD: DE01

NET AMT $362,707.20


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 62 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1006AB 12 Months $54,172.80 $650,073.60
OPTION Network Infrastructure Branch (NIB)
FFP
Network Infrastructure Branch (NIB) Installation Transport Center (ITC)
Network Engineer,Senior 3-3 vehicles for group tied to indirect cost of senior
engineers
FOB: Destination
PSC CD: DE01

NET AMT $650,073.60

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1006AC 12 Months $98,137.60 $1,177,651.20
OPTION Network Infrastructure Branch (NIB)
FFP
Network Engineer,Intermediate
FOB: Destination
PSC CD: DE01

NET AMT $1,177,651.20

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1007 $0.00
OPTION Enterprise Support Division
FFP

NET AMT $0.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 63 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1007AA 12 Months $82,624.00 $991,488.00
OPTION Enterprise Support Division
FFP
Enterprise Support Division at FB 316 JBMHH 110
5 Systems Administrator - Senior 5-1 vehicle for group tied to senior engineers
indirect rates
FOB: Destination
PSC CD: DE01

NET AMT $991,488.00

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1007AB 12 Months $65,174.40 $782,092.80
OPTION Enterprise Support Division
FFP
Enterprise Support Division at FB 316 JBMHH 110
6 Systems Administrator - Intermediate
FOB: Destination
PSC CD: DE01

NET AMT $782,092.80


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 64 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1007AC 12 Months $20,011.20 $240,134.40
OPTION Enterprise Support Division
FFP
Enterprise Support Division 316
Applications Developer, Senior
FOB: Destination
PSC CD: DE01

NET AMT $240,134.40

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1007AD 12 Months $20,019.20 $240,230.40
OPTION Enterprise Support Division
FFP
Enterprise Support Division 316
Database Administrator SQL, Senior
FOB: Destination
PSC CD: DE01

NET AMT $240,230.40


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 65 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1007AE 12 Months $14,136.00 $169,632.00
OPTION Enterprise Support Division
FFP
Enterprise Support Division 316
Database Administrator SQL, Intermediate
FOB: Destination
PSC CD: DE01

NET AMT $169,632.00

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1007AF 12 Months $14,436.80 $173,241.60
OPTION Enterprise Support Division
FFP
Enterprise Support Division 316
SharePoint Developer, Intermediate
FOB: Destination
PSC CD: DE01

NET AMT $173,241.60

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1008 $0.00
OPTION Installation Transport Annex (ITA)
FFP

NET AMT $0.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 66 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1008AA 12 Months $12,742.40 $152,908.80
OPTION Installation Transport Annex (ITA)
FFP
Telecommunications Specialist, Senior-idirect cost of vehicle tied to senior rate
FOB: Destination
PSC CD: DE01

NET AMT $152,908.80

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1008AB 12 Months $28,329.60 $339,955.20
OPTION Installation Transport Annex (ITA)
FFP
Telecommunications Specialist, Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $339,955.20


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 67 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1008AC 12 Months $12,054.40 $144,652.80
OPTION Land Mobile Radio (LMR) and Tower Functi
FFP
Land Mobil Radio Engineer, Intermediate-indirect cost of vehicle tied to LMR
engineer

FOB: Destination
PSC CD: DE01

NET AMT $144,652.80

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1011 1 Job $2,000.00 $2,000.00 EST
OPTION Belvoir RNEC Travel
FFP
For direct RNEC labor only- NOT TO EXCEED: Travel shall not exceed:
$2,000.00
Travel: Reimbursement for Government directed travel shall be in accordance with
the Joint Travel Regulation and Federal Acquisition Regulation 31.205-46.
Travel will be reimbursed at actual cost in accordance with the limitations set forth
in FAR 31.205.46. No indirect cost or profit are allowed for travel.
Travel is expected in support of this effort throughout the periods of performance.
All travel requirements must be pre-authorized by the COR based on Contractor
prepared purpose, dates, and estimated costs in advance of travel dates, as long as
sufficient funding is provided on the contract for travel.
Contractor's actual expenses shall be paid against this CLIN after reviewing travel
receipts to ensure the claimed travel expenses are fair and reasonable. Profit is not
authorized.
FOB: Destination
PSC CD: DE01

NET AMT $2,000.00 (EST.)


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 68 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1012 1 Job $30,000.00 $30,000.00 EST
OPTION Belvoir RNEC Training
FFP
For direct RNEC labor only- NOT TO EXCEED: Training shall not exceed:
$30,000.00
Training is expected in support of this effort throughout the periods of
performance. All training requirements must be pre-authorized by the COR based
on Contractor-prepared purpose, dates, and estimated costs in advance of training
dates, as long as sufficient funding is provided on the contract for training.
Contractor's actual expenses shall be paid against this CLIN after reviewing
training cost to ensure the claimed training expenses are fair and reasonable. Profit
is not authorized.
FOB: Destination
PSC CD: DE01

NET AMT $30,000.00 (EST.)

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1013 1 Job $50,000.00 $50,000.00 EST
OPTION Belvoir RNEC Surge
FFP
RNEC-NCR and its AoR has projected growth of approximately 35 buildings and
approximately 6,000 users over the life of the contract and will require additional
support intermittently to support surge requirements for installation of additional
IT services and testing for reliable communications continuity from the end user
location to the building demarcation of existing network infrastructure termination
points. Surge requirements shall include adds, moves and changes to the existing
IT infrastructure and support large influx and movement of personnel from one
building to another. The Government will determine the duration of time and if
necessary request the additional support for each surge requirement. Surge
requirements will be evaluated and directed under the guidance of the KO.
FOB: Destination
PSC CD: DE01

NET AMT $50,000.00 (EST.)


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 69 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


1014 1 Job NSP
OPTION CONTRACT MANPOWER REPORTING REQUIREMENTS
FFP
Per PWS 4.9.1 The requirement for service contract reporting shall be in
accordance with FAR clause 52.204-14, Service Contract Reporting Requirements,
see www.sam.gov
FOB: Destination
PSC CD: DE01

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002 $0.00
OPTION Reimbursible Labor IT Support
FFP
Assorted technicians supporting customers of the Belvoir Regional Network
Enterprise Center, see PWS for specifics. See SLINS for funding specifics.

NET AMT $0.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 70 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AA 12 Months $24,752.59 $297,031.08
OPTION 701st Protective Service Battalion
FFP
250 users at Quantico, VA Russell Knox Bldg.
2 Desktop Support Engineer Senior early and late shifts.

FOB: Destination
PSC CD: DE01

NET AMT $297,031.08

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AB 12 Months $10,482.19 $125,786.28
OPTION Center of Military History (CMH)
FFP
40 users at Ft. Belvoir bldg 765
1 Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $125,786.28


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 71 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AC 12 Months $24,752.59 $297,031.08
OPTION Center of Military History (CMH)
FFP
Center of Military History (CMH) Joint Base Myer Henderson Hall (JBMHH) (Ft
Myer, VA) 105 users at Fort Myer VA bldg 35
2 Desktop Support Engineer Senior early and late shifts

FOB: Destination
PSC CD: DE01

NET AMT $297,031.08

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AD 12 Months $14,174.99 $170,099.88
OPTION Fort Belvoir Garrison Headquarters
FFP
1 Desktop Support Engineer Senior w/vehicle. Fort Belvoir Garrison Headquarters
(FB Garrison HQs), 120 users, bldgs: 269, 257, 2118, 213, 2124, 319, 210, 1000,
222, 247, 223, 1018, 1017, 5010 Fire, 2119 Fire, 0191Fire, 3242 Fire, 1409, 1970,
5010, 1155DHR, 0258DPW, 0701DPW, 0780DPW, 0435SCD, 1801SCD, 269,
257, 2118, 213, 2124, 319, 210, 1000, 222, 247, 223,1018,1017, 5010Fire,
2119Fire, 0191Fire, 3242Fire, 1409, 1970, 5010, 1155DHR, 0258DPW,
0701DPW, 0780DPW, 0435SCD, 1801SCD, 269, 257, 2118, 213, 2124, 319, 210,
1000, 222, 247, 223, 1018, 1017, 5010Fire, 2119Fire, 0191Fire, 3242Fire, 1409,
1970, 5010, 1155DHR, 0258DPW, 0701DPW, 0780DPW, 0435SCD, 1801SCD.

FOB: Destination
PSC CD: DE01

NET AMT $170,099.88


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 72 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AE 12 Months $33,426.19 $401,114.28
OPTION Headquarters Criminal Investigative
FFP
Headquarters Criminal Investigative Command (HQCID), 210 users Quantico
Russell Knox Bldg 3 techs:
Systems Administrator Intermediate Early
Desktop Support Engineer Senior Early
Desktop Support Engineer Intermediate Late

FOB: Destination
PSC CD: DE01

NET AMT $401,114.28

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AF 12 Months $10,482.19 $125,786.28
OPTION Product Director, General Fund Ent.
FFP
Product Director, General Fund Enterprise Business Systems (PD-GFEBS)
125 users Ft Belvoir 5911 Kingstown Alexandria VA
1 Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $125,786.28


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 73 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AG 12 Months $19,834.19 $238,010.28
OPTION Project Director, Enterprise Services
FFP
Project Director, Enterprise Services (PD-ES) 87 users Ft Belvoir bldgs 322 &325
1 Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $238,010.28

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AH 12 Months $51,990.99 $623,891.88
OPTION Program Executive Office, Enterprise
FFP
Program Executive Office, Enterprise Information Systems (PEO-EIS) 500 users
Ft Belvoir bldg 1456
Desktop Support Engineer Senior Early
Desktop Support Engineer Senior Late
Desktop Support Engineer Intermediate Early
Desktop Support Engineer Intermediate Mid
Desktop Support Engineer Junior Late

FOB: Destination
PSC CD: DE01

NET AMT $623,891.88


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 74 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AJ 12 Months $10,482.19 $125,786.28
OPTION Program Executive Office, Soldier HQ
FFP
Program Executive Office, Soldier Headquarters (PEO-Soldier HQ)
76 users Ft Belvoir Bldgs 328 and 328E, Backup for 317, 325 and 328T
Desktop support intermediate

FOB: Destination
PSC CD: DE01

NET AMT $125,786.28

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AK 12 Months $31,645.39 $379,744.68
OPTION Project Manager CECOM Acquisition Center
FFP
Project Manager CECOM Acquisition Center - Washington (PM CAC-W) and
Project Manager, Expeditionary Energy and Sustainment Systems (PM-E2S2)
240 users Ft Belvoir bldgs 324 & 326
Desktop Support Engineer Senior Early
Desktop Support Engineer Intermediate Late
Desktop Support Engineer Intermediate Early

FOB: Destination
PSC CD: DE01

NET AMT $379,744.68


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 75 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AL 12 Months $19,834.19 $238,010.28
OPTION Office of the ARMY Assistant G-1 (OAA)
FFP
Office of the ARMY Assistant G-1 (OAA)
83 users Ft Belvoir, VA bldg 1465
Desktop Support Engineer Intermediate Early
Desktop Support Engineer Intermediate Late

FOB: Destination
PSC CD: DE01

NET AMT $238,010.28

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AM 12 Months NSP
OPTION This CLIN not used
FFP
FOB: Destination
PSC CD: DE01

NET AMT
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 76 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AN 12 Months $12,941.39 $155,296.68
OPTION Project Manager,Soldier Maneuver
FFP
Project Manager,Soldier Maneuver and Precision Targeting (PM-SMPT)
120 users Ft Belvoir, VA bldgs 318,325T, 359, 317
Desktop Support Engineer Senior

FOB: Destination
PSC CD: DE01

NET AMT $155,296.68

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AP 12 Months $22,293.39 $267,520.68
OPTION Project Manager, Terrestrial Sensors (PM
FFP
Project Manager, Terrestrial Sensors (PM-TS)
224 users Ft Belvoir, VA bldgs 399,337,329,362,374
Desktop Support Engineer Senior Early
Desktop Support Engineer Intermediate Late

FOB: Destination
PSC CD: DE01

NET AMT $267,520.68


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 77 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AQ 12 Months $10,482.19 $125,786.28
OPTION Program Manager, Soldier Warrior
FFP
Program Manager, Soldier Warrior (PM-SWAR) (PM-CCS)
100 users Ft Belvoir, VA bldgs 1024,328
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $125,786.28

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AR 12 Months $31,645.39 $379,744.68
OPTION Project Manager Soldier Protection
FFP
Project Manager Soldier Protection and Individual Equipment (PM SPIE)
197 users Ft Belvoir, VA bldgs 325,328T, 1155,1971, remote sites
Desktop Support Engineer Senior Early
Desktop Support Engineer Intermediate Mid
Desktop Support Engineer Intermediate Late

FOB: Destination
PSC CD: DE01

NET AMT $379,744.68


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 78 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AS 12 Months $12,941.39 $155,296.68
OPTION Project Manager Integrated Visual
FFP
Project Manager Integrated Visual Augmentation System (IVAS)
100 users Ft Belvoir, VA bldgs 367
Desktop Support Engineer Senior

FOB: Destination
PSC CD: DE01

NET AMT $155,296.68

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AT 12 Months NSP
This CLIN not used
FFP
FOB: Destination
PSC CD: DE01

NET AMT
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 79 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AU 12 Months $10,482.19 $125,786.28
OPTION Records Management & Declass Agency (RMD
FFP
Records Management & Declass Agency (RMDA)
120 users Ft Belvoir, VA bldgs 1458
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $125,786.28

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AV 12 Months $10,482.19 $125,786.28
OPTION Reserve Components Automation Systems
FFP
Reserve Components Automation Systems (RCAS)
80 users Ft Belvoir, VA bldgs 1465
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $125,786.28


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 80 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AW 12 Months $10,482.19 $125,786.28
OPTION Soldier for Life - Transition Assistance
FFP
Soldier for Life - Transition Assistance Program (SFL-TAP)
120 users Ft Belvoir, VA bldgs 1017
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $125,786.28

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AX 12 Months $10,482.19 $125,786.28
OPTION Mission and Installation Contracting Cmd
FFP
Mission and Installation Contracting Command (MIICC) Ft. Belvoir
80 users Ft Belvoir, VA bldgs 1414,1425
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $125,786.28


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 81 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AY 12 Months $10,482.19 $125,786.28
OPTION U.S. Army Force Management Support
FFP
U.S. Army Force Management Support Agency (USAFMSA)
120 users Ft Belvoir, VA bldgs 203, 201 Main and 201 Annex
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $125,786.28

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002AZ 12 Months $10,482.19 $125,786.28
OPTION U.S. Army Nuclear and Chemical Agency
FFP
U.S. Army Nuclear and Chemical Agency (USANCA)
56 users Ft Belvoir, VA bldgs 238
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $125,786.28


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 82 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002BA 12 Months $12,941.39 $155,296.68
OPTION Command General Staff College (CGSC)
FFP
Command General Staff College (CGSC)
120 users Ft Belvoir, VA bldgs 1017 CGSOC Wing
Desktop Support Engineer Senior

FOB: Destination
PSC CD: DE01

NET AMT $155,296.68

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002BB 12 Months $12,941.39 $155,296.68
OPTION Command General Staff College (CGSC)
FFP
Command General Staff College (CGSC)
86 users Ft Lee VA Cobb Hall 25801
Desktop Support Engineer Senior

FOB: Destination
PSC CD: DE01

NET AMT $155,296.68


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 83 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002BC 12 Months $12,941.39 $155,296.68
OPTION Command General Staff College (CGSC)
FFP
Command General Staff College (CGSC)
120 users Ft Gordon, GA bldg 124200
Desktop Support Engineer Senior

FOB: Destination
PSC CD: DE01

NET AMT $155,296.68

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002BD 12 Months $12,262.99 $147,155.88
OPTION Ground Applications Program Office
FFP
Ground Applications Program Office (GAPO)
46 users Ft Belvoir VA bldg 399
Systems Administrator Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $147,155.88


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 84 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002BE 12 Months $10,482.19 $125,786.28
OPTION Program Management (PM) -Sensors
FFP
Program Management (PM) -Sensors - Aerial Intelligence (SAI)
25 users Ft Belvoir VA bldg 399
Desktop Support Engineer Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $125,786.28

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002BF 12 Months NSP
OPTION Not Used
FFP
This CLIN not used

FOB: Destination
PSC CD: DE01

NET AMT
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 85 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002BG 12 Months NSP
OPTION RNEC Dedicated Lead Tecnician
FFP
RNEC Dedicated Lead Tecnician-supervises all reimbursible technicians
Ft Belvoir all bldgs
Desktop Support Engineer Senior $11,811.20 per month spread amongst all
reimbursable customers

FOB: Destination
PSC CD: DE01

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002BH 12 Months NSP
OPTION Tier 2 Backup Support
FFP
Tier 2 Backup Support-floating technicians that backfill in the greater Belvoir area.
Ft Belvoir all bldgs
Two Desktop Support Engineer Intermediate $17,804.80 per month spread
amongst all reimbursable customers-

FOB: Destination
PSC CD: DE01

NET AMT
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 86 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2002BK 12 Months NSP
OPTION Optional Technians
FFP
Optional Desktop Support Engineer for the following locations reasonably
anticipated but not yet finalized: NDU, AFMS, CHARA, CAA, IADC-
Washington, DC, Ft. Belvoir- Desktop Support Engineer Senior $141,734.40 each.
This price will be adjusted for floater support in option years.

FOB: Destination
PSC CD: DE01

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2004 $0.00
OPTION Belvoir RNEC Customer Support Branch
FFP
Direct labor supporting the Belvoir network enterprise center.

NET AMT $0.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 87 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2004AA 12 Months $24,907.20 $298,886.40
OPTION Customer Support
FFP
Ft Belvoir Program Manager, Senior

FOB: Destination
PSC CD: DE01

NET AMT $298,886.40

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2004AB 12 Months $24,270.40 $291,244.80
OPTION Customer Support
FFP
Ft Belvoir Program Manager, Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $291,244.80


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 88 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2004AC 12 Months $13,713.60 $164,563.20
OPTION Customer Support
FFP
Hardware Configuration Manager

FOB: Destination
PSC CD: DE01

NET AMT $164,563.20

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2004AD 12 Months $10,689.60 $128,275.20
OPTION Customer Support
FFP
Ft Belvoir Project Analyst
FOB: Destination
PSC CD: DE01

NET AMT $128,275.20

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2005 $0.00
OPTION Belvoir RNEC Local Support Group Branch
FFP

NET AMT $0.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 89 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2005AA 12 Months $8,534.40 $102,412.80
OPTION Belvoir RNEC Local Support Group
FFP
Desktop Support Engineer,Junior

FOB: Destination
PSC CD: DE01

NET AMT $102,412.80

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2005AB 12 Months $28,056.00 $336,672.00
OPTION Belvoir RNEC Local Support Group
FFP
3 Desktop Support Engineer, Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $336,672.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 90 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2005AC 12 Months $13,044.80 $156,537.60
OPTION Belvoir RNEC Local Support Group
FFP
Desktop Support Engineer, Senior-vehicle tied to indirect costs for senior position

FOB: Destination
PSC CD: DE01

NET AMT $156,537.60

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2005AD 12 Months $9,208.00 $110,496.00
OPTION Belvoir RNEC Local Support Group
FFP
Remedy Queue Manager

FOB: Destination
PSC CD: DE01

NET AMT $110,496.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 91 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2006 $0.00
OPTION Network Infrastructure Branch (NIB)
FFP
Network Infrastructure Branch (NIB)

NET AMT $0.00

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2006AA 12 Months $30,984.00 $371,808.00
OPTION Network Infrastructure Branch (NIB)
FFP
Network Infrastructure Branch (NIB) Installation Transport Center (ITC)
Network Engineer, Junior
FOB: Destination
PSC CD: DE01

NET AMT $371,808.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 92 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2006AB 12 Months $55,435.20 $665,222.40
OPTION Network Infrastructure Branch (NIB)
FFP
Network Infrastructure Branch (NIB) Installation Transport Center (ITC)
Network Engineer,Senior 3-3 vehicles for group tied to indirect cost of senior
engineers
FOB: Destination
PSC CD: DE01

NET AMT $665,222.40

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2006AC 12 Months $100,595.20 $1,207,142.40
OPTION Network Infrastructure Branch (NIB)
FFP
Network Engineer,Intermediate
FOB: Destination
PSC CD: DE01

NET AMT $1,207,142.40

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2007 $0.00
OPTION Enterprise Support Division
FFP

NET AMT $0.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 93 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2007AA 12 Months $84,648.00 $1,015,776.00
OPTION Enterprise Support Division
FFP
Enterprise Support Division at FB 316 JBMHH 110
5 Systems Administrator - Senior 5-1 vehicle for group tied to senior engineers
indirect rates
FOB: Destination
PSC CD: DE01

NET AMT $1,015,776.00

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2007AB 12 Months $66,796.80 $801,561.60
OPTION Enterprise Support Division
FFP
Enterprise Support Division at FB 316 JBMHH 110
6 Systems Administrator - Intermediate
FOB: Destination
PSC CD: DE01

NET AMT $801,561.60


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 94 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2007AC 12 Months $20,513.60 $246,163.20
OPTION Enterprise Support Division
FFP
Enterprise Support Division 316
Applications Developer, Senior
FOB: Destination
PSC CD: DE01

NET AMT $246,163.20

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2007AD 12 Months $20,520.00 $246,240.00
OPTION Enterprise Support Division
FFP
Enterprise Support Division 316
Database Administrator SQL, Senior
FOB: Destination
PSC CD: DE01

NET AMT $246,240.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 95 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2007AE 12 Months $14,489.60 $173,875.20
OPTION Enterprise Support Division
FFP
Enterprise Support Division 316
Database Administrator SQL, Intermediate
FOB: Destination
PSC CD: DE01

NET AMT $173,875.20

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2007AF 12 Months $14,798.40 $177,580.80
OPTION Enterprise Support Division
FFP
Enterprise Support Division 316
SharePoint Developer, Intermediate
FOB: Destination
PSC CD: DE01

NET AMT $177,580.80

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2008 $0.00
OPTION Installation Transport Annex (ITA)
FFP

NET AMT $0.00


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 96 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2008AA 12 Months $13,030.40 $156,364.80
OPTION Installation Transport Annex (ITA)
FFP
Telecommunications Specialist, Senior-idirect cost of vehicle tied to senior rate
FOB: Destination
PSC CD: DE01

NET AMT $156,364.80

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2008AB 12 Months $29,035.20 $348,422.40
OPTION Installation Transport Annex (ITA)
FFP
Telecommunications Specialist, Intermediate

FOB: Destination
PSC CD: DE01

NET AMT $348,422.40


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 97 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2008AC 12 Months $12,323.20 $147,878.40
OPTION Land Mobile Radio (LMR) and Tower Functi
FFP
Land Mobil Radio Engineer, Intermediate-indirect cost of vehicle tied to LMR
engineer

FOB: Destination
PSC CD: DE01

NET AMT $147,878.40

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2011 1 Job $2,000.00 $2,000.00 EST
OPTION Belvoir RNEC Travel
FFP
For direct RNEC labor only- NOT TO EXCEED: Travel shall not exceed:
$2,000.00
Travel: Reimbursement for Government directed travel shall be in accordance with
the Joint Travel Regulation and Federal Acquisition Regulation 31.205-46.
Travel will be reimbursed at actual cost in accordance with the limitations set forth
in FAR 31.205.46. No indirect cost or profit are allowed for travel.
Travel is expected in support of this effort throughout the periods of performance.
All travel requirements must be pre-authorized by the COR based on Contractor
prepared purpose, dates, and estimated costs in advance of travel dates, as long as
sufficient funding is provided on the contract for travel.
Contractor's actual expenses shall be paid against this CLIN after reviewing travel
receipts to ensure the claimed travel expenses are fair and reasonable. Profit is not
authorized.
FOB: Destination
PSC CD: DE01

NET AMT $2,000.00 (EST.)


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 98 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2012 1 Job $30,000.00 $30,000.00 EST
OPTION Belvoir RNEC Training
FFP
For direct RNEC labor only- NOT TO EXCEED: Training shall not exceed:
$30,000.00
Training is expected in support of this effort throughout the periods of
performance. All training requirements must be pre-authorized by the COR based
on Contractor-prepared purpose, dates, and estimated costs in advance of training
dates, as long as sufficient funding is provided on the contract for training.
Contractor's actual expenses shall be paid against this CLIN after reviewing
training cost to ensure the claimed training expenses are fair and reasonable. Profit
is not authorized.
FOB: Destination
PSC CD: DE01

NET AMT $30,000.00 (EST.)

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2013 1 Job $50,000.00 $50,000.00 EST
OPTION Belvoir RNEC Surge
FFP
RNEC-NCR and its AoR has projected growth of approximately 35 buildings and
approximately 6,000 users over the life of the contract and will require additional
support intermittently to support surge requirements for installation of additional
IT services and testing for reliable communications continuity from the end user
location to the building demarcation of existing network infrastructure termination
points. Surge requirements shall include adds, moves and changes to the existing
IT infrastructure and support large influx and movement of personnel from one
building to another. The Government will determine the duration of time and if
necessary request the additional support for each surge requirement. Surge
requirements will be evaluated and directed under the guidance of the KO.
FOB: Destination
PSC CD: DE01

NET AMT $50,000.00 (EST.)


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 99 of 149

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT


2014 1 Job NSP
OPTION CONTRACT MANPOWER REPORTING REQUIREMENTS
FFP
Per PWS 4.9.1 The requirement for service contract reporting shall be in
accordance with FAR clause 52.204-14, Service Contract Reporting Requirements,
see www.sam.gov.
FOB: Destination
PSC CD: DE01

NET AMT
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 100 of 149

Section C - Descriptions and Specifications

PERFORMANCE WORK STATEMENT


The Performance Work Statement attached in Section J is hereby incorporated in full into this Section C, and made a
part of this contract.
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 101 of 149

Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY


0001 Destination Government Destination Government
0002 N/A N/A N/A N/A
0002AA Destination Government Destination Government
0002AB Destination Government Destination Government
0002AC Destination Government Destination Government
0002AD Destination Government Destination Government
0002AE Destination Government Destination Government
0002AF Destination Government Destination Government
0002AG Destination Government Destination Government
0002AH Destination Government Destination Government
0002AJ Destination Government Destination Government
0002AK Destination Government Destination Government
0002AL Destination Government Destination Government
0002AM Destination Government Destination Government
0002AN Destination Government Destination Government
0002AP Destination Government Destination Government
0002AQ Destination Government Destination Government
0002AR Destination Government Destination Government
0002AS Destination Government Destination Government
0002AT Destination Government Destination Government
0002AU Destination Government Destination Government
0002AV Destination Government Destination Government
0002AW Destination Government Destination Government
0002AX Destination Government Destination Government
0002AY Destination Government Destination Government
0002AZ Destination Government Destination Government
0002BA Destination Government Destination Government
0002BB Destination Government Destination Government
0002BC Destination Government Destination Government
0002BD Destination Government Destination Government
0002BE Destination Government Destination Government
0002BF Destination Government Destination Government
0002BG Destination Government Destination Government
0002BH Destination Government Destination Government
0002BK Destination Government Destination Government
0002BL Destination Government Destination Government
0002BM Destination Government Destination Government
0002BN Destination Government Destination Government
0002BP Destination Government Destination Government
0002BQ Destination Government Destination Government
0004 N/A N/A N/A N/A
0004AA Destination Government Destination Government
0004AB Destination Government Destination Government
0004AC Destination Government Destination Government
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 102 of 149

0004AD Destination Government Destination Government


0005 N/A N/A N/A N/A
0005AA Destination Government Destination Government
0005AB Destination Government Destination Government
0005AC Destination Government Destination Government
0005AD Destination Government Destination Government
0006 N/A N/A N/A N/A
0006AA Destination Government Destination Government
0006AB Destination Government Destination Government
0006AC Destination Government Destination Government
0007 N/A N/A N/A N/A
0007AA Destination Government Destination Government
0007AB Destination Government Destination Government
0007AC Destination Government Destination Government
0007AD Destination Government Destination Government
0007AE Destination Government Destination Government
0007AF Destination Government Destination Government
0008 N/A N/A N/A N/A
0008AA Destination Government Destination Government
0008AB Destination Government Destination Government
0008AC Destination Government Destination Government
0011 Destination Government Destination Government
0012 Destination Government Destination Government
0013 Destination Government Destination Government
0014 Destination Government Destination Government
1002 N/A N/A N/A N/A
1002AA Destination Government Destination Government
1002AB Destination Government Destination Government
1002AC Destination Government Destination Government
1002AD Destination Government Destination Government
1002AE Destination Government Destination Government
1002AF Destination Government Destination Government
1002AG Destination Government Destination Government
1002AH Destination Government Destination Government
1002AJ Destination Government Destination Government
1002AK Destination Government Destination Government
1002AL Destination Government Destination Government
1002AM Destination Government Destination Government
1002AN Destination Government Destination Government
1002AP Destination Government Destination Government
1002AQ Destination Government Destination Government
1002AR Destination Government Destination Government
1002AS Destination Government Destination Government
1002AT Destination Government Destination Government
1002AU Destination Government Destination Government
1002AV Destination Government Destination Government
1002AW Destination Government Destination Government
1002AX Destination Government Destination Government
1002AY Destination Government Destination Government
1002AZ Destination Government Destination Government
1002BA Destination Government Destination Government
1002BB Destination Government Destination Government
1002BC Destination Government Destination Government
1002BD Destination Government Destination Government
1002BE Destination Government Destination Government
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 103 of 149

1002BF Destination Government Destination Government


1002BG Destination Government Destination Government
1002BH N/A N/A N/A Government
1002BK Destination Government Destination Government
1004 N/A N/A N/A N/A
1004AA Destination Government Destination Government
1004AB Destination Government Destination Government
1004AC Destination Government Destination Government
1004AD Destination Government Destination Government
1005 N/A N/A N/A N/A
1005AA Destination Government Destination Government
1005AB Destination Government Destination Government
1005AC Destination Government Destination Government
1005AD Destination Government Destination Government
1006 N/A N/A N/A N/A
1006AA Destination Government Destination Government
1006AB Destination Government Destination Government
1006AC Destination Government Destination Government
1007 N/A N/A N/A N/A
1007AA Destination Government Destination Government
1007AB Destination Government Destination Government
1007AC Destination Government Destination Government
1007AD Destination Government Destination Government
1007AE Destination Government Destination Government
1007AF Destination Government Destination Government
1008 N/A N/A N/A N/A
1008AA Destination Government Destination Government
1008AB Destination Government Destination Government
1008AC Destination Government Destination Government
1011 Destination Government Destination Government
1012 Destination Government Destination Government
1013 Destination Government Destination Government
1014 Destination Government Destination Government
2002 N/A N/A N/A N/A
2002AA Destination Government Destination Government
2002AB Destination Government Destination Government
2002AC Destination Government Destination Government
2002AD Destination Government Destination Government
2002AE Destination Government Destination Government
2002AF Destination Government Destination Government
2002AG Destination Government Destination Government
2002AH Destination Government Destination Government
2002AJ Destination Government Destination Government
2002AK Destination Government Destination Government
2002AL Destination Government Destination Government
2002AM Destination Government Destination Government
2002AN Destination Government Destination Government
2002AP Destination Government Destination Government
2002AQ Destination Government Destination Government
2002AR Destination Government Destination Government
2002AS Destination Government Destination Government
2002AT Destination Government Destination Government
2002AU Destination Government Destination Government
2002AV Destination Government Destination Government
2002AW Destination Government Destination Government
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 104 of 149

2002AX Destination Government Destination Government


2002AY Destination Government Destination Government
2002AZ Destination Government Destination Government
2002BA Destination Government Destination Government
2002BB Destination Government Destination Government
2002BC Destination Government Destination Government
2002BD Destination Government Destination Government
2002BE Destination Government Destination Government
2002BF Destination Government Destination Government
2002BG Destination Government Destination Government
2002BH Destination Government Destination Government
2002BK Destination Government Destination Government
2004 N/A N/A N/A N/A
2004AA Destination Government Destination Government
2004AB Destination Government Destination Government
2004AC Destination Government Destination Government
2004AD Destination Government Destination Government
2005 N/A N/A N/A N/A
2005AA Destination Government Destination Government
2005AB Destination Government Destination Government
2005AC Destination Government Destination Government
2005AD Destination Government Destination Government
2006 N/A N/A N/A N/A
2006AA Destination Government Destination Government
2006AB Destination Government Destination Government
2006AC Destination Government Destination Government
2007 N/A N/A N/A N/A
2007AA Destination Government Destination Government
2007AB Destination Government Destination Government
2007AC Destination Government Destination Government
2007AD Destination Government Destination Government
2007AE Destination Government Destination Government
2007AF Destination Government Destination Government
2008 N/A N/A N/A N/A
2008AA Destination Government Destination Government
2008AB Destination Government Destination Government
2008AC Destination Government Destination Government
2011 Destination Government Destination Government
2012 Destination Government Destination Government
2013 Destination Government Destination Government
2014 Destination Government Destination Government
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 105 of 149

Section F - Deliveries or Performance

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC /


CAGE

0001 POP 15-JAN-2021 TO N/A FORT BELVOIR W5K9H3


31-JAN-2021 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

0002 N/A N/A N/A N/A

0002AA POP 01-FEB-2021 TO N/A FORT BELVOIR W5K9H3


31-DEC-2021 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

0002AB POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AC POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AD POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AE POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AF POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AG POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AH POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 106 of 149

0002AJ POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AK POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AL POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AM POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AN POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AP POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AQ POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AR POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AS POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AT N/A N/A N/A N/A

0002AU POP 01-FEB-2021 TO N/A FORT BELVOIR W5K9H3


31-DEC-2021 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

0002AV POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AW POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AX POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AY POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002AZ POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 107 of 149

0002BA POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002BB POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002BC POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002BD POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002BE POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002BF N/A N/A N/A N/A

0002BG POP 01-FEB-2021 TO N/A FORT BELVOIR W5K9H3


31-DEC-2021 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

0002BH POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002BK POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002BL POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002BM POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002BN POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002BP POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0002BQ POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0004 N/A N/A N/A N/A


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 108 of 149

0004AA POP 01-FEB-2021 TO N/A FORT BELVOIR W5K9H3


31-DEC-2021 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

0004AB POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0004AC POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0004AD POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0005 N/A N/A N/A N/A

0005AA POP 01-FEB-2021 TO N/A FORT BELVOIR W5K9H3


31-DEC-2021 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

0005AB POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0005AC POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0005AD POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0006 N/A N/A N/A N/A

0006AA POP 01-FEB-2021 TO N/A FORT BELVOIR W5K9H3


31-DEC-2021 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

0006AB POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 109 of 149

0006AC POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0007 N/A N/A N/A N/A

0007AA POP 01-FEB-2021 TO N/A FORT BELVOIR W5K9H3


31-DEC-2021 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

0007AB POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0007AC POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0007AD POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0007AE POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0007AF POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0008 N/A N/A N/A N/A

0008AA POP 01-FEB-2021 TO N/A FORT BELVOIR W5K9H3


31-DEC-2021 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

0008AB POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0008AC POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0011 POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0012 POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 110 of 149

0013 POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

0014 POP 01-FEB-2021 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2021 FOB: Destination

1002 N/A N/A N/A N/A

1002AA POP 01-JAN-2022 TO N/A FORT BELVOIR W5K9H3


31-DEC-2022 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

1002AB POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AC POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AD POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AE POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AF POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AG POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AH POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AJ POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AK POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AL POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AM POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AN POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 111 of 149

1002AP POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AQ POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AR POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AS POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AT N/A N/A N/A N/A

1002AU POP 01-JAN-2022 TO N/A FORT BELVOIR W5K9H3


31-DEC-2022 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

1002AV POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AW POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AX POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AY POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002AZ POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002BA POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002BB POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002BC POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002BD POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002BE POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002BF N/A N/A N/A N/A


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 112 of 149

1002BG POP 01-JAN-2022 TO N/A FORT BELVOIR W5K9H3


31-DEC-2022 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

1002BH POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1002BK POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1004 N/A N/A N/A N/A

1004AA POP 01-JAN-2022 TO N/A FORT BELVOIR W5K9H3


31-DEC-2022 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

1004AB POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1004AC POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1004AD POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1005 N/A N/A N/A N/A

1005AA POP 01-JAN-2022 TO N/A FORT BELVOIR W5K9H3


31-DEC-2022 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

1005AB POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1005AC POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 113 of 149

1005AD POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1006 N/A N/A N/A N/A

1006AA POP 01-JAN-2022 TO N/A FORT BELVOIR W5K9H3


31-DEC-2022 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

1006AB POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1006AC POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1007 N/A N/A N/A N/A

1007AA POP 01-JAN-2022 TO N/A FORT BELVOIR W5K9H3


31-DEC-2022 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

1007AB POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1007AC POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1007AD POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1007AE POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1007AF POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1008 N/A N/A N/A N/A


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 114 of 149

1008AA POP 01-JAN-2022 TO N/A FORT BELVOIR W5K9H3


31-DEC-2022 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

1008AB POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1008AC POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1011 POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1012 POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1013 POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

1014 POP 01-JAN-2022 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2022 FOB: Destination

2002 N/A N/A N/A N/A

2002AA POP 01-JAN-2023 TO N/A FORT BELVOIR W5K9H3


31-DEC-2023 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

2002AB POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AC POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AD POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AE POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AF POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 115 of 149

2002AG POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AH POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AJ POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AK POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AL POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AM POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AN POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AP POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AQ POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AR POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AS POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AT N/A N/A N/A N/A

2002AU POP 01-JAN-2023 TO N/A FORT BELVOIR W5K9H3


31-DEC-2023 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

2002AV POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AW POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AX POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 116 of 149

2002AY POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002AZ POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002BA POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002BB POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002BC POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002BD POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002BE POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002BF N/A N/A N/A N/A

2002BG POP 01-JAN-2023 TO N/A FORT BELVOIR W5K9H3


31-DEC-2023 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

2002BH POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2002BK POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2004 N/A N/A N/A N/A

2004AA POP 01-JAN-2023 TO N/A FORT BELVOIR W5K9H3


31-DEC-2023 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

2004AB POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 117 of 149

2004AC POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2004AD POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2005 N/A N/A N/A N/A

2005AA POP 01-JAN-2023 TO N/A FORT BELVOIR W5K9H3


31-DEC-2023 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

2005AB POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2005AC POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2005AD POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2006 N/A N/A N/A N/A

2006AA POP 01-JAN-2023 TO N/A FORT BELVOIR W5K9H3


31-DEC-2023 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

2006AB POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2006AC POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2007 N/A N/A N/A N/A


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 118 of 149

2007AA POP 01-JAN-2023 TO N/A FORT BELVOIR W5K9H3


31-DEC-2023 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

2007AB POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2007AC POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2007AD POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2007AE POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2007AF POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2008 N/A N/A N/A N/A

2008AA POP 01-JAN-2023 TO N/A FORT BELVOIR W5K9H3


31-DEC-2023 ALEJANDRO GUZMAN
REGIONAL NETWORK ENTERPRISE
CNTR
BLDG 1101
9620 PRATT RD
FT BELVOIR VA 22060-5840
703-7044321
FOB: Destination

2008AB POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2008AC POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2011 POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2012 POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2013 POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination

2014 POP 01-JAN-2023 TO N/A (SAME AS PREVIOUS LOCATION) W5K9H3


31-DEC-2023 FOB: Destination
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 119 of 149

Section G - Contract Administration Data

CPARS REPORTING
In order to ensure the timely completion of contractor performance reports/assessments within
Contractor Performance Assessment Reporting System (CPARS)/ Construction Contractor
Appraisal Support System (CCASS), the following individuals are assigned these specific roles
within the system:

Assessing Official Representative – Alejandro Guzman at alejandro.guzman2.civ@mail.mil,


the requiring activity is responsible for writing the CPAR/report and rating the contractor’s
performance.

Assessing Official – Joe Morris, Jr. at joe.l.morris4.civ@mail.mil responsible to act as a check


and balance and review, sign, and send the CPAR/report to the Contractor Representative:
 
All Native Synergies Company
Brett Hysinger
Operations Director
bhysinger@allnativegroup.com
ALL NATIVE GROUP, a Division of Ho-Chunk, Inc.
Technology Solutions & Services
10306 Eaton Place #510 Fairfax, VA 22030
Office: 571.982-2145 Cell: 571.982.2145

Training for all persons responsible for the preparation and review of performance assessments is
available online at http://www.cpars.csd.disa.mil/allapps/cpartrng/webtrain/webtrain_all.htm

CONTRACT ADMINISTRATION

Offeror's office which will receive payment, supervise and administer the resulting contract
Contractor Administration:

Brett Hysinger
Operations Director
bhysinger@allnativegroup.com
ALL NATIVE GROUP, a Division of Ho-Chunk, Inc.
Technology Solutions & Services
10306 Eaton Place #510 Fairfax, VA 22030
Office: 571.982-2145 Cell: 571.982.2145

All Native Synergies Company


DUNS: 078817411 CAGE Code: 74CW6
1 Mission Dr
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 120 of 149

Winnebago, NE, 68071-4900


HUBZone Certified Program Participant
HUBZone Certified: Yes
HUBZone Certification Date: 04/03/2020
SBA Certified 8(a) Program Participant
SBA 8(a) Entrance Date: 05/01/2018
SBA 8(a) Exit Date: 04/30/2027
Federally Recognized Native American Entity: Tribally Owned
Firm
SBA Case Number: DK1596644812U
SBA Certified 8(a) Program Participant

Contractor Payment:
See FAR 52.232-33 for required use of Electronic Funds Transfer Payments.

Administration of this contract will be performed by:

U.S. ARMY CONTRACTING COMMAND


ABERDEEN PROVING GROUND- HUACHUCA DIVISION
ATTN: CCAP-CCH
Joe Morris, Jr.
Contracting Officer
2133 Cushing St. Bldg 61801
Fort Huachuca, Arizona 85670-2748
(520) 538-7449
email: joe.l.morris4.civ@mail.mil

Administrator: Paula Keith


Telephone #: 520-533-1427
E-mail Address: Paula.L.keith.civ@mail.mil

Contracting Officer Representative (COR):

Alejandro Guzman
Management Analyst/ITS COR
alejandro.guzman2.civ@mail.mil
RNEC-NCR
703-704-4321 (O)
804-721-2428 (C)
 
 

Alternate COR:
TBD
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 121 of 149

ACCOUNTING AND APPROPRIATION DATA

AA: 0212021202120200000112121251 S.0076312.3.18.1 6100.9000021001


COST CODE: A21DD
AMOUNT: $129,574.50

AB: 0212021202120200000443434251 S.0076312.3.20.1 6100.9000021001


COST CODE: A57AB
AMOUNT: $110,589.73

AC: 0212021202120200000113131251 S.0076312.3.25.1 6100.9000021001


COST CODE: A60SH
AMOUNT: $245,269.99

AD: 0212021202120200000112121251 S.0076312.3.8.1 6100.9000021001


COST CODE: A21AA
AMOUNT: $349,982.49

AE: 0212020202120400000665654251 S.0076312.3.17.1 6100.9000021001


COST CODE: A5XI4
AMOUNT: $109,760.09

AF: 0212021202120200000113131251 S.0076312.2.2.1 6100.9000021001


COST CODE: A29HM
AMOUNT: $207,686.49

AG: 0212021202120200000443432251 S.0076312.3.22.1 6100.9000021001


COST CODE: A5XIP
AMOUNT: $115,198.05

AH: 0212021202320350000WW6W63251 S.0076312.3.28.1 6100.9000021001


COST CODE: A5XKP
AMOUNT: $79,825.52

AJ: 0212021202120200000442422251 S.0076312.3.19.1 6100.9000021001


COST CODE: A60H1
AMOUNT: $72,910.97

AK: 0212021202120200000443432251 S.0076312.3.5.1 6100.9000021001


COST CODE: A2200
AMOUNT: $207,686.49

AL: 0212021202120200000113131251 S.0076312.2.5.1 6100.9000021001


COST CODE: A29HM
AMOUNT: $135,491.29

AM: 0212021202120200000113131251 S.0076312.2.3.1 6100.9000021001


COST CODE: A29HM
AMOUNT: $233,417.69

AN: 0212020202220350000RR8R80251 S.0076312.3.10.1 6100.9000021001


COST CODE: A5XKN
AMOUNT: $109,760.09

AP: 0212021202120200000112121251 S.0076312.3.12.1 6100.9000021001


COST CODE: A5XKO
AMOUNT: $331,344.09

AQ: 0212020202120400000665654251 S.0076312.3.16.1 6100.9000021001


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 122 of 149

COST CODE: A5XKP


AMOUNT: $135,491.29

AR: 0212021202120200000443432251 S.0076312.3.1.1 6100.9000021001


COST CODE: A22HK
AMOUNT: $109,760.09

AS: 0212021202120650000443432251 S.0076312.3.14.1 6100.9000021001


COST CODE: A5XI3
AMOUNT: $109,760.09

AT: 0212021202120200000113131251 S.0076312.3.9.1 6100.9000021001


COST CODE: A60H1
AMOUNT: $109,760.09

AU: 0212021202120200000332324251 S.0076312.3.6.1 6100.9000021001


COST CODE: A22AH
AMOUNT: $109,760.09

AV: 0212021202120200000332324251 S.0076312.3.11.1 6100.9000021001


COST CODE: A22AE
AMOUNT: $109,760.09

AW: 0212021202120200000332323251 S.0076312.3.21.1 6100.9000021001


COST CODE: A57GB
AMOUNT: $406,473.87

AX: 0212021202120200000113131251 S.0076312.2.6.1 6100.9000021001


COST CODE: A29HM
AMOUNT: $23,345.18

AY: 0212021202120200000113131251 S.0076312.2.4.1 6100.9000021001


COST CODE: A29HM
AMOUNT: $109,760.09

AZ: 0212021202120200000113131251 S.0076312.1.6 6100.9000021001


COST CODE: A29HM
AMOUNT: $6,240,696.00

BA: 0212021202120200000112121251 S.0076312.3.13.1 6100.9000021001


COST CODE: A21DD
AMOUNT: $129,574.50

BB: 0212019202120350000BB6B63251 S.0076312.3.23.1 6100.9000021001


COST CODE: A5XID
AMOUNT: $214,579.42

BC: 0212021202120200000112121251 S.0076312.3.4.1 6100.9000021001


COST CODE: A5XIX
AMOUNT: $214,579.42

BD: 0212021202320350000BB5B53251 S.0076312.3.15.1 6100.9000021001


COST CODE: A5XKP
AMOUNT: $29,934.57

BE: 0212020202220350000RR5R51251 S.0076312.3.7.1 6100.9000021001


COST CODE: A5XDT
AMOUNT: $258,433.12

ACRN CLIN/SLIN CIN AMOUNT

AA 0002AA GFEBS001158177100030 $129,574.50


AB 0002AB GFEBS001158177100032 $39,912.76
0002AC GFEBS001158177100033 $70,676.97
AC 0002AD GFEBS001158177100034 $135,509.90
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 123 of 149

0002AW GFEBS001158177100053 $109,760.09


AD 0002AE GFEBS001158177100035 $349,982.49
AE 0002AF GFEBS001158177100036 $109,760.09
AF 0002AG GFEBS001158177100037 $207,686.49
AG 0002AH GFEBS001158177100038 $115,198.05
AH 0002AJ GFEBS001158177100041 $79,825.52
AJ 0002AK GFEBS001158177100043 $72,910.97
AK 0002AL GFEBS001158177100045 $207,686.49
AL 0002AN GFEBS001158177100046 $135,491.29
AM 0002AP GFEBS001158177100047 $233,417.69
AN 0002AQ GFEBS001158177100048 $109,760.09
AP 0002AR GFEBS001158177100049 $331,344.09
AQ 0002AS GFEBS001158177100050 $135,491.29
AR 0002AU GFEBS001158177100051 $109,760.09
AS 0002AV GFEBS001158177100052 $109,760.09
AT 0002AX GFEBS001158177100054 $109,760.09
AU 0002AY GFEBS001158177100055 $109,760.09
AV 0002AZ GFEBS001158177100056 $109,760.09
AW 0002BA GFEBS001158177100057 $135,491.29
0002BB GFEBS001158177100058 $135,491.29
0002BC GFEBS001158177100059 $135,491.29
AX 0002BD GFEBS001158177100060 $23,345.18
AY 0002BE GFEBS001158177100061 $109,760.09
AZ 0004AA GFEBS001158177100010 $260,796.80
0004AB GFEBS001158177100011 $254,091.20
0004AC GFEBS001158177100012 $143,580.80
0004AD GFEBS001158177100013 $111,918.40
0005AA GFEBS001158177100014 $89,355.20
0005AB GFEBS001158177100015 $293,779.20
0005AC GFEBS001158177100016 $137,227.20
0005AD GFEBS001158177100017 $96,430.40
0006AA GFEBS001158177100018 $324,456.00
0006AB GFEBS001158177100019 $582,384.00
0006AC GFEBS001158177100020 $1,053,184.00
0007AA GFEBS001158177100021 $887,128.00
0007AB GFEBS001158177100022 $699,388.80
0007AC GFEBS001158177100023 $214,772.80
0007AD GFEBS001158177100024 $214,825.60
0007AE GFEBS001158177100025 $151,694.40
0007AF GFEBS001158177100026 $154,932.80
0008AA GFEBS001158177100027 $137,086.40
0008AB GFEBS001158177100028 $303,969.60
0008AC GFEBS001158177100029 $129,694.40
BA 0002BL GFEBS001158177100031 $129,574.50
BB 0002BM GFEBS001158177100039 $214,579.42
BC 0002BN GFEBS001158177100040 $214,579.42
BD 0002BP GFEBS001158177100042 $29,934.57
BE 0002BQ GFEBS001158177100044 $258,433.12

CLAUSES INCORPORATED BY REFERENCE

52.242-15 Stop-Work Order AUG 1989


52.242-17 Government Delay Of Work APR 1984
52.247-34 F.O.B. Destination NOV 1991

CLAUSES INCORPORATED BY FULL TEXT

252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991)


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 124 of 149

(a) "Definition. Contracting officer's representative" means an individual designated in accordance with subsection
201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting
officer to perform specific technical or administrative functions.

(b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a
copy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contracting
officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity,
delivery, or any other term or condition of the contract.

(End of clause)

252.204-7006 BILLING INSTRUCTIONS (OCT 2005)

When submitting a request for payment, the Contractor shall--

(a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and

(b) Separately identify a payment amount for each contract line item included in the payment request.

(End of clause)

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC


2018)

(a) Definitions. As used in this clause--

Contract financing payment means an authorized Government disbursement of monies to a contractor prior to
acceptance of supplies or services by the Government.

(1) Contract financing payments include--

(i) Advance payments;

(ii) Performance-based payments;

(iii) Commercial advance and interim payments;

(iv) Progress payments based on cost under the clause at Federal Acquisition Regulation (FAR) 52.232-16, Progress
Payments;

(v) Progress payments based on a percentage or stage of completion (see FAR 32.102(e)), except those made under
the clause at FAR 52.232-5, Payments Under Fixed-Price Construction Contracts, or the clause at FAR 52.232-10,
Payments Under Fixed-Price Architect-Engineer Contracts; and

(vi) Interim payments under a cost reimbursement contract, except for a cost reimbursement contract for services
when Alternate I of the clause at FAR 52.232-25, Prompt Payment, is used.

(2) Contract financing payments do not include--


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 125 of 149

(i) Invoice payments;

(ii) Payments for partial deliveries; or

(iii) Lease and rental payments.

Electronic form means any automated system that transmits information electronically from the initiating system to
affected systems.

Invoice payment means a Government disbursement of monies to a contractor under a contract or other
authorization for supplies or services accepted by the Government.

(1) Invoice payments include--

(i) Payments for partial deliveries that have been accepted by the Government;

(ii) Final cost or fee payments where amounts owed have been settled between the Government and the contractor;

(iii) For purposes of subpart 32.9 only, all payments made under the clause at 52.232-5, Payments Under Fixed-
Price Construction Contracts, and the clause at 52.232-10, Payments Under Fixed-Price
Architect-Engineer Contracts; and

(iv) Interim payments under a cost-reimbursement contract for services when Alternate I of the clause at 52.232-25,
Prompt Payment, is used.

(2) Invoice payments do not include contract financing payments.

Payment request means any request for contract financing payment or invoice payment submitted by the Contractor
under this contract or task or delivery order.

Receiving report means the data prepared in the manner and to the extent required by Appendix F, Material
Inspection and Receiving Report, of the Defense Federal Acquisition Regulation Supplement.

(b) Except as provided in paragraph (d) of this clause, the Contractor shall submit payment requests and receiving
reports in electronic form using Wide Area WorkFlow (WAWF). The Contractor shall prepare and furnish to the
Government a receiving report at the time of each delivery of supplies or services under this contract or task or
delivery order.

(c) Submit payment requests and receiving reports to WAWF in one of the following electronic formats:

(1) Electronic Data Interchange.

(2) Secure File Transfer Protocol.

(3) Direct input through the WAWF website.

(d) The Contractor may submit a payment request and receiving report using methods other than WAWF only when-
-

(1) The Contractor has requested permission in writing to do so, and the Contracting Officer has provided
instructions for a temporary alternative method of submission of payment requests and receiving reports in the
contract administration data section of this contract or task or delivery order;

(2) DoD makes payment for commercial transportation services provided under a Government rate tender or a
contract for transportation services using a DoD-approved electronic third party payment system or other exempted
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 126 of 149

vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and
Billing System);

(3) DoD makes payment on a contract or task or delivery order for rendered health care services using the
TRICARE Encounter Data System; or

(4) The Governmentwide commercial purchase card is used as the method of payment, in which case submission of
only the receiving report in WAWF is required.

(e) Information regarding WAWF is available at https://wawf.eb.mil/.

(f) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate
payment clauses in this contract when submitting payment requests.

(End of clause)

252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (APR 2014)

(a) Contract line item(s) 0002AB,AC,AD,BD,0011,0012,0013 is/are incrementally funded. For this/these
item(s), the sum of $269,444.81 of the total price is presently available for payment and allotted to this contract. An
allotment schedule is set forth in paragraph (j) of this clause.

(b) For items(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which
the total amount payable by the Government, including reimbursement in the event of termination of those item(s)
for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor
is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any
event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of
anything to the contrary in the clause entitled "TERMINATION FOR THE CONVENIENCE OF THE
GOVERNMENT." As used in this clause, the total amount payable by the Government in the event of termination
of applicable contract line item(s) for convenience includes costs, profit and estimated termination settlement costs
for those item(s).

(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will
notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best
judgment, the work will reach the point at which the total amount payable by the Government, including any cost for
termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for
performance of the applicable item(s). The notification will state (1) the estimated date when that point will be
reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up
to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed
upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional
funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for subsequent
period as may be specified in the allotment schedule in paragraph (j) of this clause, or otherwise agreed to by the
parties. If after such notification additional funds are not allotted by the date identified in the Contractor's
notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional
funds have not been allotted, pursuant to the clause of this contract entitled "TERMINATION FOR THE
CONVENIENCE OF THE GOVERNMENT".

(d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph
(a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds.
The provisions of paragraph (b) through (d) of this clause will apply in like manner to the additional allotted funds
and agreed substitute date, and the contract will be modified accordingly.
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 127 of 149

(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in
amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the
Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional
funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing,
and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such
equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause
entitled "disputes."

(f) The Government may at any time prior to termination allot additional funds for the performance of the contract
line item(s) identified in paragraph (a) of this clause.

(g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled
"DEFAULT." The provisions of this clause are limited to work and allotment of funds for the contract line item(s)
set forth in paragraph (a) of this clause. This clause no longer applies once the contract if fully funded except with
regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) or
(e) of this clause.

(h) Nothing in this clause affects the right of the Government to this contract pursuant to the clause of this contract
entitled "TERMINATION FOR CONVENIENCE OF THE GOVERNMENT."

(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise
prohibited under 31 U.S.C. 1342.

(j) The parties contemplate that the Government will allot funds to this contract in accordance with the following
schedule:

On execution of contract $--

CLIN Description Req’d Rec’d Remaining Per Mos Thru Date

0002AB Ctr Mltry Hstry $109,760.12 $39,912.76 $69,847.36 $9,978.19 05/30/21


0002AC CMH Jnt Base Myer $259,148.92 $70,676.67 $188,471.95 $23,558.99 05/30/21
0002AD Ft Belvoir Garrsion $149,060.89 $135,509.90 $13,550.99 $13,550.99 11/30/21
0002BD Ground App Prgm Office $123,398.52 $23,345.18 $100,053.34 $11,672.59 03/31/21

Balance Total Labor Amount Required $371,923.64

0011 Travel $ 2,000.00 0.00 $ 2,000.00


0012 Training $30,000.00 0.00 $30,000.00
0013 Surge $50,000.00 0.00 $50,000.00
$82.000.00

Total Amount Unfunded $723,368.45 $269,444.81 $453,923.64

CLINS 0011, 0012, 0013 are not required to be funded and will be funded via modification.
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 128 of 149

Section I - Contract Clauses

CLAUSES INCORPORATED BY REFERENCE

52.202-1 Definitions JUN 2020


52.203-3 Gratuities APR 1984
52.203-5 Covenant Against Contingent Fees MAY 2014
52.203-6 Restrictions On Subcontractor Sales To The Government JUN 2020
52.203-7 Anti-Kickback Procedures JUN 2020
52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or MAY 2014
Improper Activity
52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014
52.203-12 Limitation On Payments To Influence Certain Federal JUN 2020
Transactions
52.203-13 Contractor Code of Business Ethics and Conduct JUN 2020
52.203-19 Prohibition on Requiring Certain Internal Confidentiality JAN 2017
Agreements or Statements
52.204-2 Security Requirements AUG 1996
52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011
52.204-13 System for Award Management Maintenance OCT 2018
52.204-14 Service Contract Reporting Requirements OCT 2016
52.204-19 Incorporation by Reference of Representations and DEC 2014
Certifications.
52.209-6 Protecting the Government's Interest When Subcontracting JUN 2020
With Contractors Debarred, Suspended, or Proposed for
Debarment
52.209-9 Updates of Publicly Available Information Regarding OCT 2018
Responsibility Matters
52.209-10 Prohibition on Contracting With Inverted Domestic NOV 2015
Corporations
52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018
52.215-8 Order of Precedence--Uniform Contract Format OCT 1997
52.215-15 Pension Adjustments and Asset Reversions OCT 2010
52.215-18 Reversion or Adjustment of Plans for Postretirement Benefits JUL 2005
(PRB) Other than Pensions
52.215-19 Notification of Ownership Changes OCT 1997
52.215-21 Requirements for Certified Cost or Pricing Data and Data JUN 2020
Other Than Certified Cost or Pricing Data -- Modifications
52.219-6 Notice Of Total Small Business Set-Aside MAR 2020
52.219-12 Special 8(a) Subcontract Conditions OCT 2019
52.219-14 (Dev) Limitations on Subcontracting (DEVIATION 2020-O0008) MAR 2020
52.222-3 Convict Labor JUN 2003
52.222-4 Contract Work Hours and Safety Standards - Overtime MAY 2018
Compensation
52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2020
52.222-21 Prohibition Of Segregated Facilities APR 2015
52.222-26 Equal Opportunity SEP 2016
52.222-35 Equal Opportunity for Veterans JUN 2020
52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020
52.222-37 Employment Reports on Veterans JUN 2020
52.222-50 Combating Trafficking in Persons JAN 2019
52.223-5 Alt I Pollution Prevention and Right-to-Know Information (May MAY 2011
2011) Alternate I
52.223-6 Drug-Free Workplace MAY 2001
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 129 of 149

52.223-10 Waste Reduction Program MAY 2011


52.223-18 Encouraging Contractor Policies To Ban Text Messaging JUN 2020
While Driving
52.223-19 Compliance with Environmental Management Systems MAY 2011
52.224-1 Privacy Act Notification APR 1984
52.224-2 Privacy Act APR 1984
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.227-1 Authorization and Consent JUN 2020
52.227-2 Notice And Assistance Regarding Patent And Copyright JUN 2020
Infringement
52.228-5 Insurance - Work On A Government Installation JAN 1997
52.229-3 Federal, State And Local Taxes FEB 2013
52.232-1 Payments APR 1984
52.232-8 Discounts For Prompt Payment FEB 2002
52.232-11 Extras APR 1984
52.232-17 Interest MAY 2014
52.232-23 Assignment Of Claims MAY 2014
52.232-25 Prompt Payment JAN 2017
52.232-33 Payment by Electronic Funds Transfer--System for Award OCT 2018
Management
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business DEC 2013
Subcontractors
52.233-1 Disputes MAY 2014
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.239-1 Privacy or Security Safeguards AUG 1996
52.242-13 Bankruptcy JUL 1995
52.243-1 Alt I Changes--Fixed Price (Aug 1987) - Alternate I APR 1984
52.244-2 Subcontracts JUN 2020
52.244-5 Competition In Subcontracting DEC 1996
52.246-4 Inspection Of Services--Fixed Price AUG 1996
52.246-25 Limitation Of Liability--Services FEB 1997
52.248-1 Value Engineering JUN 2020
52.249-1 Termination For Convenience Of The Government (Fixed APR 1984
Price) (Short Form)
52.249-2 Termination For Convenience Of The Government (Fixed- APR 2012
Price)
52.249-4 Termination For Convenience Of The Government (Services) APR 1984
(Short Form)
52.249-8 Default (Fixed-Price Supply & Service) APR 1984
52.249-14 Excusable Delays APR 1984
52.253-1 Computer Generated Forms JAN 1991
252.203-7000 Requirements Relating to Compensation of Former DoD SEP 2011
Officials
252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense- DEC 2008
Contract-Related Felonies
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.203-7003 Agency Office of the Inspector General AUG 2019
252.204-7000 Disclosure Of Information OCT 2016
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7009 Limitations on the Use or Disclosure of Third-Party OCT 2016
Contractor Reported Cyber Incident Information
252.204-7012 Safeguarding Covered Defense Information and Cyber DEC 2019
Incident Reporting
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 130 of 149

252.204-7015 Notice of Authorized Disclosure of Information for Litigation MAY 2016


Support
252.204-7018 Prohibition on the Acquisition of Covered Defense DEC 2019
Telecommunications Equipment or Services
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements NOV 2020
252.204-7020 NIST SP 800-171 DoD Assessment Requirements NOV 2020
252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991
252.209-7004 Subcontracting With Firms That Are Owned or Controlled By MAY 2019
The Government of a Country that is a State Sponsor of
Terrorism
252.215-7002 Cost Estimating System Requirements DEC 2012
252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements DEC 2010
252.223-7004 Drug Free Work Force SEP 1988
252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or SEP 2014
Hazardous Materials
252.225-7048 Export-Controlled Items JUN 2013
252.226-7001 Utilization of Indian Organizations and Indian-Owned APR 2019
Economic Enterprises, and Native Hawaiian Small Business
Concerns
252.232-7010 Levies on Contract Payments DEC 2006
252.239-7001 Information Assurance Contractor Training and Certification JAN 2008
252.243-7001 Pricing Of Contract Modifications DEC 1991
252.243-7002 Requests for Equitable Adjustment DEC 2012
252.247-7023 Transportation of Supplies by Sea FEB 2019

CLAUSES INCORPORATED BY FULL TEXT

52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES


DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (JUL 2018)

(a) Definitions. As used in this clause--

Covered article means any hardware, software, or service that--

(1) Is developed or provided by a covered entity;

(2) Includes any hardware, software, or service developed or provided in whole or in part by a covered entity; or

(3) Contains components using any hardware or software developed in whole or in part by a covered entity.

Covered entity means--

(1) Kaspersky Lab;

(2) Any successor entity to Kaspersky Lab;

(3) Any entity that controls, is controlled by, or is under common control with Kaspersky Lab; or

(4) Any entity of which Kaspersky Lab has a majority ownership.

(b) Prohibition. Section 1634 of Division A of the National Defense Authorization Act for Fiscal Year 2018 (Pub. L.
115-91) prohibits Government use of any covered article. The Contractor is prohibited from--
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 131 of 149

(1) Providing any covered article that the Government will use on or after October 1, 2018; and

(2) Using any covered article on or after October 1, 2018, in the development of data or deliverables first produced
in the performance of the contract.

(c) Reporting requirement.

(1) In the event the Contractor identifies a covered article provided to the Government during contract performance,
or the Contractor is notified of such by a subcontractor at any tier or any other source, the Contractor shall
report, in writing, to the Contracting Officer or, in the case of the Department of Defense, to the website at
https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the
indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of
Defense, identify both the indefinite delivery contract and any affected orders in the report provided at
https://dibnet.dod.mil.

(2) The Contractor shall report the following information pursuant to paragraph (c)(1) of this clause:

(i) Within 1 business day from the date of such identification or notification: The contract number; the order
number(s), if applicable; supplier name; brand; model number (Original Equipment Manufacturer (OEM) number,
manufacturer part number, or wholesaler number); item description; and any readily available information
about mitigation actions undertaken or recommended.

(ii) Within 10 business days of submitting the report pursuant to paragraph (c)(1) of this clause: Any further
available information about mitigation actions undertaken or recommended. In addition, the Contractor shall
describe the efforts it undertook to prevent use or submission of a covered article, any reasons that led
to the use or submission of the covered article, and any additional efforts that will be incorporated to prevent future
use or submission of covered articles.

(d) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (d), in all
subcontracts, including subcontracts for the acquisition of commercial items.

(End of clause)

52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO


SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020)

(a) Definitions. As used in this clause--

Backhaul means intermediate links between the core network, or backbone network, and the small subnetworks at
the edge of the network (e.g., connecting cell phones/towers to the core telephone network). Backhaul can be
wireless (e.g., microwave) or wired (e.g., fiber optic, coaxial cable, Ethernet).

Covered foreign country means The People's Republic of China.

Covered telecommunications equipment or services means--

(1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any
subsidiary or affiliate of such entities);

(2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 132 of 149

infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced
by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology
Company (or any subsidiary or affiliate of such entities);

(3) Telecommunications or video surveillance services provided by such entities or using such equipment; or

(4) Telecommunications or video surveillance equipment or services produced or provided by an entity that the
Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau
of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the
government of a covered foreign country.

Critical technology means--

(1) Defense articles or defense services included on the United States Munitions List set forth in the International
Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations;

(2) Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export
Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and
controlled--

(i) Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological
weapons proliferation, nuclear nonproliferation, or missile technology; or

(ii) For reasons relating to regional stability or surreptitious listening;

(3) Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology
covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy
activities);

(4) Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating
to export and import of nuclear equipment and material);

(5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such
Code, or part 73 of title 42 of such Code; or

(6) Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act
of 2018 (50 U.S.C. 4817).

Interconnection arrangements means arrangements governing the physical connection of two or more networks to
allow the use of another's network to hand off traffic where it is ultimately delivered (e.g., connection of a customer
of telephone provider A to a customer of telephone company B) or sharing data and other information resources.

Reasonable inquiry means an inquiry designed to uncover any information in the entity's possession about the
identity of the producer or provider of covered telecommunications equipment or services used by the entity that
excludes the need to include an internal or third-party audit.

Roaming means cellular communications services (e.g., voice, video, data) received from a visited network when
unable to connect to the facilities of the home network either because signal coverage is too weak or because traffic
is too high.

Substantial or essential component means any component necessary for the proper function or performance of a
piece of equipment, system, or service.

(b) Prohibition.
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 133 of 149

(1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L.
115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or
extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered
telecommunications equipment or services as a substantial or essential component of any system, or as critical
technology as part of any system. The Contractor is prohibited from providing to the Government any equipment,
system, or service that uses covered telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of this
clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR
4.2104.

(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L.
115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract, or
extending or renewing a contract, with an entity that uses any equipment, system, or service that uses covered
telecommunications equipment or services as a substantial or essential component of any system, or as critical
technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered
telecommunication equipment or services are covered by a waiver described in FAR 4.2104. This prohibition
applies to the use of covered telecommunications equipment or services, regardless of whether that use is in
performance of work under a Federal contract.

(c) Exceptions. This clause does not prohibit contractors from providing--

(1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection
arrangements; or

(2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user
data or packets that such equipment transmits or otherwise handles.

(d) Reporting requirement.

(1) In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or
essential component of any system, or as critical technology as part of any system, during contract performance, or
the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the
information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in this contract are
established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall
report to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the
Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in
the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the
report provided at https://dibnet.dod.mil.

(2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause:

(i) Within one business day from the date of such identification or notification: The contract number; the order
number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and
Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number,
manufacturer part number, or wholesaler number); item description; and any readily available information about
mitigation actions undertaken or recommended.

(ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available
information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the
efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any
additional efforts that will be incorporated to prevent future use or submission of covered telecommunications
equipment or services.
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 134 of 149

(e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e) and excluding
paragraph (b)(2), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of
commercial items.

(End of clause)

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR


EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2020)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are
incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to
acquisitions of commercial items:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
(section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L.
113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by
Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or
Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115-232).

(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

(5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19
U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has
indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders
applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)

x (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (Oct 1995) (41
U.S.C. 4704 and 10 U.S.C. 2402).

x (2) 52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41 U.S.C. 3509).

x (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN
2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment
Act of 2009.)

X(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-
282) (31 U.S.C. 6101 note).

___ (5) [Reserved]

(6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub.
L. 111-117, section 743 of Div. C).
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 135 of 149

___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note).

____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41
U.S.C. 2313).

____ (10) [Reserved]

____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (MAR 2020) (15 U.S.C. 657a).

____ (ii) Alternate I (MAR 2020) of 52.219-3.

____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (MAR 2020)
(if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

____ (ii) Alternate I (MAR 2020) of 52.219-4.

____ (13) [Reserved]

x (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (MAR 2020) (15 U.S.C. 644).

____ (ii) Alternate I (MAR 2020) of 52.219-6.

____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (MAR 2020) (15 U.S.C. 644).

____ (ii) Alternate I (MAR 2020) of 52.219-7.

x (16) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)).

____ (17)(i) 52.219-9, Small Business Subcontracting Plan (JUN 2020) (15 U.S.C. 637(d)(4)).

____ (ii) Alternate I (NOV 2016) of 52.219-9.

____ (iii) Alternate II (NOV 2016) of 52.219-9.

____ (iv) Alternate III (JUN 2020) of 52.219-9.

____ (v) Alternate IV (JUN 2020) of 52.219-9.

____ (18) (i) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)).

____ (ii) Alternate I (MAR 2020) of 52.219-13.

____ (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)).

____ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).

____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) (15
U.S.C. 657f).

x (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (MAY 2020) (15 U.S.C. 632(a)(2)).

____ (ii) Alternate I (MAR 2020) of 52.219-28.


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 136 of 149

____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-
Owned Small Business (EDWOSB) Concerns (MAR 2020) (15 U.S.C. 637(m)).

____ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns
Eligible Under the Women-Owned Small Business Program (MAR 2020) (15 U.S.C. 637(m)).
____ (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r)).

____ (26) 52.219-33, Nonmanufacturer Rule (MAR 2020) (15 U.S.C. 637(a)(17)).

____ (27) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).

____(28) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126).

____ (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015).

____ (30)(i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).

____ (ii) Alternate I (FEB 1999) of 52.222-26.

____ (31)(i) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212).

____ (ii) Alternate I (JUL 2014) of 52.222-35.

____ (32)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).

____ (ii) Alternate I (JUL 2014) of 52.222-36.

____ (33) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212).

____ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O.
13496).

x (35)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).

____ (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

____ (36) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the
acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in
22.1803.)

____ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (MAY
2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf
items.)

____ (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of
commercially available off-the-shelf items.)

____ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN
2016) (E.O. 13693).

____ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners
(JUN 2016) (E.O. 13693).

____ (40) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and
13514).
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 137 of 149

____ (ii) Alternate I (OCT 2015) of 52.223-13.

____ (41)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (JUN 2014) (E.O.s 13423 and 13514).

____ (ii) Alternate I (JUN 2014) of 52.223-14.

____ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (MAY 2020) (42 U.S.C. 8259b).

____ (43)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s
13423 and 13514).

____ (ii) Alternate I (JUN 2014) of 52.223-16.

x (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513).

____ (45) 52.223-20, Aerosols (JUN 2016) (E.O. 13693).

____ (46) 52.223-21, Foams (JUN 2016) (E.O. 13693).

____ (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

____ (ii) Alternate I (JAN 2017) of 52.224-3.

____ (48) 52.225-1, Buy American--Supplies (MAY 2014) (41 U.S.C. chapter 83).

____ (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter
83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77,
108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.

____ (ii) Alternate I (MAY 2014) of 52.225-3.

____ (iii) Alternate II (MAY 2014) of 52.225-3.

____ (iv) Alternate III (MAY 2014) of 52.225-3.

____ (50) 52.225-5, Trade Agreements (OCT 2019) 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

____ (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes
administered by the Office of Foreign Assets Control of the Department of the Treasury).

____ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016)
(Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

____ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150

____ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C.
5150).

____ (55) 52.229-12, Tax on Certain Foreign Procurements (JUN 2020).

____ (56) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10
U.S.C. 2307(f)).

____ (57) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 138 of 149

____ (58) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (OCT 2018) (31
U.S.C. 3332).

____ (59) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (JUL
2013) (31 U.S.C. 3332).

____ (60) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).

____ (61) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a).

____ (62) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)).

____ (63)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C.
Appx. 1241(b) and 10 U.S.C. 2631).

____ (ii) Alternate I (APR 2003) of 52.247-64.

____ (iii) Alternate II (FEB 2006) of 52.247-64.

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that
the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of
law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)

_____ (1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).

_____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C.
chapter 67).

_____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple
Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

_____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY
2014) (29 U.S.C 206 and 41 U.S.C. chapter 67).

_____ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67).

_____ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain
Services--Requirements (MAY 2014) (41 U.S.C. chapter 67).

_____(7) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658).

x (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

_____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792).

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph
(d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as
defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and
Records--Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall
have access to and right to examine any of the Contractor's directly pertinent records involving transactions related
to this contract.
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 139 of 149

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other
evidence for examination, audit, or reproduction, until 3 years after final payment 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 partially terminated, 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 settlement of claims arising under or relating to this contract shall be made available
until such appeals, 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 type and regardless of form. This does not require the Contractor to create or maintain any record that
the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the
Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for
commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the
clause—

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41 U.S.C. 3509).

(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
(section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L.
113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by
Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or
Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115-232).

(v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts
that offer further subcontracting opportunities. If the subcontract (except subcontracts
to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract
award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(vii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).

(viii) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212).

(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).

(x) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212).

(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(xii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67).

(xiii) x (A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).

_____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 140 of 149

(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain
Services--Requirements (May 2014) (41 U.S.C. chapter 67)

(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).

(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).

(xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).

(xix) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).

(B) Alternate I (Jan 2017) of 52.224-3.

(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section
862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (JUN 2020) (42 U.S.C. 1792). Flow
down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xxii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx
1241(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)

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in
the contract. These rates may be adjusted only as a result of revisions to prevailing labor 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 within one day prior to end of contract. (End of clause)

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 1 day; provided
that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before
the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3.5
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 141 of 149

years.
(End of clause)

52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (NOV 2020) - ALTERNATE I (SEPT 2015)

(a) Definitions. As used in this provision--

Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern
that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations
of which are controlled by, one or more women who are citizens of the United States and who are economically
disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business
concern eligible under the WOSB Program.

Service-disabled veteran-owned small business concern--

(1) Means a small business concern--

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any
publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled
veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans
or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver
of such veteran.

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-
connected, as defined in 38 U.S.C. 101(16).

Small business concern--

(1) Means a concern, including its affiliates, that is independently owned and operated, not 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 part 121 and the size standard in paragraph (b) of this provision.

(2) Affiliates, as used in this definition, means business concerns, one of whom directly or indirectly controls or has
the power to control the others, or a third party or parties control or have the power to control the others. In
determining whether affiliation exists, consideration is given to all appropriate factors including common ownership,
common management, and contractual relationships. SBA determines affiliation based on the factors set forth at 13
CFR 121.103.

Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the
size standard applicable to the acquisition, that--

(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by--

(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined
at 13 CFR 124.104) individuals who are citizens of the United States, and

(ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into
account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and

(2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by
individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition.
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 142 of 149

Veteran-owned small business concern means a small business concern--

(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the
case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more
veterans; and

(2) The management and daily business operations of which are controlled by one or more veterans.

Women-owned small business concern means a small business concern--

(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least
51 percent of the stock of which is owned by one or more women; and

(2) Whose management and daily business operations are controlled by one or more women.

Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR
part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the
management and daily business operations of which are controlled by, one or more women who are citizens of the
United States.

(b)(1) The North American Industry Classification System (NAICS) code for this acquisition is ___ --[insert
NAICS code].

(2) The small business size standard is ___ --[insert size standard].

(3) The small business size standard for a concern which submits an offer in its own name, other than on a
construction or service contract, but which proposes to furnish a product which it did not itself manufacture (i.e.,
nonmanufacturer), is 500 employees.

(c) Representations. (1) The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a small business
concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this
provision.] The offeror represents that it [ ___ ] is, [ ___ ] is not, a small disadvantaged business concern as defined
in 13 CFR 124.1002.

(3) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.]
The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a women-owned small business concern.

(4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the
offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this provision.] The
offeror represents as part of its offer that--

(i) It [ ___ ] is, [ ___ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required
documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that
affects its eligibility; and

(ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the
representation in paragraph (c)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB
Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible
under the WOSB Program and other small businesses that are participating in the joint venture: ___ --.] Each
WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed
copy of the WOSB representation.
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 143 of 149

(5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror
represented itself as a women-owned small business concern eligible under the WOSB Program in (c)(4) of this
provision.] The offeror represents as part of its offer that--

(i) It [ ___ ] is, [ ___ ] is not an EDWOSB concern eligible under the WOSB Program, has provided all the
required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued
that affects its eligibility; and

(ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the
representation in paragraph (c)(5)(i) of this provision is accurate for each EDWOSB concern participating in the
joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that
are participating in the joint venture: ___ --.] Each EDWOSB concern participating in the joint venture shall
submit a separate signed copy of the EDWOSB representation.

(6) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.]
The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a veteran-owned small business concern.

(7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of
this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a service-disabled veteran-
owned small business concern.

(8) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.]
The offeror represents, as part of its offer, that--

(i) It [ ___ ] is, [ ___ ] is not a HUBZone small business concern listed, on the date of this representation, on the
List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no
material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since
it was certified in accordance with 13 CFR Part 126; and

(ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126,
and the representation in paragraph (c)(8)(i) of this provision is accurate for each HUBZone small business concern
participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small
business concerns participating in the HUBZone joint venture: ___ --.] Each HUBZone small business concern
participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.

(d) Notice. Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small,
HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-
owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded
under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any
other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall—

(1) Be punished by imposition of fine, imprisonment, or both;

(2) Be subject to administrative remedies, including suspension and debarment; and

(3) Be ineligible for participation in programs conducted under the authority of the Act.

(9) [Complete if offeror represented itself as disadvantaged in paragraph (c)(2) of this provision.] The offeror
shall check the category in which its ownership falls:
___ Black American.
___ Hispanic American.
___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).
___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore,
Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 144 of 149

Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern
Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).
___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri
Lanka, Bhutan, the Maldives Islands, or Nepal).
___ Individual/concern, other than one of the preceding.

(End of provision)

52.219-17 SECTION 8(a) AWARD (OCT 2019)

(a) By execution of a contract, the Small Business Administration (SBA) agrees to the following:

(1) To furnish the supplies or services set forth in the contract according to the specifications and the terms and
conditions by subcontracting with the Offeror who has been determined an eligible concern pursuant to the
provisions of section 8(a) of the Small Business Act, as amended (15 U.S.C. 637(a)).

(2) Except for novation agreements, delegates to the _____ (insert name of contracting activity) the
responsibility for administering the contract with complete authority to take any action on behalf of the Government
under the terms and conditions of the contract; provided, however that the contracting agency shall give advance
notice to the SBA before it issues a final notice terminating the right of the subcontractor to proceed with further
performance, either in whole or in part, under the contract.

(3) That payments to be made under the contract will be made directly to the subcontractor by the contracting
activity.

(4) To notify the [insert name of contracting agency] Contracting Officer immediately upon notification by
the subcontractor that the owner or owners upon whom 8(a) eligibility was based plan to relinquish ownership or
control of the concern.

(5) That the subcontractor awarded a subcontract hereunder shall have the right of appeal from decisions of the
cognizant Contracting Officer under the “Disputes” clause of the subcontract.

(b) The offeror/subcontractor agrees and acknowledges that it will, for and on behalf of the SBA, fulfill and perform
all of the requirements of the contract.

(End of clause)

52.237-3 CONTINUITY OF SERVICES (JAN 1991)

(a) The Contractor recognizes that the services under this contract are vital to the Government and must be
continued without interruption and that, upon contract expiration, a successor, either the Government or another
contractor, may continue them. The Contractor agrees to (1) furnish phase-in training and (2) exercise its best efforts
and cooperation to effect an orderly and efficient transition to a successor.

(b) The Contractor shall, upon the Contracting Officer's written notice, (1) furnish phase-in, phase-out services for
up to 90 days after this contract expires and (2) negotiate in good faith a plan with a successor to determine the
nature and extent of phase-in, phase-out services required. The plan shall specify a training program and a date for
transferring responsibilities for each division of work described in the plan, and shall be subject to the Contracting
Officer's approval. The Contractor shall provide sufficient experienced personnel during the phase-in, phase-out
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 145 of 149

period to ensure that the services called for by this contract are maintained at the required level of proficiency.

(c) The Contractor shall allow as many personnel as practicable to remain on the job to help the successor maintain
the continuity and consistency of the services required by this contract. The Contractor also shall disclose necessary
personnel records and allow the successor to conduct onsite interviews with these employees. If selected employees
are agreeable to the change, the Contractor shall release them at a mutually agreeable date and negotiate transfer of
their earned fringe benefits to the successor.

(d) The Contractor shall be reimbursed for all reasonable phase-in, phase-out costs (i.e., costs incurred within the
agreed period after contract expiration that result from phase-in, phase-out operations) and a fee (profit) not to
exceed a pro rata portion of the fee (profit) under this contract.

(End of clause)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in
full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may
be accessed electronically at this/these address(es):

https://www.acquisition.gov/content/regulations

(End of clause)

252.219-7009 SECTION 8(A) DIRECT AWARD (OCT 2018)

(a) This contract is issued as a direct award between the contracting office and the 8(a) Contractor pursuant to the
Partnership Agreement between the Small Business Administration (SBA) and the Department of Defense.
Accordingly, the SBA, even if not identified in Section A of this contract, is the prime contractor and retains
responsibility for 8(a) certification, for 8(a) eligibility determinations and related issues, and for providing
counseling and assistance to the 8(a) Contractor under the 8(a) Program. The cognizant SBA district office is:
 
  
NEBRASKA DISTRICT OFFICE  
Melissa (Lisa) Tedesco  
Deputy District Director  
8(a) Business Development Program  
10675 Bedford Ave, Suite 100  
Omaha, NE 68134  
(402) 221‐7229  
Melissa.tedesco@sba.gov

(b) The contracting office is responsible for administering the contract and for taking any action on behalf of the
Government under the terms and conditions of the contract; provided that the contracting office shall give advance
notice to the SBA before it issues a final notice terminating performance, either in whole or in part, under the
contract. The contracting office also shall coordinate with the SBA prior to processing any novation agreement. The
contracting office may assign contract administration functions to a contract administration office.
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 146 of 149

(c) The 8(a) Contractor agrees that it will notify the Contracting Officer, simultaneous with its notification to the
SBA (as required by SBA’s 8(a) regulations at 13 CFR 124.515), when the owner or owners upon whom 8(a)
eligibility is based plan to relinquish ownership or control of the concern. Consistent with section 407 of Public Law
100-656, transfer of ownership or control shall result in termination of the contract for convenience, unless the SBA
waives the requirement for termination prior to the actual relinquishing of ownership and control.

(End of Clause)

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)

(a) Definitions. As used in this clause—

“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit,
activity, or organization.

“Document type” means the type of payment request or receiving report available for creation in Wide Area
WorkFlow (WAWF).

“Local processing office (LPO)” is the office responsible for payment certification when payment certification is
done external to the entitlement system.

“Payment request” and “receiving report” are defined in the clause at 252.232-7003, Electronic Submission of
Payment Requests and Receiving Reports.

(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests
and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-
7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall—

(1) Have a designated electronic business point of contact in the System for Award Management at
https://www.sam.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration
available at this web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training
Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be
accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/.

(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data
Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment
requests and receiving reports in WAWF for this contract or task or delivery order:

(1) Document type. The Contractor shall submit payment requests using the following document type(s):

(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.

(ii) For fixed price line items—


DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 147 of 149

(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting
Officer.

n/a

(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the
requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the
Contracting Officer.

Invoice 2in1

(iii) For customary progress payments based on costs incurred, submit a progress payment request.

(iv) For performance based payments, submit a performance based payment request.

(v) For commercial item financing, submit a commercial item financing request.

(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the
contract.

[Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice and
receiving report in one step.]

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in
applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF


Pay Official DoDAAC HQ0490
Issue By DoDAAC W91RUS
Admin DoDAAC** W91RUS
Inspect By DoDAAC W5K9H3
Ship To Code W5K9H3
Ship From Code N/A
Mark For Code N/A
Service Approver (DoDAAC) W5K9H3
Service Acceptor (DoDAAC) W5K9H3
Accept at Other DoDAAC N/A
LPO DoDAAC N/A
DCAA Auditor DoDAAC N/A
Other DoDAAC(s) N/A

(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type
of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition
Regulation 52.216-7, Allowable Cost and Payment, as applicable.
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 148 of 149

(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.

(g) WAWF point of contact.

Alejandro Guzman
Management Analyst/ITS COR
RNEC-NCR
703-704-4321 (O)
804-721-2428 (C)
alejandro.guzman2.civ@mail.mil

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s
WAWF point of contact.

Alejandro Guzman
Management Analyst/ITS COR
RNEC-NCR
703-704-4321 (O)
804-721-2428 (C)
alejandro.guzman2.civ@mail.mil

(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.

(End of clause)
DocuSign Envelope ID: 8C69ECD8-2056-4217-A04B-4522C248025A

W91RUS21C0008

Page 149 of 149

Section J - List of Documents, Exhibits and Other Attachments

Exhibit/Attachment Table of Contents

DOCUMENT TYPE DESCRIPTION PAGES DATE


Attachment 1 PWS 73 08-JAN-2021
Attachment 2 DD254 Signed 4 25-JAN-2021
Attachment 3 DD254 Continuation 21 25-JAN-2021
Sheet

You might also like