Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 37

OASIS SMALL BUSINESS SOLICITATION

ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 1

RELEVANT EXPERIENCE (PRIMARY) PROJECT TEMPLATE

Offeror: Devis

INSTRUCTIONS:

1. Reference Sections L.5.3. through L.5.3.2.8. for complete instructions. See Section M.5.1. through
M.5.1.8. for how Offerors will be evaluated.

2. This template provides a section for each of the Relevant Experience (Primary) Projects submitted.

3. The Offeror must submit a Minimum of 3 Projects up to a Maximum of 5 Projects. If the Offeror only
chooses to submit 3 Projects, leave PROJECT 4 AND PROJECT 5 TEMPLATE blank. If the Offeror
chooses to only submit 4 Projects, leave PROJECT 5 TEMPLATE blank. If 1 of the projects is based on
a “Collection of Task Orders” from a Single-Award IDIQ or BPA, leave PROJECT 5 TEMPLATE blank
and use the PROJECT 5 - ALTERNATE TEMPLATE.

4. Offerors shall respond to all questions and requests, as applicable.

5. All proposal documentation associated with this template shall be scanned documents in PDF format.

6. All file documentation for validation shall be highlighted/identified within the scanned documents.

7. All file documentation for validation shall be included in Volume 3 of the Offeror’s proposal submission.
See Proposal Format Table in Section L.4.

8. All explanations are limited to no more than 125 words.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 2

RELEVANT EXPERIENCE PROJECT 1 - BACKGROUND INFORMATION:

1. Who is the PRIME CONTRACTOR under the Contract or Task Order?

Prime Contractor Name: Devis

Note: In order to substantiate the Prime Contractor Name, the Offeror shall provide a scan of the award page of the
Contract or Task Order in Volume 3 of the proposal submission. If the Contract or Task Order was awarded under a
different name than the Offeror, then the Offeror shall provide a copy of a Meaningful Relationship Commitment
Letter or other Agreement (e.g., Novation, etc.) as applicable or in the event of Federal Supply Schedule Contractor
Teaming Agreements (FSSCTA) please see note 2 below. Highlight this information in the scanned document(s).

Note: Also complete Section J.16_Attachment (16)_OASIS_FSSCTA_Performance_Verification_Letter.docx. for FSS


Task orders or FSS BPA Calls which were awarded on an FSS Contractor Teaming Arrangement (CTA) basis. It
does NOT apply to FAR 9.601 (1) or (2) CTAs.

2. What is the CONTRACT OR TASK ORDER NUMBER of the project?

Contract or Task Order Number: DOLOPS15F00027

Note: In order to substantiate the Contract or Task Order number, the Offeror shall provide a scan of the award page
of Contract or Task Order in Volume 3 of the proposal submission.

3. What is the TYPE OF VEHICLE? (Check only one):

CONTRACT (NOT a Task Order)

TASK ORDER UNDER A FEDERAL SUPPLY SCHEDULE (FAR 8.405-2)

TASK ORDER UNDER A MASTER IDIQ TASK ORDER CONTRACT (FAR 16.501-1)

TASK ORDER UNDER A BLANKET PURCHASE AGREEMENT (FAR 8.405-3 or FAR 13.303)

4. Provide a PRIMARY Reference: (Person who can verify all the Contract or Task Order data - Government
Contracting Officer, Project/Program Manager, or Contracting Officer Representative)

Name: Erica Nemmers


Title: CO
Agency or Customer: DOL
Phone: 202-693-4592
E-Mail: Erica.nemmers.s@dol.gov

5. Provide an ALTERNATE Reference: (Person who can verify all the Contract or Task Order data -
Government Contracting Officer, Project/Program Manager, or Contracting Officer Representative)

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 3

Name: Click here to enter text.


Title: Click here to enter text.
Agency or Customer: Click here to enter text.
Phone: Click here to enter text.
E-Mail: Click here to enter text.

6. Does the project meet the minimum PERIOD OF PERFORMANCE requirement (Ongoing or Completed)
within the past 5 years prior to the solicitation closing date or at least 1 year prior to the solicitation closing
date with a completed CPAR, Award Fee rating, or the period of performance is less than 1 year and it is
completed?

Yes

No

If Yes, what is/was the PERIOD OF PERFORMANCE, including Options?

Period of Performance, including Options 11/29/2014 - 11/28/2015

Note: The Offeror shall provide excerpt(s) from verifiable documentation to substantiate the Period of Performance in
Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

7. Does the project meet the minimum requirement for the ANNUAL PROJECT VALUE OF AT LEAST
$150,000 PER YEAR?
Yes

No

Note: The Offeror shall provide excerpt(s) from verifiable documentation to substantiate the Annual Project Value in
Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

RELEVANT EXPERIENCE PROJECT 1 – SCORING RELATED INFORMATION

1. Was the project solicited under or reported under a NAICS OR PSC CODE that correlates any NAICS
CODE OR PSC CODE in the Table under Section L.5.1.2.?

Yes

No

If Yes, what was the predominate NAICS or PSC CODE that this project was solicited under or reported under in
FPDS-NG or other documentation? (Provide only one)

NAICS CODE or PSC CODE: Click here to enter text.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 4

Note: Offeror shall provide the FPDS-NG report, if available. If the FPDS-NG report is unavailable, the Offeror shall
provide excerpts of the Contract or Task Order solicitation or other documentation that validates the NAICS or PSC
Code in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).
If the NAICS or PSC Code was reported incorrectly or changed, provide a letter formatted in accordance with Section
J.14 or J.15. from a Warranted Contracting Officer in accordance with the instructions in Section L.5.3.2.1. in Volume
3 of the proposal submission.

2. What is/was the ANNUAL AVERAGE DOLLAR VALUE PER YEAR of the project? (Check only one)

$150,000 < $750K (No additional points)

$750K < $2M

$2M < $4M

$4M < $6M

> $6M

Briefly explain how you calculated the Annual Average Dollar Value Per Year
one year contract divided by days worked multiplied by 365

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the Annual Average
Dollar value in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

3. Which CORE DISCIPLINES were performed on the project? (Check all that apply). . For additional points,
the Offeror must have at least 4, up to 6, Core Disciplines under the project.

For each Core Discipline checked, briefly (125 words or less for each core discipline) explain the rationale supporting
your assertion that each Core Discipline was performed. Provide this information next to each Core Discipline
checked below.
Program Management: Click here to enter text.

Management Consulting: Click here to enter text.

Engineering: Click here to enter text.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 5

Scientific: Click here to enter text.

Financial Management: Click here to enter text.

Logistics: Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the Core Disciplines
performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

4. Does the project involve performance in MULTIPLE locations? (Caution: See Section M.5.1.4. for how
multiple locations is calculated. TDY less than 30 days does NOT count)
Yes

No

If Yes, Does the project involve performance in at least 2 and up to 4 different locations? (If 5 or more locations select
No and go to the next question)

Yes

No

If Yes, Does the project involve performance in 5 or more different locations?

Yes

No

If Yes, briefly explain each of the MULTIPLE locations and the type of work being performed in the space below:
Limit explanation to at least 2 up to a maximum of 5.
Click here to enter text.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 6

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates each location that
work was performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).
5. Does the project involve performance of SUBCONTRACTING or TEAMING of AT LEAST 3 SEPARATE
ENTITIES/CONSULTANTS?

Yes

No

If Yes, briefly identify who the Subcontractors/Teaming partners were and the work being done by each one of them.
Limit explanation to at least 3 but, no more than 3, separate entities/consultants in the space provided below.

Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates the
Subcontracting/Teaming performed in Volume 3 of the proposal submission. Highlight this information in the
scanned document(s).

6. Does the project involve performance of ANCILLARY SUPPORT SERVICES? (Caution: See definition in
Section M.5.1.6)

Yes

No

If Yes, briefly describe the type of Ancillary Support Services provided in the space below:
Devis provided hosting services for Disability.gov.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates each of the Ancillary
Services performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

7. Does the project involve performance of ANCILLARY SUPPORT PRODUCTS? (Caution: See definition in
Section M.5.1.6)

Yes

No

If Yes, briefly describe the Ancillary Support Products provided in the space below:
Devis provided IT support including helpdesk services.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 7

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the Ancillary Products
provided in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

8. Does the project include Cost Reimbursement (any Cost type under FAR 16.3) as the Predominate Contract
Type?

Yes

No

If Yes, briefly describe the type of Cost Reimbursement work provided in the space below:
Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the predominant
Contract type of Cost Reimbursement work in Volume 3 of the proposal submission. Highlight this information in the
scanned document(s).

9. Does the project involve performance in OCONUS locations?

Yes

No

If Yes, briefly explain each of the OCONUS locations and the type of work being performed in the space below:

Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates each OCONUS
place of performance in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

END OF PROJECT 1

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 8

RELEVANT EXPERIENCE PROJECT 2 - BACKGROUND INFORMATION:

1. Who is the PRIME CONTRACTOR under the Contract or Task Order?

Prime Contractor Name: Devis

Note: In order to substantiate the Prime Contractor Name, the Offeror shall provide a scan of the award page of the
Contract or Task Order in Volume 3 of the proposal submission. If the Contract or Task Order was awarded under a
different name than the Offeror, then the Offeror shall provide a copy of a Meaningful Relationship Commitment
Letter or other Agreement (e.g., Novation, etc.) as applicable, or in the event of Federal Supply Schedule Contractor
Teaming Agreements (FSSCTA) please see note 2 below. Highlight this information in the scanned document(s).

Note: Also complete Section J.16_Attachment (16)_OASIS_FSSCTA_Performance_Verification_Letter.docx. for FSS


Task orders or FSS BPA Calls which were awarded on an FSS Contractor Teaming Arrangement (CTA) basis. It
does NOT apply to FAR 9.601 (1) or (2) CTAs.

2. What is the CONTRACT OR TASK ORDER NUMBER of the project?

Contract or Task Order Number: AID-CIO-M-16-00012

Note: In order to substantiate the Contract or Task Order number, the Offeror shall provide a scan of the award page
of Contract or Task Order in Volume 3 of the proposal submission.

3. What is the TYPE OF VEHICLE? (Check only one):

CONTRACT (NOT a Task Order)

TASK ORDER UNDER A FEDERAL SUPPLY SCHEDULE (FAR 8.405-2)

TASK ORDER UNDER A MASTER IDIQ TASK ORDER CONTRACT (FAR 16.501-1)

TASK ORDER UNDER A BLANKET PURCHASE AGREEMENT (FAR 8.405-3 or FAR 13.303)

4. Provide a PRIMARY Reference: (Person who can verify all the Contract or Task Order data - Government
Contracting Officer, Project/Program Manager, or Contracting Officer Representative)

Name: Karen Pak


Title: Click here to enter text.
Agency or Customer: Click here to enter text.
Phone: Click here to enter text.
E-Mail: Click here to enter text.

5. Provide an ALTERNATE Reference: (Person who can verify all the Contract or Task Order data -
Government Contracting Officer, Project/Program Manager, or Contracting Officer Representative)

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 9

Name: Yvonne Wilson


Title: CO
Agency or Customer: USAID
Phone: Click here to enter text.
E-Mail: Click here to enter text.

6. Does the project meet the minimum PERIOD OF PERFORMANCE requirement (Ongoing or Completed)
within the past 5 years prior to the solicitation closing date or at least 1 year prior to the solicitation closing
date with a completed CPAR, Award Fee rating, or the period of performance is less than 1 year and it is
completed?

Yes

No

If Yes, what is/was the PERIOD OF PERFORMANCE, including Options?

Period of Performance, including Options 08/08/2016 - 08/07/2017

Note: The Offeror shall provide excerpt(s) from verifiable documentation to substantiate the Period of Performance in
Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

7. Does the project meet the minimum requirement for the ANNUAL PROJECT VALUE OF AT LEAST
$150,000 PER YEAR?
Yes

No

Note: The Offeror shall provide excerpt(s) from verifiable documentation to substantiate the Annual Project Value in
Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

RELEVANT EXPERIENCE PROJECT 2 – SCORING RELATED INFORMATION

1. Was the project solicited under or reported under a NAICS OR PSC CODE that correlates any NAICS
CODE OR PSC CODE in the Table under Section L.5.1.2.?

Yes

No

If Yes, what was the predominate NAICS or PSC CODE that this project was solicited under or reported under in
FPDS-NG or other documentation? (Provide only one)

NAICS CODE or PSC CODE: Click here to enter text.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 10

Note: Offeror shall provide the FPDS-NG report, if available. If the FPDS-NG report is unavailable, the Offeror shall
provide excerpts of the Contract or Task Order solicitation or other documentation that validates the NAICS or PSC
Code in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).
If the NAICS or PSC Code was reported incorrectly or changed, provide a letter formatted in accordance with Section
J.14 or J.15. from a Warranted Contracting Officer in accordance with the instructions in Section L.5.3.2.1. in Volume
3 of the proposal submission.

2. What is/was the ANNUAL AVERAGE DOLLAR VALUE PER YEAR of the project? (Check only one)

$150,000 < $750K (No additional points)

$750K < $2M

$2M < $4M

$4M < $6M

> $6M

Briefly explain how you calculated the Annual Average Dollar Value Per Year
1 year value of$807,070, divided by hours worked, multiplied by 365

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the Annual Average
Dollar value in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

3. Which CORE DISCIPLINES were performed on the project? (Check all that apply). . For additional points,
the Offeror must have at least 4, up to 6, Core Disciplines under the project.

For each Core Discipline checked, briefly (125 words or less for each core discipline) explain the rationale supporting
your assertion that each Core Discipline was performed. Provide this information next to each Core Discipline
checked below.
Program Management: Click here to enter text.

Management Consulting: Click here to enter text.

Engineering: Click here to enter text.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 11

Scientific: Click here to enter text.

Financial Management: Click here to enter text.

Logistics: Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the Core Disciplines
performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

4. Does the project involve performance in MULTIPLE locations? (Caution: See Section M.5.1.4. for how
multiple locations is calculated. TDY less than 30 days does NOT count)
Yes

No

If Yes, Does the project involve performance in at least 2 and up to 4 different locations? (If 5 or more locations select
No and go to the next question)

Yes

No

If Yes, Does the project involve performance in 5 or more different locations?

Yes

No

If Yes, briefly explain each of the MULTIPLE locations and the type of work being performed in the space below:
Limit explanation to at least 2 up to a maximum of 5.
Click here to enter text.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 12

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates each location that
work was performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).
5. Does the project involve performance of SUBCONTRACTING or TEAMING of AT LEAST 3 SEPARATE
ENTITIES/CONSULTANTS?

Yes

No

If Yes, briefly identify who the Subcontractors/Teaming partners were and the work being done by each one of them.
Limit explanation to at least 3 but, no more than 3, separate entities/consultants in the space provided below.

Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates the
Subcontracting/Teaming performed in Volume 3 of the proposal submission. Highlight this information in the
scanned document(s).

6. Does the project involve performance of ANCILLARY SUPPORT SERVICES? (Caution: See definition in
Section M.5.1.6)

Yes

No

If Yes, briefly describe the type of Ancillary Support Services provided in the space below:
Devis hosted CMS for USAID.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates each of the Ancillary
Services performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

7. Does the project involve performance of ANCILLARY SUPPORT PRODUCTS? (Caution: See definition in
Section M.5.1.6)

Yes

No

If Yes, briefly describe the Ancillary Support Products provided in the space below:
Devis provided helpdesk support for CMS.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 13

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the Ancillary Products
provided in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

8. Does the project include Cost Reimbursement (any Cost type under FAR 16.3) as the Predominate Contract
Type?

Yes

No

If Yes, briefly describe the type of Cost Reimbursement work provided in the space below:
Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the predominant
Contract type of Cost Reimbursement work in Volume 3 of the proposal submission. Highlight this information in the
scanned document(s).

9. Does the project involve performance in OCONUS locations?

Yes

No

If Yes, briefly explain each of the OCONUS locations and the type of work being performed in the space below:

Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates each OCONUS
place of performance in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

END OF PROJECT 2

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 14

RELEVANT EXPERIENCE PROJECT 3 - BACKGROUND INFORMATION:

1. Who is the PRIME CONTRACTOR under the Contract or Task Order?

Prime Contractor Name: Devis

Note: In order to substantiate the Prime Contractor Name, the Offeror shall provide a scan of the award page of the
Contract or Task Order in Volume 3 of the proposal submission. If the Contract or Task Order was awarded under a
different name than the Offeror, then the Offeror shall provide a copy of a Meaningful Relationship Commitment
Letter or other Agreement (e.g., Novation, etc.) as applicable, or in the event of Federal Supply Schedule Contractor
Teaming Agreements (FSSCTA) please see note 2 below. Highlight this information in the scanned document(s).

Note: Also complete Section J.16_Attachment (16)_OASIS_FSSCTA_Performance_Verification_Letter.docx. for FSS


Task orders or FSS BPA Calls which were awarded on an FSS Contractor Teaming Arrangement (CTA) basis. It
does NOT apply to FAR 9.601 (1) or (2) CTAs.

2. What is the CONTRACT OR TASK ORDER NUMBER of the project?

Contract or Task Order Number: AID-CIO-M-14-00015

Note: In order to substantiate the Contract or Task Order number, the Offeror shall provide a scan of the award page
of Contract or Task Order in Volume 3 of the proposal submission.

3. What is the TYPE OF VEHICLE? (Check only one):

CONTRACT (NOT a Task Order)

TASK ORDER UNDER A FEDERAL SUPPLY SCHEDULE (FAR 8.405-2)

TASK ORDER UNDER A MASTER IDIQ TASK ORDER CONTRACT (FAR 16.501-1)

TASK ORDER UNDER A BLANKET PURCHASE AGREEMENT (FAR 8.405-3 or FAR 13.303)

4. Provide a PRIMARY Reference: (Person who can verify all the Contract or Task Order data - Government
Contracting Officer, Project/Program Manager, or Contracting Officer Representative)

Name: Yvonne Wilson


Title: Click here to enter text.
Agency or Customer: Click here to enter text.
Phone: Click here to enter text.
E-Mail: Click here to enter text.

5. Provide an ALTERNATE Reference: (Person who can verify all the Contract or Task Order data -
Government Contracting Officer, Project/Program Manager, or Contracting Officer Representative)

Name: Joseph Lentini

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 15

Title: Click here to enter text.


Agency or Customer: Click here to enter text.
Phone: Click here to enter text.
E-Mail: Click here to enter text.

6. Does the project meet the minimum PERIOD OF PERFORMANCE requirement (Ongoing or Completed)
within the past 5 years prior to the solicitation closing date or at least 1 year prior to the solicitation closing
date with a completed CPAR, Award Fee rating, or the period of performance is less than 1 year and it is
completed?

Yes

No

If Yes, what is/was the PERIOD OF PERFORMANCE, including Options?

Period of Performance, including Options 7/10/2014 -03/31/2018

Note: The Offeror shall provide excerpt(s) from verifiable documentation to substantiate the Period of Performance in
Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

7. Does the project meet the minimum requirement for the ANNUAL PROJECT VALUE OF AT LEAST
$150,000 PER YEAR?
Yes

No

Note: The Offeror shall provide excerpt(s) from verifiable documentation to substantiate the Annual Project Value in
Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

RELEVANT EXPERIENCE PROJECT 3 – SCORING RELATED INFORMATION

1. Was the project solicited under or reported under a NAICS OR PSC CODE that correlates any NAICS
CODE OR PSC CODE in the Table under Section L.5.1.2.?

Yes

No

If Yes, what was the predominate NAICS or PSC CODE that this project was solicited under or reported under in
FPDS-NG or other documentation? (Provide only one)

NAICS CODE or PSC CODE: Click here to enter text.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 16

Note: Offeror shall provide the FPDS-NG report, if available. If the FPDS-NG report is unavailable, the Offeror shall
provide excerpts of the Contract or Task Order solicitation or other documentation that validates the NAICS or PSC
Code in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).
If the NAICS or PSC Code was reported incorrectly or changed, provide a letter formatted in accordance with Section
J.14 or J.15. from a Warranted Contracting Officer in accordance with the instructions in Section L.5.3.2.1. in Volume
3 of the proposal submission.

2. What is/was the ANNUAL AVERAGE DOLLAR VALUE PER YEAR of the project? (Check only one)

$150,000 < $750K (No additional points)

$750K < $2M

$2M < $4M

$4M < $6M

> $6M

Briefly explain how you calculated the Annual Average Dollar Value Per Year
Contract value multiplied by days of performance divided by 365.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the Annual Average
Dollar value in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

3. Which CORE DISCIPLINES were performed on the project? (Check all that apply). . For additional points,
the Offeror must have at least 4, up to 6, Core Disciplines under the project.

For each Core Discipline checked, briefly (125 words or less for each core discipline) explain the rationale supporting
your assertion that each Core Discipline was performed. Provide this information next to each Core Discipline
checked below.
Program Management: Click here to enter text.

Management Consulting: Click here to enter text.

Engineering: Click here to enter text.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 17

Scientific: Click here to enter text.

Financial Management: Click here to enter text.

Logistics: Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the Core Disciplines
performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

4. Does the project involve performance in MULTIPLE locations? (Caution: See Section M.5.1.4. for how
multiple locations is calculated. TDY less than 30 days does NOT count)
Yes

No

If Yes, Does the project involve performance in at least 2 and up to 4 different locations? (If 5 or more locations select
No and go to the next question)

Yes

No

If Yes, Does the project involve performance in 5 or more different locations?

Yes

No

If Yes, briefly explain each of the MULTIPLE locations and the type of work being performed in the space below:
Limit explanation to at least 2 up to a maximum of 5.
Click here to enter text.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 18

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates each location that
work was performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

5. Does the project involve performance of SUBCONTRACTING or TEAMING of AT LEAST 3 SEPARATE


ENTITIES/CONSULTANTS?

Yes

No

If Yes, briefly identify who the Subcontractors/Teaming partners were and the work being done by each one of them.
Limit explanation to at least 3 but, no more than 3, separate entities/consultants in the space provided below.

Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates the
Subcontracting/Teaming performed in Volume 3 of the proposal submission. Highlight this information in the
scanned document(s).

6. Does the project involve performance of ANCILLARY SUPPORT SERVICES? (Caution: See definition in
Section M.5.1.6)

Yes

No

If Yes, briefly describe the type of Ancillary Support Services provided in the space below:
Devis stood up and hosted the IT testing environment.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates each of the Ancillary
Services performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

7. Does the project involve performance of ANCILLARY SUPPORT PRODUCTS? (Caution: See definition in
Section M.5.1.6)

Yes

No

If Yes, briefly describe the Ancillary Support Products provided in the space below:
Devis provided IT helpdesk services.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 19

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the Ancillary Products
provided in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 20

8. Does the project include Cost Reimbursement (any Cost type under FAR 16.3) as the Predominate Contract
Type?

Yes

No

If Yes, briefly describe the type of Cost Reimbursement work provided in the space below:
Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the predominant
Contract type of Cost Reimbursement work in Volume 3 of the proposal submission. Highlight this information in the
scanned document(s).

9. Does the project involve performance in OCONUS locations?

Yes

No

If Yes, briefly explain each of the OCONUS locations and the type of work being performed in the space below:

Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates each OCONUS
place of performance in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

END OF PROJECT 3

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 21

RELEVANT EXPERIENCE PROJECT 4 - BACKGROUND INFORMATION:

1. Who is the PRIME CONTRACTOR under the Contract or Task Order?

Prime Contractor Name: Devis

Note: In order to substantiate the Prime Contractor Name, the Offeror shall provide a scan of the award page of the
Contract or Task Order in Volume 3 of the proposal submission. If the Contract or Task Order was awarded under a
different name than the Offeror, then the Offeror shall provide a copy of a Meaningful Relationship Commitment
Letter or other Agreement (e.g., Novation, etc.) as applicable, or in the event of Federal Supply Schedule Contractor
Teaming Agreements (FSSCTA) please see note 2 below. Highlight this information in the scanned document(s).

Note: Also complete Section J.16_Attachment (16)_OASIS_FSSCTA_Performance_Verification_Letter.docx. for FSS


Task orders or FSS BPA Calls which were awarded on an FSS Contractor Teaming Arrangement (CTA) basis. It
does NOT apply to FAR 9.601 (1) or (2) CTAs.

2. What is the CONTRACT OR TASK ORDER NUMBER of the project?

Contract or Task Order Number: AID-OAA-M-17-00006

Note: In order to substantiate the Contract or Task Order number, the Offeror shall provide a scan of the award page
of Contract or Task Order in Volume 3 of the proposal submission.

3. What is the TYPE OF VEHICLE? (Check only one):

CONTRACT (NOT a Task Order)

TASK ORDER UNDER A FEDERAL SUPPLY SCHEDULE (FAR 8.405-2)

TASK ORDER UNDER A MASTER IDIQ TASK ORDER CONTRACT (FAR 16.501-1)

TASK ORDER UNDER A BLANKET PURCHASE AGREEMENT (FAR 8.405-3 or FAR 13.303)

4. Provide a PRIMARY Reference: (Person who can verify all the Contract or Task Order data - Government
Contracting Officer, Project/Program Manager, or Contracting Officer Representative)

Name: Click here to enter text.


Title: Click here to enter text.
Agency or Customer: Click here to enter text.
Phone: Click here to enter text.
E-Mail: Click here to enter text.

5. Provide an ALTERNATE Reference: (Person who can verify all the Contract or Task Order data -
Government Contracting Officer, Project/Program Manager, or Contracting Officer Representative)

Name: Sharon Baker

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 22

Title: Click here to enter text.


Agency or Customer: Click here to enter text.
Phone: Click here to enter text.
E-Mail: Click here to enter text.

6. Does the project meet the minimum PERIOD OF PERFORMANCE requirement (Ongoing or Completed)
within the past 5 years prior to the solicitation closing date or at least 1 year prior to the solicitation closing
date with a completed CPAR, Award Fee rating, or the period of performance is less than 1 year and it is
completed?

Yes

No

If Yes, what is/was the PERIOD OF PERFORMANCE, including Options?

Period of Performance, including Options 9/30/2017 – 9/29/2022

Note: The Offeror shall provide excerpt(s) from verifiable documentation to substantiate the Period of Performance in
Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

7. Does the project meet the minimum requirement for the ANNUAL PROJECT VALUE OF AT LEAST
$150,000 PER YEAR?
Yes

No

Note: The Offeror shall provide excerpt(s) from verifiable documentation to substantiate the Annual Project Value in
Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

RELEVANT EXPERIENCE PROJECT 4 – SCORING RELATED INFORMATION

1. Was the project solicited under or reported under a NAICS OR PSC CODE that correlates any NAICS
CODE OR PSC CODE in the Table under Section L.5.1.2.?

Yes

No

If Yes, what was the predominate NAICS or PSC CODE that this project was solicited under or reported under in
FPDS-NG or other documentation? (Provide only one)

NAICS CODE or PSC CODE: R499

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 23

Note: Offeror shall provide the FPDS-NG report, if available. If the FPDS-NG report is unavailable, the Offeror shall
provide excerpts of the Contract or Task Order solicitation or other documentation that validates the NAICS or PSC
Code in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).
If the NAICS or PSC Code was reported incorrectly or changed, provide a letter formatted in accordance with Section
J.14 or J.15. from a Warranted Contracting Officer in accordance with the instructions in Section L.5.3.2.1. in Volume
3 of the proposal submission.

2. What is/was the ANNUAL AVERAGE DOLLAR VALUE PER YEAR of the project? (Check only one)

$150,000 < $750K (No additional points)

$750K < $2M

$2M < $4M

$4M < $6M

> $6M

Briefly explain how you calculated the Annual Average Dollar Value Per Year
9848437.76/1825 * 365

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the Annual Average
Dollar value in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

3. Which CORE DISCIPLINES were performed on the project? (Check all that apply). . For additional points,
the Offeror must have at least 4, up to 6, Core Disciplines under the project.

For each Core Discipline checked, briefly (125 words or less for each core discipline) explain the rationale supporting
your assertion that each Core Discipline was performed. Provide this information next to each Core Discipline
checked below.
Program Management: Click here to enter text.

Management Consulting: Click here to enter text.

Engineering: Click here to enter text.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 24

Scientific: Click here to enter text.

Financial Management: Click here to enter text.

Logistics: Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the Core Disciplines
performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

4. Does the project involve performance in MULTIPLE locations? (Caution: See Section M.5.1.4. for how
multiple locations is calculated. TDY less than 30 days does NOT count)
Yes

No

If Yes, Does the project involve performance in at least 2 and up to 4 different locations? (If 5 or more locations select
No and go to the next question)

Yes

No

If Yes, Does the project involve performance in 5 or more different locations?

Yes

No

If Yes, briefly explain each of the MULTIPLE locations and the type of work being performed in the space below:
Limit explanation to at least 2 up to a maximum of 5.
Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates each location that
work was performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 25

5. Does the project involve performance of SUBCONTRACTING or TEAMING of AT LEAST 3 SEPARATE


ENTITIES/CONSULTANTS?

Yes

No

If Yes, briefly identify who the Subcontractors/Teaming partners were and the work being done by each one of them.
Limit explanation to at least 3 but, no more than 3, separate entities/consultants in the space provided below.

Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates the
Subcontracting/Teaming performed in Volume 3 of the proposal submission. Highlight this information in the
scanned document(s).

6. Does the project involve performance of ANCILLARY SUPPORT SERVICES? (Caution: See definition in
Section M.5.1.6)

Yes

No

If Yes, briefly describe the type of Ancillary Support Services provided in the space below:
Monthly hosting

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates each of the Ancillary
Services performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

7. Does the project involve performance of ANCILLARY SUPPORT PRODUCTS? (Caution: See definition in
Section M.5.1.6)

Yes

No

If Yes, briefly describe the Ancillary Support Products provided in the space below:
Helpdesk support

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 26

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the Ancillary Products
provided in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

8. Does the project include Cost Reimbursement (any Cost type under FAR 16.3) as the Predominate Contract
Type?

Yes

No

If Yes, briefly describe the type of Cost Reimbursement work provided in the space below:
Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the predominant
Contract type of Cost Reimbursement work in Volume 3 of the proposal submission. Highlight this information in the
scanned document(s).

9. Does the project involve performance in OCONUS locations?

Yes

No

If Yes, briefly explain each of the OCONUS locations and the type of work being performed in the space below:

Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates each OCONUS
place of performance in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

END OF PROJECT 4

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 27

RELEVANT EXPERIENCE PROJECT 5 - BACKGROUND INFORMATION:


Note: if Project 5, is a “Collection of Task Orders” skip to Project 5A.

1. Who is the PRIME CONTRACTOR under the Contract or Task Order?

Prime Contractor Name: Click here to enter text.

Note: In order to substantiate the Prime Contractor Name, the Offeror shall provide a scan of the award page of the
Contract or Task Order in Volume 3 of the proposal submission. If the Contract or Task Order was awarded under a
different name than the Offeror, then the Offeror shall provide a copy of a Meaningful Relationship Commitment
Letter or other Agreement (e.g., Novation, etc.) as applicable, or in the event of Federal Supply Schedule Contractor
Teaming Agreements (FSSCTA) please see note 2 below. Highlight this information in the scanned document(s).

Note: Also complete Section J.16_Attachment (16)_OASIS_FSSCTA_Performance_Verification_Letter.docx. for FSS


Task orders or FSS BPA Calls which were awarded on an FSS Contractor Teaming Arrangement (CTA) basis. It
does NOT apply to FAR 9.601 (1) or (2) CTAs.

2. What is the CONTRACT OR TASK ORDER NUMBER of the project?

Contract or Task Order Number: Click here to enter text.

Note: In order to substantiate the Contract or Task Order number, the Offeror shall provide a scan of the award page
of Contract or Task Order in Volume 3 of the proposal submission.

3. What is the TYPE OF VEHICLE? (Check only one):

CONTRACT (NOT a Task Order)

TASK ORDER UNDER A FEDERAL SUPPLY SCHEDULE (FAR 8.405-2)

TASK ORDER UNDER A MASTER IDIQ TASK ORDER CONTRACT (FAR 16.501-1)

TASK ORDER UNDER A BLANKET PURCHASE AGREEMENT (FAR 8.405-3 or FAR 13.303)

4. Provide a PRIMARY Reference: (Person who can verify all the Contract or Task Order data - Government
Contracting Officer, Project/Program Manager, or Contracting Officer Representative)

Name: Click here to enter text.


Title: Click here to enter text.
Agency or Customer: Click here to enter text.
Phone: Click here to enter text.
E-Mail: Click here to enter text.

5. Provide an ALTERNATE Reference: (Person who can verify all the Contract or Task Order data -
Government Contracting Officer, Project/Program Manager, or Contracting Officer Representative)

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 28

Name: Click here to enter text.


Title: Click here to enter text.
Agency or Customer: Click here to enter text.
Phone: Click here to enter text.
E-Mail: Click here to enter text.

6. Does the project meet the minimum PERIOD OF PERFORMANCE requirement (Ongoing or Completed)
within the past 5 years prior to the solicitation closing date or at least 1 year prior to the solicitation closing
date with a completed CPAR, Award Fee ratomg, or the period of performance is less than 1 year and it is
completed?

Yes

No

If Yes, what is/was the PERIOD OF PERFORMANCE, including Options?

Period of Performance, including Options Click here to enter text.

Note: The Offeror shall provide excerpt(s) from verifiable documentation to substantiate the Period of Performance in
Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

7. Does the project meet the minimum requirement for the ANNUAL PROJECT VALUE OF AT LEAST
$150,000 PER YEAR?
Yes

No

Note: The Offeror shall provide excerpt(s) from verifiable documentation to substantiate the Annual Project Value in
Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

RELEVANT EXPERIENCE PROJECT 5 – SCORING RELATED INFORMATION

1. Was the project solicited under or reported under a NAICS OR PSC CODE that correlates any NAICS
CODE OR PSC CODE in the Table under Section L.5.1.2.?

Yes

No

If Yes, what was the predominate NAICS or PSC CODE that this project was solicited under or reported under in
FPDS-NG or other documentation? (Provide only one)

NAICS CODE or PSC CODE: Click here to enter text.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 29

Note: Offeror shall provide the FPDS-NG report, if available. If the FPDS-NG report is unavailable, the Offeror shall
provide excerpts of the Contract or Task Order solicitation or other documentation that validates the NAICS or PSC
Code in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).
If the NAICS or PSC Code was reported incorrectly or changed, provide a letter formatted in accordance with Section
J.14 or J.15. from a Warranted Contracting Officer in accordance with the instructions in Section L.5.3.2.1. in Volume
3 of the proposal submission.

2. What is/was the ANNUAL AVERAGE DOLLAR VALUE PER YEAR of the project? (Check only one)

$150,000 < $750K (No additional points)

$750K < $2M

$2M < $4M

$4M < $6M

> $6M

Briefly explain how you calculated the Annual Average Dollar Value Per Year
Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the Annual Average
Dollar value in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

3. Which CORE DISCIPLINES were performed on the project? (Check all that apply). . For additional points,
the Offeror must have at least 4, up to 6, Core Disciplines under the project.

For each Core Discipline checked, briefly (125 words or less for each core discipline) explain the rationale supporting
your assertion that each Core Discipline was performed. Provide this information next to each Core Discipline
checked below.
Program Management: Click here to enter text.

Management Consulting: Click here to enter text.

Engineering: Click here to enter text.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 30

Scientific: Click here to enter text.

Financial Management: Click here to enter text.

Logistics: Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the Core Disciplines
performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

4. Does the project involve performance in MULTIPLE locations? (Caution: See Section M.5.1.4. for how
multiple locations is calculated. TDY less than 30 days does NOT count)
Yes

No

If Yes, Does the project involve performance in at least 2 and up to 4 different locations? (If 5 or more locations select
No and go to the next question)

Yes

No

If Yes, Does the project involve performance in 5 or more different locations?

Yes

No

If Yes, briefly explain each of the MULTIPLE locations and the type of work being performed in the space below:
Limit explanation to at least 2 up to a maximum of 5.
Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates each location that
work was performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 31

5. Does the project involve performance of SUBCONTRACTING or TEAMING of AT LEAST 3 SEPARATE


ENTITIES/CONSULTANTS?

Yes

No

If Yes, briefly identify who the Subcontractors/Teaming partners were and the work being done by each one of them.
Limit explanation to at least 3 but, no more than 3, separate entities/consultants in the space provided below.

Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates the
Subcontracting/Teaming performed in Volume 3 of the proposal submission. Highlight this information in the
scanned document(s).

6. Does the project involve performance of ANCILLARY SUPPORT SERVICES? (Caution: See definition in
Section M.5.1.6)

Yes

No

If Yes, briefly describe the type of Ancillary Support Services provided in the space below:
Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates each of the Ancillary
Services performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

7. Does the project involve performance of ANCILLARY SUPPORT PRODUCTS? (Caution: See definition in
Section M.5.1.6)

Yes

No

If Yes, briefly describe the Ancillary Support Products provided in the space below:
Click here to enter text.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 32

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the Ancillary Products
provided in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

8. Does the project include Cost Reimbursement (any Cost type under FAR 16.3) as the Predominate Contract
Type?

Yes

No

If Yes, briefly describe the type of Cost Reimbursement work provided in the space below:
Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiate the predominant
Contract type of Cost Reimbursement work in Volume 3 of the proposal submission. Highlight this information in the
scanned document(s).

9. Does the project involve performance in OCONUS locations?

Yes

No

If Yes, briefly explain each of the OCONUS locations and the type of work being performed in the space below:

Click here to enter text.

Note: Offeror shall provide excerpts of Contract or Task Order documentation that substantiates each OCONUS
place of performance in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

END OF PROJECT 5

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 33

RELEVANT EXPERIENCE PROJECT 5 ALTERNATE – SCORING RELATED


INFORMATION

Project 5A only applies to a “Collection of Task Orders” as defined in Section L.5.3.1.

1. Was the SINGLE-AWARD IDIQ or BPA solicited under or reported under a NAICS or PSC CODE that
correlates to any the NAICS Code or PSC Code in the Table under Section L.5.1.2.?

Yes

No

If Yes, what was the predominate NAICS or PSC CODE that this IDIQ or BPA was solicited under or reported under
in FPDS-NG or other documentation? (Provide only one)
NAICS CODE or PSC CODE: R499

Note: Offeror shall provide the FPDS-NG report, if available. If the FPDS-NG report is unavailable, the Offeror shall
provide excerpts of the Contract or Task Order solicitation or other documentation that validates the NAICS or PSC
Code in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).
If the NAICS or PSC Code was reported incorrectly or changed, provide a letter formatted in accordance with Section
J.14 or J.15. from a Warranted Contracting Officer in accordance with the instructions in Section L.5.3.2.1. in Volume
3 of the proposal submission.

2. What is/was the ANNUAL AVERAGE DOLLAR VALUE PER YEAR of the Collection of Task Orders?
(Check only one)

$150,000 < $750K (No additional points)

$750K < $2M

$2M < $4M

$4M < $6M

> $6M

Briefly explain how you calculated the Annual Average Dollar Value Per Year
Click here to enter text.

Note: Offeror shall provide excerpts of Contract documentation that substantiate the annual average dollar value of
each Task Order submitted under the Single-Award IDIQ or BPA in Volume 3 of the proposal submission. Highlight
this information in the scanned document(s).
SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104
OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 34

3. Which CORE DISCIPLINES were performed on the Collection of Task Orders? (Check all that apply). For
additional points, the Offeror must have at least 4, up to 6, Core Disciplines under the Collection of Task
Orders.

For each Core Discipline checked, briefly (125 words or less for each core discipline) explain the rationale supporting
your assertion that each Core Discipline was performed. Provide this information next to each Core Discipline
checked below.
Program Management: Click here to enter text.

Management Consulting: Click here to enter text.

Engineering: Click here to enter text.

Scientific: Click here to enter text.

Financial Management: Click here to enter text.

Logistics: Click here to enter text.

Note: Offeror shall provide excerpts of Task Order documentation that substantiate the Core Disciplines performed in
Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

4. Does any of the Collection of Task Orders involve performance in MULTIPLE locations(Caution: See
Section M.5.1.4. for how multiple locations is calculated. TDY less than 30 days does NOT count)

Yes

No

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 35

If Yes, does any of the Collection of Task Orders involve performance in at least 2 and up to 4 different locations? (If
5 or more locations, select No and go to the next question)

Yes

No

If Yes, does any of the Collection of Task Orders involve performance in 5 or more different locations?

Yes

No

If Yes, briefly explain each of the MULTIPLE locations and the type of work being performed in the space below:
Limit to at least 3 up to a maximum of 5.
Click here to enter text.

Note: Offeror shall provide excerpts of Task Order documentation that substantiate the MULTIPLE location work
performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

5. Does any of the Collection of Task Orders involve performance of SUBCONTRACTING or TEAMING of AT
LEAST 3 SEPARATE ENTITIES/CONSULTANTS?

Yes

No

If Yes, briefly identify who the Subcontractors/Teaming partners were and the work being done by each one of them.
Limit explanation to at least 3 but, no more than 3, separate entities in the space provided below.

Shane Westphalen, Rochelle Cave, Service Now

Note: Offeror shall provide excerpts of Task Order documentation that substantiate the Subcontracting/Teaming
performed in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 36

6. Does any of the Collection of Task Orders involve performance of ANCILLARY SUPPORT SERVICES?
(Caution: See definition in Section M.5.1.6)

Yes

No

If Yes, briefly describe the type of Ancillary Support Services provided in the space below:
Hosting

Note: Offeror shall provide excerpts of Task Order documentation that substantiate the ancillary services performed
in Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

7. Does any of the Collection of Task Orders involve performance of ANCILLARY SUPPORT PRODUCTS?
(Caution: See definition in Section M.5.1.6)

Yes

No

If Yes, briefly describe the Ancillary Support Products provided in the space below:
Helpdesk support

Note: Offeror shall provide excerpts of Task Order documentation that substantiate the ancillary products provided in
Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

8. Does any of the Collection of Task Orders include Cost Reimbursement (any Cost type under FAR 16.3) as
the Predominate Contract Type?

Yes

No

If Yes, briefly describe the type of Cost Reimbursement work provided in the space below:
Click here to enter text.

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104


OASIS SMALL BUSINESS SOLICITATION
ON-RAMP (POOL 1)
SOLICITATION NO. GS00Q-13-DR-0002
SECTION J.7. ATTACHMENT (7)
MOD 3 Amendment 0
Page 37

Note: Offeror shall provide excerpts of Contract documentation that substantiate the predominant Contract type of
Cost Reimbursement work in Volume 3 of the proposal submission. Highlight this information in the scanned
document(s).

9. Does any of the Collection of Task Orders involve performance in OCONUS locations?

If Yes, briefly explain each of the OCONUS locations and the type of work being performed in the space below:

Click here to enter text.

Note: Offeror shall provide excerpts of Task Order documentation that substantiate the places of performance in
Volume 3 of the proposal submission. Highlight this information in the scanned document(s).

END OF PROJECT 5 ALTERNATE

SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104

You might also like