Download as pdf or txt
Download as pdf or txt
You are on page 1of 218

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEM

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30


2. CONTRACT NO. 3. AWARD/ EFFECTIVE DATE 4. ORDER NUMBER

1. REQUISITION NUMBER

PAGE

OF

1
5. SOLICITATION NUMBER

218
6. SOLICITATION ISSUE DATE

HSHQEM-13-R-00001
b. TELEPHONE NUMBER (No collect calls)

11/06/2012

7.

FOR SOLICITATION INFORMATION CALL:

a. NAME

8. OFFER DUE DATE/LOCAL TIME

Gregory Blaszko
CODE

(215) 521-3117
10. THIS ACQUISITION IS OPO/FPS/EAST CCG/R3 UNRESTRICTED OR

12/07/2012 1700 ET
100.00 % FOR:
EMERGING SMALL BUSINESS SOLE SOURCE

9. ISSUED BY

NPPD/FPS/East CCG/Region 3 U.S. Dept. of Homeland Security Federal Protective Service Office of Procurement Operations 701 Market Street, Suite 3200 Philadelphia PA 19106
11. DELIVERY FOR FOB DESTINATION UNLESS BLOCK IS MARKED SEE SCHEDULE 15. DELIVER TO CODE 12. DISCOUNT TERMS

X SET ASIDE:

X SMALL BUSINESS
NAICS:

561621

HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERANOWNED SMALL BUSINESS 13b. RATING

SIZE STANDARD:

$12.5
13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 16. ADMINISTERED BY

8(A)

14. METHOD OF SOLICITATION RFQ IFB CODE

X RFP

OPO/FPS/EAST CCG/R3

NPPD/FPS/East CCG/Region 3 U.S. Dept. of Homeland Security Ofc of Procurement Operations - FPS 701 Market Street, Suite 3200 Attn: Gregory Blaszko Philadelphia PA 19106
17a. CONTRACTOR/ OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE

TELEPHONE NO. 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 19. ITEM NO. 20. SCHEDULE OF SUPPLIES/SERVICES 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT

The Department of Homeland Security (DHS), National Protection and Programs Directorate (NPPD), Federal Protective Service (FPS), request proposal responses in support of the subject solicitation, HSHQEM-13-R-00001. Through this solicitation a single award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract set aside for small business shall be awarded. The single award IDIQ will provide alarm dispatch and monitoring support, as required at each of the FPS MegaCenters located in Denver, Colorado,
(Use Reverse and/or Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA X 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN.
30a. SIGNATURE OF OFFEROR/CONTRACTOR

26. TOTAL AWARD AMOUNT (For Govt. Use Only)

ADDENDA

ARE ARE

X ARE NOT ATTACHED. ARE NOT ATTACHED. OFFER

ADDENDA

29. AWARD OF CONTRACT REF.

DATED . YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:
31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

30b. NAME AND TITLE OF SIGNER (Type or print)

30c. DATE SIGNED

31b. NAME OF CONTRACTING OFFICER (Type or print)

31c. DATE SIGNED

Annmarie Bartholomeo
AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE
STANDARD FORM 1449 (REV. 3/2005) Prescribed by GSA - FAR (48 CFR) 53.212

2 of
19. ITEM NO. 20. SCHEDULE OF SUPPLIES/SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE

218
24. AMOUNT

Battlecreek, Michigan, Philadelphia, Pennsylvania and Suitland, Maryland. Included below is a list of associated Documents, Information and Attachments included in this solicitation, HSHQEM-13-R-00001: * SCHEDULE OF SERVICES * STATEMENT OF WORK * PACKAGING AND MARKING * INSPECTION AND ACCEPTANCE * DELIVERIES OR PERFORMANCE * ADMINISTRATION DATA * SPECIAL CONTRACT REQUIREMENTS * ADDITIONAL TERMS AND CONDITIONS * REPRESENTATIONS AND CERTIFICATIONS * PROPOSAL SUBMISSION REQUIREMENTS * EVALUATION FACTORS * ATTACHMENTS 1. QUOTATION COVER 2. PAST PROJECT FORM 3. PAST PERFORMANCE QUESTIONNAIRE 4. LABOR CATEGORY DESCRIPTION 5. PRICING SCHEDULE 6. NON-DISCLOSURE AGREEMENT DO/DPAS Rating: NONE Period of Performance: 01/07/2013 to 07/06/2018 BASE ORDERING PERIOD Continued ...
32a. QUANTITY IN COLUMN 21 HAS BEEN RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: 32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHIP NUMBER

34. VOUCHER NUMBER

35. AMOUNT VERIFIED CORRECT FOR

36. PAYMENT COMPLETE PARTIAL FINAL

37. CHECK NUMBER

PARTIAL

FINAL 39. S/R VOUCHER NUMBER 40. PAID BY

38. S/R ACCOUNT NUMBER

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE

42a. RECEIVED BY (Print)

42b. RECEIVED AT (Location) 42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS
STANDARD FORM 1449 (REV. 3/2005) BACK

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

01/07/2013 - 01/06/2014 0001 Battle Creek, MI MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0002 Battle Creek, MI MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0003 Battle Creek, MI MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0004 Battle Creek, MI MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0005 Battle Creek, MI MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Continued ... 1880 HR 1880 HR 1880 HR 1880 HR 83000 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0006 Battle Creek, MI MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0007 Battle Creek, MI MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0008 Battle Creek, MI MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0009 Battle Creek, MI MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0010 Battle Creek, MI MegaCenter Systems Administrator Continued ... 1880 HR 9400 HR 10340 HR 1880 HR 3760 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0011 Battle Creek, MI MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0012 Battle Creek, MI MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0013 Battle Creek, MI MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0014 Battle Creek, MI MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 Continued ... 1880 HR 9400 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

0015

Battle Creek, MI MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

1880 HR

0016

Battle Creek, MI MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

16000 HR

0017

Denver, CO MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

84000 HR

0018

Denver, CO MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

1880 HR

0019

Denver, CO MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0020 Denver, CO MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0021 Denver, CO MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0022 Denver, CO MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0023 Denver, CO MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0024 Denver, CO MegaCenter Data Analyst - Level One Continued ... 5640 HR 1880 HR 3760 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0025 Denver, CO MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0026 Denver, CO MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0027 Denver, CO MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0028 Denver, CO MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 Continued ... 1880 HR 1880 HR 1880 HR 7520 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

0029

Denver, CO MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

9400 HR

0030

Denver, CO MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

1880 HR

0031

Denver, CO MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

1880 HR

0032

Denver, CO MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

16000 HR

0033

Philadelphia, PA MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Continued ...

68000 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

10

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0034 Philadelphia, PA MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0035 Philadelphia, PA MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0036 Philadelphia, PA MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0037 Philadelphia, PA MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0038 Philadelphia, PA MegaCenter Telecommunications Specialist - Radio Continued ... 3760 HR 1880 HR 1880 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

11

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0039 Philadelphia, PA MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0040 Philadelphia, PA MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0041 Philadelphia, PA MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0042 Philadelphia, PA MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 Continued ... 1880 HR 7200 HR 2600 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

12

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

0043

Philadelphia, PA MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

1880 HR

0044

Philadelphia, PA MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

1880 HR

0045

Philadelphia, PA MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

9400 HR

0046

Philadelphia, PA MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

1880 HR

0047

Philadelphia, PA MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

13

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0048 Philadelphia, PA MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 16000 HR

0049

Suitland, MD MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

48000 HR

0050

Suitland, MD MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

1880 HR

0051

Suitland, MD MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

1880 HR

0052

Suitland, MD MegaCenter Administrative Assistant - CCO 01022 Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

14

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0053 Suitland, MD MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0054 Suitland, MD MegaCenter NCIC Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0055 Suitland, MD MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0056 Suitland, MD MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 Continued ... 1880 HR 3760 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

15

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

0057

Suitland, MD MegaCenter Radio Frequency Manager Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

1880 HR

0058

Suitland, MD MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

7520 HR

0059

Suitland, MD MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

5640 HR

0060

Suitland, MD MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014

1880 HR

0061

Suitland, MD MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

16

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0062 Suitland, MD MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0063 Suitland, MD MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0064 Suitland, MD MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0065 Suitland, MD MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0066 Suitland, MD MegaCenter Telecommunications Supervisor Continued ... 16000 HR 1880 HR 1880 HR 9400 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

17

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 0067 Not to Exceed (NTE) Other Direct Costs (ODCs)/Travel Ceiling - $320,000 ODC/Travel Burden Rate __% Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 Not to Exceed (NTE) Emergency Support Services Ceiling - $200,000 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2013 to 01/06/2014 OPTIONAL ORDERING PERIOD ONE 01/07/2014 - 01/06/2015 1001 Optional Ordering Period One Battle Creek, MI MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1002 Optional Ordering Period One Battle Creek, MI MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Continued ... 1880 HR 83000 HR 1 LO

0068

1 LO

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

18

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1003 Optional Ordering Period One Battle Creek, MI MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1004 Optional Ordering Period One Battle Creek, MI MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1005 Optional Ordering Period One Battle Creek, MI MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1006 Optional Ordering Period One Battle Creek, MI MegaCenter Continued ... 3760 HR 1880 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

19

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1007 Optional Ordering Period One Battle Creek, MI MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1008 Optional Ordering Period One Battle Creek, MI MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1009 Optional Ordering Period One Battle Creek, MI MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY Continued ... 9400 HR 10340 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

20

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1010 Optional Ordering Period One Battle Creek, MI MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1011 Optional Ordering Period One Battle Creek, MI MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1012 Optional Ordering Period One Battle Creek, MI MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1013 Optional Ordering Period One Battle Creek, MI MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling Continued ... 9400 HR 1880 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

21

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

(Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1014 Optional Ordering Period One Battle Creek, MI MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1015 Optional Ordering Period One Battle Creek, MI MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1016 Optional Ordering Period One Battle Creek, MI MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 Continued ... 16000 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

22

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

1017

Optional Ordering Period One Denver, CO MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015

84000 HR

1018

Optional Ordering Period One Denver, CO MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015

1880 HR

1019

Optional Ordering Period One Denver, CO MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015

1880 HR

1020

Optional Ordering Period One Denver, CO MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

23

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1021 Optional Ordering Period One Denver, CO MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1022 Optional Ordering Period One Denver, CO MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1023 Optional Ordering Period One Denver, CO MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1024 Optional Ordering Period One Denver, CO MegaCenter Continued ... 5640 HR 1880 HR 3760 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

24

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1025 Optional Ordering Period One Denver, CO MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1026 Optional Ordering Period One Denver, CO MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1027 Optional Ordering Period One Denver, CO MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY Continued ... 1880 HR 1880 HR 7520 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

25

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1028 Optional Ordering Period One Denver, CO MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1029 Optional Ordering Period One Denver, CO MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1030 Optional Ordering Period One Denver, CO MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1031 Optional Ordering Period One Denver, CO MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling Continued ... 1880 HR 1880 HR 9400 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

26

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

(Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1032 Optional Ordering Period One Denver, CO MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 16000 HR

1033

Optional Ordering Period One Philadelphia, PA MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015

68000 HR

1034

Optional Ordering Period One Philadelphia, PA MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

27

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

1035

Optional Ordering Period One Philadelphia, PA MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015

1880 HR

1036

Optional Ordering Period One Philadelphia, PA MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015

1880 HR

1037

Optional Ordering Period One Philadelphia, PA MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015

1880 HR

1038

Optional Ordering Period One Philadelphia, PA MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Continued ...

3760 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

28

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1039 Optional Ordering Period One Philadelphia, PA MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1040 Optional Ordering Period One Philadelphia, PA MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1041 Optional Ordering Period One Philadelphia, PA MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1042 Optional Ordering Period One Philadelphia, PA MegaCenter Continued ... 1880 HR 7200 HR 2600 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

29

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1043 Optional Ordering Period One Philadelphia, PA MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1044 Optional Ordering Period One Philadelphia, PA MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1045 Optional Ordering Period One Philadelphia, PA MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY Continued ... 9400 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

30

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1046 Optional Ordering Period One Philadelphia, PA MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1047 Optional Ordering Period One Philadelphia, PA MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1048 Optional Ordering Period One Philadelphia, PA MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 16000 HR 1880 HR 1880 HR

1049

Optional Ordering Period One Suitland, MD MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Continued ...

48000 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

31

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1050 Optional Ordering Period One Suitland, MD MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1051 Optional Ordering Period One Suitland, MD MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1052 Optional Ordering Period One Suitland, MD MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 Continued ... 1880 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

32

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

1053

Optional Ordering Period One Suitland, MD MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015

1880 HR

1054

Optional Ordering Period One Suitland, MD MegaCenter NCIC Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015

1880 HR

1055

Optional Ordering Period One Suitland, MD MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015

3760 HR

1056

Optional Ordering Period One Suitland, MD MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

33

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1057 Optional Ordering Period One Suitland, MD MegaCenter Radio Frequency Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1058 Optional Ordering Period One Suitland, MD MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1059 Optional Ordering Period One Suitland, MD MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1060 Optional Ordering Period One Suitland, MD MegaCenter Continued ... 1880 HR 5640 HR 7520 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

34

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1061 Optional Ordering Period One Suitland, MD MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1062 Optional Ordering Period One Suitland, MD MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1063 Optional Ordering Period One Suitland, MD MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY Continued ... 9400 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

35

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1064 Optional Ordering Period One Suitland, MD MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1065 Optional Ordering Period One Suitland, MD MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1066 Optional Ordering Period One Suitland, MD MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1067 Optional Ordering Period One Not to Exceed (NTE) Other Direct Costs (ODCs)/Travel Ceiling - $320,000 ODC/Travel Burden Rate __% (Option Line Item) Continued ... 1 LO 16000 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

36

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 1068 Optional Ordering Period One Not to Exceed (NTE) Emergency Support Services Ceiling - $200,000 (Option Line Item) 01/07/2014 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2014 to 01/06/2015 OPTIONAL ORDERING PERIOD TWO 01/07/2015 - 01/06/2016 2001 Optional Ordering Period Two Battle Creek, MI MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2002 Optional Ordering Period Two Battle Creek, MI MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 Continued ... 1880 HR 83000 HR 1 LO

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

37

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

2003

Optional Ordering Period Two Battle Creek, MI MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016

1880 HR

2004

Optional Ordering Period Two Battle Creek, MI MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016

1880 HR

2005

Optional Ordering Period Two Battle Creek, MI MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016

1880 HR

2006

Optional Ordering Period Two Battle Creek, MI MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Continued ...

3760 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

38

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2007 Optional Ordering Period Two Battle Creek, MI MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2008 Optional Ordering Period Two Battle Creek, MI MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2009 Optional Ordering Period Two Battle Creek, MI MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2010 Optional Ordering Period Two Battle Creek, MI MegaCenter Systems Administrator Continued ... 1880 HR 9400 HR 10340 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

39

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2011 Optional Ordering Period Two Battle Creek, MI MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2012 Optional Ordering Period Two Battle Creek, MI MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2013 Optional Ordering Period Two Battle Creek, MI MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Continued ... 9400 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

40

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Period of Performance: 01/07/2015 to 01/06/2016 2014 Optional Ordering Period Two Battle Creek, MI MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2015 Optional Ordering Period Two Battle Creek, MI MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2016 Optional Ordering Period Two Battle Creek, MI MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 16000 HR 1880 HR 1880 HR

2017

Optional Ordering Period Two Denver, CO MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling Continued ...

84000 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

41

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

(Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2018 Optional Ordering Period Two Denver, CO MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2019 Optional Ordering Period Two Denver, CO MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2020 Optional Ordering Period Two Denver, CO MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 Continued ... 1880 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

42

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

2021

Optional Ordering Period Two Denver, CO MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016

1880 HR

2022

Optional Ordering Period Two Denver, CO MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016

3760 HR

2023

Optional Ordering Period Two Denver, CO MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016

1880 HR

2024

Optional Ordering Period Two Denver, CO MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Continued ...

5640 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

43

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2025 Optional Ordering Period Two Denver, CO MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2026 Optional Ordering Period Two Denver, CO MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2027 Optional Ordering Period Two Denver, CO MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2028 Optional Ordering Period Two Denver, CO MegaCenter Telecommunications Mechanic I - OCC 23931 Continued ... 1880 HR 1880 HR 1880 HR 7520 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

44

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2029 Optional Ordering Period Two Denver, CO MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2030 Optional Ordering Period Two Denver, CO MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2031 Optional Ordering Period Two Denver, CO MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Continued ... 1880 HR 1880 HR 9400 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

45

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Period of Performance: 01/07/2015 to 01/06/2016 2032 Optional Ordering Period Two Denver, CO MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 16000 HR

2033

Optional Ordering Period Two Philadelphia, PA MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016

68000 HR

2034

Optional Ordering Period Two Philadelphia, PA MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016

1880 HR

2035

Optional Ordering Period Two Philadelphia, PA MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

46

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

(Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2036 Optional Ordering Period Two Philadelphia, PA MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2037 Optional Ordering Period Two Philadelphia, PA MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2038 Optional Ordering Period Two Philadelphia, PA MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 Continued ... 3760 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

47

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

2039

Optional Ordering Period Two Philadelphia, PA MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016

1880 HR

2040

Optional Ordering Period Two Philadelphia, PA MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016

2600 HR

2041

Optional Ordering Period Two Philadelphia, PA MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016

7200 HR

2042

Optional Ordering Period Two Philadelphia, PA MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

48

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2043 Optional Ordering Period Two Philadelphia, PA MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2044 Optional Ordering Period Two Philadelphia, PA MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2045 Optional Ordering Period Two Philadelphia, PA MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2046 Optional Ordering Period Two Philadelphia, PA MegaCenter Technical Service Desk Manager Continued ... 1880 HR 9400 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

49

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2047 Optional Ordering Period Two Philadelphia, PA MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2048 Optional Ordering Period Two Philadelphia, PA MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 16000 HR 1880 HR

2049

Optional Ordering Period Two Suitland, MD MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY Continued ...

48000 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

50

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2050 Optional Ordering Period Two Suitland, MD MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2051 Optional Ordering Period Two Suitland, MD MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2052 Optional Ordering Period Two Suitland, MD MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2053 Optional Ordering Period Two Suitland, MD MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling Continued ... 1880 HR 1880 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

51

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

(Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2054 Optional Ordering Period Two Suitland, MD MegaCenter NCIC Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2055 Optional Ordering Period Two Suitland, MD MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2056 Optional Ordering Period Two Suitland, MD MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 Continued ... 1880 HR 3760 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

52

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

2057

Optional Ordering Period Two Suitland, MD MegaCenter Radio Frequency Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016

1880 HR

2058

Optional Ordering Period Two Suitland, MD MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016

7520 HR

2059

Optional Ordering Period Two Suitland, MD MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016

5640 HR

2060

Optional Ordering Period Two Suitland, MD MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

53

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2061 Optional Ordering Period Two Suitland, MD MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2062 Optional Ordering Period Two Suitland, MD MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2063 Optional Ordering Period Two Suitland, MD MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2064 Optional Ordering Period Two Suitland, MD MegaCenter Technical Service Desk Manager Continued ... 1880 HR 9400 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

54

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2065 Optional Ordering Period Two Suitland, MD MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2066 Optional Ordering Period Two Suitland, MD MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 2067 Optional Ordering Period Two Not to Exceed (NTE) Other Direct Costs (ODCs)/Travel Ceiling - $320,000 ODC/Travel Burden Rate __% (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 Continued ... 1 LO 16000 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

55

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

2068

Optional Ordering Period Two Not to Exceed (NTE) Emergency Support Services Ceiling - $200,000 (Option Line Item) 01/07/2015 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2015 to 01/06/2016 OPTIONAL ORDERING PERIOD THREE 01/07/2016 - 01/06/2017

1 LO

3001

Optional Ordering Period Three Battle Creek, MI MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017

83000 HR

3002

Optional Ordering Period Three Battle Creek, MI MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017

1880 HR

3003

Optional Ordering Period Three Battle Creek, MI MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

56

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3004 Optional Ordering Period Three Battle Creek, MI MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3005 Optional Ordering Period Three Battle Creek, MI MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3006 Optional Ordering Period Three Battle Creek, MI MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3007 Optional Ordering Period Three Continued ... 1880 HR 3760 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

57

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Battle Creek, MI MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3008 Optional Ordering Period Three Battle Creek, MI MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3009 Optional Ordering Period Three Battle Creek, MI MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3010 Optional Ordering Period Three Battle Creek, MI MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD Continued ... 1880 HR 9400 HR 10340 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

58

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3011 Optional Ordering Period Three Battle Creek, MI MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3012 Optional Ordering Period Three Battle Creek, MI MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3013 Optional Ordering Period Three Battle Creek, MI MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3014 Optional Ordering Period Three Battle Creek, MI MegaCenter Technical Service Desk Manager Continued ... 1880 HR 9400 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

59

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3015 Optional Ordering Period Three Battle Creek, MI MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3016 Optional Ordering Period Three Battle Creek, MI MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 16000 HR 1880 HR

3017

Optional Ordering Period Three Denver, CO MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Continued ...

84000 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

60

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Period of Performance: 01/07/2016 to 01/06/2017 3018 Optional Ordering Period Three Denver, CO MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3019 Optional Ordering Period Three Denver, CO MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3020 Optional Ordering Period Three Denver, CO MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3021 Optional Ordering Period Three Denver, CO MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) Continued ... 1880 HR 1880 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

61

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3022 Optional Ordering Period Three Denver, CO MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3023 Optional Ordering Period Three Denver, CO MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3024 Optional Ordering Period Three Denver, CO MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3025 Optional Ordering Period Three Continued ... 7520 HR 5640 HR 1880 HR 3760 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

62

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Denver, CO MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3026 Optional Ordering Period Three Denver, CO MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3027 Optional Ordering Period Three Denver, CO MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3028 Optional Ordering Period Three Denver, CO MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD Continued ... 1880 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

63

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3029 Optional Ordering Period Three Denver, CO MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3030 Optional Ordering Period Three Denver, CO MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3031 Optional Ordering Period Three Denver, CO MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3032 Optional Ordering Period Three Denver, CO MegaCenter Telecommunications Supervisor Continued ... 16000 HR 1880 HR 1880 HR 9400 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

64

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017

3033

Optional Ordering Period Three Philadelphia, PA MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017

68000 HR

3034

Optional Ordering Period Three Philadelphia, PA MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017

1880 HR

3035

Optional Ordering Period Three Philadelphia, PA MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

65

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Period of Performance: 01/07/2016 to 01/06/2017 3036 Optional Ordering Period Three Philadelphia, PA MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3037 Optional Ordering Period Three Philadelphia, PA MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3038 Optional Ordering Period Three Philadelphia, PA MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3039 Optional Ordering Period Three Philadelphia, PA MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) Continued ... 1880 HR 3760 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

66

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3040 Optional Ordering Period Three Philadelphia, PA MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3041 Optional Ordering Period Three Philadelphia, PA MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3042 Optional Ordering Period Three Philadelphia, PA MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3043 Optional Ordering Period Three Continued ... 1880 HR 1880 HR 7200 HR 2600 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

67

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Philadelphia, PA MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3044 Optional Ordering Period Three Philadelphia, PA MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3045 Optional Ordering Period Three Philadelphia, PA MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3046 Optional Ordering Period Three Philadelphia, PA MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD Continued ... 1880 HR 9400 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

68

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3047 Optional Ordering Period Three Philadelphia, PA MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3048 Optional Ordering Period Three Philadelphia, PA MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 16000 HR 1880 HR

3049

Optional Ordering Period Three Suitland, MD MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017

48000 HR

3050

Optional Ordering Period Three Suitland, MD MegaCenter Training Coordinator Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

69

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3051 Optional Ordering Period Three Suitland, MD MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3052 Optional Ordering Period Three Suitland, MD MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3053 Optional Ordering Period Three Suitland, MD MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Continued ... 1880 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

70

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Period of Performance: 01/07/2016 to 01/06/2017 3054 Optional Ordering Period Three Suitland, MD MegaCenter NCIC Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3055 Optional Ordering Period Three Suitland, MD MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3056 Optional Ordering Period Three Suitland, MD MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3057 Optional Ordering Period Three Suitland, MD MegaCenter Radio Frequency Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) Continued ... 1880 HR 1880 HR 3760 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

71

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3058 Optional Ordering Period Three Suitland, MD MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3059 Optional Ordering Period Three Suitland, MD MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3060 Optional Ordering Period Three Suitland, MD MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3061 Optional Ordering Period Three Continued ... 1880 HR 1880 HR 5640 HR 7520 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

72

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Suitland, MD MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3062 Optional Ordering Period Three Suitland, MD MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3063 Optional Ordering Period Three Suitland, MD MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3064 Optional Ordering Period Three Suitland, MD MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD Continued ... 1880 HR 9400 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

73

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3065 Optional Ordering Period Three Suitland, MD MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3066 Optional Ordering Period Three Suitland, MD MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 3067 Optional Ordering Period Three Not to Exceed (NTE) Other Direct Costs (ODCs)/Travel Ceiling - $320,000 ODC/Travel Burden Rate __% (Option Line Item) 01/07/2016 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 Optional Ordering Period Three Not to Exceed (NTE) Emergency Support Services Ceiling - $200,000 (Option Line Item) 01/07/2016 Continued ... 1 LO 16000 HR 1880 HR

3068

1 LO

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

74

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2016 to 01/06/2017 OPTIONAL ORDERING PERIOD FOUR 01/07/2017 - 01/06/2018 4001 Optional Ordering Period Four Battle Creek, MI MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4002 Optional Ordering Period Four Battle Creek, MI MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4003 Optional Ordering Period Four Battle Creek, MI MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 Continued ... 1880 HR 1880 HR 83000 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

75

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

4004

Optional Ordering Period Four Battle Creek, MI MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

1880 HR

4005

Optional Ordering Period Four Battle Creek, MI MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

1880 HR

4006

Optional Ordering Period Four Battle Creek, MI MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

3760 HR

4007

Optional Ordering Period Four Battle Creek, MI MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

76

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4008 Optional Ordering Period Four Battle Creek, MI MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4009 Optional Ordering Period Four Battle Creek, MI MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4010 Optional Ordering Period Four Battle Creek, MI MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4011 Optional Ordering Period Four Battle Creek, MI MegaCenter Continued ... 1880 HR 1880 HR 9400 HR 10340 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

77

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4012 Optional Ordering Period Four Battle Creek, MI MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4013 Optional Ordering Period Four Battle Creek, MI MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4014 Optional Ordering Period Four Battle Creek, MI MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY Continued ... 1880 HR 9400 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

78

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4015 Optional Ordering Period Four Battle Creek, MI MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4016 Optional Ordering Period Four Battle Creek, MI MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 16000 HR 1880 HR

4017

Optional Ordering Period Four Denver, CO MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

84000 HR

4018

Optional Ordering Period Four Denver, CO MegaCenter Training Coordinator Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

79

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4019 Optional Ordering Period Four Denver, CO MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4020 Optional Ordering Period Four Denver, CO MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4021 Optional Ordering Period Four Denver, CO MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 Continued ... 1880 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

80

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

4022

Optional Ordering Period Four Denver, CO MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

3760 HR

4023

Optional Ordering Period Four Denver, CO MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

1880 HR

4024

Optional Ordering Period Four Denver, CO MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

5640 HR

4025

Optional Ordering Period Four Denver, CO MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Continued ...

7520 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

81

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4026 Optional Ordering Period Four Denver, CO MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4027 Optional Ordering Period Four Denver, CO MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4028 Optional Ordering Period Four Denver, CO MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4029 Optional Ordering Period Four Denver, CO MegaCenter Continued ... 9400 HR 1880 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

82

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4030 Optional Ordering Period Four Denver, CO MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4031 Optional Ordering Period Four Denver, CO MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4032 Optional Ordering Period Four Denver, CO MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY Continued ... 16000 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

83

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

4033

Optional Ordering Period Four Philadelphia, PA MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

68000 HR

4034

Optional Ordering Period Four Philadelphia, PA MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

1880 HR

4035

Optional Ordering Period Four Philadelphia, PA MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

1880 HR

4036

Optional Ordering Period Four Philadelphia, PA MegaCenter Administrative Assistant - CCO 01022 Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

84

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4037 Optional Ordering Period Four Philadelphia, PA MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4038 Optional Ordering Period Four Philadelphia, PA MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4039 Optional Ordering Period Four Philadelphia, PA MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 Continued ... 1880 HR 3760 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

85

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

4040

Optional Ordering Period Four Philadelphia, PA MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

2600 HR

4041

Optional Ordering Period Four Philadelphia, PA MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

7200 HR

4042

Optional Ordering Period Four Philadelphia, PA MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

1880 HR

4043

Optional Ordering Period Four Philadelphia, PA MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

86

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4044 Optional Ordering Period Four Philadelphia, PA MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4045 Optional Ordering Period Four Philadelphia, PA MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4046 Optional Ordering Period Four Philadelphia, PA MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4047 Optional Ordering Period Four Philadelphia, PA MegaCenter Continued ... 1880 HR 1880 HR 9400 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

87

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4048 Optional Ordering Period Four Philadelphia, PA MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 16000 HR

4049

Optional Ordering Period Four Suitland, MD MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

48000 HR

4050

Optional Ordering Period Four Suitland, MD MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

88

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4051 Optional Ordering Period Four Suitland, MD MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4052 Optional Ordering Period Four Suitland, MD MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4053 Optional Ordering Period Four Suitland, MD MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4054 Optional Ordering Period Four Suitland, MD MegaCenter NCIC Coordinator Continued ... 1880 HR 1880 HR 1880 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

89

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4055 Optional Ordering Period Four Suitland, MD MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4056 Optional Ordering Period Four Suitland, MD MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4057 Optional Ordering Period Four Suitland, MD MegaCenter Radio Frequency Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 Continued ... 1880 HR 1880 HR 3760 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

90

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

4058

Optional Ordering Period Four Suitland, MD MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

7520 HR

4059

Optional Ordering Period Four Suitland, MD MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

5640 HR

4060

Optional Ordering Period Four Suitland, MD MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018

1880 HR

4061

Optional Ordering Period Four Suitland, MD MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Continued ...

1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

91

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4062 Optional Ordering Period Four Suitland, MD MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4063 Optional Ordering Period Four Suitland, MD MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4064 Optional Ordering Period Four Suitland, MD MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4065 Optional Ordering Period Four Suitland, MD MegaCenter Continued ... 1880 HR 1880 HR 9400 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

92

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4066 Optional Ordering Period Four Suitland, MD MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 4067 Optional Ordering Period Four Not to Exceed (NTE) Other Direct Costs (ODCs)/Travel Ceiling - $320,000 ODC/Travel Burden Rate __% (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 Optional Ordering Period Four Not to Exceed (NTE) Emergency Support Services Ceiling - $200,000 (Option Line Item) 01/07/2017 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2017 to 01/06/2018 Continued ... 1 LO 16000 HR

4068

1 LO

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

93

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

FAR 52.217-8 OPTION TO EXTEND SERVICES 01/07/2018 - 07/06/2018 5001 FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5002 FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5003 FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5004 FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling Continued ... 940 HR 940 HR 940 HR 41500 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

94

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

(Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5005 FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5006 FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5007 FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 Continued ... 940 HR 1880 HR 940 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

95

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

5008

FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018

5170 HR

5009

FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018

4700 HR

5010

FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018

940 HR

5011

FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Continued ...

940 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

96

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5012 FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5013 FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5014 FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5015 FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Project Manager Continued ... 940 HR 940 HR 4700 HR 940 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

97

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5016 FAR 52.217-8 Option to Extend Services Battle Creek, MI MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 8000 HR

5017

FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018

42000 HR

5018

FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY Continued ...

940 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

98

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5019 FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5020 FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5021 FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5022 FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling Continued ... 1880 HR 940 HR 940 HR 940 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

99

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

(Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5023 FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5024 FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5025 FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 Continued ... 3760 HR 2820 HR 940 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

100

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

5026

FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018

940 HR

5027

FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018

940 HR

5028

FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018

940 HR

5029

FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Continued ...

4700 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

101

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5030 FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5031 FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5032 FAR 52.217-8 Option to Extend Services Denver, CO MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 8000 HR 940 HR 940 HR

5033

FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Continued ...

34000 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

102

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5034 FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5035 FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5036 FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY Continued ... 940 HR 940 HR 940 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

103

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5037 FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5038 FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5039 FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5040 FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling Continued ... 1300 HR 940 HR 1880 HR 940 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

104

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

(Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5041 FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5042 FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5043 FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 Continued ... 940 HR 940 HR 3600 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

105

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

5044

FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018

940 HR

5045

FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018

4700 HR

5046

FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018

940 HR

5047

FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Continued ...

940 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

106

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5048 FAR 52.217-8 Option to Extend Services Philadelphia, PA MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 8000 HR

5049

FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Alarm Monitor/Telecommunicator - CCO 27004 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018

24000 HR

5050

FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018

940 HR

5051

FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Continued ...

940 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

107

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Assistant Training Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5052 FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Administrative Assistant - CCO 01022 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5053 FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Administrative Office Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 06/06/2018 5054 FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter NCIC Coordinator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY Continued ... 940 HR 940 HR 940 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

108

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5055 FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Telecommunications Specialist - Radio Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5056 FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Telecommunications Specialist - Telephone Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5057 FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Radio Frequency Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5058 FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Data Analyst - Level One Not to Exceed (NTE) Labor Hour Support Ceiling Continued ... 3760 HR 940 HR 940 HR 1880 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

109

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

(Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5059 FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Data Analyst - Level Two Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5060 FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Systems Administrator Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5061 FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Network Engineer Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 Continued ... 940 HR 940 HR 2820 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

110

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

5062

FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Telecommunications Mechanic I - OCC 23931 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018

940 HR

5063

FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Telecommunications Mechanic II - OCC 23932 Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018

4700 HR

5064

FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Technical Service Desk Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018

940 HR

5065

FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Project Manager Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Continued ...

940 HR

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

CONTINUATION SHEET
NAME OF OFFEROR OR CONTRACTOR

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PAGE

OF

HSHQEM-13-R-00001

111

218

ITEM NO.

(A)

SUPPLIES/SERVICES

(B)

QUANTITY

(C)

(D)

UNIT

UNIT PRICE

(E)

AMOUNT

(F)

Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5066 FAR 52.217-8 Option to Extend Services Suitland, MD MegaCenter Telecommunications Supervisor Not to Exceed (NTE) Labor Hour Support Ceiling (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 5067 FAR 52.217-8 Option to Extend Services Not to Exceed (NTE) Other Direct Costs (ODCs)/Travel Ceiling - $160,000 ODC/Travel Burden Rate __% (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 FAR 52.217-8 Option to Extend Services Not to Exceed (NTE) Emergency Support Services Ceiling - $100,000 (Option Line Item) 01/07/2018 Product/Service Code: J063 Product/Service Description: MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS Period of Performance: 01/07/2018 to 07/06/2018 1 LO 8000 HR

5068

1 LO

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110

I. SCHEDULE OF SERVICES 01. DESCRIPTION OF SERVICES This requirement is for specialized expertise which will directly assist the Department of Homeland Security (DHS), National Protection and Programs Directorate (NPPD), Federal Protective Service (FPS), Communications and Operations Division (COD) in their successful execution of alarm dispatch and monitoring efforts at each of the FPS MegaCenters located in Denver, Colorado, Battle Creek, Michigan, Philadelphia, Pennsylvania and Suitland, Maryland. In furnishing these services, the Contractor shall provide all necessary management, supervision, personnel, materials, supplies and equipment except as otherwise indicated, and shall plan, schedule, coordinate and ensure effective performance of, and conformance to, all aspects of the statement of work contained herein. 02. CONTRACT TYPE This solicitation will result in the placement of a single award Indefinite-Delivery, IndefiniteQuantity (IDIQ) Contract. Task Orders (Orders) placed under the awarded IDIQ shall be on a Labor Hour and/or Time and Materials basis. 03. MINIMUM AND MAXIMUM QUANTITIES In accordance with paragraph (b) of FAR 52.216-22, Indefinite Quantity incorporated into this solicitation the guaranteed minimum amount to be ordered under this contract is $1,400,000.00 worth of orders at the established unit price(s). The contract maximum is the total awarded price, inclusive of all optional ordering periods and FAR 52.217-8. The contract maximum is considered to be the not to exceed (NTE) ceiling price. The Schedule of Supplies/Services and Prices (i.e. the Pricing Schedule), as detailed above on the SF 1449 and further outlined under Attachment 5, sets forth the maximum quantity of hours that the Government may order per labor category, per each stated ordering period. The maximum quantities set forth in the Pricing Schedule are based upon the current, known service requirements with adjustments to provide for maximum ordering flexibility. The Government reserves the right to order up to the maximum quantities set forth in the Pricing Schedule as required. Each Order issued under this contract will be issued for the actual known service requirements at that time and will set forth a ceiling price in the Order which, as required, will be subject to all applicable labor hour provisions. Contractors will be paid only for services ordered and performed at the established hourly rates as contained in the issued Orders. The Government has the unilateral right to add, decrease, cancel, or modify services stated in each Order issued at the established unit prices, as long as the change is within the scope of the contract and the associated Order. The cumulative total of all Orders issued under the contract shall not exceed the contract maximum price and/or maximum quantities unless and until the Contracting Officer notifies the contractor in writing that the contract maximum price has been increased and specifies in the notice a revised maximum price that shall constitute the maximum price for performance under this contract. Page 112 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

04.

PRICES

A. Department of Labor (DOL) Wage Determination (WD) and/ or Collective Bargaining Agreement (CBA) 1. The minimum wage rates and fringe benefits applicable to the contract are outlined in the Department of Labor (DOL) prevailing wage determinations and/or Collective Bargaining Agreement (CBA) incorporated into the contract. Collective Bargaining Agreement No.: CBA-2011-4732 Dated 11/29/2011 (Battle Creek MegaCenter, Battle Creek, MI) Wage Determination No.: WD 05-2277, Revision No. 12 Dated 06/13/2012 (Battle Creek MegaCenter, Battle Creek, MI) Wage Determination No.: WD 05-2081, Revision No. 12 Dated 06/13/2012 (Denver MegaCenter, Denver, CO) Wage Determination No.: WD 05-2449, Revision No. 12 Dated 06/13/2012 (Philadelphia MegaCenter, Philadelphia, PA) Wage Determination No.: WD 05-2103, Revision No. 12 Dated 06/13/2012 (Suitland MegaCenter, Suitland, MD) 2. The applicable job classifications included herein under a DOL prevailing wage determination are reflected below. In the case of a CBA wage determination, the applicable job classification may be specified under a different title. In either case, the applicable job classification reflects the minimum wage rates and fringe benefits that the Contractor must pay to all employees working under the contract. Alarm Monitor Telecommunications Mechanic I Telecommunications Mechanic II Administrative Assistant Occupation Code 27004 Occupation Code 23931 Occupation Code 23932 Occupation Code 01020

3. Referenced Collective Bargaining Agreement (CBA) herewith shall be incorporated into the contract and only those provisions recognized as allowable wages or fringe benefits under the terms of the Service Contract Acts, as incorporated into the contract under FAR Clause 52.22243, will be subject to adjustment when applicable. Incorporation of the CBA does not authorize price adjustment of all economic terms established in the CBA and is limited only to allowable wages and fringe benefits under the Service Contract Act. B. Contingency Pricing 1. Contractors shall not include contingency allowances to cover increased costs for which adjustments are provided for under Federal Acquisition Regulation (FAR) Clause 52.222-43 Page 113 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Fair Labor Standards Act and Service Contract Act Price Adjustments (Multiple Year and Option Contracts)(Sept. 2009). 2. In addition to increases to wages and fringe benefits prescribed by a revised wage determination, including bona fide fringe benefits specifically called out in a collective bargaining agreement, FPS may consider increases/escalations to wages and fringe benefits as well as other direct costs brought about by the contractors cost of compliance with the terms of a revised wage determination (e.g. state gross receipts tax). Any price adjustment request associated with such other direct cost(s) must be supported by documentation demonstrating that a contingency covering an increase to the subject cost(s) was not included in the contractors price proposal accepted by the Government at time of award. 3. For cost/price factors that are subject to variation, but are not subject to adjustment under the provisions above, contractors may factor in contingency allowances. Note: Further increases/escalations to wages and benefits above those rates included within the contract award are not subject to contract price adjustment in the subsequent ordering periods under FAR 52.222-43(d) unless the position with which the increases are being recognized are expressly covered under a Collective Bargaining Agreement or DOL Wage Determination. For all positions that are not subject to contract adjustment under FAR 52.222-43(d), the contractor is permitted to include a reasonable escalation in subsequent option periods based on the labor market in the geographical area that the effort will be performed. C. Definitions 1. Basic Services Basic services are the permanent ongoing services specifically included in the task order(s) at time of award or added through modification up to any established maximums identified in the contract. The Government shall order these services using the basic services rates specified in the Pricing Schedule, Attachment 5. 2. Emergency Services - The Contractor shall furnish fully qualified support for sustained emergency services. Emergency services may be required to provide additional support as necessary in limited instances for example natural disasters, civil disturbances, or other unanticipated events occur. The requirements under the Emergency Services Contract Line Item Number (CLIN) shall be ordered for anywhere in the geographic area covered under this contract with little, if any, advance notice. The hourly rate for emergency services shall be those emergency services rates specified in the Pricing Schedule, Attachment 5. There will be no phase-in period for these requirements. The contractor shall have sufficient, fully qualified staff to meet all requirements ordered under the Emergency Services CLIN at any time. The requirements ordered under the Emergency Services CLIN will be for no more than 14 days of service. Thereafter, provided the Government notifies the Contractor within 7 days before the expiration of the emergency services Order, any continuing long-term requirements for those same/similar services shall be at the basic services rates specified in the Pricing Schedule, Attachment 5.

Page 114 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

05. 05.1

NOT TO EXCEED (NTE) TRAVEL and OTHER DIRECT COSTS (ODCs) Travel

Travel may be required in support of this requirement. Travel will be reimbursed in accordance with the Federal Travel Regulations (FTR). Reimbursement of local travel and commuting expenses are not authorized. The Contractor shall seek Government approval in advance of incurring any expenses associated with travel. Government approval is provided by the Contracting Officers Technical Representative (COTR). The Contractor shall provide estimated costs, including any quotes, with its approval request. Allowable and reasonable costs incurred by the Contractor will be reimbursed within the not-to- exceed ceiling established in the price schedule. The Contractor shall not invoice the Government for any associated fee or profit above the actual costs incurred for travel. Once proposed costs are approved by the Government, the Contractor shall not exceed the established ceiling. Local travel will not be reimbursed within a 50-mile radius of the worksite. The worksite shall be considered the FPS, MegaCenter locations delineated within the awarded IDIQ. 05.2 ODCs

Other Direct Costs (ODCs) may be required in support of this requirement. All ODCs shall be approved in advance by the COTR, determined to be at a fair and reasonable cost and will be in accordance with the scope of work and all applicable regulations set herein. The Contractor shall use their normal internal procurement procedures when securing ODCs in support of this requirement.

THE REMAINDER OF THE PAGE IS LEFT INTENTIONALLY BLANK.

Page 115 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

II. 01.0

STATEMENT OF WORK (SOW) BACKGROUND INFORMATION

FPS was established in 1971 as the uniformed force of the General Services Administration (GSA). The Homeland Security Act of 2002 moved FPS within DHS, Immigration and Customs Enforcement (ICE) on March 1, 2003. On October 28, 2009, FPS transferred from ICE into NPPD with the primary mission of supporting essential Federal Executive Branch functions to specifically include protecting federally owned or leased facilities. The direct efforts of FPS ensure that a safe environment in which Federal agencies conduct their business without fear of violence, crime or disorder is recognized. . 02.0 OBJECTIVE The objective of this effort is to obtain dispatch and alarm monitoring services in support of the FPS and the national operations of each MegaCenter located in Denver, Colorado, Battle Creek, Michigan, Philadelphia, Pennsylvania and Suitland, Maryland. As briefly detailed in the above paragraph the MegaCenter Program resides under DHS, NPPD/FPS. 03.0 SCOPE OF WORK

Inherently Governmental services as identified in FAR 7.503 are prohibited under this requirement. In the event an inherently Governmental function as reflected in FAR 7.503 (list is not all inclusive) is considered the Contracting Officer shall be immediately notified. The primary purpose of this project is to provide for dispatch and alarm monitoring support services. This includes direct support to each of the MegaCenters in monitoring multiple types of alarm systems, closed circuit television, and wireless dispatch communications within Federal facilities throughout the entire nation. The MegaCenters are equipped with state-of-the-art communication systems operating 24-hours a day, 7-days a week, 365-days per year. Dispatch and alarm monitoring services in support of MegaCenter duties include, but are not limited to the following: Operate voice radio communication systems and maintain voice radio communications in the assigned networks. For example this includes but is not limited to, receiving and transmitting routine and emergency instructions, providing and responding to requests for assistance, dispatching police and security personnel, conducting routine roll calls and on-air status checks, and controlling the radio network to ensure proper procedures are followed. Maintain liaison on the assigned emergency and non-emergency telephone lines to expedite a variety of routine and emergency calls for police assistance from the public and/or employees of customer Federal agencies. Monitor and respond to state, local and Federal law enforcement radio communications. This includes but is not limited to, monitoring transmissions that pertain to conditions and/or activities that may relate to or affect DHS activities.

Page 116 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Assist FPS Federal personnel in monitoring and operating MegaCenter and Federal Protective Service MegaCenter alarm monitoring equipment. This includes but is not limited to, regular and routine testing of alarm processing systems, making all necessary log entries for alarms emanating from within the area served by the MegaCenter and/or from within the geographic area supported by the associated alarm-reporting system. Maintain detailed logs of all calls, actions and activities engaged in by the MegaCenter. This includes but is not limited to, issuing case control numbers to FPS and associated contract guard services personnel who are involved in incidents or investigations. This also includes making such reports as may be required for the FPS reporting system. Assist FPS Federal personnel in preparing a variety of reports and logs in the english language that document incidents and activities associated with the MegaCenter. This includes but is not limited to, developing and maintaining MegaCenter incident reports, logs, case control logs, complaints, activity reports and complaint file systems. All operator logs shall be kept readable/legible, orderly and neat, and shall include such detail as is required by the Contracting Officers Technical Representative (COTR). Observe closed circuit video monitor systems and controlling associated cameras and coordinating single-agency and multi-agency Public Safety responses if available (as appropriate) to observed events. Maintain complete emergency notification log(s) for all key personnel and facilities within the MegaCenter. This includes but is not limited to, contacting designated personnel, as required to respond to incidents and activities. This also includes acting as the contact in receiving and relaying emergency notification reports and calls to and from the FPS Headquarters, Regional Offices, and/or client agencies. Operate and monitor access control systems and programming access computer functions. This includes but is not limited to, ensuring that the appropriate type and class of access/entry card is used for entry. It also includes saving and copying information to a computer disc, and taking required action(s) when a security system violation/alarm occurs. Maintain and monitor MegaCenter status boards, listing all assigned Federal Protective Service personnel (as appropriate). Coordinate with FPS supervisors, or their designee, in the absence of a designated district official or when unable to contact designated officials, regarding necessary decisions affecting the FPS mission during emergency situations. Perform operator level maintenance on all equipment to include but not limited to, daily alarm and communication line checks and lamp checks and bulb replacements. This also includes reporting on all system and equipment failures to the appropriate FPS staff and the COTR. Monitor, operate and acknowledge alarms and events, and assist in dispatching Federal Protective Officers (FPOs), Protective Security Officers (PSOs), facility staffs, and/or local police (as needed). Monitor and/or operate any and all communication and computer equipment that may currently exist in and/or may be added to the MegaCenter during the duration of this contract. FPS will provide the contractor with appropriate training for all new separate operator functions. Perform monthly intrusion and duress alarm testing, to ensure that all alarms are working and to ensure that alarm contact persons lists are current, accurate and complete. This Page 117 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Back-up computer data files, voice recording, and rotating (removing, storing and replacing) audiotapes used to record telephone line and radio conversations as needed, depending on the equipment in the MegaCenter. Perform data entry. This includes calling clients to get updated information and updating records, logging offense and incident information.

In addition to the top level scope of work delineated above the following specific services are also required in successfully supporting the MegaCenters with mission critical dispatch and alarm monitoring efforts. 03.1 Technical Service Department Support Services

The Contractor shall provide to the Government management level technical service department assistance for the MegaCenters, specifically supporting the areas of remote programming, alarm troubleshooting, data entry and analysis and other technical and data functions. This position shall assist in managing the coordination between FPS, GSA, client agencies, MegaCenters and other interested parties concerning all alarm and data systems information. All new electronic security installations that have to be integrated into the MegaCenters shall be done so through direct support provided for by the technical service department. In certain instances resources provided for under this particular section may be required to support various MegaCenter locations as mission critical requirements and resources dictate. Specifically, management level technical service department assistance shall be responsible for executing the following efforts: Participate in the day to day management of the MegaCenter resources and their operations Coordinate work efforts being assigned to include the Data Entry, Data Analyst, Systems Administrator, Network Engineer, Telecommunications Specialists and Remote Alarm Programmer requirements Oversee and perform Quality Assurance on the work conducted by MegaCenter resources Review criteria and standards for compliance and suggest solutions to areas of non compliance Provide a monthly report on all service work accomplished during the previous month by the 5th work day of the month following the performance of the work. Remote Programming Support Services

03.2

03.2.1 Senior Level Remote Programming Support The Contractor shall provide to the Government senior level remote programmer support that will directly assist the MegaCenters with the Help Desk function. This position shall assist in Page 118 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

managing the coordination between FPS, GSA, client agencies, MegaCenters and other interested parties concerning all Help Desk functions and/or services. All new electronic security installations that have to be integrated into the MegaCenters shall be done so through direct support provided for by the remote programmer. In certain instances resources provided for under this particular section may be required to support various MegaCenter locations as mission critical requirements and resources dictate. Specifically, senior level remote programmer assistance shall be responsible for executing the following efforts: Coordinate work efforts assigned to include the Data Entry, Data Analyst, Alarm Technicians, Systems Administrator, Network Engineer, Telecommunications Specialist and Remote Alarm Programmer requirements Provide a monthly report on all service work accomplished during the previous month by the 5th work day of the month following the performance of the work.

03.2.2 General Level Remote Programming Support The Contractor shall provide to the Government remote programmer support for the MegaCenter Help Desk, which includes coordinating support on new system installations throughout all of the regions that the MegaCenters service. Support shall also include onsite (MegaCenter) alarm panel programming and diagnostics and ensuring all alarm panels are communicating with the MegaCenter receiver(s) using the correct reporting format. In addition to the aforementioned requirements the Contractor shall provide the Government support that ensures consistency in the programming parameters throughout the regional inventory as recognized. Specifically, remote programmer assistance shall be responsible for executing the following efforts: Ensure the Programming MAR document is up to date. Review associated documentation for accuracy and completeness of panel information as to expedite the online time. Ensure that installing resources are in receipt of all required documentation. (MAR) Assist in coordinating all dates and times of download and testing efforts. Verify all zones are active and reporting properly through a complete walk test. Report any deficiencies found to the installer/agency for guidance and/or procedures. Ensure the new alarm system is in the enabled mode for monitoring. Initiate action on requests from agencies for normal user additions and deletions. Periodically dial into panels for line testing. Support the Alarm Technicians by assisting in troubleshooting and reading alarm panel information via the event log as to eliminate unnecessary service calls. Support the data entry resources in updating and changing panel information. Maintain the alarm receivers and printers. Ensure the dispatch staff is aware of any changes that may affect the normal operations of the SIS software. Page 119 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Implement new updates to alarm panels, receivers, and software as required. Assist Help Desk resources when there is no programming scheduled or taking place. To include but not limited to, updating and inputting data entry information into the vast array of files and folders that are used as references and back-up material. Assist Government resources in creating, updating and maintaining technical Standard Operating Procedures (SOPs) related to the helpdesk function. Coordinate work efforts assigned to include the Data Entry, Data Analyst, Alarm Technicians, Systems Administrator, Network Engineer, Telecommunications Specialist and Remote Alarm Programmer requirements Telecommunicator Support Services

03.3

Telecommunicator (SCA WD category - Alarm Monitor) support services provided herein represent a critical aspect of this requirement. The Telecommunicator services required represent a wide range of complexity and shall be successfully executed by Contractor support of commensurate experience and training and certification levels in accordance with accepted industry standards. Telecommunicator (SCA WD Category - Alarm Monitor) support shall be represented by a composite rate which takes into consideration the full scope of services provided for below, from routine, rudimentary related efforts to complex, independent/emergency response related efforts. The Government anticipates that the successful offeror will likely need to staff the tasks described in this section through the use of individual personnel of varying experience, training and certification levels. Further, depending on experience, training and certification the successful offer may need to compensate different individuals performing tasks under this section at different rates. However, because all of these tasks will be provided for under a single CLIN, offerors are required to aggregate those rates and provide a single composite contract rate for the applicable CLIN. 03.3.1 Senior Level Telecommunicator Support The Contractor shall provide to the Government senior level telecommunicator support services for the FPS MegaCenters. In addition to the duties reflected below, the senior level telecommunicator resources provided for may perform on-site supervisory efforts of the contractor support team members only, provided for herein as required. In the event such senior level telecommunicator resources are performing in a supervisory role, limited operator duties, for example to relieve operators for a short time period, are acceptable only. Specifically, senior level telecommunicator assistance shall be responsible for executing the following efforts: Independently support each/all Government regions covered by the FPS MegaCenters Perform dispatching duties in all regions covered by the FPS MegaCenters. Provide for a high level of customer service skills, specifically offering the best possible service in all situations. Complete supervisory-related administrative duties with minimal oversight and assistance.

Page 120 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Perform as an acting supervisor to those contractor support team members only, provided for herein as required. This may occur only when working as a team with another shift supervisor is on duty as needed. This includes monitoring the performance of other telecommunicator resources and recommending corrective action when needed. Maintain confidentiality of information read or heard while performing duties and/or functions under this requirement. Deal with the public, Government employees, and other law enforcement agencies using radio and telephone communications; Verbally communicate in a clear and concise manner on both telephone and radio systems; Receive and correctly process emergency communications by telephone and radio transmissions, alarm automation software (SIS), Alarm System and Telephone Deaf Display units; Compose accurate entries in MS Word and MS Excel programs. Must be able to type 35 words per minute. Clearly, accurately and concisely complete basic activity logs of calls actions taken and case report numbers issued; Operate all dispatch-related computer equipment as required Prepare/send all required reports; Assist FPS Federal personnel in completing all duties for any staff members whenever staff has to leave the dispatch area; Schedule training; Assist FPS Federal personnel in handling all issues for non-supervisory staff when they need assistance; Research and provide responses to inquiries, issues, and/or complaints; Provide a monthly report on all service work accomplished during the previous month by the 5th work day of the month following the performance of the work.

03.3.2 General Level Telecommunicator Support The Contractor shall provide to the Government general level telecommunicator support services for the FPS MegaCenters. Efforts and functions required herein are reflected across competency levels within the general level telecommunicator support tasks. General level telecommunicator support ranges in support where the complexity of the task requires commensurate support of equal or greater associated experience, training and education. Specifically, general level telecommunicator assistance is required supporting the following efforts: Monitor electronic fire and security alarm systems to include observing video and audio monitors/alarm indicators, and coordinating the appropriate response to such alarms signals. Radio and telephone dispatching to include sending and receiving audible and easily distinguishable and understandable English language voice communications via radio and telephone systems; answering verbal inquiries; shall assist FPS Federal personnel in coordinating the activities of law enforcement and other public safety personnel; Page 121 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Operate (recording, playing, logging, storing tapes, and changing tapes) multi-channel radio and telephone dispatch audio logging/recording equipment. Remotely operate and monitor audio and video electronic surveillance systems; inputting access control data into personnel and vehicle entry access control systems. Coordinate public safety services with Federal, state and local Government entities to include but not limited to, coordinating responses to complex local and remote alarms, and other reportable incidents. Report and log events, in accordance with written Government instructions to include but not limited to, reporting on incidents, status and availability of law enforcement operatives, etc. Operate primarily Microsoft Windows-based desktop computers and software, while reading and entering MegaCenter incident logging and reporting data. Operate primarily Windows-based desktop computer and software while reading and entering and calling clients to update MegaCenter client records into the MegaCenter systems. Operator-level usage, maintenance and testing of MegaCenter alarm and communication systems, in accordance with this requirement and SOPs. Operator-level usage and maintenance support services range in complexity to include, but not limited to, such tasks as oiling shredder feed on a monthly basis; wiping copier and scanner glass plates, replacing printer, scanner, and copier toner cartridges Routinely test MegaCenter alarm and communication systems includes, but not limited to, such tasks as hourly communication tests, Telephone Recording Devices-Plugged in checks, test radio frequencies, test head-sets for malfunctions, UL required receivers and printers test Telecommunications Specialist Support Services

03.4

03.4.1 Telecommunications Specialist (Telephone) Support The Contractor shall provide to the Government telecommunications specialist services that shall support the operations and processes of the FPS communications technology infrastructure. Support provided herein shall assist in coordinating, installing and supporting communications equipment for moderately large and complex MegaCenter facilities at both the hands on and project management levels. The telecommunications specialist support provided shall assist in evaluating all MegaCenters and associated facility telecommunication needs, and assist in gathering data, soliciting support and planning for service needs as they are determined. The telecommunications specialist support herein shall further assist in coordinating, installing and reconfiguring telecommunications equipment and servers and will support troubleshooting and help facilitate problem resolution. Specifically, telecommunications specialist services are required in supporting the following efforts: Perform large and complex voice/data telecommunications projects requiring a mix of Telecom and PC knowledge.

Page 122 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Monitor and evaluate PBX operation through the eventual long-term goal of converting fully to Voice over Internet Protocol (VoIP) technology. Research, redesign, analyze, install, modify, maintain, troubleshoot and repair complex electronic systems and subsystems for telecommunications, electronic instrumentation systems, and equipment. Review and analyze technical documentation to ensure adequate telecommunications support equipment has been identified in support of new equipment installations. Recognize and identify potential areas where existing policies and procedures require change, or where new ones need to be developed, especially regarding future business expansion. Prepare documentation for processes and procedures for accomplishing functional responsibilities. Monitor voice communication equipment performance, maintain an inventory and report activity levels on voice communication systems. Perform analysis of system-generated statistics and make recommendations for hardware/software/traffic configurations and resource allocation. Coordinate changes in voice communication requirements caused by changes in the business needs of the Federal Protective Service. Coordinate installation and maintenance activities with Headquarters counterparts. Implement and manage call accounting and telecommunications management systems. Assist in reviewing plans and performance to ensure that are in conformance with organizational guidelines, procedures, and requirements. Maintain an active inventory of all devices, services, personnel and warranties. Manage telecommunications systems that include (Nortel Norstar Integrated Communication System) multiple configurations of stations and trunks including analog loop, T1, BRI, PRI, analog DID, and analog E&M, which also supports advanced applications, such as voice messaging, unified messaging, digital networking, and basic and enhanced call centers. Manage, troubleshoot and resolve issues with all D-mark blocks and junctions within the Nortel system. Maintain, monitor, and analyze dial tone circuits. Serve as main contact for user inquiries regarding voice communications equipment use, capabilities and on-site troubleshooting. Provide user support and guidance for telecom related issues. Administer digital & analog circuits (T1 circuits). Possess familiarity with design topologies and hardware requirements for T1 circuits. Monitor and troubleshoot Vanguard 6400 Series multi-service access routers. Assist the call center managers and end users with solutions to technical problems and implementations of telecommunications hardware, software, operating systems, utilities, networks, and data communications specific to Call Center ACD and IVR. Build, test, install and troubleshoot network cabling, terminate T1 lines to network devices and draft respective wiring diagrams. Develop plans and policies for system improvements; conduct post-implementation evaluation and make recommendations; review technical specifications and evaluate proposed equipment configurations for suitability of use and interoperability with existing system and network architectures. Page 123 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Support the Alarm Receiver system and equipment: program, maintain and repair; ensure proper data storage and maintain inventory. Support the Radio system and equipment: update alias database information; maintain console configurations; coordinate updates for the console system; program radio equipment for client regions; coordinate repair of portables and mobiles; coordinate the repair and maintenance of the radio systems in client regions; conduct initial testing of radio console system; and maintain inventory. Support the Phone system and equipment: coordinate General Services Administration (GSA) password resets on the phone system; install and move phone extensions as requested; maintain an accurate inventory of all phone lines in the MegaCenter; conduct initial testing and repair of all phones in the MegaCenter; conduct initial testing and repair of audio recording system for radio dispatch and emergency phone calls; ensure all channels are labeled and recording correctly in the recording system; connect new recording channels as needed; and assist in coordination and repair of recording equipment. Support the UPS system and equipment: ensure UPS system is maintained with accordance to contract specifications; check batteries on a regular basis; and verify that all equipment maintained is UL compliant. Assist in repair and maintenance of any additional electronic systems included within the MegaCenter. Provide a monthly report on all service work accomplished during the previous month by the 5th work day of the month following the performance of the work.

03.4.2 Telecommunications Specialist (Radio) Support The Contractor shall provide to the Government telecommunications specialist services that shall support a wide range of communications technologies. Such technology support herein shall cover equipment and systems ranging from audio switching, remote dispatch, digital and analog multiplexing, discrete Point to Point, as well as, Network signal transport, VoIP, and extend up to and including the local and remote Trunked and Conventional Radio Frequency (RF) Repeater systems. The telecommunications specialist support provided shall also assist with inventorying, coordinating, planning, diagnosing, servicing, and supporting equipment used in associated communications systems, small, medium, and large. Specifically, telecommunications specialist services are required in supporting the following efforts: Assist in the servicing and monitoring of complex voice and data systems, including progression to the next level of VoIP PBX technology. Assist in the installation, modification, service, and diagnostics of complex communications systems and subsystems. Assist in the review of technical documentation for accuracy and system functionality. Monitor voice communications systems for quality, activity levels, and operational applicability. Assist in inventory control and warranty or PM programs. Assist in the management and statistical analysis of in house PBX systems. Monitor dial tone circuits, and provide user support for telecom related issues. Assist in management of T1 circuits and diagnostics of the 6400 series Vanguard routers. Page 124 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

03.5

Assist call center managers and end users with technical issues and hardware implementation. Service and diagnose issues in network system cabling. Assist in the end to end service of existing and future voice dispatch equipment, from the console through the remote radio equipment. Inventory, install, and test as directed, all MegaCenter telephone equipment. Provide assistance in appropriately servicing any radio system. Alarm and Radio Technician Support Services

03.5.1 Alarm Technician Support Alarm technician support shall be provided to the Government in performing a wide range of electronic duties, including installing, maintaining, troubleshooting, and specifying (designing) electronic security systems, including alarm panels, access control systems, duress systems, Xray/magnetometers, closed circuit TV systems and copper/fiber physical plant wiring. Troubleshooting support provided herein may include, but is not limited to, the following tasks: Accepting/receiving all calls from tenant agencies, operators, or MegaCenter staff on all electronic security systems issues; Complete basic troubleshooting with the client while they are on the telephone in an effort to resolve the problem; Access the panel through dial-up to assess whether the issues can be resolved through programming corrections; Manage problem or concern until the issue is successfully resolved including dispatching service to the location if necessary; In the event service is required, assist in requesting approval from the responsible authority in the affected Region; and follow-up until financial approval is received; Assist in locating a local service provider and dispatch service, advising the local provider of the issues involved; Telephonically assist the local service provider in resolution of problems, including providing technical advice if available; Follow-up with the client agency to determine if service was completed and the customer is satisfied; Assist in receiving and processing invoices for payment of services as required Provide a monthly report of service calls received during the previous month by the 5th work day of the month following the performance of the work Assist in performing installation and maintenance efforts of the MegaCenters: o Physical plant wiring for copper and fiber media, using industry standard installation practices; o In-house security systems include alarm panels, intrusion detection, video, closed circuit TV, access control system, and duress systems. Assist in maintaining all dial-in and network electronic systems connected into the MegaCenter. These systems include: 1) Intrusion Detection; 2) Access Control; 3)

Page 125 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Provide a monthly report on all service work accomplished during the previous month by the 5th work day of the month following the performance of the work. Directly support MegaCenter system design and installation efforts as briefly outlined below: Systems Design Support: a. This work includes:

Installation coordination; and Initial testing. b. The types of systems include:

Intrusion Detection; Access Control; Closed Circuit Television; Intercoms; Combination Intrusion Detection/Access Control; Elevator dialers, and Fire alarm communicators. Design/Installation Support:

Receive project assignments from FPS. Contact client agency points of contact and clarifies the intent, scope, budget and standards of the project. Assist FPS Federal personnel in determining the level of security requirements based on agency requirements and Federal Protective Service guidelines. Interact with Federal Protective Service agency representative to provide the agency with an effective system design, within Federal Protective Service and agency guidelines. Create an equipment list based on system design. Assist in the management of project execution after it is awarded. Assist FPS Federal personnel in providing an effective control of the project by ensuring that project objectives are met by monitoring and measuring progress and taking corrective action when necessary. Assist FPS Federal personnel in providing an effective closing of the project by formalizing acceptance of the project and bringing it to an orderly end.

Page 126 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Additional Support Requirements/Duties: Coordinate and complete all remote programming and troubleshooting of alarm control panels via programming software and direct programming and troubleshooting. Assist in troubleshooting and repair of all alarm panels whether local, other monitoring centers and MegaCenter connected. Provide instruction on proper operation of alarm and access control systems to end users as required. Assist in remote programming and troubleshooting all systems. Troubleshoot and arrange for repair of systems. Assist in maintaining and managing the service support desk system and associated databases. Troubleshoot systems security issues over the telephone utilizing alarm receiver automation systems (currently, Security Information Systems Alarm Center SIS). Perform electronic technician work within the MegaCenter, such as installing wiring, connecting and programming telephones, basic trouble shooting of circuits, and basic trouble shooting of equipment which may in certain instances require travel to conduct periodic inspections. Radio Technician (Spectrum Management) Support

03.5.2

Radio Spectrum Management technician support shall be provided to the Government to ensure the performance of a wide range of radio dispatch and remote communications efforts. Such radio technician services provided herein shall support various divergent technologies and methodologies currently in use and planned for future expansion of the FPS National Radio Communications System. Radio technician (spectrum management) support services provided herein may include, but is not limited to, assisting in the performance of the following tasks: Serve as a telecommunications specialist in the area of radio frequency and spectrum management directly supporting the FPS National Radio Program; Coordinate interagency frequency management issues, and develop radio system design criteria from a spectrum planning perspective. Work closely with departmental counterparts in the Federal and local governments dealing with implementation of the spectrum aspects of interoperability programs and projects. Work closely with the FPS regional radio technicians in matters concerning radio frequency (RF) engineering, RF compatibility analysis and testing, and spectrum regulatory technical and policy issues. Work closely with FPS regional radio technicians on the creation and maintenance of the National Code Plug for its subscribers, specifically including the duties as listed below: Install, modify, configure, program, interface, and diagnose all required equipment, from single channel locally dispatched repeater systems through multi-tier and complex audio switching and multiplexed remote dispatch systems, interfaced by "Point to Point" and Networked transport systems, in analog, digital, and VoIP technologies to local and remote Trunked, and Conventional single and multi-Site Radio Repeater Systems. Page 127 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Assist in determining tactical communications strategies and technology spin offs; assisting in applying fixed and subscriber methodologies in the demanding world of tactical communications to meet the ever changing tactical needs of FPS Utilizate standard office computer applications to collate and format data from system management tools providing statistical projections for overall system functionality and performance. Engage in diagnostic efforts and service restoration for complex, system wide, quality anomalies that would otherwise impair or limit the radio system functionality. Have a clear understanding of the vernacular, methodologies and protocols necessary for successful management of the FPS National Radio Program's radio spectrum usage, and interface with HQ Spectrum Management personnel to provide regional and MegaCenter specific input for changes, updates, creation, and deletion of radio frequency assignment data. Ensure prompt and appropriate assistance is provided to FPS and other supported agencies in resolving wireless interference problems. This requires thorough research and investigation to ascertain the specific technical details involved in the interference, and the formulation and initiation of solutions to resolve them, often in conjunction with DHS and National Telecommunications and Information Administration (NTIA). Work closely with the HQ staff to ensure requirements and assignments are completed in a timely and efficient manner. Assist in providing support in the areas of radio frequency assignment, interagency frequency coordination and radio systems design from the spectrum planning perspective. Assist in the planning and development of frequency allocations and spectrum assignments for FPS, FPS interoperability solutions, and the management of the wireless spectrum and the radio frequency assignments required by FPS and the other supported agencies. This involves performing a wide range of technical duties in the areas of wireless communications and spectrum management, such as determination of the technical compatibility between proposed radio frequency assignments of the department, other Federal agencies, NTIA and international agencies. Directly support the Spectrum Management Working Group (SMWG), which formulates management solutions for Federal interoperability as well as frequency sharing within DHS components. The guidelines for spectrum management and frequency allocations are nonspecific and stated in terms of broad national policies and goals by NTIA and in terms of departmental policies and goals by DHS for departmental assignments. Provide a monthly report on all service work accomplished during the previous month by the 5th work day of the month following the performance of the work.

03.6

Data Analyst Support Services

Data analyst support shall be provided to the Government in performing technical efforts to include but not limited to creating, modifying, and deleting alarm accounts and updating Page 128 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

associated building and contact information. The primary purpose of the data analyst support services provided for herein is the maintenance and management of the alarm automation software, currently security information software, and the information contained within those particular applications. Data analyst support services provided herein may include, but is not limited to, assisting in the performance of the following tasks: Maintain information on all alarm accounts, to include all devices, contacts, users, zones and panel information. Assist in placing accounts on test as requested. Assist in disabling accounts as requested. Document instructions/procedures in the notepad as required. Create and delete accounts. Update files as required. Prepare alarm activity reports for customers and FPS Management. Resolve discrepancies with the account information. Assist remote programmer support in the set up and maintenance of alarm panel software. Respond to general alarm or account inquiries from customers. Perform basic system administrative functions such as maintaining system user logins and permissions. Maintain information on tracking and logging for activities performed. Contact Alarm Account Security Managers and emergency contacts for current information as required. Can serve as backup telecommunicator support during catastrophic, emergency, or Fail Over events. An example of an emergency would be the center loses computing operations to the extent that all dispatching has to be completed in the manual mode. Provide guidance to data analyst and data entry personnel in managing information systems Resolves discrepancies in information as required Assist in reviewing and performing quality assurance tasks for overall accuracy Maintain a level of expert knowledge of the operations of the information systems Assist in providing training to personnel on the operations of each system to include: o Security Information System (SIS) o Enterprise Information System (EIS) o WebRMS o Dialogic Communicator (DCC) o Dictaphone Transport System o Dispatch Operations Log (DOL) Provides recommendations on how to use each system effectively and efficiently. Recommend procedures and processes for operations of system. Provide guidance to the dispatch community on system usage. Maintain information in all MegaCenter databases to include but not limited to: o Building Contact information o Alarm Account information o Contact Information Management Page 129 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Assist in developing creative information solutions using standard applications. Maintain all tracking and logging solutions and providing statistical data using this information. Assist in providing information management support to include but not limited to project management services. Provide a monthly report on all service work accomplished during the previous month by the 5th work day of the month following the performance of the work. National Crime Information Center (NCIC) Coordination Support Services

03.7

NCIC Coordinator support shall be provided to the Government to specifically ensure departmental compliance with NCIC and National Law Enforcement Telecommunications System (NLETS) policies and procedures. NCIC Coordination support provided herein shall also assist in ensuring that all personnel who operate an Open Fox terminal are certified in accordance with DHS and FPS policy. NCIC Coordination support directly contributes to the overall efficiency and effectiveness of the department to regularly deliver high quality services to the public. NCIC Coordination support services provided herein may include, but is not limited to, assisting in the performance of the following tasks: Assist FPS Federal personnel in ensuring that all personnel operating a terminal that has access to the NCIC or the Identification Index (III) are appropriately trained and certified in accordance with NCIC policies and procedures and that terminal operators renew their certification every two (2) years as required. Ensure all in-house trainers of limited access operators are certified in accordance with NCIC policies and procedures and that they renew their certification every two (2) years as required. Ensure all personnel who operate a limited access terminal are certified in accordance with NCIC policy and that terminal operators renew their certification every two (2) years as required. Assist in providing the appropriate training and testing to new users and those requiring recertification in NCIC policies, procedures, and the use of the system. Ensure all personnel who are certified to operate a limited or full access terminal are entered in the NCIC database and that all persons who are no longer certified to operate a terminal are deleted from the NCIC database. Assist in ensuring that adherence to the hit confirmation policy as established by NCIC and NLETS for in-state and out-of-state hit confirmations is being maintained. Assist in the tracking of GSA fleet leased vehicles and license plates when they are reported missing, lost or stolen. Assist in ensuring that the validations are done on a monthly basis as required. Ensure that all stolen/abandoned entries are attached to the original case report. Ensure that NCIC, and NLETS technical memoranda, newsletters, and manuals are distributed to the appropriate sections/personnel and new procedures and capabilities are used when they become available. Ensure that the agencys terminals are placed in a secure location that prohibits unauthorized use or viewing. Page 130 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Ensure a secondary dissemination log is maintained for criminal history information disseminated outside of the agency. Ensure that agencys address is correct in the NCIC/NLETS ORI file. Ensure the appropriate personnel within the agency know the name and phone number of the FPS TAC. Appropriately assist in any audits performed by DOJ or NCIC. Assist in supporting Regional Working Group (RWG) meetings, CJIS Users Conferences, etc. as required. Can serve as backup telecommunicator support during catastrophic, emergency, or Fail Over events. An example of an emergency would be the center loses computing operations to the extent that all dispatching has to be completed in the manual mode. Provide a monthly report on all service work accomplished during the previous month by the 5th work day of the month following the performance of the work. Information Technology Support Services

03.8

03.8.1 System Administration Support The Contractor shall provide system administration support for projects directly involving the information systems within FPS on Microsoft networks using ASP and .net web applications. Systems Administrator support services shall include but are not limited to directly assisting FPS MegaCenter SMEs with the following: Support the maintenance and development of web based applications created using ASP and .net with a Microsoft SQL Server database Administer SQL Server Database and Application Systems Assist in running ad-hoc queries as required Provide network and system administration support for FPS major systems and MegaCenter internal systems including the equipment associated with the Internet Monitoring program in each MegaCenter. Specific tasks include, but are not limited to, installing, configuring, maintaining and troubleshooting existing Cisco routers, switches and firewalls as well as SQL databases and application servers. Assist in installing and testing software updates and patches for all MegaCenter internal systems including existing Cisco equipment, SQL databases and associated applications. Support the establishment, configuration and administration of all customer accounts for the internal systems including administrative support regarding user accounts, privileges and network support activities to support FPS systems Ensure all internet alarm accounts meet, and are maintained in accordance with, all local, state and federal regulations Initiate repair assistance requests to vendors when problems cannot be resolved at the MegaCenter level. Supporting the performance, integrity and physical security of the organization's data. Maintain relevant paperwork such as support agreements, maintenance contracts, training schedules, problem reporting, inventory, IT issue resolution, and tracking

Page 131 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Assist in ensuring that all systems are running at all times at top performance and perform database monitoring/tuning. Maintaining and purging SQL Log File. Support all FPS internal systems by performing backups and maintenance on database systems. Completing the setup of SQL Backup Schedules, preventative Maintenance Schedules, Disaster Recovery Planning, System Software (operating system or SQL) Upgrades, Application Software Upgrades, Security patch upgrades, System and Network Performance Monitoring, data recover and Security/Password Maintenance. Assist in providing desktop support as required Support the maintenance of existing applications and responding to service calls to repair them as required and assist in designing and creating add-on applications to enhance those existing applications Upgrade existing Commercial off the shelf (COTS) systems with the latest software versions as required Maintain records of FPS application status and history Provide a monthly report on all service work accomplished during the previous month by the 5th work day of the month following the performance of the work.

03.8.2 Network Engineering Support Network engineering support shall be provided to the Government in performing a wide range of network engineering related duties supporting the operations, processes and/or requirements gathering necessary to the FPS information technology infrastructure. Network engineering support provided herein shall on a routine basis assess the current information technology (IT) state, as well as the development and operation of systems, to identify factors such as interoperability, cost efficiency, security, and trends which may affect the operating elements within the FPS IT infrastructure. Network engineering support services provided herein may include, but is not limited to, assisting in the performance of the following tasks: Serve as a technical expert in the area of local and wide area networks, systems administration of network operating systems, systems security and other network-based applications. Apply network and IT architecture sufficient to manage the design of network architectures, including evaluating and defining infrastructure requirements, selecting hardware and software components, coordinating network implementation planning and overseeing testing and implementation of IT systems that are critical to mission success. Assist in managing network server-based and personal computer-based applications; implementation of new systems; conducting post-implementation evaluation and making recommendations and systems maintenance activities, including personal computers and other peripherals. Support FPS Subject Matter Experts (SMEs) in ensuring the confidentiality, integrity, and availability of systems, networks and data through the planning, analysis, implementation, maintenance, and enhancement of information systems security programs, policies, procedures, and tools. Assist in making expert recommendations on the scope of the network infrastructure, including identification of processes, functions, items to be controlled, and information to be recorded. Page 132 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Conduct technical evaluation studies to support analysis of specific issues relating to the application of information technology; conducts technical evaluation studies in the selection and proper application of emerging computer technologies as required. Assist in conceiving/planning and conducting challenging local area network (LAN) design projects, baseline studies and trade-off analyses aimed at improving the cost effectiveness and efficiency of current and future FPS network architecture configurations. Assist in developing, implementing and maintaining system program documentation. Support the preparation of functional descriptions, network topology diagrams, system/subsystem specifications, end users manuals, and regulations in accordance with FPS guidelines. Provide technical assistance and guidance to communication-information system users, contracting personnel, and personnel in other lines of work and disciplines who interface with the unit. Assist in the development of plans and policies for systems improvement, conducts postimplementation evaluations and make recommendations. Assist in reviewing technical specifications and evaluating proposed equipment configurations for suitability of use and interoperability with existing system and network architectures. Assist in reviewing technical specifications and proposed equipment configurations identifying inefficiencies and problematic areas, formulates and implements solutions to computer related problems in order to improve branch operations; and recommends ways to improve service to end-users. Provide a monthly report on all service work accomplished during the previous month by the 5th work day of the month following the performance of the work. Training Support Services

03.9

03.9.1 Training Coordination Support Primary Training coordination services shall be provided to the Government in support of the development, overall administration and training of telecommunication personnel provided for under this requirement. At a minimum it is expected that telephone and radio protocol, accuracy in recording data, SOPs, data retrieval and data entry, local, state and national criminal databases, and dispatch equipment operations training shall be developed and provided for under this requirement. Training coordination support provided herein may include, but is not limited to, assisting in the performance of the following tasks: Assist in monitoring and reporting on the effectiveness of employee training during the orientation period and for career development based on approved Government standards and requirements Assist in evaluating weaknesses and provide for additional training as needed; Assist in developing and presenting classroom and on the job training (OJT) curriculums; Create lesson plans with interim performance objectives related to each plan; Assist in developing and presenting effective testing for classroom and OJT performance Conduct all needed annual and regular refresher training; Page 133 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Ensure that all training is consistent with FPS and DOJ standards; Submit all training plans, materials, and objectives to the COTR for review As required, coordinates training with the National Training Committee and associated personnel; Assist in establishing and maintaining contact with training Sub-Committee Ensuring all telecommunicator support provided for under this requirement comply with the national APCO standards as modified by the MegaCenter SOPs Document all training files/records of all MegaCenter employees and maintain those files/records for the life of the effort. The training files/records must be available to the Government for review upon request. Provide a monthly report on all service work accomplished during the previous month by the 5th work day of the month following the performance of the work.

03.9.2 Assistant Training Coordination Support Assistant training coordination services shall be provided to the Government in support of the primary training coordination efforts. Assistant training coordination support shall be responsible for directly assisting the primary training coordination requirements to include the development, coordination, evaluation and administration of the training program. Additionally, ancillary efforts shall be completed to include tracking the results of training, routinely updating the training curriculums, matching training materials to SOPs and assisting in keeping the training SOPs current. Support provided herein shall be undertaken in an attempt to establish a training program that meets the constantly changing needs of the MegaCenters and FPS. Assistant training coordination support provided herein may include, but is not limited to, assisting in the performance of the following tasks: Assist in the development and maintenance of a professional, public-safety/alarm dispatch-training program. Assist in the coordination of cross training between all of the MegaCenter regions. Routinely update training materials and SOPs to reflect current job requirements. Assist in new hire introduction training in the classroom setting following the established training guidelines set by the Government. Maintain all of the training databases. Actively conduct research on training opportunities and provide recommendations for outside training programs and tools that will benefit the MegaCenters. Assist in maintaining all of the current Standard Evaluation Guidelines based on performance expectations Assist in the development of remedial training plans as needed Assist in routinely updating all of the existing training programs Assist in the development of in-service training as needed to reach QAP standards.

03.10 Project Management Support Services Experienced project management services shall be provided to the Government as required in support of the aforementioned mission critical MegaCenter efforts. Project management support Page 134 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

shall be provided for at the MegaCenter during normal working hours and shall have complete supervisory authority over all contractor personnel under this requirement. Project management support personnel shall have an overall responsibility for monitoring efforts executed under this requirement to include but not limited to upgrading critical support services as required and to provide for any and all associated deliverable documents to include, but not limited to the management plan and the quality control plan. Project management support provided herein may include, but is not limited to, assisting in the performance of the following tasks: Ensure that proper training is provided pursuant to the requirements of this effort Act as supervisor to all contract employees under this effort Generate monthly progress reports and provides status on all associated performance measures as required Optimize dispatch program performance through recommendations and procedures that may increase the efficiency of operations Attend meetings as requested in support of, but not limited to, operational changes Assist in ensuring staff is attaining the required goals for the dispatch organization Address all SOP issues to include, but not limited to, training and testing topics Assist in gathering statistics for the MegaCenters as required Conduct special projects to include, but not limited to, notification projects, NCIC issues, hit confirmations, validations, and proper use reviews

Project management support services shall not be used to; 1) compute, compile or prepare invoices; 2) conduct the corporate portion of the Quality Assurance Plan; or 3) support any of the management functions related to employee benefits, for example those duties including insurance, 401K program, medical programs, and or other than hourly pay rate issues. 03.11 Office Management and Administrative Support Services 03.11.1 Office Management Support

Office management support shall be provided to the Government assisting in the organization and coordination of office operations, procedures and resources. Efforts completed on a daily basis by the office management support shall facilitate organizational effectiveness and efficiency throughout the MegaCenters. Office management support provided herein may include, but is not limited to, assisting in the performance of the following tasks:

Appropriately perform all duties of Office Administrative Support Assist FPS Federal personnel in monitoring clerical, administrative and secretarial responsibilities Assist in ensuring the proper allocation of resources to enable task performance Design and implement filing systems Ensure filing systems are maintained and current Establish procedures for record keeping Ensure security and confidentiality of data Prepare operational reports and schedules Page 135 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Monitor and maintain office supplies inventory Review and approve office supply acquisitions Assist with meeting minutes as needed to include, but not limited to, the weekly managers conference call, specifically recording and producing typed transcripts of the meeting minutes. Input Service/Reimbursable Work Authorizations (SWAs or RWAs) into the SWA database, to include maintaining an up-to-date file system as a quick reference library. Support provided herein shall require working directly with the alarm technicians to insure all reimbursable time is reported and recovered by FPS, from the agency requesting services that are above the standard level. Assist in supporting the sunflower database to include but not limited to, constructing new spreadsheets and forms, as needed in order to conduct accurate inventories. Assist in updating the internal filing system within the MegaCenter. Maintain a working knowledge of the HVAC/CRAC unit systems used throughout the MegaCenter, for example, to include but not limited to, where the circuit breakers for the systems are located, and the service contractors point of contact information. Assist FPS SMEs in maintaining the plant related services within the MegaCenter. Review and handle correspondence, prepare reports, schedule meetings and make appointments. Manage calendar and manage conference call bridge calendar Assist new employees with orientation and additionally to include but not limited to, obtaining badges, establishing e-mail accounts and computer access and assigning lockers. Office Administration Support

03.11.2

Office administrative support shall be provided to the Government covering a wide range of administrative and clerical functions and efforts. Office administrative services provided herein shall directly support the everyday activities of the MegaCenters. Office administrative support provided herein may include, but is not limited to, assisting in the performance of the following tasks: Assist FPS SMEs in collecting and inputting information into the Time and Attendance (T&A) reporting system for FPS MegaCenter staff; assist in tracking individual daily schedules and annotate them for future retrieval or audits; Assist FPS SMEs in collecting and inputting information into the Federal Financial Management System (FFMS) associated with the MegaCenter functions and staff As required, assist with meeting minutes as needed to include, but not limited to, the weekly managers conference call, specifically recording and producing typed transcripts of the meeting minutes. Page 136 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

As required, assist with the collection and inputting of Service/Reimbursable Work Authorizations (SWAs or RWAs) into the SWA database, to include maintaining an up-to-date file system as a quick reference library. Support provided herein shall require working directly with the alarm technicians to insure all reimbursable time is reported and recovered by FPS, from the agency requesting services that are above the standard level. Takes incoming phone calls from the Technical Service Desk Line and transfers information to a Service Ticket for the Technical Staff to act upon. Collect, maintain and supply as requested information to client agencies regarding maintenance, service procedures, cost, procurement, and installations. Assist FPS SMEs in verifying purchase card statements associated with the MegaCenter functions and staff, additionally keeping a master spreadsheet for purchase card transactions. Logs all transactions and calls for service against the SWA through a local file folder system. Assists the FPS SMEs with collecting and inputting financial information into the various databases other than (i.e. Debt Management Center, Finance Centers, Web View). Assist in, as required supporting the sunflower database to include but not limited to, constructing new spreadsheets and forms, as needed in order to conduct accurate inventories. Assist in, as required, updating the internal filing system within the MegaCenter. Review and handle correspondence, prepare reports, schedule meetings and make appointments, manage staff calendars and manage conference call bridge calendar, prepare and track orders/ receiving and shipping packages

04.0

ANNUAL TRAINING REQUIREMENTS

The Government shall provide all new contract staff an initial eighty (80) hours of operational orientation training essential to understanding the MegaCenter functions and operational support requirements to FPS. All costs associated with the aforementioned initial eighty (80) hours of MegaCenter specific training shall be covered by the Government. Any training in addition to the initial eighty (80) hours required by the contractor staff shall be authorized at the discretion of the Contractor and the Government Additional training hours may be required, to include but not limited to, major changes in business processes and/or technology that affect the responsibilities of the position. All costs associated with the potential additional hours of MegaCenter specific training shall be covered by the Government. The new contract staff will not be authorized to perform duties until aforementioned initial training is successfully completed. All contractor positions shall maintain training levels in accordance with the accepted industry standards during the entire contract performance period. The Contractor shall be responsible for Page 137 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

all costs associated with the aforementioned training, to include but not limited to; registration fees, tuition, books, travel and training materials. The purpose of this required training is to ensure the contractor support provided are at levels commensurate with accepted industry standards providing to the Government herein the highest level of performance. Based on the diverse position descriptions related to this contract, the Contractor shall provide to the COTR an anticipated annual training curriculum for each position. The COTR shall review the annual training curriculum, specifically in accordance with the scope of work to ensure such training shall maintain support services that are in accordance with accepted industry standards. The contractor shall provide a quarterly summary report and a copy of all certificates of training to the Government COTR for each contract option period. The Government will maintain copies of all certifications of training completed. This report will include all positions in each Megacenter, description of the training completed and number of hours completed for each position, and/or number of hours remaining to complete the required any and all educational training required. 05.0 ASSOCIATED DELIVERABLES AND DELIVERABLE TABLE

The COTR or other persons designated by the COTR and approved by the Contracting Officer, will review all draft and final deliverables to ensure accuracy, functionality, completeness, professional quality, and overall compliance with requirements detailed above. The Contractor shall ensure the accuracy and completeness of all deliverables. The Government will consider errors, misleading statements, incomplete, irrelevant information, or repetition as deficiencies and the Contractor shall make corrections at no additional cost. The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with DHS systems and applications (Microsoft Office 2007 Applications). The Government shall have five (5) working days to review and provide comments to the Contractor prior to acceptance of all deliverables. The Contractor shall then respond two (2) working days after receipt of Government comments. Two (2) hard copies and one (1) electronic version of all deliverables shall be submitted to the COTR for review and approval. For presentations and or briefings the Contractor shall use Power Point, Word, Excel, or any other mediums as delineated by the FPS Program Manager. All documentation developed by the Contractor support personnel under this requirement shall become the property of the Government and shall not contain proprietary markings. Deliverables as required under this statement of work are further detailed below and outlined in the Deliverable Table at the completion of this section. 05.1 Transition Plan

A smooth and orderly transition between the incoming Contractor, Contractor Team and the predecessor Contractor is necessary to assure minimum disruption to vital support and services and Government activities. Under this deliverable the Contractor shall develop a transition plan that includes transition objectives, measures of success, risk assessment, and a detailed timeline. Through the process of transition the Contractor shall not disrupt official Government business Page 138 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

or in any way interfere with the assigned duties of the predecessor Contractors employees. The Contractor may notify the predecessor Contractors employees that the Contractor will be assuming services upon the contract start date and may distribute business cards, employment applications, brochures, and other company information to the incumbent employees while they are on duty, provided that there is no interference with the employees' assigned duties, for example to be approached during off hours or during relief or lunch breaks. However, the Contractor may not interview, recruit, schedule interviews, or conduct extensive discussions with the predecessor Contractors employees while they are on duty. The Contractor shall provide two (2) hard copies and one (1) electronic copy of the transition plan to the COTR within five (5) working days after contract award. The transition plan shall include at a minimum all preliminary certifications required to initiate performance; process for transitioning predecessor employees; and the recruitment of new employees. The Plan provided herein may include, but is not limited to, the following information: A strategy for implementing supervisory functions and overall management of the contract and orders awarded against it; In the event required, the process determined for the transitioning of predecessor employees; Employee assignments; A plan for establishing an emergency reserve force and the current status of staffing levels; A status report on submitting applications for personnel clearances; A strategy for training including schedules, locations, coordinating with FPS monitors, and class staffing levels; A plan for procurement of required equipment; Provide in writing, the name, position title, facsimile number, and cell/phone numbers of the Project Manager, Training Officer, Technical Service Desk Manager, and all other noted Supervisors; A detailed breakdown of the overall transition timeline.

The Government will allow a maximum of sixty (60) working days of start up time from the date of the formal order award against the contract to the initial start of performance. 05.2 Quality Control Plan

The Contractor shall provide two (2) hard copies and one (1) electronic copy of a detailed Quality Control Plan within fifteen (15) working days of contract award. The Contractors Quality Control Plan provided herein may include, but is not limited to, the following information: Identification of the Quality Control Monitor(s) assigned to include evidence of their qualifications. A description of the type, level, and frequency of inspections performed by the Contractors Quality Control Monitors. Inspections shall be conducted by the Quality Control Monitor(s) Page 139 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

in accordance with the Quality Control Plan and as frequently as necessary to ensure effective performance by the Contractor. While the Contractor may perform more inspections than are required in the Quality Control Plan, in no event shall the Contractor perform fewer inspections than required by that Plan. Quality Control Inspection Check Lists which include, as a minimum, checks of: equipment, attendance; sign in/out procedures; knowledge of and adherence to SOP requirements; and available to respond to complaints received by Government customers by reviewing voice logs, researching database entries and providing detailed responses and recommendations for corrective measures within twenty-four (24) hours of the notice of a complaint.; possession of required licenses and permits; and overall contract performance. A description of the Contractors employee reward/incentive program and the Contractors discipline procedures, used when the Contractors Quality Control Monitors or the Government notes superior or deficient performance. Quality Control Inspection Reports shall be prepared by approved Quality Control Monitors and remain on file with the Contractor for all inspections made during the entire Contract period. The Contractor shall make those reports available to the Contracting Officer (CO) or COTR upon request. The Contractor shall brief the COTR of any problems or deficiencies noted during an inspection and shall inform the COTR of all actions taken or planned to resolve the problem. If the Contractors performance indicates that additional quality control measures are needed, the CO and COTR will meet with the Contractor to discuss the Contractors performance, Quality Control Plan, and any other areas of concern. Through the CO, the COTR may request that the Contractor take additional steps to improve both the overall performance of the contract and adherence to their Quality Control Plan. The Government shall consider the Contractors adherence to their stated Quality Control Plan during annual performance evaluations. Failure by the Contractor to adhere to their stated Quality Control Plan may result in contractual actions being taken by the Government. Additionally, the Contractor shall include within their Quality Control Plan a description as to how they will maintain the required staffing levels for Operators and Supervisors. Detail provided shall address how the Contractor will satisfy the need for replacement and reserve staff, for example, how they plan on replacing supervisory and nonsupervisory/operator personnel who are on scheduled or non-scheduled breaks, sick leave, vacation, and training. The Quality Control Plan shall include two (2) or more specific real-time methods of notification that the Contractor will use for each reserve person, to expeditiously secure an appropriate reserve. The Quality Control Plan shall provide in writing a telephone, radio, pager, messenger notification plan and contact list.

Page 140 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

05.3

Management Plan

The Contractor shall develop, establish, maintain, review and update as necessary a Management Plan for ensuring that the requirements of this effort are provided for as specified and are practical and realistic. The Management Plan provided herein may include, but is not limited to, information on the following: Overall analysis of the logistical, financial and administrative support (including training) being provided; Overall analysis of the operational (operator and supervisor) labor and services being provided; Top level evaluation of the instituted quality control system that includes annual corporate staff conducting a Corporate Walk Down. The Corporate Walk Down shall be coordinated between the Contractor and the COTR and shall ensure the quality control system is in place and working, document the findings and submit all findings to the COTR, Additionally, follow-on actions shall also be documented with time lines to ensure the plan corrects all of the findings that require attention Overall analysis of team members, subcontractors and potential subcontractor support anticipated; to include an outline of the reporting structure, anticipated risks associated with multiple team members and the mitigation strategy set to eliminate such noted risks.

Two (2) hard copies and one (1) electronic copy of the Management Plan shall be provided to the CO and the COTR for approval within fifteen (15) working days from the date of award and as required whenever revised and/or updated. The Contractors Management Plan shall clearly identify through the use of written narrative and supporting charts and/or tables how the Contractor plans to obtain and manage Contractor resources in such a way as to comply with and perform all of the requirements under the statement of work. The Management Plan shall include sufficient detail for the Government to determine the Contractors management capability and the practicability of their contract employee recruitment plans, training plans and approach to providing timely and prompt performance of all requirements herein. Should the Contractor fail to meet one or more requirement, or anticipates failing to meet one or more requirement, the Contractor shall immediately notify the CO or the COTR of the problems encountered and the steps and measures planned and taken by the Contractor to resolve those problems. The Contractors management plan shall then be updated accordingly. 05.4 Project Management Report

The Contractor shall deliver a monthly Project Management Report for each MegaCenter that summarizes the months management support activities, efforts undertaken and progress made. Two (2) hard copies and one (1) electronic copy of the Project Management Report shall be delivered by close of business (COB) on the fifth (5) working day of each month including detail on the prior months activities. The Project Management Report provided herein may include, but is not limited to, the following: Page 141 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Training Activities: Training instruction completed that month Training schedule and topics for the following month Training instruction developed; and purpose of training topic Summary of Certifications completed List of existing Standard Operating Procedures reviewed and validated List of new SOPs developed, implemented and trained Identify each working project with description, status, progress and anticipated completion date Identify any other projects completed TSD Activities: Number of Service Requests received Number of Service Requests complete Identify each working project with description, status, progress and anticipated completion date Identify projects completed Last UL Certification Date Number of test failover events Number of actual failover events Information Technology Activities: Number of recoverable system failures: Number of unrecoverable system failures: Identify each working project with description, status, progress and anticipated completion date Identify projects completed Number of contingency tests complete Identify critical troubles and needs: Information Management Activities: Number of information updates complete Number of contact validations attempted (Request for Validation) Number of contact validations completed (Validation Complete) Number of non-routine Request for Information reports complete Identify each working project with description, status, progress and anticipated completion date Identify projects completed Operational Activities: Number of events logged Page 142 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Number of case control numbers issued Number of emergency events Number of routine events Number of alarms processed Number of FPS Dispatched events Number of Local Responder Dispatched events Number of Spot Reports sent Average Time to Dispatch Average Time to Arrive Average Time to Complete Average Time for Spot Reports Quality Assurance Activities: Number of inspections completed Number of inspections with deficiencies Number of inspections with deficiencies that have been corrected Administrative Activities: Number of SWAs received, with total dollar value Number of SWAs processed, with total dollar value List of SWAs, including dollar value, purpose and status of each Verification personnel contact list is current Any significant administrative projects Project Manager Activities: List of reserved support Number of filled positions Number of open or vacant positions Summary of employees counseled to include verbal; written and any disciplinary actions taken against any employees Number of potential employees within the suitability process; provide status and submission date Identify each working project with description, status, progress and anticipated completion date Identify projects completed 05.5 Extended Fail-Over Provisions (EFOP)/ Continuity of Operations

The Contractor shall provide two (2) hard copies and one (1) electronic copy of the Extended Fail-Over Provisions (EFOP) to the COTR within thirty (30) working days after contract award. The EFOP shall identify plans and provisions made for the transfer of necessary personnel, resources and supplies, for the continuation of MegaCenter specific operations in the event of an emergency such as a catastrophic event or pandemic (e.g. H1N1 flu virus) until normal Page 143 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

operations can be resumed. An event requiring implementation of the EFOP may result in a reduction in requirements due to partial or full closure of Government facilities and/or realignment of requirements. The changes of requirements will be based on the importance of maintaining operations at designated Government facilities due to the mission of their tenants or security level. Actual hours worked during such an emergency shall be invoiced under the Basic Services CLIN (Basic Services Rates). All other direct costs (ODCs) associated with implementation of the EFOP shall be reimbursed under the Not to Exceed (NTE) Travel/ODCs CLIN contained in the Schedule. 05.6 Deliverable Table

The following Table summarizes the major deliverable requirements:


SOW Task Description Technical Service - Monthly Report Remote Programming - Monthly Report Telecommunicator Support - Monthly Report Telecommunicator Specialist Monthly Report Alarm Technician - Call Report Alarm Technician - Monthly Report Radio Technician - Monthly Report Data Analyst - Monthly Report NCIC - Monthly Report Systems Administrator - Monthly Report Network Engineer - Monthly Report Training Coordinator - Monthly Report Annual Training - Quarterly Report Updated Transition Start-Up Plan Quality Control Plan Management Plan Frequency Monthly; Provided by the 5th working day of the month Monthly; Provided by the 5th working day of the month Monthly; Provided by the 5th working day of the month Monthly; Provided by the 5th working day of the month Monthly; Provided by the 5th working day of the month Monthly; Provided by the 5th working day of the month Monthly; Provided by the 5th working day of the month Monthly; Provided by the 5th working day of the month Monthly; Provided by the 5th working day of the month Monthly; Provided by the 5th working day of the month Monthly; Provided by the 5th working day of the month Monthly; Provided by the 5th working day of the month Quarterly; Provided by the 5th working day of the quarter Within 5 working days after Award and as revised Within 15 working days after Award and as revised Within 15 working days after Award and as revised

3.1.1 3.2.1 3.3.1 3.4.1 3.5.1 3.5.1 3.5.2 3.6 3.7 3.8.1 3.8.2 3.9.1 4.0 5.1 5.2 5.3

Page 144 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

5.4 5.5

Project Management Report EFOP/Continuity of Operations Report

Monthly; Provided by the 5th working day of the month Within 15 working days after Award and as revised

06.0

ACRONYMS

This statement of work contains numerous acronyms. Whenever a new term is introduced the acronym will appear next to the term in parentheses (). The current acronyms that appear in this statement of work are listed below for easy reference:
ACD.Automatic Call Distribution APCO ................Association of Public Safety Communications Officials ASP....................Active Server Pages BPA ..................Blanket Purchase Agreement BRI ....................Basic Rate Interface CO .....................Contracting Officer COTR ................Contracting Officers Technical Representative CPM...................Contract Project Manager DHS ...................Department of Homeland Security DID ....................Direct Inward Dial DOJ....................Department of Justice DOL...................Department of Labor E&M ..................Earth and Magneto EOD...................Entry on Duty EFOP .................Extended Fail Over Provisions FAR ...................Federal Acquisition Regulation FBI.....................Federal Bureau of Investigation FPO....................Federal Protective Service Officer FPS ....................Federal Protective Service FSS ....................Federal Supply Service GSA ...................General Services Administration HVAC/CRAC....Heating Ventilation Air Conditioning/Computer Room Air Conditioner ICE.....................Immigration and Customs Enforcement IVR ....................Interactive Voice Response JUST ..................Justice Telecommunications System MARMegaCenter Alarm Requirement Document NCIC .................National Crime Information Center NLETS...............National Law Enforcement Telecommunications System NPPD.................National Protection and Programs Directorate OPM ..................Office of Personnel Management PBX..Private Branch Exchange PC.Personal Computer PRI.....................Primary Rate Interface PSO....................Protective Service Officer QAP ...................Quality Assurance Plan SOP....................Standard Operating Procedures SQL ...................Structured Query Language T1.T-Carrier, refers to the speed TSD ...................Technical Service Desk

Page 145 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

ULUnderwriters Laboratory WebRMS.Web Report Management System

THE REMAINDER OF THE PAGE IS LEFT INTENTIONALLY BLANK.

Page 146 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

III. PACKAGING AND MARKING 01. PAYMENT OF POSTAGE AND FEES All postage and fees related to submitting information, including forms, reports, etc., to the Contracting Officer or the COTR shall be paid by the Contractor. 02. MARKING All information submitted to the Contracting Officer or the COTR shall clearly indicate the IDIQ and Order numbers (if applicable) for which the information is being submitted. 03. BRANDING The Contractor shall comply with the requirements of any DHS Branding and Marking policies. As a matter of law, Federal criminal statutes prohibit unauthorized use of the DHS Seal. In addition, DHS policy prohibits granting authorization for certain commercial uses of the Seal. It is permissible to reference DHS in materials if the reference is limited to true, factual statements. The words DHS and/or Homeland Security should appear in the same color, font, and size as the rest of the text in the document. Moreover, such references shall not imply in way an endorsement of a product, company or technology. Request to use the DHS Seal must be submitted using the DHS Official Seal Usage Approval form. A copy of this form may be requested from the Contracting Officer. The comments section should be used to describe why use of the seal is being requested, and how it will be used. Completed forms shall be sent via e-mail to the Deputy Director of Strategic Communications for Public Affairs, and to the Contracting Officer.

THE REMAINDER OF THE PAGE IS LEFT INTENTIALLY BLANK.

Page 147 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

IV. INSPECTION AND ACCEPTANCE 01. INSPECTION AND ACCEPTANCE Inspection and Acceptance of all services provided for under this requirement shall be done so in accordance with FAR 52.212-4 Alternate I (OCT 2008) a Inspection/Acceptance.

THE REMAINDER OF THE PAGE IS LEFT INTENTIALLY BLANK.

Page 148 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

V. DELIVERIES OR PERFORMANCE 01. TERM OF EFFORT

The full term of this IDIQ shall be five (5) years with a base period of one (1) year and four (4) one (1) year optional ordering periods. Each ordering period shall be complete with approved NTE labor hours and associated rates and a NTE Travel/ODC ceiling amount as quoted on the Pricing Schedule. The Contractor shall be given notice to proceed on individual Orders against the IDIQ and shall provide all contractual services. Additionally, in the event it is required, FAR 52.217-8, Extension of Services, shall be included. Work under this IDIQ is expected to commence on or about March 18, 2013. Performance periods shall be as follows: Base Period: Optional Ordering Period 1: Optional Ordering Period 2: Optional Ordering Period 3: Optional Ordering Period 4: FAR 52.217-8 Option: 02. 01/07/2013 01/06/2014 01/07/2014 01/06/2015 01/07/2015 01/06/2016 01/07/2016 01/06/2017 01/07/2017 01/06/2018 01/07/2018 07/06/2018

TIME AND PLACE OF PERFORMANCE

Service schedules, time and place of performance, shall be further defined at the Order level and will be associated with the NTE labor hours and associated rates required. A. Time of Performance Services provided for under this requirement in support of the MegaCenter dispatch and alarm monitoring operations shall be provided for on a 24-hour, 7-days a week, 365-days a year schedule. For basic services, 24-hours, 7-days a week coverage shall be provided through 3, eight-hour shifts daily. For emergency services, support schedules may vary depending on the emergency event that occurs. There will be no phase-in period for emergency service requirements. B. Locations of Performance Services provided for under this requirement shall be performed in federally owned and/or leased facilities. The duties may be performed at the specific FPS MegaCenter locations detailed below or in corresponding Regional locations. Specifically, there are four FPS MegaCenters located nationwide covered under this solicitation and dispatch and alarm monitoring operations shall be provided for at those primary locations:

Page 149 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Denver MegaCenter Building 53, W-18 Denver, CO 80225 Battle Creek MegaCenter 74 North Washington Avenue Battle Creek, MI 49037 Philadelphia MegaCenter 200 Chestnut Street, Room 356 Philadelphia, PA 19106 Suitland MegaCenter 4205 Suitland Road Suitland, MD 20752

THE REMAINDER OF THE PAGE IS LEFT INTENTIALLY BLANK.

Page 150 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

VI. ADMINISTRATION DATA 01. INVOICING AND PAYMENTS A. Submission of Invoices Invoices shall be submitted for payment within 30 days after completion of the prior months services. Contractors shall submit only one (1) invoice per month unless otherwise authorized by the Contracting Officer. Invoices shall be submitted via one of the following three methods: 1. By mail:

NPPD-FPS-Region HQ DHS, NPPD Burlington Finance Center P.O. Box 1279 Williston, VT 05495-1279 Attn: FPS Region HQ Invoice 2. By facsimile (fax): # 802-288-7658

The invoice submission shall include a cover sheet with the contractors point of contact information and # of pages. 3. By e-mail: NPPDinvoice.consolidation@dhs.gov

1. The invoice number and FPS Region HQ shall be annotated in the subject line of the e-mail. 2. Only (1) invoice shall be submitted per e-mail message. 3. The invoice attached to the e-mail shall be in Portable Document Format (PDF) Invoices submitted by other than these three methods will not be processed and will be returned. Contractors shall provide an informational copy of each invoice to the Contracting Officer at gregory.blaszko1@dhs.gov and the Contracting Officers Technical Representative (COTR) gregory.beahm@dhs.gov. In addition to the information required for a proper invoice as identified in FAR 52.212-4 (g)(1), Contract Terms and Conditions Commercial Items, (JUNE 2010), the contractor shall annotate FPS Region HQ on the face of each invoice. Contractors shall submit only one invoice per contract per month unless otherwise authorized by the Contracting Officer. Failure to comply with these submission requirements will result in rejection of the invoice.

Page 151 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

B. Payments 1. Payment will be made on a calendar month basis in arrears upon submission of an invoice. Payment will be due on the 30th calendar day after receipt of a proper invoice or date of receipt of services, whichever is later. 2. It is the objective of the Government to obtain complete and satisfactory performance in accordance with the terms of specifications and requirements of this contract. The criteria for deductions and adjustments below will be used by the Government in determining monetary deductions for nonperformance of work under this contract and for adjustments for deficiencies in the performance of work. In no event shall the contractor invoice or the Government be obligated to pay for any hours in excess of the amount identified within the contract (inclusive of all modifications). 3. The Contractor is responsible for submitting accurate invoices that reflect the actual services provided each month. Where there are variances between the requirements cited in the Order(s) and the work actually performed, the Contractor shall attach a separate sheet to the invoice detailing each instance of a variance. The Contractor shall compute the invoice price to reflect the actual amount of hours performed. Repeated substantiated errors in invoicing may adversely affect the performance assessments assigned during contract performance. Submission of false invoices shall be subject to contractual and legal actions. 4. To verify the monthly payment for productive man-hours, the COTR may compare the laborhours required in the Order with the approved sign-in/sign-out form. The Government may perform a 100% comparison or sampled comparison to verify the accuracy of the contractors invoice. The Government will only pay for services actually rendered by the contractor and funded on the Order. If variances are noted between the invoice and the approved sign-in/signout form, the Government will propose a price deduction. For example, if the contractor billed for 12 hours, but the approved sign-in/sign-out form reflected 10 hours, the 10 hours will prevail and the Government will deduct the difference. Any inquiries regarding payment shall be directed to the COTR and/or CO. 02. THE ROLE OF GOVERNMENT PERSONNEL AND ADMINISTRATION RESPONSIBILITY A. Contracting Officer (CO) 1. The CO for this RFP and resultant award is: Gregory Blaszko; 215-521-3117; gregory.blaszko1@dhs.gov 2. The CO has the overall responsibility for the administration of the IDIQ and resultant Orders. The CO alone is authorized to take action on behalf of the Government to amend, modify or deviate from the IDIQ or resultant Orders terms and conditions; make final decisions on unsatisfactory performance; terminate the IDIQ or resultant Orders for convenience or cause;

Page 152 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

and issue final decisions regarding questions or matters under dispute. The CO may delegate certain other responsibilities to an authorized representative. B. Contracting Officer's Technical Representative (COTR) 1. The COTR for this IDIQ and associated Orders is: Primary COTR: Gregory S. Beahm; 202-360-7688; gregory.beahm@dhs.gov

2. The COTR is designated to assist the CO in the discharge of his or her responsibilities when he or she is unable to be directly in touch with the task order work. The responsibilities of the COTR and his/her alternate include, but are not limited to: determining the adequacy of performance by the Contractor in accordance with the terms and conditions of the IDIQ and/or Orders, acting as the Government's representative in charge of work at the site(s); ensuring compliance with the IDIQ and/or Order requirements insofar as the actual performance is concerned; advising the Contractor of proposed deductions for non-performance or unsatisfactory performance; and advising the CO of any factors which may cause delay in the performance of work. 3. After award of the IDIQ the CO will issue a written Delegation of Authority memorandum to the COTR that details the scope of duties the COTR is authorized to perform and manage. The COTR shall not make any decisions regarding the performance of the work under the call except as outlined in the memorandum. A copy of the memorandum shall be sent to the Contractor. 4. The Contractor shall immediately notify the CO in the event the COTR directs the Contractor to perform work that the Contractor believes is not part of the IDIQ and/or Orders or the COTR assumes duties not designated in the memorandum. The CO will then make a determination as to the issue and respond to all affected parties in the most appropriate manner deemed necessary. 5. FPS Federal support personnel shall be designated at each MegaCenter location to directly assist the COTR. These designated FPS Federal support personnel shall not take the place or authority of or be responsible for the duties and/or responsibilities of the stated COTR.

THE REMAINDER OF THE PAGE IS LEFT INTENTIONALLY BLANK.

Page 153 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

VII. SPECIAL CONTRACT REQUIREMENTS 01. CONTRACT TRANSITION AND PHASE-IN

Statement of Work, Section 05.1, Transition Plan includes a statement that the Government will allow a maximum of sixty (60) working days of start up time from the date an initial Order supporting each of the four (4) MegaCenter locations is issued against the contract to the start of performance. 02. KEY PERSONNEL REQUIREMENTS

Under this RFP, one (1) Project Manager, 1 Training Coordinator, 1 Technical Service Desk Manager, 1 Network Engineer and 1 Systems Administrator per MegaCenter (Denver, Battle Creek, Philadelphia and Suitland) have been designated as Key Personnel. The required minimum qualifications for the key labor categories of Project Manager, Training Coordinator, Technical Service Desk Manager, Network Engineer and Systems Administrator are set forth under the Labor Category Description (Attachment 4) and will continue as the minimum standards for all personnel hired during the course of performance under this IDIQ. The Contracting Officer and COTR must be notified in writing and approve any personnel replacement actions. In the event subsequent support is required to either augment or replace the Key Personnel initially evaluated at the IDIQ award those proposed personnel shall undergo a similar evaluation and approval and shall follow the same guidelines as set forth under HSAR 3052.215-70 Key Personnel or Facilities (DEC 2003) included in this RFP. Augmented and/or replacement Key Personnel must have qualifications equal or better than those of the proposed Key Personnel. 03. DISCLOSURE OF INFORMATION

(a) Contractors are reminded that information furnished under this solicitation may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore, all items that are confidential to business, or contain trade secrets, proprietary, or personnel information must be clearly marked. However, marking of items will not necessarily preclude disclosure. All FOIA requests for procurement material will be handled according to agency procedures at 6 CFR Part 5, Subpart B. (b) Any information made available to the Contractor by the Government must be used only for the purpose of carrying out the provisions of this effort and must not be divulged or made known in any manner to any person except as may be necessary in the performance of this requirement. (c) In performance of this effort, the Contractor assumes responsibility for the protection and confidentiality of Government records and must ensure that all work performed by its subcontractors shall be under the supervision of the Contractor or the Contractors responsible employees. Page 154 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Each officer or employee of the Contractor or any of its subcontractors to whom any (d) Government record may be made available or disclosed must be notified in writing by the Contractor that information disclosed to such officer or employee can be used only for a purpose and to the extent authorized herein, and that further disclosure of any such information, by any means, for a purpose or to an extent unauthorized herein, may subject the offender to criminal sanctions imposed by 18 U.S.C. 641, Public Money, Property or Records. That section provides in pertinent part, that whoever knowingly converts to their use or the use of another, or without authority, sells, conveys, or disposes of any record of the United States or whoever receives the same with intent to convert it to their use or gain, knowing it to have been converted, shall be guilty of a crime punishable by a fine as prescribed by Section 641, or imprisoned up to ten years, or both. 04. PERSONALLY IDENTIFIABLE INFORMATION (PII)

(a) The Contractor is responsible for submitting in a secure manner all PII generated and/or used in the execution of the dispatch and alarm monitoring efforts within the SOW included herein. Specifically, establishing, managing and/or maintaining all PII herein shall be done so in a secure manner, to include but not limited to: i. Password protection or encryption via e-mail with the password provided out of band; ii. Coordinating the receipt of a fax prior to sending the fax; and iii. Using a tracking mechanism for packages that are physically mailed (b) The Contractor agrees to immediately, and in no event later than one hour after discovery, report any actual or suspected breach of PII to the COTR and CO. Suspected breaches of PII include, but are not limited to, loss of control, unauthorized disclosure, access for an unauthorized purpose, or other unauthorized access whether physical or electronic. The Contractor is responsible for positively verifying that notification is received and acknowledgement by at least one of the foregoing Government parties. (c) The Contractor shall have in place procedures and the capability to promptly notify any individual whose PII was, or is reasonably believed to have been, breached, as determined appropriate. The method and the content of any notification by the Contractor shall be coordinated with, and subject to the prior approval of the Government, based upon a risk analysis conducted by the Government in accordance with DHS Privacy incident handling guidance. Notification shall not proceed unless the Government has determined that: i. Notification is appropriate; and ii. Notification would not impede a law enforcement investigation or jeopardize national security (d) Subject to Government analysis of the breach and the terms of its instructions to the Contractor regarding any resulting breach notification, a method of notification may include letters to affected individuals sent by first class mail, electronic means, or general public notice, as approved by the Government. A minimum a notification shall include: i. A brief description has to how the breach occurred; ii. A description of the types of personal information involved in the breach Page 155 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

iii. iv. v. vi.

A statement as to whether the information was encrypted or protected by other means; Steps an individual may take to protect themselves; What is being done to investigate the breach, to mitigate losses and to protect against further breaches; and Provide point of contact information identifying who affected individuals may contact for further information

(e) In the event that a PII breach occurs as a result of the violation of a term or condition of this effort by the Contractor or its employees, the Contractor shall, as directed by the CO and at no additional cost to the Government, take timely action to correct or mitigate the violation, which may include providing notification and/or other identity protection services to affected individuals for a period not to exceed twelve (12) months from discovery of the breach. Should the Government elect to provide and/or procure notification or identity protection services in response to a breach, the Contractor shall be responsible for reimbursing the Government for those expenses. 05. ADVERTISING, PUBLICIZING AWARDS and NEWS RELEASES

All press releases or announcements about agency programs, projects and contract awards need to be cleared by the Program Office and the CO. Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies, services or equipment furnished pursuant to the provisions of this effort in any publicity news release or commercial advertising without first obtaining explicit written consent to do so from the Program Office and the CO. The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services. 06. CONTRACTOR PERSONNEL

PRIOR TO OFFICIALLY SUPPORTING EFFORTS UNDER THIS IDIQ ALL CONTRACTOR PERSONNEL WILL BE REQUIRED TO SIGN A NON-DISCLOSURE AGREEMENT (Attachment 6) AND SUBMIT IT TO THE COTR AND CO. 06.1 Employee Identification

Each employee of the Contractor shall carry or possess a Government issued identification card or badge while on Federal premises. The Contractor shall insure that all Government identifications are returned to the issuing agency when employees are terminated or upon expiration of the contract. The CO may request the Contractor to be immediately removed from the work site(s) should it be determined that individuals are found to be unfit to perform the duties outlined in this SOW. The Contractor shall comply with any removal requests, but any such removal is limited to this contract and does not limit the Contractor, as the individuals employer, from placing the Page 156 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

individual on other non-FPS projects or work. The determination to remove an employee may be made, but shall not be limited to, any of the following reasons: Failure to receive a clearance from GSA or a tenant agency. Violation of the Rules and Regulations Governing Public Buildings and Grounds, 41 CFR 101-20.3. Falsification or unlawful concealment, removal, mutilation, or destruction of any official documents or records, or concealment of material facts by willful omissions from official documents or records. Disorderly conduct, use of abusive or offensive language, quarreling, intimidation by words or actions, or fighting. Also participation in disruptive activities which interfere with the normal efficient operations of the Government or the general public Theft, vandalism, immoral conduct, or any other criminal actions. Selling, consuming, or being under the influence of intoxicants, drugs, or substances which produce similar effects. Improper use of Government identification. Violation of security procedures or regulations.

06.2

Standards of Conduct

The Contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity and shall be responsible for taking such disciplinary action with respect to contract employees as necessary. The Contractor shall be responsible for ensuring, while on Federal premises, that employees do not disturb papers on desks, open desk drawers or cabinets, or use Government telephones, except as authorized. Each employee shall adhere to standards of behavior that reflect credit on his/her self, his/her employer, and the Federal Government. While on Federal premises, the Contractor shall ensure personnel present themselves in appropriate business attire for a professional office setting. 06.3 Work Performed by Others

The Contractor shall be responsible for managing and overseeing the activities of all subContractor efforts, if any, used in the performance of this effort. The Contractors management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective support, performed in accordance with the requirements contained in this SOW. 06.4 Non-Personal Services Statement

All Contractor employees performing services under this IDIQ and subsequent Orders shall be controlled, directed, and supervised at all times by management personnel of the Contractor. Contractor management shall ensure that employees properly comply with the performance work standards outlined in the SOW. Page 157 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Contractor employees shall perform their duties independent of, and without the supervision of any government official. The tasks, duties, and responsibilities set forth in the SOW shall not be interpreted or implemented in any manner that results in the following: In any Contractor employee creating or modifying Federal policy; Obligating the appropriated funds of the United States Government; Overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). SECURITY REQUIREMENTS Suitability Determination

07. 07.1

DHS shall have and exercise full control over granting, denying, withholding or terminating unescorted government facility and/or sensitive Government information access for Contractor employees, based upon the results of a background investigation. DHS may, as it deems appropriate, authorize and make a favorable entry on duty (EOD) decision based on preliminary security checks. The favorable EOD decision would allow the employees to commence work temporarily prior to the completion of the full investigation. The granting of a favorable EOD decision shall not be considered as assurance that a full employment suitability authorization will follow as a result thereof. The granting of a favorable EOD decision or a full employment suitability determination shall in no way prevent, preclude, or bar the withdrawal or termination of any such access by DHS, at any time during the term of the contract. No employee of the Contractor shall be allowed to EOD and/or access sensitive information or systems without a favorable EOD decision or suitability determination by the Office of Professional Responsibility, Personnel Security Unit (OPR-PSU). No employee of the Contractor shall be allowed unescorted access to a Government facility without a favorable EOD decision or suitability determination by the OPR-PSU. Contract employees assigned to the contract not needing access to sensitive DHS information or recurring access to DHS facilities will not be subject to security suitability screening. 07.2 Background Investigations

Contract employees (to include applicants, temporaries, part-time and replacement employees) under the contract, needing access to sensitive information, shall undergo a position sensitivity analysis based on the duties each individual will perform on the contract. The results of the position sensitivity analysis shall identify the appropriate background investigation to be conducted. Background investigations will be processed through the OPR-PSU. Prospective Contractor employees with adequate security clearances issued by the Defense Industrial Security Clearance Office (DISCO) may not be required to submit complete security packages, as the clearance issued by DISCO may be accepted. Prospective Contractor employees without adequate security clearances issued by DISCO shall submit the following completed forms to the OPR-PSU through the COTR, no less than 35 days before the starting date of the contract or 35 Page 158 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

days prior to the expected entry on duty of any employees, whether a replacement, addition, subcontractor employee, or vendor: 1. Standard Form 86, Questionnaire for National Security Positions Form will be submitted via e-Qip (electronic forms submission). (Original and One Copy) Three signed eQip Signature forms: Signature Page, Release of Information and Release of Medical Information (Originals and One Copy) Two FD Form 258, Fingerprint Card Foreign National Relatives or Associates Statement DHS 11000-9, Disclosure and Authorization Pertaining to Consumer Reports Pursuant to the Fair Credit Reporting Act Optional Form 306 Declaration for Federal Employment (applies to contractors as well)

2. 3. 4. 5. 6.

If the contract authorizes positions which do not require access to classified information: In those instances where a Prospective Contractor employee will not require access to classified information, areas or classified systems the Vendor will add to and the COTR will insure the following statement is added to the eQip Worksheet prior to submitting it to OPR PSU: Employee will not require NSI Access to Classified Information or Classified Systems at any level. Required forms will be provided by DHS at the time of award of the contract. Only complete packages will be accepted by the OPR-PSU. Specific instructions on submission of packages will be provided upon award of the contract. Be advised that unless an applicant requiring access to sensitive information has resided in the US for three of the past five years, the Government may not be able to complete a satisfactory background investigation. In such cases, DHS retains the right to deem an applicant as ineligible due to insufficient background information. The use of Non-U.S. citizens, including Lawful Permanent Residents (LPRs), is not permitted in the performance of this contract for any position that involves access to, development of, or maintenance to any DHS IT system. 07.3 Continued Eligibility

If a prospective employee is found to be ineligible for access to Government facilities or information, the COTR will advise the Contractor that the employee shall not continue to work or to be assigned to work under the contract. The OPR-PSU may require drug screening for probable cause at any time and/ or when the contractor independently identifies, circumstances where probable cause exists. The OPR-PSU may require reinvestigations when derogatory information is received and/or every 5 years. Page 159 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

DHS reserves the right and prerogative to deny and/ or restrict the facility and information access of any Contractor employee whose actions are in conflict with the standards of conduct, 5 CFR 2635 and 5 CFR 3801, or whom DHS determines to present a risk of compromising sensitive Government information to which he or she would have access under this contract. 07.4 Required Security Reports

The Contractor will report any adverse information coming to their attention concerning contract employees under the contract to the OPR-PSU through the COTR. Reports based on rumor or innuendo should not be made. The subsequent termination of employment of an employee does not obviate the requirement to submit this report. The report shall include the employees name and social security number, along with the adverse information being reported to include Police Reports, Court Documents and Contract Vendor disciplinary actions. The OPR-PSU will be notified of all terminations/ resignations within five days of occurrence. The Contractor will return any expired DHS issued identification cards and building passes, or those of terminated employees to the COTR. If an identification card or building pass is not available to be returned, a report must be submitted to the COTR, referencing the pass or card number, name of individual to whom issued, the last known location and disposition of the pass or card. The COTR will return the identification cards and building passes to the responsible ID Unit. 07.5 Employment Eligibility

The contractor will agree that each employee working on this contract will successfully pass the DHS Employment Eligibility Verification (E-Verify) program operated by USCIS to establish work authorization. The Contractor must agree that each employee working on this contract will have a Social Security Card issued and approved by the Social Security Administration. The Contractor shall be responsible to the Government for acts and omissions of his own employees and for any Subcontractor(s) and their employees. Subject to existing law, regulations and/ or other provisions of this contract, illegal or undocumented aliens will not be employed by the Contractor, or with this contract. The Contractor will ensure that this provision is expressly incorporated into any and all Subcontracts or subordinate agreements issued in support of this contract. 07.6 Security Management

The Contractor shall appoint a senior official to act as the Corporate Security Officer. The individual will interface with the OPR-PSU through the COTR on all security matters, to include physical, personnel, and protection of all Government information and data accessed by the Contractor.

Page 160 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

The COTR and the OPR-PSU shall have the right to inspect the procedures, methods, and facilities utilized by the Contractor in complying with the security requirements under this contract. Should the COTR determine that the Contractor is not complying with the security requirements of this contract; the Contractor will be informed in writing by the Contracting Officer of the proper action to be taken in order to effect compliance with such requirements. The following computer security requirements apply to both Department of Homeland Security (DHS) operations and to the former Immigration and Naturalization Service operations (FINS). These entities are hereafter referred to as the Department. 08. 08.1 INFORMATION TECHNOLOGY SECURITY Information Technology Security Clearance

When sensitive government information is processed on Department telecommunications and automated information systems, the Contractor agrees to provide for the administrative control of sensitive data being processed and to adhere to the procedures governing such data as outlined in DHS MD 140-01 - Information Technology Systems Security and DHS MD 4300 Sensitive Systems Policy. Contractor personnel must have favorably adjudicated background investigations commensurate with the defined sensitivity level. Contractors who fail to comply with Department security policy are subject to having their access to Department IT systems and facilities terminated, whether or not the failure results in criminal prosecution. Any person who improperly discloses sensitive information is subject to criminal and civil penalties and sanctions under a variety of laws (e.g., Privacy Act). 08.2 Information Technology Security Training and Oversight

All contractor employees using Department automated systems or processing Department sensitive data will be required to receive Security Awareness Training. This training will be provided by the appropriate component agency of DHS. Contractors who are involved with management, use, or operation of any IT systems that handle sensitive information within or under the supervision of the Department, shall receive periodic training at least annually in security awareness and accepted security practices and systems rules of behavior. Department contractors, with significant security responsibilities, shall receive specialized training specific to their security responsibilities annually. The level of training shall be commensurate with the individuals duties and responsibilities and is intended to promote a consistent understanding of the principles and concepts of telecommunications and IT systems security. All personnel who access Department information systems will be continually evaluated while performing these duties. Supervisors should be aware of any unusual or inappropriate behavior by personnel accessing systems. Any unauthorized access, sharing of passwords, or other questionable security procedures should be reported to the local Security Office or Information System Security Officer (ISSO). Page 161 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

08.3

Information Technology Security Compliance

All hardware, software, and services provided under this task order must be compliant with DHS 4300B DHS Sensitive System Policy and the DHS 4300B Sensitive Systems Handbook. 09. ENTERPRISE ARCHITECTURE COMPLIANCE

All solutions and services shall meet DHS Enterprise Architecture policies, standards, and procedures. Specifically, the contractor shall comply with the following HLS EA requirements: All developed solutions and requirements shall be compliant with the HLS EA. All IT hardware and software shall be compliant with the HLS EA Technical Reference Model (TRM) Standards and Products Profile. Description information for all data assets, information exchanges and data standards, whether adopted or developed, shall be submitted to the Enterprise Data Management Office (EDMO) for review, approval and insertion into the DHS Data Reference Model and Enterprise Architecture Information Repository. Development of data assets, information exchanges and data standards will comply with the DHS Data Management Policy MD 103-01 and all data-related artifacts will be developed and validated according to DHS data management architectural guidelines. Applicability of Internet Protocol Version 6 (IPv6) to DHS-related components (networks, infrastructure, and applications) specific to individual acquisitions shall be in accordance with the DHS Enterprise Architecture (per OMB Memorandum M-05-22, August 2, 2005) regardless of whether the acquisition is for modification, upgrade, or replacement. All EA-related component acquisitions shall be IPv6 compliant as defined in the U.S. Government Version 6 (USGv6) Profile (National Institute of Standards and Technology (NIST) Special Publication 500-267) and the corresponding declarations of conformance defined in the USGv6 Test Program. ENCRYPTION COMPLIANCE

10.

If encryption is required, the following methods are acceptable for encrypting sensitive information: 1. FIPS 197 (Advanced Encryption Standard (AES)) 256 algorithm and cryptographic modules that have been validated under FIPS 140-2. 2. National Security Agency (NSA) Type 2 or Type 1 encryption. 3. Public Key Infrastructure (PKI) (see paragraph 5.5.2.1 of the Department of Homeland Security (DHS) IT Security Program Handbook (DHS Management Directive (MD) 4300A) for Sensitive Systems). 11. INTERCONNECTION SECURITY AGREEMENT

Interconnections between DHS and non-DHS IT systems shall be established only through controlled interfaces and via approved service providers. The controlled interfaces shall be accredited at the highest security level of information on the network. Connections with other Page 162 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Federal agencies shall be documented based on interagency agreements; memoranda of understanding, service level agreements or interconnect service agreements. 12. PIV CREDENTIAL COMPLIANCE

Procurements for products, systems, services, hardware, or software involving controlled facility or information system shall be PIV-enabled by accepting HSPD-12 PIV credentials as a method of identity verification and authentication. Procurements for software products or software developments shall be compliant by PIV by accepting PIV credentials as the common means of authentication for access for federal employees and contractors. PIV-enabled information systems must demonstrate that they can correctly work with PIV credentials by responding to the cryptographic challenge in the authentication protocol before granting access. If a system is identified to be non-compliant with HSPD-12 for PIV credential enablement, a remediation plan for achieving HSPD-12 compliance shall be required for review, evaluation, and approval by the CISO. 13. SECTION 508 COMPLIANCE

Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use electronic and information technology (EIT), they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled Federal employees and members of the public. All EIT deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable EIT accessibility standards have been identified: 13.1 Section 508 Applicable EIT Accessibility Standards

36 CFR 1194.21 Software Applications and Operating Systems, applies to all EIT software applications and operating systems procured or developed under this work statement including but not limited to GOTS and COTS software. In addition, this standard is to be applied to Webbased applications when needed to fulfill the functional performance criteria. This standard also applies to some Web based applications as described within 36 CFR 1194.22. 36 CFR 1194.22 Web-based Intranet and Internet Information and Applications, applies to all Web-based deliverables, including documentation and reports procured or developed under this work statement. When any Web application uses a dynamic (non-static) interface, embeds custom user control(s), embeds video or multimedia, uses proprietary or technical approaches such as, but not limited to, Flash or Asynchronous Javascript and XML (AJAX) then 1194.21 Software standards also apply to fulfill functional performance criteria.

Page 163 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

36 CFR 1194.23 Telecommunications Products, applies to all telecommunications products including end-user interfaces such as telephones and non end-user interfaces such as switches, circuits, etc. that are procured, developed or used by the Federal Government. 36 CFR 1194.31 Functional Performance Criteria, applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. 36 CFR 1194.41 Information Documentation and Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required 1194.31 Functional Performance Criteria, they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. 13.2 Section 508 Applicable Exceptions

Exceptions for this work statement have been determined by DHS and only the exceptions described herein may be applied. Any request for additional exceptions shall be sent to the COTR and determination will be made in accordance with DHS MD 4010.2. DHS has identified the following exceptions that may apply: 36 CFR 1194.3(b) Incidental to Contract, all EIT that is exclusively owned and used by the contractor to fulfill this work statement does not require compliance with Section 508. This exception does not apply to any EIT deliverable, service or item that will be used by any Federal employee(s) or member(s) of the public. This exception only applies to those contractors assigned to fulfill the obligations of this work statement and for the purposes of this requirement, are not considered members of the public. 13.3 Section 508 Compliance Requirements

36 CFR 1194.2(b) (COTS/GOTS products), When procuring a product, each agency shall procure products which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially available that meets some but not all of the standards, the agency must procure the product that best meets the standards. When applying this standard, all procurements of EIT shall have documentation of market research that identify a list of products or services that first meet the agency business needs, and from that list of products or services, an analysis that the selected product met more of the accessibility requirements than the non-selected products as required by FAR 39.2. Any selection of a product or service that meets less accessibility standards due to a significant difficulty or expense shall only be permitted under an undue burden claim and requires authorization from the DHS Office of Accessible Systems and Technology (OAST) in accordance with DHS MD 4010.2.

Page 164 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

VIII. ADDITIONAL TERMS AND CONDITIONS The following solicitation provisions and contract clauses from the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) are hereby included within this RFP, HSHQEM-13-R-00001. 1.0 PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE

FAR 52.252-1, PROVISIONS INCORPORATED BY REFERENCE (FEB 1998): This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at this address: http://www.arnet.gov/far FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998): This solicitation 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 address: http://www.arnet.gov/far
NUMBER TITLE/DATE FAR Clauses/Provisions 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.203-12 Limitation on Payments to Influence Certain Federal Transactions OCT 2010 52.203-14 Display of Hotline Poster(s) DEC 2007 52.204-4 Printed or Copied Double-Sided on Recycled Paper MAY 2011 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.212-1 Instructions to Offerors Commercial Items. FEB 2012 52.215-23 Limitations on Pass-Through Charges OCT 2009 52.216-31 T&M/LH Proposal Requirements - Commercial Item Acquisition FEB 2007 52.217-5 Evaluation of Options. JUL 1990 52.222-1 Notice to the Government of Labor Disputes FEB 1997 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 2011 52.224-1 Privacy Act Notification APR 1984 52.224-2 Privacy Act APR 1984 52.225-25 52.232-17 52.237-2 Prohibition on Engaging in Sanctioned Activities Relating to Iran - Representation and Certification NOV 2011 Interest OCT 2010 Protection of Government Buildings, Equipment and Vegetation APR 1984

Page 165 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

52.242-3 52.242-13 52.244-2 52.244-6 52.249-14 52.251-1

Penalties for Unallowable Costs. MAY 2001 Bankruptcy. JUL 1995 Subcontracts. OCT 2010 Subcontracts for Commercial Items. DEC 2010 Excusable Delays. APR 1984 Government Supply Source. APR 2012

HSAR Clauses/Provisions 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Work. DEC 2003 3052.222-71 Strikes or Picketing Affecting Access to a DHS Facility. DEC 2003 3052.225-70 Requirement for Use of Certain Domestic Commodities. AUG 2009 3052.242-71 Dissemination of Contract Information. DEC 2003

2.0

PROVISIONS AND CLAUSES INCORPORATED IN FULL TEXT

FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Alt. I) (Feb 2012) (a) Inspection/Acceptance. (1) The Government has the right to inspect and test all materials furnished and services performed under this contract, to the extent practicable at all places and times, including the period of performance, and in any event before acceptance. The Government may also inspect the plant or plants of the Contractor or any subcontractor engaged in contract performance. The Government will perform inspections and tests in a manner that will not unduly delay the work. (2) If the Government performs inspection or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish and shall require subcontractors to furnish all reasonable facilities and assistance for the safe and convenient performance of these duties. (3) Unless otherwise specified in the contract, the Government will accept or reject services and materials at the place of delivery as promptly as practicable after delivery, and they will be presumed accepted 60 days after the date of delivery, unless accepted earlier. (4) At any time during contract performance, but not later than 6 months (or such other time as may be specified in the contract) after acceptance of the services or materials last delivered under this contract, the Government may require the Contractor to replace or correct services or materials that at time of delivery failed to meet contract requirements. Except as otherwise specified in paragraph (a)(6) of this clause, the cost of replacement or correction shall be determined under paragraph (i) of this clause, but the hourly rate for labor hours incurred in the replacement or correction shall be reduced to exclude that portion of the rate attributable to profit. Unless otherwise specified below, the portion of the hourly rate attributable to profit shall be 10 percent. The Contractor shall not tender for acceptance materials and services required to be replaced or corrected without disclosing the former requirement for replacement or correction, and, when required, shall disclose the corrective action taken. [Insert portion of labor rate attributable to profit.] (5)(i) If the Contractor fails to proceed with reasonable promptness to perform required replacement or correction, and if the replacement or correction can be performed within the ceiling price (or the ceiling price as increased by the Government), the Government may Page 166 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(A) By contract or otherwise, perform the replacement or correction, charge to the Contractor any increased cost, or deduct such increased cost from any amounts paid or due under this contract; or (B) Terminate this contract for cause. (ii) Failure to agree to the amount of increased cost to be charged to the Contractor shall be a dispute under the Disputes clause of the contract. (6) Notwithstanding paragraphs (a)(4) and (5) above, the Government may at any time require the Contractor to remedy by correction or replacement, without cost to the Government, any failure by the Contractor to comply with the requirements of this contract, if the failure is due to (i) Fraud, lack of good faith, or willful misconduct on the part of the Contractor's managerial personnel; or (ii) The conduct of one or more of the Contractors employees selected or retained by the Contractor after any of the Contractors managerial personnel has reasonable grounds to believe that the employee is habitually careless or unqualified. (7) This clause applies in the same manner and to the same extent to corrected or replacement materials or services as to materials and services originally delivered under this contract. (8) The Contractor has no obligation or liability under this contract to correct or replace materials and services that at time of delivery do not meet contract requirements, except as provided in this clause or as may be otherwise specified in the contract. (9) Unless otherwise specified in the contract, the Contractor's obligation to correct or replace Government-furnished property shall be governed by the clause pertaining to Government property. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. (1) The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. As used in this clause (i) Direct materials means those materials that enter directly into the end product, or that are used or consumed directly in connection with the furnishing of the end product or service.

Page 167 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(ii) Hourly rate means the rate(s) prescribed in the contract for payment for labor that meets the labor category qualifications of a labor category specified in the contract that are (A) Performed by the contractor; (B) Performed by the subcontractors; or (C) Transferred between divisions, subsidiaries, or affiliates of the contractor under a common control. (iii) Materials means (A) Direct materials, including supplies transferred between divisions, subsidiaries, or affiliates of the contractor under a common control; (B) Subcontracts for supplies and incidental services for which there is not a labor category specified in the contract; (C) Other direct costs (e.g., incidental services for which there is not a labor category specified in the contract, travel, computer usage charges, etc.); (D) The following subcontracts for services which are specifically excluded from the hourly rate: [Insert any subcontracts for services to be excluded from the hourly rates prescribed in the schedule.]; and (E) Indirect costs specifically provided for in this clause. (iv) Subcontract means any contract, as defined in FAR Subpart 2.1, entered into with a subcontractor to furnish supplies or services for performance of the prime contract or a subcontract including transfers between divisions, subsidiaries, or affiliates of a contractor or subcontractor. It includes, but is not limited to, purchase orders, and changes and modifications to purchase orders. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and Page 168 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration, or 52.232-34, Payment by Electronic Funds TransferOther Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payments. (1) Services accepted. Payment shall be made for services accepted by the Government that have been delivered to the delivery destination(s) set forth in this contract. The Government will pay the Contractor as follows upon the submission of commercial invoices approved by the Contracting Officer: (i) Hourly rate. (A) The amounts shall be computed by multiplying the appropriate hourly rates prescribed in the contract by the number of direct labor hours performed. Fractional parts of an hour shall be payable on a prorated basis. (B) The rates shall be paid for all labor performed on the contract that meets the labor qualifications specified in the contract. Labor hours incurred to perform tasks for which labor qualifications were specified in the contract will not be paid to the extent the work is performed by individuals that do not meet the qualifications specified in the contract, unless specifically authorized by the Contracting Officer. (C) Invoices may be submitted once each month (or at more frequent intervals, if approved by the Contracting Officer) to the Contracting Officer or the authorized representative. (D) When requested by the Contracting Officer or the authorized representative, the Contractor shall substantiate invoices (including any subcontractor hours reimbursed at the hourly rate in the schedule) by evidence of actual payment, individual daily job timecards, records that verify the employees meet the qualifications for the labor categories specified in the contract, or other substantiation specified in the contract. (E) Unless the Schedule prescribes otherwise, the hourly rates in the Schedule shall not be varied by virtue of the Contractor having performed work on an overtime basis. (1) If no overtime rates are provided in the Schedule and the Contracting Officer approves overtime work in advance, overtime rates shall be negotiated. Page 169 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(2) Failure to agree upon these overtime rates shall be treated as a dispute under the Disputes clause of this contract. (3) If the Schedule provides rates for overtime, the premium portion of those rates will be reimbursable only to the extent the overtime is approved by the Contracting Officer. (ii) Materials. (A) If the Contractor furnishes materials that meet the definition of a commercial item at FAR 2.101, the price to be paid for such materials shall be the contractor's established catalog or market price, adjusted to reflect the (1) Quantities being acquired; and (2) Any modifications necessary because of contract requirements. (B) Except as provided for in paragraph (i)(1)(ii)(A) and (D)(2) of this clause, the Government will reimburse the Contractor the actual cost of materials (less any rebates, refunds, or discounts received by the contractor that are identifiable to the contract) provided the Contractor (1) Has made payments for materials in accordance with the terms and conditions of the agreement or invoice; or (2) Makes these payments within 30 days of the submission of the Contractors payment request to the Government and such payment is in accordance with the terms and conditions of the agreement or invoice. (C) To the extent able, the Contractor shall (1) Obtain materials at the most advantageous prices available with due regard to securing prompt delivery of satisfactory materials; and (2) Give credit to the Government for cash and trade discounts, rebates, scrap, commissions, and other amounts that are identifiable to the contract. (D) Other Costs. Unless listed below, other direct and indirect costs will not be reimbursed. (1) Other Direct Costs. The Government will reimburse the Contractor on the basis of actual cost for the following, provided such costs comply with the requirements in paragraph (i)(1)(ii)(B) of this clause: [Insert each element of other direct costs (e.g., travel, computer usage charges, etc. Insert None if no reimbursement for other direct costs will be provided. If this is an indefinite delivery contract, the Contracting Officer may insert Each order must list separately the elements of other direct charge(s) for that order or, if no reimbursement for other direct costs will be provided, insert None.] (2) Indirect Costs (Material Handling, Subcontract Administration, etc.). The Government will reimburse the Contractor for indirect costs on a pro-rata basis over the period of contract performance at the following fixed price: [Insert a fixed amount for the indirect costs and payment schedule. Insert $0 if no fixed price reimbursement for indirect costs will be provided. (If this is an indefinite delivery contract, the Contracting Officer may insert Each order must list separately the fixed amount for the indirect costs and payment schedule or, if no reimbursement for indirect costs, insert None).] (2) Total cost. It is estimated that the total cost to the Government for the performance of this contract shall not exceed the ceiling price set forth in the Schedule and the Contractor agrees to use its best efforts to perform the work specified in the Schedule and all obligations under this contract within such ceiling price. If at any time the Contractor has reason to believe that the hourly rate payments and material costs that will accrue in performing this contract in the next succeeding 30 days, if added to all other payments and costs previously accrued, will exceed 85 percent of the ceiling price in the Schedule, the Contractor shall notify the Contracting Officer giving a revised estimate of the total price to the Government for performing this contract with Page 170 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

supporting reasons and documentation. If at any time during the performance of this contract, the Contractor has reason to believe that the total price to the Government for performing this contract will be substantially greater or less than the then stated ceiling price, the Contractor shall so notify the Contracting Officer, giving a revised estimate of the total price for performing this contract, with supporting reasons and documentation. If at any time during performance of this contract, the Government has reason to believe that the work to be required in performing this contract will be substantially greater or less than the stated ceiling price, the Contracting Officer will so advise the Contractor, giving the then revised estimate of the total amount of effort to be required under the contract. (3) Ceiling price. The Government will not be obligated to pay the Contractor any amount in excess of the ceiling price in the Schedule, and the Contractor shall not be obligated to continue performance if to do so would exceed the ceiling price set forth in the Schedule, unless and until the Contracting Officer notifies the Contractor in writing that the ceiling price has been increased and specifies in the notice a revised ceiling that shall constitute the ceiling price for performance under this contract. When and to the extent that the ceiling price set forth in the Schedule has been increased, any hours expended and material costs incurred by the Contractor in excess of the ceiling price before the increase shall be allowable to the same extent as if the hours expended and material costs had been incurred after the increase in the ceiling price. (4) Access to records. At any time before final payment under this contract, the Contracting Officer (or authorized representative) will have access to the following (access shall be limited to the listing below unless otherwise agreed to by the Contractor and the Contracting Officer): (i) Records that verify that the employees whose time has been included in any invoice meet the qualifications for the labor categories specified in the contract; (ii) For labor hours (including any subcontractor hours reimbursed at the hourly rate in the schedule), when timecards are required as substantiation for payment (A) The original timecards (paper-based or electronic); (B) The Contractors timekeeping procedures; (C) Contractor records that show the distribution of labor between jobs or contracts; and (D) Employees whose time has been included in any invoice for the purpose of verifying that these employees have worked the hours shown on the invoices. (iii) For material and subcontract costs that are reimbursed on the basis of actual cost (A) Any invoices or subcontract agreements substantiating material costs; and (B) Any documents supporting payment of those invoices. (5) Overpayments/Underpayments. Each payment previously made shall be subject to reduction to the extent of amounts, on preceding invoices, that are found by the Contracting Officer not to have been properly payable and shall also be subject to reduction for overpayments or to increase for underpayments. The Contractor shall promptly pay any such reduction within 30 days unless the parties agree otherwise. The Government within 30 days will pay any such increases, unless the parties agree otherwise. The Contractors payment will be made by check. If the Contractor becomes aware of a duplicate invoice payment or that the Government has otherwise overpaid on an invoice payment, the Contractor shall (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; Page 171 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(C) Affected contract line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6)(i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury, as provided in section 611 of the Contract Disputes Act of 1978 (Public Law 95-563), which is applicable to the period in which the amount becomes due, and then at the rate applicable for each six month period as established by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final Decisions. The Contracting Officer will issue a final decision as required by 33.211 if (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt in a timely manner; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see FAR 32.607-2). (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (viii) Upon receipt and approval of the invoice designated by the Contractor as the completion invoice and supporting documentation, and upon compliance by the Contractor with all terms of this contract, any outstanding balances will be paid within 30 days unless the parties agree otherwise. The completion invoice, and supporting documentation, shall be submitted by the Contractor as promptly as practicable following completion of the work under this contract, but in no event later than 1 year (or such longer period as the Contracting Officer may approve in writing) from the date of completion. (7) Release of claims. The Contractor, and each assignee under an assignment entered into under this contract and in effect at the time of final payment under this contract, shall execute and deliver, at the time of and as a condition precedent to final payment under this contract, a release Page 172 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

discharging the Government, its officers, agents, and employees of and from all liabilities, obligations, and claims arising out of or under this contract, subject only to the following exceptions. (i) Specified claims in stated amounts, or in estimated amounts if the amounts are not susceptible to exact statement by the Contractor. (ii) Claims, together with reasonable incidental expenses, based upon the liabilities of the Contractor to third parties arising out of performing this contract, that are not known to the Contractor on the date of the execution of the release, and of which the Contractor gives notice in writing to the Contracting Officer not more than 6 years after the date of the release or the date of any notice to the Contractor that the Government is prepared to make final payment, whichever is earlier. (iii) Claims for reimbursement of costs (other than expenses of the Contractor by reason of its indemnification of the Government against patent liability), including reasonable incidental expenses, incurred by the Contractor under the terms of this contract relating to patents. (8) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315. (9) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.2125(b) for the appropriate EFT clause. (10) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date that appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Governments convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid an amount for direct labor hours (as defined in the Schedule of the contract) determined by multiplying the number of direct labor hours expended before the effective date of termination by the hourly rate(s) in the contract, less any hourly rate payments already made to the Contractor plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system that have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractors records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided.

Page 173 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause. (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments. (9) The specification. (t) Central Contractor Registration (CCR). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the Page 174 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

data within the CCR database, and for any liability resulting from the Governments reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2)(i) If a Contractor has legally changed its business name, doing business as name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business days written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the Suspension of Payment paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractors CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the Suspension of payment paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via CCR accessed through https://www.acquisition.gov or by calling 1-888-2272423 or 269-961-5757. (End of clause) Addendum to FAR 52.212-4 Contract Terms and ConditionsCommercial Items (Alt. I) (FEB 2012), paragraph (d) Disputes. Notwithstanding the claim period stated in FAR 52.233-1, Disputes, and pursuant to FAR 33.206, Initiation of a Claim, the contractor agrees to submit any claim related to this contract [or order] within 12 months after accrual of the claim.

Page 175 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2012): 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) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 10878). (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: X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 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 (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment ActReporting Requirements (Jul 2010) (Pub. L. 111-5). X (6) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). X (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). __ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (11) [Reserved] X (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. Page 176 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

X (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). X (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (18) 52.219-16, Liquidated DamagesSubcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (20) 52.219-25, Small Disadvantaged Business Participation ProgramDisadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (21) 52.219-26, Small Disadvantaged Business Participation Program Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). X (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). __ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)). __ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)). X (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (27) 52.222-19, Child LaborCooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). X (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). X (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). X (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). X (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X (34) 52.222-54, Employment Eligibility Verification (JUL 2012). (Executive Order 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.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPADesignated 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.) __ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). Page 177 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

__ (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. X (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). X (39) 52.225-1, Buy American ActSupplies (Feb 2009) (41 U.S.C. 10a-10d). X (40)(i) 52.225-3, Buy American ActFree Trade AgreementsIsraeli Trade Act (May 2012) (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, 109283, 110-138, 112-41, and 112-42). __ (ii) Alternate I (Mar 2012) of 52.225-3. __ (iii) Alternate II (Mar 2012) of 52.225-3. __ (iv) Alternate III (Mar 2012) of 52.225-3. __ (41) 52.225-5, Trade Agreements (MAY 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (47) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (48) 52.232-34, Payment by Electronic Funds TransferOther than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). X (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (51)(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. (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: X (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). X (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). X (3) 52.222-43, Fair Labor Standards Act and Service Contract ActPrice Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract ActPrice Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Page 178 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

__ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain EquipmentRequirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain ServicesRequirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (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, and does not contain the clause at 52.215-2, Audit and RecordsNegotiation. (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 Contractors directly pertinent records involving transactions related to this contract. (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 (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

Page 179 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(vii) 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. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 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) FAR 52.216-18, Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through five years. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) FAR 52.216-19, Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 20 hours the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of 500,000 hours; Page 180 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(2) Any order for a combination of items in excess of 600,000 hours; or (3) A series of orders from the same ordering office within 15 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.21621 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) FAR 52.216-22, Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after July 06, 2019. (End of clause) FAR 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 Page 181 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

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 30 days. (End of clause) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000): (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days 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 60 months. (End of clause) FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Aug 2012) (DEVIATION): This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns.

(c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (End of clause)

Page 182 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984): a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (End of clause) HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting `more than 50 percent' for `at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions) (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and

Page 183 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) Stock of such entity which is sold in a public offering related to an acquisition described in section 835(b)(1) of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. The offeror under this solicitation represents that [Check one]: Page 184 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

__ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it has submitted a request for waiver pursuant to 3009.108-7004, which has not been denied; or __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it plans to submit a request for waiver pursuant to 3009.108-7004. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) HSAR 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (Sep 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: (a) Provisions. ____3052.209-72 Organizational Conflicts of Interest. ____3052.216-70 Evaluation of Offers Subject to An Economic Price Adjustment Clause. ____3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor Protg Program. (b) Clauses. ____3052.203-70 Instructions for Contractor Disclosure of Violations. _X_3052.204-70 Security Requirements for Unclassified Information Technology Resources. _X_3052.204-71 Contractor Employee Access. ____Alternate I _X_3052.205-70 Advertisement, Publicizing Awards, and Releases. ____3052.209-73 Limitation on Future Contracting. _X_3052.215-70 Key Personnel or Facilities. ____3052.216-71 Determination of Award Fee. ____3052.216-72 Performance Evaluation Plan. ____3052.216-73 Distribution of Award Fee. ____3052.217-91 Performance. (USCG) ____3052.217-92 Inspection and Manner of Doing Work. (USCG) ____3052.217-93 Subcontracts. (USCG) ____3052.217-94 Lay Days. (USCG) Page 185 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

____3052.217-95 Liability and Insurance. (USCG) ____3052.217-96 Title. (USCG) ____3052.217-97 Discharge of Liens. (USCG) ____3052.217-98 Delays. (USCG) ____3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair. (USCG) ____3052.217-100 Guarantee. (USCG) ____3052.219-70 Small Business Subcontracting Plan Reporting. ____3052.219-71 DHS Mentor Protg Program. ____3052.228-70 Insurance. ____3052.228-90 Notification of Miller Act Payment Bond Protection. (USCG) ____3052.228-91 Loss of or Damage to Leased Aircraft. (USCG) ____3052.228-92 Fair Market Value of Aircraft. (USCG) ____3052.228-93 Risk and Indemnities. (USCG) ____3052.236-70 Special Provisions for Work at Operating Airports. _X_3052.242-72 Contracting Officers Technical Representative. ____3052.247-70 F.o.B. Origin Information. ____Alternate I ____Alternate II ____3052.247-71 F.o.B. Origin Only. ____3052.247-72 F.o.B. Destination Only. (End of clause)

THE REMAINDER OF THE PAGE IS LEFT INTENTIONALLY BLANK.

Page 186 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

IX.

REPRESENTATIONS AND CERTIFICATIONS

In successfully responding to this RFP, HSHQEM-13-R-00001, the Contractor acknowledges that their company specific data is current an accurate in the Online Representation and Certification Application (ORCA) located electronically at the following address: https://orca.bpn.gov/ 1.0 PROVISIONS INCORPORATED BY REFERENCE

FAR 52.252-1, PROVISIONS INCORPORATED BY REFERENCE (FEB 1998): This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at this address: http://www.arnet.gov/far.
NUMBER TITLE/DATE FAR Provision 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions SEP 2007

2.0

PROVISIONS INCORPORATED IN FULL TEXT

FAR 52.209-5, Certification Regarding Responsibility Matters (Apr 2010): (a)(1) The Offeror certifies, to the best of its knowledge and belief, that (i) The Offeror and/or any of its Principals (A) Are __ are not __ presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have __ have not __, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks have, the offeror shall also see 52.209-7, if included in this solicitation); (C) Are __ are not __ presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision;

Page 187 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(D) Have __, have not __, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has o has not o, within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) Principal, for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offerors responsibility. Failure of Page 188 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. (End of provision) FAR 52.209-7, Information Regarding Responsibility Matters (Feb 2012): (a) Definitions. As used in this provision Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. Federal contracts and grants with total value greater than $10,000,000 means (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror __ has __ does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked has in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance

Page 189 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database via https://www.acquisition.gov (see 52.204-7). (End of provision) FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Apr 2012) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (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 eligible under the WOSB Program. Forced or indentured child labor means all work or service

Page 190 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Inverted domestic corporation, as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874. Manufactured end product means any end product in Federal Supply Classes (FSC) 10009999, except (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Sensitive technology

Page 191 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). 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 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 size standards in this solicitation. Subsidiary means an entity in which more than 50 percent of the entity is owned (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. 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 business concern means a concern which 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 its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. 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) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and Page 192 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and CertificationsCommercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it __ is, __ is not a small business concern. (2) Veteran-owned small business concern. [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. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it __ is, __ is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it __ is, __ is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [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 women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents 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)(6)(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 Page 193 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

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. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that (i) It __ is, __ is not an EDWOSB concern, 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)(7)(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. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it __ is, __ is not a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________ (10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation ProgramDisadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either (A) It __ is, __ is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It __ has, __ has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) o Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the Page 194 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________.] (11) HUBZone small business concern. [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)(11)(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) Representations required to implement provisions of Executive Order 11246 (1) Previous contracts and compliance. The offeror represents that (i) It __ has, __ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It __ has, __ has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that (i) It __ has developed and has on file, __ has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or (ii) It __ has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 http://uscode.house.gov/uscodecgi/fastweb.exe?getdoc+uscview+t29t32+1665+30++%2831%29%20%20AND%20%28%2831 %29%20ADJ%20USC%29%3ACITE%20%20%20%20%20%20%20%20%20U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American ActSupplies, is included in this solicitation.) Page 195 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of domestic end product. The terms commercially available off-the-shelf (COTS) item component, domestic end product, end product, foreign end product, and United States are defined in the clause of this solicitation entitled Buy American ActSupplies. (2) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American ActFree Trade AgreementsIsraeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American ActFree Trade AgreementsIsraeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms Bahrainian, Moroccan, Omani, or Peruvian end product, commercially available off-the-shelf (COTS) item, component, domestic end product, end product, foreign end product, Free Trade Agreement country, Free Trade Agreement country end product, Israeli end product, and United States are defined in the clause of this solicitation entitled Buy American ActFree Trade AgreementsIsraeli Trade Act. (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled Buy American ActFree Trade AgreementsIsraeli Trade Act: Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] Page 196 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled Buy American ActFree Trade AgreementsIsraeli Trade Act. The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of domestic end product. Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American ActFree Trade AgreementsIsraeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled Buy American ActFree Trade AgreementsIsraeli Trade Act: Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American ActFree Trade AgreementsIsraeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled Buy American ActFree Trade AgreementsIsraeli Trade Act: Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] Page 197 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(4) Buy American ActFree Trade AgreementsIsraeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled Buy American Act-Free Trade Agreements-Israeli Trade Act: Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled Trade Agreements. (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals (1) __ Are, __ are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; Page 198 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(2) __ Have, __ have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) __ Are, __ are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) __ Have, __ have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).]

Page 199 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(1) Listed end products. Listed End Product Listed Countries of Origin ___________________ ___________________ ___________________ ___________________ (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly (1) __ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) __Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.10034(c)(1). The offeror __ does __ does not certify that (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [X] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror __ does __ does not certify that (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt Page 200 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offerors relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offerors TIN. (3) Taxpayer Identification Number (TIN). o TIN: ________________________________. o TIN has been applied for. o TIN is not required because: o Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; o Offeror is an agency or instrumentality of a foreign government; o Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. o Sole proprietorship; o Partnership; o Corporate entity (not tax-exempt); o Corporate entity (tax-exempt); o Government entity (Federal, State, or local); Page 201 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

o Foreign government; o International organization per 26 CFR 1.6049-4; o Other ________________________________. (5) Common parent. o Offeror is not owned or controlled by a common parent; o Name and TIN of common parent: Name ________________________________. TIN _________________________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Sanctioned activities relating to Iran. (1) The offeror shall e-mail questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and Certification. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; and (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act. (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (End of provision) FAR 52.219-1, Small Business Program Representations (Apr 2012): (a)(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].

Page 202 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(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, is 500 employees. (b) 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 (b)(1) of this provision.] The offeror represents, for general statistical purposes, 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 (b)(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 (b)(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 (b)(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. (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 (b)(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 (b)(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 (b)(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 (b)(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 (b)(1) of this provision.] The offeror represents, as part of its offer, that

Page 203 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

(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 (b)(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. (c) 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 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 (a) of this provision. 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

Page 204 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

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. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firms 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 (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of provision) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999): The offeror represents that (a) It ___ has, ___ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It ___ has, ___ has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of provision) FAR 52.222-25, Affirmative Action Compliance (Apr 1984): The offeror represents that (a) It ___ has developed and has on file, ___ has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It ___ has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of provision) Page 205 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

FAR 52.225-2, Buy American Act Certification (Feb 2009): (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of domestic end product. The terms commercially available off-the-shelf (COTS) item, component, domestic end product, end product, foreign end product, and United States are defined in the clause of this solicitation entitled Buy American ActSupplies. (b) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. (End of provision) FAR 52.225-4, Buy American Act Free Trade Agreements Israeli Trade Act Certificate (Jun 2009): (a) The offeror certifies that each end product, except those listed in paragraph (b) or (c) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms Bahrainian, Moroccan, Omani, or Peruvian end product, commercially available off-the-shelf (COTS) item, component, domestic end product, end product, foreign end product, Free Trade Agreement country, Free Trade Agreement country end product, Israeli end product, and United States are defined in the clause of this solicitation entitled Buy American ActFree Trade AgreementsIsraeli Trade Act. (b) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled Buy American ActFree Trade AgreementsIsraeli Trade Act: Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products:

Page 206 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (c) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (b) of this provision) as defined in the clause of this solicitation entitled Buy American ActFree Trade AgreementsIsraeli Trade Act. The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of domestic end product. Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. (End of provision)

THE REMAINDER OF THE PAGE IS LEFT INTENTIONALLY BLANK.

Page 207 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

X. 1.0

PROPOSAL SUBMISSION REQUIREMENTS (to be removed at IDIQ award) PROVISIONS INCORPORATED BY REFERENCE
TITLE/DATE Notice of Streamlined Competition MAY 2006 Instructions to Offerors - Competitive Acquisition. JAN 2004 Limitations on Pass-Through Charges - Identification of Subcontract Effort. OCT 2009 Preaward On-Site Equal Opportunity Compliance Evaluation FEB 1999 Site Visits APR 1984 Identification of Uncompensated Overtime. OCT 1997

NUMBER FAR Provisions 52.207-2 52.215-1 52.215-22 52.222-24 52.237-1 52.237-10

2.0

PROVISIONS INCORPORATED IN FULL TEXT

FAR 52.216-1, Type of Contract (Apr 1984): The Government contemplates award of an Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contract resulting from this solicitation. Orders issued under the awarded IDIQ shall be on a Labor Hour and/or Time and Materials basis (End of provision) FAR 52.233-2, Service of Protest (Sep 2006): (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Gregory Blaszko, 701 Market Street, Philadelphia, PA, Suite 3200, 19106. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 3.0 PROPOSAL SUBMISSION INSTRUCTIONS

1. Questions regarding the subject RFP are due no later than 5:00 p.m. Eastern Standard Time (EST), November 16, 2012. All submissions shall be made via E-MAIL ONLY to: Name: Phone: E-Mail: Gregory Blaszko 215-521-3117 gregory.blaszko1@dhs.gov Page 208 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Submission shall be made electronically followed up with a phone call to the aforementioned name verifying delivery. Any RFP questions received at the Government e-mail address designated in the RFP after the exact time for receipt as specified above will be deemed late and will not be considered. 2. Proposals are due no later than 5:00 p.m. Eastern Standard Time (EST), December 7, 2012. All submissions shall be made via E-MAIL ONLY to: Name: Phone: E-Mail: Gregory Blaszko 215-521-3117 gregory.blaszko1@dhs.gov

Submission shall be made electronically followed up with a phone call to the aforementioned name verifying delivery. Any proposal received at the Government e-mail address designated in the RFP after the exact time for receipt of quotes specified above will be deemed late and will be considered only in accordance with the provisions set forth under FAR 52.215-1, Instructions to Offerors Competitive Acquisitions. 3. By submitting a proposal, the Contractor agrees to comply with all terms and conditions set forth in this RFP, including the Statement of Work (SOW). 4. Proposal Cover Sheet When responding to this RFP the Contractor must use the Proposal Cover Sheet (Attachment 1) which includes the provisions of FAR 52.215-1(c)(2). Contractors shall provide adequate detail within the Proposal Cover Sheet that appropriately outlines the roles and/or responsibilities of the involved Contractors, for example when Contractor Teaming Arrangements (CTAs), or Joint Ventures are proposed. A copy of the CTA or Joint Venture shall be provided at the time of proposal submission to the Government and shall not be counted towards the page limit totals referenced within this RFP. 5. Technical (non-price) and Price Proposals The Technical (non-price) and Price Proposals shall be included in separate files. The Contractor shall submit electronically 1 copy of their Technical (non-price) Proposal and 1 copy of their Price Proposal. When submitting the Technical and Price Proposals please ensure the total page counts do not exceed those clearly noted in this RFP. A completed copy of the Contractors Section IX. Representations and Certifications shall be provided at the time of proposal submission to the Government and shall not be counted towards the page limit totals referenced within this RFP. 6. Contractors are informed that it is the Governments desire to make award on initial proposals when deemed possible by the Contracting Officer as reflected further under FAR 52.215-1(f)(4). However, the Government reserves the right to communicate and/or negotiate with Contractors if later determined necessary.

Page 209 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

XI.

EVALUATION FACTORS (to be removed at IDIQ award)

FPS will evaluate all responses received using the evaluation criteria set forth in this RFP. The resulting IDIQ will be issued to the responsible offeror(s) that provide the best value. The nonprice factors of Past Performance, Management Approach and Key Personnel are listed below and are considered to be in descending order of importance. The non-price factors, when combined, are significantly more important than price. Technical Proposal (Non-price factors) The contractor is required to submit the following technical (non-price) information: Factor 1 - Past Performance: A. The Contractor shall demonstrate relevant past performance or affirmatively state that it possesses no relevant past performance. Relevant past performance is performance under projects (currently being performed or performed within the past three (3) years) that is of a similar or directly related scope, magnitude and complexity to that which is described in the solicitation and as defined below. The Government will consider the quality of the Contractors relevant past performance. Information provided in response to this factor will assist the Government in determining the degree of risk associated with award of this project to the Contractor in question based on that Contractors past and present performance on other projects. B. The Contractor shall submit a maximum of three (3) projects for evaluation. Where teaming, prime/subcontractor, joint-venture for example are proposed, an additional maximum of four (4) projects total for the teaming partner(s), sub-Contractor(s) or other partner(s) shall be submitted. For each submitted project, the Contractor shall include a completed copy of the Past Projects Form (Attachment 2) to provide the requested past project information. For each of the projects submitted, the Contractor shall ensure that a Past Performance Questionnaire (Attachment 3) is sent to customers to provide feedback. The Contractor shall instruct customers to complete the questionnaire and return it to gregory.blaszko1@dhs.gov by the RFP submission due date. The Government reserves the right to obtain information for use in the evaluation of past performance from sources other than those identified by the Contractor to upgrade or downgrade the Past Performance rating. An evaluation will be done for no more than three (3) projects submitted by the Prime Contractor and for no more than four (4) projects total submitted for teaming partner(s), sub-Contractor(s) or other partner(s). The Prime Contractor is therefore cautioned to submit only its three (3) most relevant efforts and is cautioned to submit only the four (4) most relevant efforts total of its teaming partner(s), sub-Contractor(s) or other partner(s). If the Prime Contractor submits more than three (3) projects or their teaming partner(s), subContractor(s) or other partner(s) submits more than four (4) projects in total for consideration, only seven (7) total shall be reviewed. The seven (7) total reviewed ((3) prime efforts and four (3) teaming partner(s), sub-Contractor(s) or other partner(s) efforts) will be the first seven (7) as displayed within the proposal from front to back starting with the maximum of three (3) prime efforts followed by the maximum of four (4) partner(s), sub-Contractor(s) or other partner(s) efforts.

Page 210 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

C. The Government will determine the relevance of a past performance project/contract by analyzing the following and comparing it to the subject RFP: Scope by considering the type of support services provided. Magnitude by considering various measures, such as but not limited to the number of productive hours per year, the number of personnel supporting the effort, and the total project value. AND Complexity by considering various measures such as, but not limited to, the extent the experience involved in providing support which required an in-depth knowledge of alarm and dispatch monitoring; the experience that was provided in support of dynamic and/or high visibility projects and programs with frequently changing requirements affecting levels of support and associated estimates and schedules; D. Where a Contractor provides projects performed by its managers, key personnel, subContractors or other partners for consideration, the Government will evaluate the past performance of its proposed managers, key personnel, sub-Contractor or other partners separately and consider its findings about them, in conjunction with information provided as required in paragraph C above, when determining the risk associated with the proposal and assigning the appropriate rating to the proposal. The Government will determine whether the past performance of a Contractors, managers, key personnel, sub-Contractors or other partners offsets the risk of doing business with a prime Contractor that has no or limited experience and past performance of its own. The Government may decide not to attribute to the prime Contractor, as an organization, the past performance of its managers, key personnel, subContractors or other partners. E. If the Government attributes to the successful Contractor the past performance of its proposed managers, key personnel, sub-Contractors or other partners, the successful Contractors proposed use of particular managers, key personnel, sub-Contractors or partners will be incorporated into the resultant IDIQ contract award as a requirement. In such cases the subject managers, key personnel, sub-Contractor or other partners shall not be replaced without prior approval of the Contracting Officer and shall only be replaced with an individual with equal or greater qualifications. Factor 2 Management Approach: FPS desires that Contractors provide management strategies and proposed solutions demonstrating how they will result in better value to the Government while providing support services that meet/exceed the SOW requirements over the full performance period. Under this evaluation factor the Contractor shall be required to identify a Management Approach that addresses Quality Assurance, Transition and Recruitment and Retention. Under this evaluation factor, Quality Assurance, Transition and Recruitment and Retention are NOT considered subfactors. Page 211 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Submission of information under the Management Approach factor in response to the solicitation does not take the place of or otherwise diminish the successful Contractors requirement to submit detailed related contract deliverables (e.g., Transition Plan, Quality Control Plan, Annual Training Report etc) after contract award. Rather, the information provided in response to this factor should be detailed enough (without exceeding prescribed page limitations) to present the offerors strategy and/or innovative solutions to delivering the highest quality dispatch and alarm monitoring services in full compliance with all contract requirements over the anticipated life of the effort. After award of the contract, the successful Contractor's Management Approach will be incorporated into the contract. Notwithstanding this incorporation, the successful Contractor will be required to submit contract deliverables which not only provide greater detail than what was provided for in the technical proposal, but also fully delineates the planned implementation of the promised approach and plans for communicating results to the COTR throughout contract performance. A. Quality Assurance: The Contractor shall clearly detail the methods of quality assurance to be utilized herein. Responses provided shall delineate specifically how the quality of support and/or performance shall be assessed and/or inspected, the frequency and locations of assessments and/or inspections, the methods to be utilized in documenting assessments and/or inspections, and how the outcome of those assessments and/or inspections completed are associated with the removal of support, enacted performance improvement plans, or incentives, benefits and other compensation offered. Quality assurance processes and procedures for ensuring contract requirements are met throughout the full performance period shall also be outlined herein. Additionally, the Contractor shall detail the processes for addressing all non-compliance issues (employee and other). The Contractor shall describe how assessment and/or inspection results and corrective actions will be communicated to the Government, including the timing, content and format of those communications and efforts taken to satisfy such required corrections. Responses herein shall include any procedures and/or policies currently in place and examples reflecting successful performance and conversely recognized poor performance/nonperformance, and how each were addressed. B. Transition: During the transition period, the potential exists for the possible loss in retaining valued, specifically highly qualified support. The Contractor shall describe the methods to be used to provide for the timely delivery and proper documentation of all contract required support during the transition period. Additionally, responses herein shall explain in detail the methods and/or procedures enacted to ensure that losses are kept below 10% during transition in order to experience minimal impact to mission critical operations. Responses herein shall specifically include a transition timeline. The transition timeline shall outline all of the significant transition milestones and the associated timeframes required for completing all transition required activities to assure that resources with the appropriate competencies are available and ready for a timely performance start up.

Page 212 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

NOTE - In no event shall any proposed transition timeline include assumptions that the Government will waive or defer ANY contract requirements. C. Recruitment and Retention: Solicitation Section II, Statement of Work, Paragraph 03.0 Telecommunicator Support Services describes a wide variety of tasks to be performed by contractor personnel. Based on FPS experience and knowledge of the industry, the market for the personnel needed to staff these tasks is highly competitive and there is significant potential for frequent personnel turnover. Given the loss of continuity and experience resulting from attrition, such frequent turnover of personnel could jeopardize successful contract performance, which in turn could impede the Agency mission. Therefore, the offeror shall describe its plan for recruiting and retaining these personnel in a highly competitive market. The Contractor shall provide detail on how they plan on appropriately recruiting and retaining qualified resources to meet/exceed the required support services reflected in the RFP over the full performance period. Responses provided herein shall clearly outline specific recruitment and retention policies and/or procedures enacted and currently utilized. The Contractor shall provide a recruitment strategy that outlines the recruiting firms/companies and/or databases to be utilized and the resource capture plan to be followed when considering existing resources currently providing services to the MegaCenters. Additionally, the Contractor shall provide a retention strategy that outlines policies and procedures utilized to retain critical resources. The retention strategy shall detail the Contractors current turnover rate and will compare that rate with the National annual turnover rate of 17% in 911 centers nationwide and take into account FPS training requirements and DHS suitability for these positions. Specifically, the recruitment and retention strategy referenced above shall also include additional supporting detail regarding the following; Strategy for recruiting sufficient number of personnel to appropriately staff the requirement starting the first day of performance. Strategy for recruiting and retaining the incumbent workforce. Contingency plan for having sufficient personnel should you be unable to capture any portion of the incumbent workforce. Strategy for competing with 911 call centers for qualified personnel and retaining those personnel. Target annual turnover rate and your strategy for maintaining a turnover rate at or below that level. Strategy taken to ensure open and honest communications exist with the employees in efforts to promote a healthy and thriving work environment Strategy for having adequate resources immediately available when existing personnel leave. This strategy shall take into account the 80 hours of initial FPS training (see Statement of Work (SOW) Section II, Paragraph 04.0) that must be taken before contractor personnel can assume any duties and the DHS suitability clearance (see Special Contract Requirements Section VII, Paragraph 07.0) required for personnel.

Page 213 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Any other strategy for maintaining a qualified workforce and minimizing personnel turnover.

Factor 3 - Key Personnel: FPS requires proposing Contractors to provide one resume each for the Key Personnel positions designated in support of this effort. Key Personnel: The Project Manager, Training Coordinator, Technical Service Desk Manager, Network Engineer and the Systems Administrator are designated as the Key Personnel positions under the subject IDIQ. The Contractor shall provide one resume for each of the aforementioned positions at each of the MegaCenter locations (Denver, Colorado, Battle Creek, Michigan, Philadelphia, Pennsylvania and Suitland, Maryland) that demonstrates, at a minimum, the education skills and experience included within the Labor Category Descriptions (Attachment 4) included in the RFP. Specifically, as annotated within the table below a total of twenty (20) resumes shall be provided for in response to Factor 3 above. Key Personnel Position Project Manager Training Coordinator Technical Service Desk Manager Network Engineer Systems Administrator Denver 1 Resume 1 Resume 1 Resume 1 Resume 1 Resume Battle Creek 1 Resume 1 Resume 1 Resume 1 Resume 1 Resume Philadelphia 1 Resume 1 Resume 1 Resume 1 Resume 1 Resume Suitland 1 Resume 1 Resume 1 Resume 1 Resume 1 Resume

Price Proposal The Contractor is required to submit the following price quote information: Using the Pricing Schedule (Attachment 5), the Contractor shall submit unit prices and extended prices (i.e. Unit Price x Estimated Quantity) for every line item listed under each potential performance period (including the six month option available under FAR 52.217-8). The Contractor must also provide a Total Estimated Price for each potential performance period (i.e. the sum of all line items within that performance period). Contractors submitting partial pricing information shall be ineligible for award. The unit price prevails if a discrepancy exists between the unit price and the extended price. The Estimated Quantity included on the Pricing Schedule (Attachment 5) is used for estimating purposes only and shall not be considered the standard ordering period level of effort. Any deviations from the Estimated Quantities included on the Pricing Schedule (Attachment 5) will constitute nonconformance to the RFP and the Contractor shall be ineligible for award. The Government has estimated a Not to Exceed (NTE) Other Direct Costs/Travel total at $320,000.00 per ordering period (Periods 1 -5) and $160,000.00 for the Optional (FAR 52.217-8) ordering period. The Governments estimated NTE Travel/ODCs (inclusive of applicable indirect burden(s)) total shall be used for the purpose of evaluating the price proposal. Therefore, offerors shall use these estimates in preparing their price proposal. For applicable Page 214 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

Indirect Burden rates (i.e. G&A and Material Handling) associated with the Travel/ODC line items, the Contractor shall separately identify such indirect rates for each ordering period within the Pricing Schedule (Attachment 5). Since this is a commercial contract, note that these rates are fixed throughout the life of the contract and not subject to adjustment. Additionally, the Government has estimated a NTE Emergency Requirements total at $200,000.00 per ordering period (Periods 1 -5) and $100,000.00 for the Optional (FAR 52.217-8) ordering period. In this instance the Contractor must submit an Emergency Requirements markup rate to be applied to their standard labor rate which shall be utilized when calculating billable emergency requirement support. Emergency Requirements are further outlined in the subject solicitation to specifically include the parameters with which the level of effort provided shall be billed for against the NTE Emergency Requirements total. The Pricing Schedule (Attachment 5) to this solicitation includes a column of estimated level of effort (labor hours) associated with the NTE Emergency Requirements. In this instance the Government has included, for price analysis purposes, 50 labor hours for each labor category associated with the NTE Emergency Requirements. The 50 labor hours per labor category reflects an estimated annual NTE ceiling amount of hours for potential emergency requirements. The 50 labor hours per labor category shall only be utilized for price analysis purposes and does not constitute the level of effort required under the NTE Emergency Requirements estimate, nor shall it become the NTE Emergency Requirements total. As reflected above, the Governments estimated NTE Emergency Requirements totals, $200,000.00 per ordering period (Periods 1 -5) and $100,000.00 for the Optional (FAR 52.217-8) ordering period, shall be used for the purpose of evaluating the price proposal. Offerors shall use this estimate in preparing their price proposal. Prices (for the base and additional ordering periods- including the 6 month option available under FAR 52.217-8) will be evaluated to ensure that they are fair and reasonable for performance of the requirements established in the RFP and as quoted in the technical submission. Prices will also be evaluated for realism. The Contractor shall provide labor category rates that take into consideration the Governments labor qualification matrix. All of the level of effort support services provided for under this requirement shall meet or exceed the qualification levels set within the labor qualification matrix. For labor rates associated with the Telecommunicator (Alarm Monitor) CLINs, the offerors shall provide a breakdown of how the proposed composite rate was calculated that includes, at a minimum, all of the information required under Attachment 5. Additionally, Contractors are cautioned that proposals may be rejected if they are found to be materially unbalanced in the base period or any additional ordering periods. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more line items is significantly overstated or understated. The Government shall not be responsible for compensating the Contractor for any costs tied to solicitation requirements not factored into the proposed prices, either by the Contractors intention or by mistake. Prior to award the Contractor may be required to furnish the following information to establish the companys financial responsibility in accordance with FAR 9.104-1:

Page 215 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

A. The last three (3) years of audited financial statements (includes balance sheet, income statement, and statement of cash flows). Unaudited financial statements may be requested if audited do not exist. The Vendor may be requested to provide written confirmation that the provided financial statements include disclosure of all off-balance sheet arrangements and related party transactions as defined as follows: Off-balance sheet arrangements may involve, but are not limited to, unconsolidated, non-independent, limited purpose entities, often referred to as structured finance or special purpose entities. These entities may be in the form of corporations, partnerships, limited liability companies, trusts, structured finance entities or other types of agreements, relationships or understandings. These entities may be used to provide financing, liquidity, market risk or credit support, or involve leasing, hedging, and/or research and development services. Related party transactions are defined in Statement of Financial Accounting Standards No. 57, Related Party Disclosures, and include, but are not limited to, transactions between any organizations, divisions, subdivisions, or affiliates under common control.

B. The last two (2) quarters of filed payroll tax returns (Federal Tax Return Form 941) and evidence of payment. (Evidence of payment may include copies of canceled checks, receipts from the bank, receipts from electronic fund transfers, and/or similar information from an external payroll service) If unpaid payroll taxes are owed to the Internal Revenue Service (IRS), provide any agreements with the IRS to make timely payments and evidence those payments are being made. The Government shall as deemed necessary complete a price proposal analysis in accordance with techniques outlined in FAR 15.404. Such an analysis may be conducted to determine fair and reasonable pricing, realism, and to recognize unbalanced pricing for example. Proposal Delivery The Technical and Price Proposals shall follow the content limitations as set forth in the table below: Proposal Volume Technical (non-price) Proposal Content Limitations Factor 1 Not to exceed 18 pages total Factor 2 Not to exceed 10 pages total Factor 3 Not to exceed 40 pages total Technical Total Not to exceed 68 pages total Price Proposal Price Not to exceed 12 pages total Price Total Not to exceed 12 pages total

Page 216 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

The Technical (non-price) Proposal and Price Proposal (proposal(s)) submitted shall fully comply with any and all requirements in this RFP. The proposal submitted shall clearly demonstrate the Contractors understanding of the overall and specific technical requirements of the SOW. Failure of the Contractor to address all requirements of this RFP in their response may result in the proposal not being considered for evaluation by the Government. Clarity and completeness of the proposal is of the utmost importance. The proposal shall be written in a practical, clear and concise manner. It shall use quantitative terms whenever possible and shall avoid qualitative adjectives to the maximum extent possible. Proposals shall be legible, single-spaced, typewritten, in a font size not smaller than eleven (11) point Times New Roman. No reduction is permitted except for organization charts or other graphic illustrations. In those instances where reduction is allowable, Contractors shall ensure that the print is easily readable. Each page shall have text margins of at least one (1) inch on all sides. Header/footer information (which does not include any information to be evaluated) may be included in the margin space. Fold outs for complete spreadsheets and/or organization charts are permissible up to 11" by 17", with printing on only one side, if secured within the volume. Large sheets (i.e., greater than 8 by 11 inches) shall count as two (2) pages. Quotations shall not exceed the page limitations specified for each section. Pages that exceed the maximum page limitations will not be evaluated. Basis for Selection The Government will select the responsible offeror(s) whose proposal, in conforming to this RFP, provides the overall best value to meet the Governments requirements, price and non-price factors considered. Only the apparent successful offeror(s) that is determined to be responsible pursuant to FAR 9.104-1 will be issued the IDIQ award. In the event it is required, Efficient Competition may be used. Non-price factors (i.e., technical quotes), when combined, are significantly more important than price. However, Contractors are advised that the Government may not evaluate the technical quotes of all vendors under this RFP. Through efficient competition, the Government will first review the total evaluated price of all proposals received. The technical proposals of those Contractors whose pricing is determined by the Contracting Officer to be most competitive may be reviewed prior to, or instead of, other technical proposal received. Based on the initial review of these technical proposals, the Government may not evaluate the technical proposal of other Contractors, whose total evaluated pricing was higher than that of one already evaluated and already assigned the highest possible technical rating. This would occur when the Contracting Officer determines that any possible technical superiority of an unevaluated (and higher priced) technical proposal, over (a lower priced) one that was already evaluated and assigned the highest possible technical rating, would not warrant any additional price premium.

Page 217 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

XII.

ATTACHMENTS PROPOSAL COVER SHEET PAST PROJECT FORM PAST PERFORMANCE QUESTIONNAIRE LABOR CATEGORY DESCRIPTION PRICING SCHEDULE NON-DISCLOSURE AGREEMENT (NDA)

ATTACHMENT 1 ATTACHMENT 2 ATTACHMENT 3ATTACHMENT 4 ATTACHMENT 5 ATTACHMENT 6 -

Page 218 of 218 REQUEST FOR PROPOSAL HSHQEM-13-R-00001

You might also like