87
SEE ADDENDUM (No Collect Calls) HQ051619R0007 19-Apr-2019 b. TELEPHONE NUMBER 951-413-2634 8. OFFER DUE DATE/LOCAL TIME 10:00 AM 20 May 2019 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA – FAR (48 CFR) 53.212 (TYPE OR PRINT) (SIGNATURE OF CONTRACTING OFFICER) ADDENDA ARE 26. TOTAL AWARD AMOUNT (For Gov t. Use Only ) 23. CODE 10. THIS ACQUISITION IS SUCH ADDRESS IN OFFER 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT BELOW IS CHECKED TELEPHONE NO. HQ0516 9. ISSUED BY 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK 7. FOR SOLICITATION INFORMATION CALL: a. NAME SHEVONN MOORE 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER (TYPE OR PRINT) 30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA 0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED. 25. ACCOUNTING AND APPROPRIATION DATA 1. REQUISITION NUMBER 20. ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. PAGE 1 OF 87 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS HQ0516914522 ARE NOT ATTACHED 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 1 (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: . YOUR OFFER ON SOLICITATION 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN % FOR: SET ASIDE: UNRESTRICTED OR X SMALL BUSINESS X 17a.CONTRACTOR/ CODE FACILITY OFFEROR CODE HQ0516 DMA CONTRACTING SHEVONN MOORE 23755 Z. STREET RIVERSIDE CA 92518 18a. PAYMENT WILL BE MADE BY CODE RATED ORDER UNDER DPAS (15 CFR 700) 13a. THIS CONTRACT IS A 13b. RATING CODE 15. DELIVER TO CODE 16. ADMINISTERED BY SEE SCHEDULE 12. DISCOUNT TERMS 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 14. METHOD OF SOLICITATION RFQ IFB RFP X FAX: TEL: (951) 413-2486 SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS 8(A) HUBZONE SMALL BUSINESS SIZE STANDARD: 1,250 NAICS: 334220 100 X OFFER DATED 29. AWARD OF CONTRACT: REF. DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND EMAIL: TEL: 31c. DATE SIGNED SEE SCHEDULE SCHEDULE OF SUPPLIES/ SERVICES ITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT 24. 22. 21. 19. WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB

SEE SCHEDULE - AWS

Embed Size (px)

Citation preview

SEE ADDENDUM

(No Collect Calls)

HQ051619R0007 19-Apr-2019

b. TELEPHONE NUMBER

951-413-2634

8. OFFER DUE DATE/LOCAL TIME

10:00 AM 20 May 2019

5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE

AUTHORIZED FOR LOCAL REPRODUCTION

PREVIOUS EDITION IS NOT USABLE

STANDARD FORM 1449 (REV. 2/2012)

Prescribed by GSA – FAR (48 CFR) 53.212

(TYPE OR PRINT)

(SIGNATURE OF CONTRACTING OFFICER)

ADDENDA ARE

26. TOTAL AWARD AMOUNT (For Gov t. Use Only )

23.

CODE 10. THIS ACQUISITION IS

SUCH ADDRESS IN OFFER

17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT

BELOW IS CHECKED

TELEPHONE NO.

HQ05169. ISSUED BY

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK

7. FOR SOLICITATION

INFORMATION CALL:

a. NAME

SHEVONN MOORE

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

(TYPE OR PRINT)

30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER

30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA

027a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED.

25. ACCOUNTING AND APPROPRIATION DATA

1. REQUISITION NUMBER

20.

ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED.

PAGE 1 OF 87

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

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMSHQ0516914522

ARE NOT ATTACHED

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

1

(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE

SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:

. YOUR OFFER ON SOLICITATION

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN

% FOR:SET ASIDE:UNRESTRICTED OR X

SMALL BUSINESSX

17a.CONTRACTOR/ CODE FACILITY

OFFEROR CODE

HQ0516 DMA CONTRACTING

SHEVONN MOORE

23755 Z. STREET

RIVERSIDE CA 92518

18a. PAYMENT WILL BE MADE BY CODE

RATED ORDER UNDER

DPAS (15 CFR 700)

13a. THIS CONTRACT IS A

13b. RATING

CODE15. DELIVER TO CODE 16. ADMINISTERED BY

SEE SCHEDULE

12. DISCOUNT TERMS11. DELIVERY FOR FOB DESTINA-

TION UNLESS BLOCK IS

MARKED

SEE SCHEDULE

14. METHOD OF SOLICITATION

RFQ IFB RFPX

FAX:

TEL: (951) 413-2486SERVICE-DISABLED

VETERAN-OWNED

SMALL BUSINESS

8(A)

HUBZONE SMALL

BUSINESS

SIZE STANDARD:

1,250

NAICS:

334220

100

XOFFER DATED

29. AWARD OF CONTRACT: REF.

DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY

COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND

EMAIL:

TEL:

31c. DATE SIGNED

SEE SCHEDULE

SCHEDULE OF SUPPLIES/ SERVICESITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT

24.22.21.19.

WOMEN-OWNED SMALL BUSINESS (WOSB)

ELIGIBLE UNDER THE WOMEN-OWNED

SMALL BUSINESS PROGRAM

EDWOSB

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

(CONTINUED)

PAGE 2 OF87

ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: ______________________________________________________

32a. QUANTITY IN COLUMN 21 HAS BEEN

RECEIVED INSPECTED

32b. SIGNATURE OF AUTHORIZED GOVERNMENT

REPRESENTATIVE

32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT

REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f . TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

37. CHECK NUMBER

FINALPARTIALCOMPLETE

36. PAYMENT35. AMOUNT VERIFIED

CORRECT FOR

34. VOUCHER NUMBER

FINAL

33. SHIP NUMBER

PARTIAL

38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY

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. 2/2012) BACK

Prescribed by GSA – FAR (48 CFR) 53.212

AUTHORIZED FOR LOCAL REPRODUCTION

PREVIOUS EDITION IS NOT USABLE

SEE SCHEDULE

20.

SCHEDULE OF SUPPLIES/ SERVICES

21.

QUANTITY UNIT

22. 23.

UNIT PRICE

24.

AMOUNT

19.

ITEM NO.

HQ051619R0007

Page 3 of 87

Section A - Solicitation/Contract Form

CLAUSES INCORPORATED BY REFERENCE

52.203-18 Prohibition on Contracting With Entities That Require Certain

Internal Confidentiality Agreements or Statements--

Representation

JAN 2017

HQ051619R0007

Page 4 of 87

Section B - Supplies or Services and Prices

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0001

1 Lot

AFN-BC SYSTEM PRELIMINARY DESIGN REVIEW

FFP

Deliverable: Preliminary Design Review Package

IAW PWS PARAGRAPH 7.1 PRELIMINARY DESIGN WILL BE DUE

APPROXIMATELY 30 DAYS AFTER DATE OF AWARD (ACD).

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0002

1 Lot

AFN-BC SYSTEM INTERMEDIATE DESIGN REVIEW

FFP

Deliverable: Intermediate Design Review Package

IAW PWS PARAGRAPH 7.1 INTERMEDIATE DESIGN WILL BE DUE

APPROXIMATELY 60 DAYS ACD.

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 5 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0003

1 Lot

AFN-BC SYSTEM FINAL DESIGN REVIEW

FFP

Deliverable: Final Design Review Package

IAW PWS PARAGRAPH 7.1 FINAL DESIGN WILL BE DUE

APPROXIMATELY 90 DAYS ACD.

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0004

1 Lot

AFN-BC SYSTEM EQUIPMENT DELIVERY

FFP

IAW PWS PARAGRAPH 6.0 SYSTEM EQUIPMENT DELIVERY WILL BE

DUE APPROXIMATELY 210 DAYS ACD.

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 6 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0005

1 Lot

AFN-BC SYSTEM TRAINING

FFP

IAW PWS PARAGRAPH 10.0

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0006

1 Lot

AFN-BC SYSTEM COMMISSIONING&INTEGRATION

FFP

IAW PWS PARAGRAPH 4.0, 6.0, 7.0, & 8.0 COMMISSIONING AND

INTEGRATION (TO INCLUDE ACCEPTANCE TESTING)

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 7 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0007

1 Lot

OPTION

AFN-BC SYSTEM INSTALLATION

FFP

IAW PWS PARAGRAPH 7.2.

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0008

1 Lot

OPTION

AFFILIATE SYSTEM AFN-BC TEST SYSTEM

FFP

IAW PWS PARAGRAPH 6.0 & 14.2 NTE 2 SYSTEMS

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 8 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0009

1 Lot

OPTION

NETWORK AFN-BC REFRESHER TRAINING

FFP

IAW PWS PARAGRAPH 10.2 TRAINING NTE 40HOURS

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0010

1 Lot

OPTION

TRAINING TASA TECHNICIANS AFFILIATE SYS

FFP

IAW PWS PARAGRAPH 10.9

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 9 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0011

1 Years

OPTION

NETWORK (AFN-BC) SYSTEM

FFP

IAW PWS PARAGRAPH 11.0 Network (AFN-BC) System 24x7 Service and

Support Year 2

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0012

1 Years

OPTION

NETWORK (AFN-BC) SYSTEM

FFP

IAW PWS PARAGRAPH 11.0 Network (AFN-BC) System 24x7 Service and

Support Year 3

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 10 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0013

1 Years

OPTION

NETWORK (AFN-BC) SYSTEM

FFP

IAW PWS PARAGRAPH 11.0 Network (AFN-BC) System 24x7 Service and

Support Year 4

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0014

1 Years

OPTION

NETWORK (AFN-BC) SYSTEM

FFP

IAW PWS PARAGRAPH 11.0 Network (AFN-BC) System 24x7 Service and

Support Year 5

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 11 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0015

1 Years

OPTION

NETWORK (AFN-BC) SYSTEM

FFP

IAW PWS PARAGRAPH 11.0 Network (AFN-BC) System Licensing Year 2

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0016

1 Years

OPTION

NETWORK (AFN-BC) SYSTEM

FFP

IAW PWS PARAGRAPH 11.0 Network (AFN-BC) System Licensing Year 3

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 12 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0017

1 Years

OPTION

NETWORK (AFN-BC) SYSTEM

FFP

IAW PWS PARAGRAPH 11.0 Network (AFN-BC) System Licensing Year 4

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0018

1 Years

OPTION

NETWORK (AFN-BC) SYSTEM

FFP

IAW PWS PARAGRAPH 11.0 Network (AFN-BC) System Licensing Year 5

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 13 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

1001

20 Each

OPTION

AFFILIATE SYS DINFOS FORT MEADE

FFP

IAW PWS PARAGRAPH 6.0 & 14.2 NTE 20 SYSTEMS

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

1002

1 Lot

OPTION

DINFOS SYSTEM ONSITE TRAINING

FFP

IAW PWS PARAGRAPH 10.0

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 14 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

1003

1 Years

OPTION

DINFOS SYSTEMS

FFP

IAW PWS PARAGRAPH 11.0 DINFOS SYSTEMS 8X5 SERVICE AND

SUPPORT AND LICENSING YEAR 2

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

1004

1 Years

OPTION

DINFOS SYSTEMS

FFP

IAW PWS PARAGRAPH 11.0 DINFOS SYSTEMS 8X5 SERVICE AND

SUPPORT AND LICENSING YEAR 3

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 15 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

1005

1 Years

OPTION

DINFOS SYSTEMS

FFP

IAW PWS PARAGRAPH 11.0 DINFOS SYSTEMS 8X5 SERVICE AND

SUPPORT AND LICENSING YEAR 5

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

1006

1 Years

OPTION

DINFOS SYSTEMS

FFP

IAW PWS PARAGRAPH 11.0 DINFOS SYSTEMS 8X5 SERVICE AND

SUPPORT, LICENSING YEAR 5

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 16 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

2001

20 Each

OPTION

AFFILIATE SYSTEMS ATLANTIC REGION

FFP

IAW PWS PARAGRAPH 6.0 & 14.2 NTE 20 SYSTEMS

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

2002

6 Job

OPTION

ATLANTIC REGION ONSITE TRAINING

FFP

IAW PWS PARAGRAPH 10.0 NTE 6 Separate On Site Visits for Training

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 17 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

2003

1 Years

OPTION

ATLANTIC REGION SYSTEMS

FFP

IAW PWS PARAGRAPH 11.0 ATLANTIC REGION SYSTEMS 24X7

SERVICE AND SUPPORT, LICENSING YEAR 2

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

2004

1 Years

OPTION

ATLANTIC REGION SYSTEMS

FFP

IAW PWS PARAGRAPH 11.0 ATLANTIC REGION SYSTEMS 24X7

SERVICE AND SUPPORT, LICENSING YEAR 3

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 18 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

2005

1 Years

OPTION

ATLANTIC REGION SYSTEMS

FFP

IAW PWS PARAGRAPH 11.0 ATLANTIC REGION SYSTEMS 24X7

SERVICE AND SUPPORT, LICENSING YEAR 4

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

2006

1 Years

OPTION

ATLANTIC REGION SYSTEMS

FFP

IAW PWS PARAGRAPH 11.0 ATLANTIC REGION SYSTEMS 24X7

SERVICE AND SUPPORT, LICENSING YEAR 5

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 19 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

3001

6 Each

OPTION

AFFILIATE SYSTEMS KOREA REGION

FFP

IAW PWS PARAGRAPH 6.0 & 14.2 NTE 6 SYSTEMS

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

3002

2 Job

OPTION

KOREA REGION ONSITE TRAINING

FFP

IAW PWS PARAGRAPH 10.0 NTE 2 Separate On Site Visits for Training

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 20 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

3003

1 Years

OPTION

KOREA REGION

FFP

IAW PWS PARAGRAPH 11.0 KOREA REGION 24X7 SERVICE AND

SUPPORT ,LICENSING YEAR 2

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

3004

1 Years

OPTION

KOREA REGION

FFP

IAW PWS PARAGRAPH 11.0 KOREA REGION 24X7 SERVICE AND

SUPPORT ,LICENSING YEAR 3

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 21 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

3005

1 Years

OPTION

KOREA REGION

FFP

IAW PWS PARAGRAPH 11.0 KOREA REGION 24X7 SERVICE AND

SUPPORT ,LICENSING YEAR 4

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

3006

1 Years

OPTION

KOREA REGION

FFP

IAW PWS PARAGRAPH 11.0 KOREA REGION 24X7 SERVICE AND

SUPPORT ,LICENSING YEAR 5

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 22 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

4001

7 Each

OPTION

AFFILIATE SYSTEMS JAPAN REGION

FFP

IAW PWS PARAGRAPH 6.0 & 14.2 NTE 7 SYSTEMS

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

4002

4 Job

OPTION

JAPAN REGION ONSITE TRAINING

FFP

IAW PWS PARAGRAPH 10.0 NTE 4 Separate On Site Visits for Training

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 23 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

4003

1 Years

OPTION

JAPAN REGION

FFP

IAW PWS PARAGRAPH 11.0 JAPAN REGION 24X7 SERVICE AND

SUPPORT, LICENSING YEAR 2

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

4004

1 Years

OPTION

JAPAN REGION

FFP

IAW PWS PARAGRAPH 11.0 JAPAN REGION 24X7 SERVICE AND

SUPPORT, LICENSING YEAR 3

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 24 of 87

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

4005

1 Years

OPTION

JAPAN REGION

FFP

IAW PWS PARAGRAPH 11.0 JAPAN REGION 24X7 SERVICE AND

SUPPORT, LICENSING YEAR 4

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

4006

1 Years

OPTION

JAPAN REGION

FFP

IAW PWS PARAGRAPH 11.0 JAPAN REGION 24X7 SERVICE AND

SUPPORT ,LICENSING YEAR 5

FOB: Destination

PURCHASE REQUEST NUMBER: HQ0516914522

NET AMT

HQ051619R0007

Page 25 of 87

Section C - Descriptions and Specifications

PERFORMANCE WORK STATEMENT

Performance Work Statement

Enterprise Radio Automation System Contract Number:

Solicitation Number: HQ0516-19-R-0007

Tracking Number:

1. Contracting Officer Representative (COR).

1.1 Primary COR.

Name: (completed by the KO at time of contract or TO

award) Organization:

Department of Defense

Activity Address Code

(DODAAC):

(refer to the DODAAC web site at

https://dodaac.wpafb.af.mil for additional

information) Address:

Phone Number:

Fax Number:

E-Mail Address:

1.2 Alternate COR.

Name: (completed by the KO at time of contract or TO

award) Organization:

DODAAC: (refer to the DODAAC web site at

https://dodaac.wpafb.af.mil for additional

information) Address:

Phone Number:

Fax Number:

E-Mail Address:

2. Task Order Title: Enterprise Radio Automation System (ERAS).

3. Background: The Defense Media Activity (DMA) provides comprehensive internal and

external information to the entire Department of Defense through all available media. DMA

communicates messages and themes to Secretary of Defense, Service Secretary and other

DoD and Military Service through the medium of print, the worldwide web, radio and

HQ051619R0007

Page 26 of 87

television in order to support and improve quality of life and morale, situational awareness,

and sustain readiness. DMA provides U.S. radio and television news, information and

entertainment programming to military service members, DoD civilians and their families

overseas, and on board U.S. Navy ships. The DMA, for the purpose of this contract, consist

of the following subordinate organizations:

American Forces Network (AFN)

American Forces Network-Broadcast Center (AFN-BC)

Defense Information School (DINFOS)

StationAFN Bahrain

StationAFN Benelux

StationAFN Gitmo

StationAFN Kaiserslautern

StationAFN Rota

StationAFN Sigonella

StationAFN Souda Bay

StationAFN Aviano

StationAFN Incirlik

StationAFN Spangdahlem

StationAFN Stuttgart

StationAFN Vicenza

StationAFN Weisbaden

SuperstationAFN Bavaria

SuperstationAFN Naples

Superstation – CenterAFN Sembach

AFN HeadquatersFort Meade, MD

AFN Broadcast CenterRiverside, CA

Superstation – BureauAFN Humpheys

StationAFN Kunsan

StationAFN Daegu

StationAFN Okinawa

StationAFN Sasebo

StationAFN Misawa

StationAFN Iwakuni

StationAFN Diego Garcia

Station - CenterAFN Tokyo

Policy/Guidance

DISA L3VPN Connectivity

Defense Information School

(DINFOS)Defense Media Activity

(DMA)

The AFN-BC staff performs a wide array of post-production functions on programming

acquired from sources including U.S. commercial and public broadcast networks,

independent producers, and programming distributors.

Command information, promotional spots, timely news and sports and interstitial materials

are assembled for inclusion into each automated radio channel. AFN-Region specific radio

services and content are distributed to DMA outlets and authorized users through a global

satellite digital network, live web streams, internet file delivery or on duplicated media,

HQ051619R0007

Page 27 of 87

whichever is most appropriate. DMA outlets further distribute this programming to their

local audiences by means of standard AM, FM, satellite, or cable TV transmission systems.

4. Scope: The contractor shall design, engineer, furnish, install, integrate, test and commission

all hardware, software, licensing, ancillary equipment, training, documentation and warranty

support to provide an Enterprise Radio Automation System (ERAS) as a replacement to the

current Automation System. The ERAS shall provide AFN and their Affiliates the ability to

operate as one global network whereas On-Air playlists may be securely administered locally

and remotely from the AFN-BC and specific radio content is shareable as administered

across the ERAS. The ERAS shall consist of a core (Network) system at the AFN-BC and

shall be capable of supporting a minimum of 37 Affiliate systems located worldwide as well

as 18 Affiliate training systems located at DINFOS. Vendors are encouraged to demonstrate

their proven ability to utilize emerging technologies (e.g. cloud) for any of the following

subsystems. The installation requirement applies to only the Network system. Please be

advised of the Acceptance Testing requirement detailed in section 8 of this PWS. The

Affiliate/DINFOS systems will be separated as Government Optional CLINs which may or

may not be exercised all or in part at a later date.

AFN-BC System

2018/19

Atlantic Region Pacific Region

2021 * 2023 *

* Projections are approximated and not guaranteed to Occur

Network

Enterprise

Affiliates

DINFOS

2020 *

The ERAS functionally consists of the following subsystems. Proposed systems that

integrally contain these subsystems without the use of third party applications may be

more desirable.

On Air Radio Automated Playout

Automated Satellite Content Acquisition

Local Archive and Play-to-Air Storage

Secure Shared Cloud Based Storage

Multi-Station Traffic

Multi-Station Music Scheduling

Audio Editing Production and Assembly

Live Studio Assist

Alibi Logging

Wheatstone and Axia Router Control

HQ051619R0007

Page 28 of 87

The figure below represents a functional description of the ERAS. This diagram in no way

implies a required or suggested architecture for the system but is provided only as a means to

assist with an understanding of the scope.

AFN-BC Network SystemOn Air Playout

EditProductionAssembly

Content Acquisition

Studio/LiveAssist

Traffic

Music Scheduling

Local ArchivePlay-To-Air

Storage

On Air Playout

EditProductionAssembly

Studio/LiveAssist

Traffic

Music Scheduling

Local ArchivePlay-To-Air

Storage

AFN Affiliate Systems

Axia RouterWheatstone AoIP Router

Administrative Rules Applied

Alibi Logging Alibi Logging

Content Acquisition

Secure, Shared Cloud Storage

The figure below represents a sample global architecture of the ERAS. This diagram in no

way implies a required or suggested architecture for the system but is provided only as a

means to assist with an understanding of the scope.

HQ051619R0007

Page 29 of 87

Affiliate A

Affiliate B

DINFOSDISA Cloud(Existing)

Cloud Storage

AFN-BC A-Net Firewall

AFN-BC B-Net Firewall

AFN-BC B-Net

Field Production

NetworkSystem

The contractor shall provide a transition plan that supports minimum interruption to current

operations while the ERAS is installed and tested. The contractor shall provide on-site

training on all portions of the ERAS to AFN-BC programming, operations and engineering

personnel.

5. Purpose: To acquire an ERAS which incorporates a Network System (AFN-BC) and

numerous Affiliate systems that function as one geographically separated system. Specific

requirements and quantities are detailed later in this PWS.

The ERAS will enable the DMA AFN-BC to meet and support the American Forces Network

(AFN) mission under the DMA Performance Plan: Key initiative 2: “Transform delivery of

Radio Overseas: Retain the ability to deliver both entertainment and command information

while exploring cost reductions by adjusting overseas infrastructure, facility footprint, and

communications costs.” This mission is to provide a balanced representative selection of

popular radio and television information and entertainment programs of particular interest to

both the primary AFN audience of DoD personnel stationed overseas and their family

members. The Enterprise Radio Automation System shall ensure the accomplishment of the

AFN mission to effectively communicate command information to DoD personnel stationed

overseas and their family members, while simultaneously providing the level of

entertainment needed to make a positive impact on their morale. It will also provide the most

efficient medium to ensure the effective communication of information messages inserted

HQ051619R0007

Page 30 of 87

within the program as spot announcements in support of DoD internal information themes,

goals and objectives. DMA AFN-BC mission tasking per DoD Instruction 5120.20 is to

support the Internal Communications mission of the Department of Defense by providing a

broad range of information and entertainment programming to DoD personnel and their

family members overseas, thus attracting an audience for Internal Communications messages

placed within AFN programming.

6. Performance Requirements:

The Enterprise Automation system shall be scalable. The base requirement includes

only the products and services to successfully provide the Network System. The Affiliate

systems are separated as Government Options which may or may not be exercised all or in

part at a later date.

6.1 General Requirements -The Network: The Contractor shall design, engineer, furnish,

configure, integrate, train, test and commission all hardware, software and materials

necessary to provide an Enterprise Radio Automation System in accordance with this

Performance Work Statement (PWS). The Network System shall be installed at the

AFN-BC in Riverside California and provide automatic redundant On Air Automated

playout; studio live assist; Wheatstone AoIP Router control; content acquisition;

editing, production and assembly; traffic; scheduling; alibi logging, play-to-air and

archive storage both locally and shared through a secure cloud based solution.

6.1.1 Cueing. The AFN-BC Radio cueing process uses General Purpose

Interface (GPI) delivered from the Provider and converted to IP through the

Wheatnet IP Routing system. Essentially AFN-BC is an Affiliate to many

content providers. AFN-BC also creates cues through sub-audible .wav files

and/or XML to control events in affiliate automation playlists and/or the

AFN 360 Streaming Radio services hosted by Triton Digital. A replacement

of sub-audible tones with a more elegant and modern solution (for example,

digital signaling) is desired, however the sub-audible and proposed

replacement shall operate in parallel while the Affiliate stations remain on

their legacy systems.

6.1.2 Because this is an Enterprise system, all files and functions shall

always be accessible from any workstation at the AFN-BC and remote

locations. AFN-BC as the Network, shall have the capability to access,

monitor and control Affiliate station automation systems in such a manner

that the Network Operator is presented with the same features that the

Affiliate Operator has available. Remote operation shall be inherent to the

system, logging in using a remote control application (e.g. Teamviewer,

Remote Desktop) is less desirable.

6.1.3 In addition to the Affiliate performing their own Automation

scheduling, the AFN-BC shall be able to deliver complete ready-for-air

automation logs, should the need arise. Currently AFN-BC delivers logs from

HQ051619R0007

Page 31 of 87

a 3rd party scheduling application and those logs are merged into the local

standalone automation systems. Administrative rules shall be provided to

customize which remote features or capabilities may be enabled or disabled.

6.1.4 It is important to note that the Government plans on using our

existing Defense Information Systems Agency (DISA) Virtual Private

Network (VPN) to connect the Network and Affiliates. This connection

would enable Network access to each of the Affiliate systems as well as

content sharing among the stations, cloud storage of content, and

perhaps more as the system evolves. The DISA VPN has proven itself to

be fairly unreliable, therefore it is imperative that every system is

capable of operating completely on its own; there shall be no reliance on

VPN connectivity for normal operations. Further details on how the

Government networks are configured and the rules in place to segregate

those networks would be discussed with the successful Vendor during

the design reviews.

6.1.5 The System shall be fully compatible with the existing Triton

Digital AFN 360 internet radio streaming equipment and processes.

Additional information is provided in Section 6.2.3.

6.1.6 The System and its subcomponents shall be compliant with and

work within the Security Technical Implementation Guides (STIG)

restrictions/requirements as established by DISA and US Cyber Command

(CYBERCOM), ( https://iase.disa.mil/stigs/Pages/index.aspx ) as well as the

Broadcast Network parameters and policies in place at the AFN-BC. Any

and all future software updates provided as part of this contract shall be STIG

compliant; the Vendor shall provide a fix for any software updates that cause

the system to fail a STIG compliance inspection. Proposed Cloud solutions

shall also comply with DOD Cloud Computing Security Requirements Guide

(SRG). Network hardware should be on the DISA Approved Product List

(APL) with fully manageable switches supporting 802.1x, port security, and

802.1Q allowing integration into our enterprise network.

6.1.7 The System shall record/ingest audio and metadata into and

playback from hard disk drive storage systems (Specific Automation,

Storage, and Routing requirements are described in separate sections).

6.1.8 The System shall be designed with redundancy for all subsystems

and network appliances to maximize mean-time-between-failures (MTBF)

where economically feasible. The System’s architecture may include

primary and backup (hot standby) audio servers, primary and backup

database servers, primary and backup storage arrays, automatic network

reroute feature for port failures, and redundant power supplies. The System

shall allow for system updates to be applied to the idle redundant subsystem,

monitored for success and placed into the primary air chain while the primary

HQ051619R0007

Page 32 of 87

is updated. The Contractor shall determine the LAN/WAN topology and

components for the best redundancy throughput. The Servers provided shall

make use of the latest hardware and software technologies to limit the

footprint of the system while maintaining redundancy. The servers,

workstations, and storage arrays shall be connected using the system

manufacturer’s LAN/WAN design. The design shall include professional,

enterprise-grade Keyboard/Video/Mouse (KVM) units, capable of HD

resolution (1920x1080), for accessing all provided computers. All

Workstations (WS) and Servers shall be delivered with the latest Operating

System (OS), Windows 10 and/or Windows Server 2016, with all known OS,

software suite and application flaws addressed and corrected. All WS’s and

Servers shall, as a minimum, be delivered with a CD/DVD -Read/-ReadWrite

(-R/-RW) drive. All provided WS’s and applications shall be Windows

based. Audio servers shall be capable of simultaneous on-air and production

functions with no data throughput degradation. All Enterprise Workstations

shall be able to create, schedule, modify, and execute format playlists and

have record, edit, and playback production capability.

6.1.9 The local System shall be synchronized to Government provided

Network Time Protocol (NTP) clock for accurate timing. The System shall

automatically shift between Daylight and Standard Time in all time zones

worldwide and reset Play/Record schedules to the correct time/place. The

Contractor shall explain how they propose to meet this time change

requirement.

6.1.10 The System shall include traffic management/scheduling for spots

and short-form interstitials. The system shall include music

management/scheduling.

6.1.11 The System shall include production functions for record, edit,

save, store/forward both internally at the AFN-BC and at all remote affiliate

stations.

6.1.12 The System shall include recording scheduling and on-air program

log scheduling functions for creating clocks and playlists – both internally at

the AFN-BC and at all remote affiliate stations.

6.1.13 It is desirable for the ability to select the language the system

displays. The available languages should be those that are common to the

Affiliate locations listed in Section 14.2.

6.1.14 The Contractor shall provide integration services so the ERAS

seamlessly replaces the existing Automation system to include, in part,

schedule creation, file transfer of existing media and Wheatstone AoIP

Router interfacing.

HQ051619R0007

Page 33 of 87

6.1.15 The Contractor shall supply all hardware, software, Ethernet

appliances, custom cabling, installation and integration services to provide a

turn-key ERAS.

6.1.16 All hardware provided to satisfy the requirements of this PWS

shall be Commercial-off-the-shelf (COTS) equipment and appliances with

minor modifications made to satisfy the unique requirements of AFN.

Manufacturers of supplied hardware shall be industry recognizable brands

(e.g. Dell, HP) with an assessable reputation of reliability and sustainability

in the United States broadcast and Information Technology (IT) industries.

6.1.17 The Contractor shall understand that the AFN Affiliates located

around the world may have differing power supply and connection

requirements. Providing equipment with universal power and compatibilities

with existing, varying infrastructures is the Contractor’s responsibility.

6.2 Task 1 - Specific Requirements – The Network AFN is responsible for selecting an

ERAS for the creation and broadcast of 24 full-time radio channels over the

worldwide AFN satellite and internet streaming networks. Variable approaches are

allowed for meeting the requirements of the PWS, but any variances must meet the

requirements as functionally described in this PWS.

6.2.1 Subtask 1.1 - Content Acquisition

6.2.1.1 The System shall use commands written in record schedules to

acquire radio programming and attendant metadata, digitize as needed, and route

signal feeds for automatic and manual recording (user selectable) to storage and/or

for direct, simultaneous play out by multiple on-air stations. The Contractor shall

provide 24 “record lists”, preferably not consolidated to a single machine. The

record/file ingest scheduling function shall be native to the system; no external,

third party scheduling software is permitted.

6.2.1.2 The system shall be capable of capturing cues associated with

program audio during the program acquisition phase. These cues shall be visible

for producers using an editing screen to manually prepare a show for air. They

shall also serve as “markers” for the system to automatically build multi-segment

programs. Variations are allowed, but two typical approaches are to 1) trim off a

user-definable length of audio before the cue or, 2) set a segment End-of-Message

(EOM) at a user-definable point before the cue. In either case, program segments

(without commercials) are saved and staged in pre-existing rotation lists for later

playback as complete shows with AFN spots inserted automatically.

6.2.1.3 Should a problem occur or if maintenance is required on any

program acquisition WS and/or its corresponding audio server, cabling, etc., this

system shall provide for a backup capability, which will allow recordings to be

made during the maintenance or error condition. This does not mandate that each

HQ051619R0007

Page 34 of 87

auto record channel has two PCs with each running identical record schedules

simultaneously. It means that any WS on the LAN is quickly configurable to take

over all of the functions in the event a “main” platform component is off line. If a

problem occurs in the Main server/storage array during program recording, the

Contractor shall propose a contingency plan – perhaps involving simultaneous

recordings to the backup server/storage array.

6.2.1.4 The system shall provide for manual record schedule builds and

modifications on any WS connected to the LAN.

6.2.1.5 The system shall allow schedules to be changed and/or reloaded at

any time, even while files are recording.

6.2.1.6 Each schedule, whether hourly, or daily, shall automatically chain

(advance) to the next hour or day with no Operator manipulation required.

6.2.1.7 The System shall provide for the automatic and manual recording

of background audio programs from several, user-selectable sources including:

satellite receivers; IP (including a Secure File Transfer Protocol (sFTP) capability);

LAN/WAN; fiber; telephony; and in-house, Operator-based input. It shall also be

capable of direct ingest from external digital sources. Note: While the system is

required to ingest audio files acquired from the Internet, only specific

provided “Internet Gateway” WSs shall be configured to reach the public

internet. These systems will be required to undergo a Government Security

Technical Implementation Guide (STIG) process before they may be

connected to the Government Network. The six (6) required Internet Gateways

shall also be fully compliant and configured with Active Directory and shall be

configured in a “multi user” design compatible with the Government Common

Access Card (CAC). Users shall have the ability to login with their CAC and

maintain their same user experience, preventing a single, shared user account

which is in violation of the DOD STIG.

6.2.1.8 The system shall include an IP import program/application with

several admin-created profiles for watching internal/external audio file folders and

automatically ingesting the files into their respective categories in storage.

6.2.1.9 If the IP import program/application freezes or stops, it shall be

easily restarted and quickly rescan watch folders to pick up where it left off.

6.2.1.10 The IP import program/application shall provide an on-screen

status display for quick visual review.

6.2.1.11 The IP import program/application shall create daily logs as .txt

files.

6.2.1.12 The system shall fully interface the National Public Radio (NPR)

“Content Depot” process used at the AFN-BC.

6.2.1.13 The system shall be able to record/ingest real time metadata

belonging to an audio file and store the related data for call up in-house and/or for

distribution to affiliates.

6.2.1.14 Recordings must be made without adversely affecting each other,

any On-Air play out, or overall system performance. They shall be capable of

recording through a rollover through midnight, i.e. a program that starts recording

HQ051619R0007

Page 35 of 87

at 11:50 p.m. on one day’s schedule should keep recording even after the next

day’s record schedule loads.

6.2.1.15 The system shall allow any file to play to air while it’s recording

within a second after the record start command. Files coded as “play while record”

shall remain available to any/all formats i.e. they shall not be restricted for “local

use only” by one format’s PC.

6.2.1.16 Recorded files shall be mapped to their respective locations in the

storage array(s) with user-definable overwrite permissions as granted by the

system administrator.

6.2.1.17 The system shall be capable of encoding incoming audio in mono

or stereo as MPEG 1, Layer 1, Layer 2, or Layer 3 as well as PCM, and WMA.

The available sample rate range shall be 8 to 48kHz and the available bitrate range

shall be 5 kbps to 320 kbps. The encoding function shall be able to be applied

globally, by category, or on a file-by-file basis.

6.2.1.18 The system shall not require that all files be of the same

compression/sample rate in order for the files to play out.

6.2.1.19 All stored audio files shall be available to all WS all of the time for

play out/edit, etc.

6.2.1.20 The system shall create execution logs for each record channel to

accurately account for all events in a channel’s recording day – including but not

limited to: audio and control (cueing, relay closures) routes; macro switches; start,

stop, record commands; and errors encountered before, during, and after

recordings.

6.2.1.21 Logs shall provide easy-to-read diagnostics to help System

administrators and/or maintenance identify malfunctions and failures.

6.2.1.22 Logged events for each record channel shall be displayed by date

and time for each day and each day’s log will be a separate file.

6.2.1.23 Logs shall be kept in their directories indefinitely until purged

manually by a system administrator and/or automatically using administrator

authorized user-defined parameters.

6.2.1.24 Execution log files shall be written to either a local or network

hard drive and shall be exportable to a printer, portable media as ASCII text or

convertible to ASCII text for viewing/printing on equipment not attached to the

LAN.

6.2.1.25 The system shall be capable of displaying a record schedule and its

execution log(s) on one screen at the same time.

6.2.1.26 The system shall include a method for capturing and storing on-air

confidence return (Alibi) audio for all formats. Each shall be recorded 24/7 in one-

hour increments. The recordings shall be MP3, 44.1Hz, 16 bit, stereo, 128kbps.

Each hour-long file shall be easily exportable for review and/or, editing. There

shall be a shortcut created for each unit that can be put on any PC desktop on the

ERAS LAN/WAN. File sets for each format shall be stored for 60 days. Operators

HQ051619R0007

Page 36 of 87

shall be able to “Save”/Save As” each hour-long file to a location so they can open

it for review. Files shall be playable with WMA, and shall be editable with the

System’s internal editor and/or programs like Adobe Audition.

6.2.2 Subtask 1.2 - Production, Edit, and Assembly

6.2.2.1 AFN currently utilizes Adobe Audition for Audio Production, Edit,

and Assembly under an existing enterprise software license; no additional

licenses are required. The proposed system shall include an interface to

ensure complete interoperability between Audition and the ERAS.

Continuing to utilize Audition is highly desired; however proposed

Production, Edit, and Assembly alternatives shall detail specific advantages

so an informed decision can be made during the proposal review. Alternative

Production, Edit, and Assembly functions shall be native to the system; no

external, third party software is permitted for this requirement. The Adobe

Audition interface or proposed alternatives shall provide AFN Radio

Operations the following capabilities at a quantity of 10 “seats” for Audio

Production, Edit, and Assembly.

6.2.2.2 The system shall provide an on-board basic production/editing

capability that allows producers to record audio media and meta-data from

multiple sources into storage, browse all files in storage, edit audio files, and

assemble shows with standard cut, paste, insert, gain adjust, EOM set/adjust,

time squeeze expand.

6.2.2.3 The system shall provide a file and directory import feature with

“start/go” and “cancel” import functions.

6.2.2.4 The system shall provide an import CD feature with “track select,”

“start/go,” and “cancel” import functions.

6.2.2.5 The system shall be capable of encoding incoming audio in a

multitude of selectable formats to include mono or stereo, MPEG 1, Layer 1,

Layer 2, or Layer 3 as well as PCM, and WMA. The available sample rate

range shall be 8 to 48kHz and the available bitrate range shall be 5 kbps to

320 kbps. AFN currently stores audio in the existing system as MPEG 1,

Layer 3 - 44.1kHz sample rate, 256 kbps bit rate, stereo. Should the proposed

System require a new standard, the new pros/cons of the new standard should

be described as part of the response to this PWS and shall be compatible with

existing AFN systems. In addition, any necessary file conversion of the

existing AFN stored content would be the Contractor’s responsibility.

6.2.2.6 All parameters shall be system administrator-definable. An

integrated transcoding/format converting solution shall be offered to ensure

all audio recorded into the system complies with the sample/compression

requirement.

6.2.2.7 Editors shall be able to mark in and out points of file segments for

cut, paste, move, replace, insert, delete, etc. with at least 20 levels of “undo.”

Editors need the ability to preview changes they’ve made to projects without

HQ051619R0007

Page 37 of 87

having to take extra steps, i.e. saving the project under a new name so it can

be played back to hear the edit(s) then resaving again to hear the next edit,

etc.

6.2.2.8 Once a segment is marked for removal, Editors shall be able to

insert another audio file (such as a spot) in the segment’s place. To do this,

Editors shall be able to see a list of audio files from which they can select a

replacement element.

6.2.2.9 A program timer shall help the Editor monitor the project’s

runtime by automatically tracking the runtimes of all project-related audio

file elements as they’re deleted, inserted, etc. File runtime length is

depending on the material being worked.

6.2.2.10 The System shall offer a “squeeze/expand” function with

automatic pitch adjustment to make projects fit their required maximum

runtimes.

6.2.2.11 The “squeeze/expand” function shall provide adjustments by -

hour:minute:second.100s of second.

6.2.2.12 The “squeeze/expand” function shall executable globally, in a

break-by-break and/or a file-by-file basis and shall not introduce discernable

artifacts or distortion to the audio during playback.

6.2.2.13 The System shall allow any file to play to air while it’s being

recorded, edited, or assembled.

6.2.2.14 This function shall provide an integrated audible “scrub” utility

capable of accessing files of up to four hours in length.

6.2.2.15 This function shall allow an Editor to save a program’s audio and

Edit Decision List (EDL) elements as a new file or as an overwrite of an

existing file with the same name (with user-definable prompts). The save

window shall allow for “Save” or “Save As.” The System shall also allow

for the creation of programs and/or program categories that are “write

protected” to prevent accidental deletion or overwrite.

6.2.2.16 The ERAS shall provide several techniques for researching and

retrieving media assets in the audio database. File information shall include:

AFN generated house numbers, file name, file category (music, spots, jingles,

liners, music, program, temporary files, test tones, etc.) description, duration,

default [total project duration], out cue, start/kill date, and other metadata

info. Fields requiring exact entry (time, date, etc.) shall be user-definable.

All other fields shall allow for at least 40 characters of information. The

database search shall be by all categories or by individual category.

6.2.2.17 Non-audio files such as screen configurations, daily record/play

lists, logs, etc. shall - with proper administrative permissions - be quickly and

easily retrieved from any WS on the system LAN/WAN.

6.2.2.18 The system shall allow for Category Names longer than 3

characters.

6.2.2.19 To automatically forward completed audio projects to local and/or

cloud storage, the system shall include professional, enterprise-grade file

sync and backup software, fully customizable with administrator

permissions.

HQ051619R0007

Page 38 of 87

6.2.2.20 The system shall be compatible with automation/XDS/RX feeds.

6.2.2.21 The system shall auto-normalize audio levels on audio import.

6.2.2.22 The system shall automatically set trim-in, trim-out, segue (EOM)

and intro during import.

6.2.2.23 The system shall use embedded tags in the audio file to populate

title and artist fields during media file import.

6.2.2.24 The system shall include a metadata/tag editor.

6.2.2.25 The system shall provide customizable media info fields.

6.2.2.26 The system shall provide enterprise connectivity, enabling

immediate updates of edited products to all stations across enterprise.

6.2.2.27 The system shall allow for customizable categories.

6.2.2.28 The system shall include an music ripper to ingest songs in

definable format & import metadata.

6.2.2.29 The system shall provide option of viewing media as a waveform.

6.2.2.30 The system shall allow moving and/or copying audio files between

categories.

6.2.2.31 The system shall allow Editors to play, edit, export, or remove any

file directly from its Category list.

6.2.2.32 The system shall allow setting a file’s Active and Expire date/time.

6.2.2.33 The system shall allow files to be saved as an individual cut or as a

“rotation” (used for jingles, liners, IDs, promos). Currently, there are

challenges with using rotations for military news files. The new system shall

address these challenges and correct them.

6.2.2.34 The system shall provide a one-button database refresh function.

6.2.2.35 The system shall provide a manual record function with stop,

pause, play, and save, controls.

6.2.3 Subtask 1.3 - Show/Satellite Scheduling

Deliverable: Show/Satellite Scheduling System

6.2.3.1 Scheduling shall be done with an integrated or 3rd party

traffic/scheduling program.

6.2.3.2 The system shall also allow for creating schedules manually with

an integrated log building application or similar.

6.2.3.3 When manual programming mode is used, all feeds (network

satellite, streamed feeds) shall be available on screen for click/replace or

drag/drop.

6.2.3.4 When manual programming mode is used, all audio files shall be

available on screen for click/replace or drag/drop. Audio files shall be

sortable/searchable through a multiple level custom sort by “All,” “Start,”

“Length,” “Artist,” “Title,” “Category,” “Cut #.”

6.2.3.5 Once put in a schedule, all events shall be moveable by drag/drop.

6.2.3.6 All files shall be playable from the files field for audition purposes.

6.2.3.7 All files shall be playable from the schedule being built so an

Operator is able to hear the event sequence.

6.2.3.8 All events shall be drag & drop within the schedule being built

with “Overwrite,” “Insert Above,” “Insert Below.”

HQ051619R0007

Page 39 of 87

6.2.3.9 All schedules shall show files that are expired, inactive, or missing

from database as well as the when the events are scheduled so they can be

easily found/replaced.

6.2.3.10 Schedules shall be searchable by “All,” “Start,” “Length,” “Artist,”

“Title,” “Category,” “Cut #”

6.2.3.11 All automation commands shall be available on the same screen –

event start time, event duration, available feeds, hard starts, fade starts,

announcer stack load commands, and memo.

6.2.3.12 Changing announcer stack within an hour shall be allowed as a

timed event with no effect on audio.

6.2.3.13 Log duration shall be displayed – both for the current hour being

scheduled and the current day that contains the hour.

6.2.3.14 The system shall provide a way to fade out of all audio events –

external (network satellite, streamed feeds) or internal (audio files).

6.2.3.15 Because we don’t always get a dedicated first-position break relay

from Providers, the system shall provide a method to start our breaks using

pre-break liner/ID relays.

6.2.3.16 25/35 Hz sub-audible cues shall (ultimately) not be used for

Affiliate automation breakaway cues. See Paragraph 6.1.1.

6.2.3.17 The system shall interface completely with the “AFN 360” internet

streaming function, currently Triton Digital, thereby providing audio and

data to the existing 360 systems. Currently On Air formats are routed via the

Wheatstone AoIP Router to satellite encryption systems and Government-

owned Triton Stream Servers. Those stream servers also receive Automation

metadata for affiliate cueing and Album/Artist/Song Now Playing Data as

XML data over UDP. Certain user defined parameters are required, such as

what data is included; the number of instances the data is resent during the

event and which IP Addresses the XML data is delivered to. The data shall

remain intact during the failover to a redundant automation server.

6.2.3.18 The system shall also provide a separate output file which shall

contain at least the current event and the following 40 events and provide at

minimum Artist, Song Title, Start Time and Duration. This file is handed off

to another AFN Contactor where is reformatted and delivered to AFN

satellite Set-top-Boxes (STB). The Vendor shall be prepared to customize

this output file to meet the specifications of the STB middleware provider at

no additional cost the Government. The specifics of how the file must be

formatted will be discussed further with the successful Vendor during the

Design Reviews.

6.2.3.19 AFN 360 affiliate spot breaks shall be started by XML

simultaneous with affiliate automation breakaway command.

6.2.3.20 AFN 360 Display Commands (station/channel ID, show title) shall

not be executed with an audio file (silent file with a short EOM).

6.2.3.21 AFN 360 Rejoin Commands (stop affiliate spot playback at

program rejoin) shall not be executed with an audio file (silent file with a

short EOM).

HQ051619R0007

Page 40 of 87

6.2.3.22 The system shall provide various ways to start events – network

relay, sequential, hard start by time, hard start following fade. Fade duration

shall be user-definable.

6.2.3.23 The system shall allow use of informational “Memo” lines in

schedules.

6.2.3.24 The system shall provide a “find/replace” capability to make quick

changes to existing schedules without having to unschedule/reschedule them

or having to export them to another computer.

6.2.3.25 Schedules currently on air sometimes need to be changed “on the

fly.” The System shall provide a means for making these changes without

taking the schedule(s) offline and format audio off air.

6.2.3.26 Schedules shall be exportable to common word processing and

spreadsheet programs.

6.2.3.27 When filling a break segment with program elements, only an

exactly timed set of files shall be allowed. Entering anything more or less

than the preset runtime definition shall result in a visual alert to add or

remove audio files to match the correct time setting.

6.2.3.28 The system shall provide log “back time” capability.

6.2.4 Subtask 1.4 - Music Scheduling

6.2.4.1 The system shall provide centralized management of music

scheduling for multiple formats at individual local, and global (network)

broadcast stations across multiple time-zones. For the AFN-BC Network

system, all 24 On Air stations shall have these Music Scheduling

Capabilities. Note: The proposed Music Scheduling solution shall be

compatible with Affiliate stations as they remain on their legacy automation

systems. For example, logs generated by the proposed system shall also have

the option to automatically export in a format that can be used by the existing

Affiliate AudioVault playout systems.

6.2.4.2 The system shall have customizable music coding and fillable

fields.

6.2.4.3 The system shall have a method to control cross-station song

separation to prevent same song airplay over a given timeframe across

multiple stations and time zones.

6.2.4.4 The system shall have automatic error detection and correction to

identify and repair schedule conflicts on each station.

6.2.4.5 The system shall fully integrate with traffic management system

and digital media storage library.

6.2.4.6 The system shall provide a centralized digital media library and

media database that is shared by multiple affiliate stations, multiple formats.

6.2.4.7 The system shall provide for instant global updates that reflect

added, deleted, moved, or edited media and schedule changes.

6.2.4.8 The system shall provide ability to view and edit multiple affiliate

stations at any time.

6.2.4.9 The system shall have definable and scalable user access to the

music management/ scheduling system.

HQ051619R0007

Page 41 of 87

6.2.4.10 The system shall have the ability to define day-parts to digital

media (songs, spots, etc.) for different affiliate stations across multiple time-

zones.

6.2.4.11 The system shall have definable start, move, and rest dates for

long-term scheduling

6.2.4.12 The system shall have integrated automation commands in

schedule to switch from live or pre-recorded XDS/RX feed to studio.

6.2.4.13 The system shall be able to automatically adjust schedule to fit

within the hour, or between “hard-starts” (auto-backtime).

6.2.5 Subtask 1.5 – Traffic

6.2.5.1 The system shall provide centralized management of traffic for

individual local, regional, and global (network) broadcast stations across

multiple time-zones.

6.2.5.2 The system shall integrate with music scheduling system and

digital media storage library.

6.2.5.3 The system shall provide instant global/ enterprise updates to

reflect added, deleted, or edited spots and/or schedules.

6.2.5.4 The system shall have the ability to view and edit multiple affiliate

stations and/or days at any time.

6.2.5.5 The system shall have the ability to create, schedule, and track

local, regional, and global (network) live copy/ in-studio content or

“readers”.

6.2.5.6 The system shall be able to define day parts to spots to target

various times for different affiliate stations across multiple time-zones.

6.2.5.7 The system shall provide user-definable start, kill, and rest dates

for long-term scheduling

6.2.5.8 The system shall provide user-definable spot rotation and

separation criteria- title, artist, topic, client, producer, etc.

6.2.5.9 The system shall provide customizable reports to track as-run info

for individual spots, spot groups (topic), client, producer

6.2.5.10 The system shall provide automatic error detection and correction

to identify and repair schedule conflicts on each station

6.2.5.11 The system shall provide a database to maintain and manage client

information, orders, invoices, and history.

6.2.5.12 The system shall provide user-definable and scalable user access to

the traffic management system.

6.2.5.13 The system shall provide secure login to the system via internet

and be compliant with DISA requirements. Ideally, a vendor provided secure

web login page whereby specific AFN public IP addresses would be

whitelisted.

6.2.5.14 The system shall provide global/ enterprise updates to reflect

added, deleted, or edited material.

6.2.6 Subtask 1.6 - Automated On Air

6.2.6.1 Based on commands from daily play out schedules, assembled by

AFN Radio personnel, the system shall air programming from satellite

receivers, compatible external devices (PC, digital audio device) as well as

HQ051619R0007

Page 42 of 87

audio from the System’s hard drive storage in support of an initial cadre of

24 full-time format channels, with future expansion capabilities to at least 30

format channels.

6.2.6.2 The on air play out function(s) shall be native to the system.

6.2.6.3 The System shall duplicate each format’s play out schedules

simultaneously on main and backup playout WSs. When there’s an

automatic (silence sense, hardware or software failure, network connectivity

loss, etc.) or manual switch to/from the main and backup WSs, all

incoming/outgoing audio and incoming/outgoing cue control follows this

switch and any on-air audio dropouts that occur during the switch shall be

less than 3 seconds long. The Contractor shall address their method for

keeping formats on the air when these “switch” events occur.

6.2.6.4 Announcer stack configurations shall be synchronized between the

workstations so IDs, liners, jingles, etc. continue to play normally even when

a switch occurs.

6.2.6.5 The system shall provide for manual play out schedule builds and

modifications on any WS connected to the LAN based on administrator-

assigned user rights.

6.2.6.6 Schedules (event play and “control” or “configuration” lists – if

used) shall be changeable, loadable and executable at any time - even while

files are playing – without disrupting on-air play out.

6.2.6.7 Each schedule, whether hourly or daily, shall automatically chain

(advance) to the next hour/day with no Operator assistance or other system

manipulation required. If there is no “next” schedule to load, the system

shall alert Radio Operations personnel with visible alarm at least 1 hour in

advance for the condition to be corrected.

6.2.6.8 Following an automation restart, and/or WS reboot, the current

hour’s play list shall be returned to the screen with the next-to-play event

staged for on-time playback. As a minimum, returning to use in the “last

known state” is required.

6.2.6.9 The system shall automatically execute all events in a play

schedule (audio file playback, audio/control routing switch macro, cue

macro, etc.) by time, relay closure (cue) from a receiver or PC playback

device, End of Message (EOM), End of File (EOF), and/or other sequential

“autostart” commands.

6.2.6.10 Play out schedule events shall be capable of manual start via

keyboard/keypad control and any event in the schedule can be staged as next-

to-play while a file is playing to air.

6.2.6.11 Play out list scheduling shall allow for both fully automatic,

satellite hours and for live assist hours.

6.2.6.12 Satellite hours contain mandatory and optional “stopset” segments

with runtimes established by their respective program providers. This

function shall allow for establishing these stopsets within each satellite-

programming hour with their respective “mandatory” or “optional”

definitions and runtimes.

HQ051619R0007

Page 43 of 87

6.2.6.13 No audio file in a break segment shall be locked out (inaccessible)

when it’s staged at an align time. All files shall be accessible for recording

and/or production up to playback time.

6.2.6.14 All scheduled events may be started manually, by time, or by cue.

Once an event starts playing out, an Operator shall still be able to scroll

through the playlist and stage any item for next-to-play status.

6.2.6.15 Free-format or live-assist hours shall offer the options to schedule

an hour with all, a few, or none of the stopset definitions used in an

automatic hour. All other features of an automatic hour apply to free format

hours.

6.2.6.16 If a spot file selected for play out is unplayable because it is

missing from the database, expired or inactive, there shall be an automatic

“fallback” feature which will fill the bad spot’s place in a stopset to fill out

the stopset’s time requirement. The event shall be flagged in as run and/or

diagnostic logs (described below) so the bad spot file can be repaired or

replaced.

6.2.6.17 If the System detects a non-spot program audio file which is

unplayable because it is missing from the database, expired or inactive, there

shall be a visual alert to Operations personnel naming the bad file and

describing the error. This alert shall be issued at least two hours before the

file’s scheduled airtime to allow the file to be replaced or repaired prior to

air. All format unplayable events shall be displayed on a central client

application or via a warning message which is broadcast across administrator

definable WSs on the ERAS network.

6.2.6.18 The System shall provide simultaneous access to all audio (both

stored and live) by all live formats at all times with no more than a 250

milliseconds delay from the start command to beginning of audio play out.

6.2.6.19 The system shall create execution logs for each play channel to

accurately account for all events in a channel’s play out day – including but

not limited to: cues received from the network; cues sent by the System;

audio and control routes; macro switches; and errors encountered.

6.2.6.20 Logs shall provide easy-to-read diagnostics to help System

Administrators and/or maintenance personnel identify malfunctions and

failures.

6.2.6.21 Logged events for each play channel shall be displayed by date and

time for each day and each day’s log will be a separate file.

6.2.6.22 Logs shall be kept in their directories indefinitely until purged

manually by a System Administrator or automatically using administrator-

defined parameters. Log and record schedules shall be visible on one screen

for review.

6.2.6.23 Execution log files shall be written to either a local or network

hard drive and shall be exportable to a printer, portable media as ASCII text

or convertible to ASCII text for viewing/printing on equipment not attached

to the LAN.

6.2.6.24 The System shall be capable of displaying a play schedule and its

execution log(s) on one screen at the same time.

HQ051619R0007

Page 44 of 87

6.2.6.25 In addition to standard on-air radio format automation, the ERAS

shall be capable of dynamic media asset management and file transfer via

LAN/WAN or satellite. Similar to NPR’s ContentDepot and iHeart Media’s

methods, AFN wishes to make files and metadata available for push from the

ERAS to affiliates.

6.2.6.26 Should a problem occur, configuration/INI changes are made, or if

maintenance is required on any on-air WS and/or its corresponding audio

server, cabling, etc., this system shall provide for a backup capability which

will allow format play out to continue during the maintenance or error

condition. This does not mandate that each play out channel has two PCs

with each running identical record schedules simultaneously. It means that

any WS on the LAN is quickly configurable to take over all of the functions

in the event a “main” platform component is off line. The Contractor shall

state the failover time from primary to backup and to return to normal

operations.

6.2.6.27 The Contractor shall provide an Emergency Fill solution. Currently

AFN-BC has two standalone Automation schedules playing evergreen

content 24x7x365. This audio is distributed to silence detect switches at the

end of the air chain which, upon 30 seconds of Format audio loss, provides

AES Audio to be switched in for the duration of the silence. The Contractor

is only required to replace those Emergency Fill sources, which are required

to output AES audio.

6.2.6.28 The ERAS shall provide the ability to remotely record and upload

audio files and remotely schedule them. Examples of these can be Voice

Tracks for music formats, a news bulletin, or commander announcements

that need to be on the air quickly. It is also desirable for the ERAS to provide

a secure mobile app, providing secure control of On Air and Production

functions and the ability to do a live remote using simply a common mobile

device, the app and a microphone.

6.2.6.29 AFN-BC Operational personnel shall have a secure method to

remotely access and edit On Air schedules. An example of that is, an event

relating to a particular Artist occurs; offsite Operations personnel shall be

able to securely access the Automation system, record an announcement and

schedule a block of that Artist’s material. Regarding remote access of

schedules, we envision the Network having a drop down menu providing

access to Affiliate “X” where they are able to administer the automation as if

they were at that station. In addition we envision certain stations may “cover”

for another, whereas a station may be unable to man their system and an

alternate affiliate is able to take control of their system and manage all

operations remotely. In all cases access shall be protected with a

user/password where users are given permissions on which sites they are able

to access and with various levels of control; Admin and User, for example.

6.2.6.30 The AFN-BC currently uses four PCs per format - a

main/backup PC set for each format and for each of our two regions –

Atlantic and Pacific. The preferred replacement shall utilize the latest

hardware and software technologies to minimize the system footprint.

HQ051619R0007

Page 45 of 87

6.2.6.31 Most of the time, the content for the regions is the same,

however some have shows that are time shifted to hit the regions at

specific times (morning shows, etc.). The Contractor shall address this

with their system’s design and offer solutions. For example, A Master

schedule simulcasting the Country format to both Atlantic and Pacific

output air chains, until such time the Atlantic log is scheduled to break

away, air Region specific spots and/or long format programming and

later return. The Pacific list continues with the Master schedule. The

same process would apply to the Pacific schedule necessities. On Air

functionality, such as affiliate cueing and XML data delivery to the

Stream Servers shall follow the regional lists regardless of their

origination point. This process shall not be limited to two subordinate

lists.

6.2.7 Subtask 1.7 - On Air Studio Live Assist

Deliverable: On Air Studio Live Assist

6.2.7.1 The Live Assist system shall include a count up/down control that

can be toggled to display either total length of item, or elapsed time and total

time of item, or just countdown.

6.2.7.2 The system shall generate as-run reports (logs) available as text

and/or Adobe PDF.

6.2.7.3 The system shall provide automated as-run reconciliation with

music scheduler.

6.2.7.4 The system shall provide stop/start/pause/resume functions.

6.2.7.5 The system shall allow ability to loop audio from the playlist

during live show.

6.2.7.6 The system shall include current state-of-the-art voice tracking

capability.

6.2.7.7 Cued elements shall update immediately to reflect new

edits/changes.

6.2.7.8 The system shall allow drag and drop from audio library and

external feeds.

6.2.7.9 The system shall provide a “cart wall” capability and cart wall

elements shall be synchronized with current audio database.

6.2.7.10 In normal satellite air operations, all audio is mixed on

card/internally for a single channel output. For live operations, the system

shall provide multiple, individual audio channel outputs to multiple,

individual Wheatstone AoIP Control Surface faders.

6.2.8 Subtask 1.8 - Storage

6.2.8.1 Storage Area Network (SAN): The Contractor shall supply

redundant storage and retrieval systems attached to the Contractor provided

ERAS network that shall provide an array of hard disks configured at RAID

6 or RAID 10 (one+zero), resulting in a total of at least 12TB of useable

storage space available for archive and play-to-air across the Automation

System. The Contractor may propose alternate RAID levels should there be

operational and technical gains in doing so. The Contractor may propose

alternate solutions where archive and play-to-air storage are separate

HQ051619R0007

Page 46 of 87

physical arrays.

6.2.8.2 At a minimum, Servers performing an on-air function such as

Content Acquisition and On Air Playout, shall be provided with and

configured as RAID1 Hard Disk Drives. Solid State Drives are acceptable.

6.2.8.3 Alibi: The contractor shall supply adequate storage to support

Alibi logging of 30 full time radio services. Stored Alibi content shall be

available to all ERAS network WSs and is preferred to be separate from the

archive and play-to-air SAN.

6.2.8.4 Cloud: The contractor shall provide a secure, shared, FEDRAMP

Certified cloud based storage and retrieval system with a minimum of 50TB

of useable storage space which will allow AFN-BC and their affiliates to

post and share assets. The cloud solution shall provide folders for each

location with secure access capabilities and seamlessly interface with the

appropriate ERAS subsystems.

6.2.8.5 Storage Management: The Contractor shall supply elegant

software and administrative capabilities to allow the management and

securing of all AFN radio assets and ERAS databases. For example, AFN

would have the ability to determine which assets are made available to the

cloud location, their expiration dates and which locations would be granted

access.

6.2.9 Subtask 1.9 - Router Interface

6.2.9.1 The Contractor shall supply, configure and integrate Wheatstone

Wheatnet AoIP Software Blade Drivers on all supplied equipment required

to control the routing of audio and logic to and from the existing AFN

Wheatstone AoIP Routing System. Due to the amount of cabling and space

required, traditional AES Audio Cards are not desired, except for the

Emergency Fill requirement detailed in PWS Para. 6.2.6.27.

6.2.9.2 The Contractor shall acquire and install the appropriate number of

drivers of the necessary channel count. The Contractor is encouraged to

sub-contract with Wheatstone so that a Factory Support Engineer is onsite

to integrate the ERAS with the existing system. All costs incurred to

successfully integrate with the existing AoIP routing system are the

Contractors responsibility.

6.2.10 Subtask 1-10 - Network Infrastructure

The Contractor shall build separate Gigabit Ethernet Networks to support

the ERAS and Wheatstone to include Ethernet hardware, configuration and

custom cabling. The Provided Ethernet hardware for the Wheatstone

network shall be certified compatible by Wheatstone. Network hardware

should be on the DISA Approved Product List (APL) with fully

manageable switches supporting 802.1x, port security, and 802.1Q

allowing integration into our enterprise network. Network devices shall be

HQ051619R0007

Page 47 of 87

configured for SSH access (no telnet). Internet Protocol (IP) addressing

schema will be determined during the Design Reviews.

6.3 General Requirements – The Optional Affiliates The Contractor shall design,

engineer, furnish, configure, test and commission all hardware, software and

materials necessary to provide a Digital Radio Automation System in accordance

with this Performance Work Statement (PWS), hereafter referred to as the “Affiliate

Systems”. If Optioned, The Affiliate system(s) shall be delivered to the AFN-BC in

Riverside California and provide automatic redundant On Air Automated playout,

editing production and assembly, traffic, scheduling, studio live assist, play-to-air and

archive storage both locally and shared through a secure cloud based solution and

Axia Livewire router control.

6.3.1 On a one-time basis, manufacturer certified personnel shall configure the

optioned system(s) and train the Government Television-Audio Support

Agency (T-ASA) technical staff at the AFN-BC so they may deploy and

install the systems at their final destination(s). Once the systems have been

installed, manufacturer certified personnel shall travel to each optioned

location to train the onsite operational and technical staff so they may be

proficient in the operation and maintenance of the System.

6.3.2 The Affiliate Systems mirror that of the AFN-BC Network systems

with minor differences. For brevity in not restating the Specific

Requirements in Section 6.2, the Contractor shall supply systems that

meet those requirements of the Network system aside from the

specific differences detailed in Section 6.4.

6.4 Task 2 - Specific Requirements – The Optional Affiliates

6.4.1 Cueing. The AFN Affiliate systems shall respond to cues generated by the

AFN-BC for local content insertion. The affiliate systems shall be capable of an

automated local breakaway and rejoin of the network via Network cues.

Currently AFN-BC embeds sub audible tones to trigger local affiliate events, a

more elegant and modern solution is desired. However, the sub-audible and

proposed replacement shall operate in parallel while the Affiliate stations

remain on their legacy systems.

6.4.2 The Content Acquisition quantity would be reduced from 24 redundant

channels to 1 redundant channel as stated in 6.2.1.1.

6.4.3 The Editing, Production and Assembly “Seat” quantity is reduced from 10 to 2

(per location). Ref PWS Para 6.2.2.1.

HQ051619R0007

Page 48 of 87

6.4.4 The Music Scheduling quantity would be reduced from 24 to 1(per location).

Ref PWS Para 6.2.4.1.

6.4.5 The Automated On Air quantity would be reduced from 24 redundant channels

to 1 redundant channel (per location). Ref PWS Para 6.2.6.1.

6.4.6 The Alibi quantity would be reduced from 30 channels to 1 channel (per

location). Ref PWS Para 6.2.8.3.

6.4.7 All Affiliates have secured shared access to the Cloud based storage detailed in

PWS Para 6.2.8.4.

6.4.8 The Wheatstone AoIP Router referenced throughout the PWS is replaced with

Axia Livewire at the Affiliate Systems.

6.4.9 All Vendor supplied systems shall comply with DOD STIG requirements as

these systems are to be installed onto a DOD network. The systems shall be

fully compliant and configured with Active Directory and shall be configured in

a “multi user” design compatible with the Government Common Access Card

(CAC). Users shall have the ability to login with their CAC and maintain their

same user experience, preventing a single, shared user account which is in

violation of the DOD STIG.

6.4.10 All Vendor supplied systems shall match with the voltage/frequency

requirements at the respective Affiliate locations. Systems shall also be supplied

with power strips/plugs that match with the requirements at the respective

Affiliate locations.

7. Task 3 - Design Reviews and Installation of Equipment

7.1 Subtask 3.1 - Design Reviews

The Contractor shall participate in three design reviews. At the Preliminary

Design Review, the Contractor shall provide AFN Engineering personnel a

draft installation plan approximately 30 days after the effective date of

award document (ADAD). The draft plan shall describe the Contractor’s

intent for delivering the transmission systems and outline a commissioning

test plan. The plan shall include a detailed schedule and identify any critical

milestones that exist during the actual performance period of the

installation. At the Preliminary Design Review, the Contractor shall present

a draft drawing package, to include rack elevations, wiring diagrams,

projected heat loads and power requirements. An Intermediate Design

Review shall be conducted at the AFN-BC approximately 60 days ADAD.

The final installation plan, commissioning test plan and drawing package

shall be provided for AFN Engineering approval approximately 90 days

ADAD and presented at the Final Design Review. Participation of

HQ051619R0007

Page 49 of 87

Manufacturer subject matter experts at the design reviews is desired.

All design reviews shall take place at the AFN-BC using government

furnished conference/meeting room(s). Travel costs and expenses related to

Contractor travel to the government facilities for design reviews shall be at

the Contractor’s expense.

Deliverables: Installation Plan, Commissioning Test Plan, Drawing

Package

7.2. Subtask 3.2 - Installation of Equipment – AFN-BC

7.2.1 The Contactor shall provide a turnkey system with connectivity to

contractor provided demarcation points as agreed upon during the Design

Reviews. The Government shall connect inbound and outbound audio and

control via Wheatstone Audio Over IP Blades to the demarcation point.

7.2.2 The Contractor shall provide and include all the necessary I/O

adapters and special cables as required for the purpose of connecting from

the ERAS systems to the government demarcation point.

7.2.3 All equipment and cabling installed shall comply with good

engineering practices such as proper rack mounting, professional cabling

with legible cable numbers and custom cable lengths with minimum service

loops. Specific installation requirements shall be discussed during the

Design Reviews. The Government reserves the right to specify the type,

make and part number of all Contractor provided cabling and connectors.

7.2.4 The Contractor shall provide an installation plan to phase-in each

subsystem so that proper testing may occur and current On Air signals are

not interrupted. The government shall exercise final approval of installation

schedules provided by the Contractor.

7.2.5 The Contractor shall verify the adequacy of the electromagnetic

environment of the space provided for all equipment to ensure acceptable

performance of the proposed ERAS. The Contractor shall take precautions

necessary to guard against electromagnetic and electrostatic interference.

7.2.6 The Government shall provide standard uninterruptible power

(UPS) source and the A/C cooling for the transmission systems. The

Contractor shall provide details of all power requirements and cooling

requirements of the equipment being required in this PWS.

7.2.7 The Government will not be responsible for any

communications or costs related to integrating the ERAS with existing

Government owned systems. The Contractor shall reach out to those

HQ051619R0007

Page 50 of 87

manufacturers for support as needed and pay for any costs incurred.

7.3. Subtask 3.3 - Installation of Equipment – Affiliates

7.3.1 The Contactor shall provide the Affiliate system(s) when/if

optioned by the Government. TASA Engineering will install the equipment

at the Affiliate locations. The Contractor shall include all unique I/O

adapters and special cables required to facilitate a successful installation by

the TASA technicians.

8. Task 4 - Acceptance Testing

With government concurrence, the Contractor shall conduct complete end-to-end

testing of the ERAS and commissioning of all equipment, software and networks

per this PWS.

8.1 Subtask 4.1 - Acceptance Test Criteria

8.1.1 The equipment provided in response to this PWS shall be required to

meet all manufacturer technical specifications. Acceptance testing by

Government personnel will emphasize the operational, functional and

reliability factors of the system under load or while being fully utilized.

Prior to complete cut over the systems shall operate in a simulated On-Air

operation in parallel with the existing system for a period of 15

consecutive days, without failure, while AFN remains on the legacy

system. Final acceptance testing begins with an On-Air cut over to the

complete system and ends when the complete system has met the

standards of performance by operating for a period of 30 consecutive

calendar days without system failure downtime. Should a failure occur,

once corrected the 30 day testing period shall begin again at day one (1).

8.1.2 This cycle shall continue until a successful 30 consecutive days

have been met. Systems failing to meet full acceptance within 120 days of

transition to final acceptance test phase will be deemed unsatisfactory and

not qualified to fulfill the requirement of this PWS. The Contractor shall

remove all unsatisfactory systems and provisioned material at no cost to

the government. The systems, for purposes of the final acceptance test, is

defined as all functional subsystems as defined in this PWS, associated

hardware, software, terminal equipment and demarcation connectivity that

constitute the complete ERAS system.

8.1.2 System downtime is a period of time in which the system is not

reliably operable due to intermittent or consistent failure so that any

component or portion of the systems cannot be used. Or that those

HQ051619R0007

Page 51 of 87

components or portions of the systems will not operate in accordance

with the manufacturer specifications or to the requirements of this PWS.

8.2 System Failure during the Acceptance Test Period

8.2.1 It shall be the Contractor’s responsibility to demonstrate that any

period of downtime was not caused by system failure. System failure

downtime shall not include:

Failures caused by the government (its employees, agents, and

invitees) misuse, abuse or accident.

Acts of God, electrical outages not caused or contributed to by

the transmission systems.

8.3 Subtask 4.2 - Intermediate Acceptance

The contractor shall provide a transition plan that supports minimum

interruption to current operations while the ERAS is installed and tested.

The Contractor shall submit the required acceptance criteria for

intermediate phases of the installation based on their transition and

commissioning test plan. These tests shall be conducted to ascertain the

performance of major critical components prior to the installation of a

complete operational transmission system. Intermediate acceptance of

components and/or subsystems does not modify the requirement for the

entire system to function without failure for 30 consecutive days as

previously stated.

Deliverable: Transition Plan and Intermediate Acceptance Criteria

9. Task 5 – Manuals and Documentation

9.1 The Contractor shall provide, at a minimum, the following

documentation for all equipment supplied, as applicable:

Equipment installation manuals

Operations and maintenance manuals

As-Built System Drawings in AutoCAD 2017 or later

Configuration listings (e.g.: ini. files, I/O nomenclature, etc.)

Software listings to include Proof of Purchase and License Keys

Protocol listings/descriptions

Interface requirements/descriptions

Documentation of APIs.

Periodic/preventive maintenance procedures/schedules

Troubleshooting procedures

Warranty and customer support information/instructions

HQ051619R0007

Page 52 of 87

Video, photo and supporting training documentation

Cable listing to include cable number, signal type, source and destination

9.2 The Contractor shall provide a complete set of operations and

maintenance manuals for each model of equipment provided as applicable. CD-

ROM or DVD versions are acceptable versus traditional paper copies of manuals.

Downloadable .PDF versions are also desirable. The manuals shall contain

detailed data, parts layout diagrams, parts lists, connector pin outs and information

pertaining to the design, repair, operation and maintenance of the equipment. All

documentation provided (electronic/printed) shall be in the English language.

Printed material shall be letter quality.

9.3 The Contractor shall provide an equipment list (inventory) of all

equipment items included in the ERAS. The list shall be provided in Microsoft

Excel and include, at minimum, Manufacturer Name, Model Number, Serial

Number, Site location (Network, Affiliate “x”), Rack Location and Elevation.

Deliverable: Manuals and Documentation

10. Task 6 - Training

10.1 The Contractor shall provide onsite ERAS training with manufacturer's

certified trainers present to conduct the necessary training on all provided systems

during both standard and non-standard duty hours. Training is expected to provide

Operations and Technical personnel the ability to confidently perform all

functions of the system and ensure operational discrepancies are largely not due to

a deficiency of system knowledge. Operations and Engineering (technical)

training shall be presented separately as to focus the material to the appropriate

audience. Training shall ensure these individuals gain the necessary knowledge to

operate, troubleshoot and maintain the transmission systems at a high level of

competence. Separately, a system overview training session shall be conducted to

educate Management personnel as to the ERAS architecture and capabilities.

10.2 The Contractor shall also provide optional follow on/refresher

Operational and Technical training, which may be conducted remotely via an

industry recognized remote meeting, Go to Meeting, WebEx, etc. The point is for

Operations and Technical personnel to have a fair amount of “stick time” and then

have an opportunity to engage with the system experts to retrain on any areas they

may be deficient in. This training would be a Government option and would apply

to the Network and any or all of the optional Affiliates.

10.3 A training agenda shall be provided, at the approval of the government,

that covers both technical support skills/knowledge, and operator level

skills/knowledge to successfully maintain and operate the systems.

HQ051619R0007

Page 53 of 87

10.4 Training shall be planned in line with a 24-hours-a-day, 7-days-a-week

shift environment; meaning training may need to occur outside the Contractor’s

normal duty day.

10.5 All standard training shall be conducted on site.

10.6 The Contractor shall specify the On-site training requirements (i.e.:

classroom space, audio-visual support, etc.) that is required to complete the

training.

10.7 The Contractor shall be responsible for providing all training

materials, special equipment and supporting documentation for the trainings.

10.8 The Contractor shall provide training using manufacturer’s trainers

or manufacturer certified trainers on all provided ERAS systems.

10.9 On a one-time basis, manufacturer certified personnel shall train the

Television-Audio Support Agency (TASA) technical staff at the AFN-BC on

optioned Affiliate system(s) so they may deploy and install the systems at

their final destination(s). Once the systems have been installed, manufacturer

certified personnel shall travel to each optioned location to train the onsite

operational and technical staff so they may be proficient in the operation and

maintenance of the System.

10.10 It is highly desirable for the Vendor to have an online knowledge

base. AFN Affiliates would greatly benefit from such a resource to train

rotating personnel on the operation of the supplied systems.

Deliverable: Training Agenda and Materials.

11. Task 7 - Warranty, Subscriptions and Licensing

11.1 The Contractor shall include a one (1) year standard commercial, parts,

labor and replacement warranty, subscriptions and licensing that shall commence

on each systems final acceptance date. In addition, the Contractor shall provide

four (4) additional years of warranty service and support and licensing for the

government to exercise on a per year, per location, optional basis.

11.2 Travel costs for warranty repair shall be provided at no additional cost

to the government before system acceptance and for the full term of the warranty

after the date of commissioning.

11.3 The warranty shall cover the repair or replacement and

shipping/postage/customs costs of software, equipment or subassemblies

which are defective or do not meet the manufacturer’s technical specifications

or the requirements of this PWS.

HQ051619R0007

Page 54 of 87

11.4 The warranty shall provide any replacement board required to be

delivered to the appropriate AFN facility within 48-hours of notification of the

requirement. It is understandable that delivery mechanisms in some countries may

prohibit a 48 hour requirement. In such cases the contractor shall communicate

with the Government, convey the difficulties and be able to document what efforts

were made to deliver the replacements as quickly as reasonably possible.

11.5 The ERAS manufacturer/Contractor shall provide direct manufacturer’s

support via phone, e-mail, or IP contact for all system components, functional

subsystems, and capabilities. “Direct support” means AFN shall have immediate

access to the respective component’s/subsystem’s manufacturer for service and

support without the Contractor/Contractor as a “go-between” entity.

11.6 Technical support shall be available 24 hours per day, 7 days per week,

year round. The minimum support level shall be access to Manufacturer technical

support services. Response time for Off Air situations when a support engineer is

not available or has to call / email back shall not exceed a period of thirty (30)

minutes. The DINFOS systems would only require 8 hours per day, 5 days per

week, year round support.

11.7 It is highly desirable for the Vendor to have a worldwide support system

where personnel are permanently positioned in locations that could provide

timely, local support to the AFN affiliates.

11.8 If the component/subsystem has provision for remote access via IP, the

system Manufacturer/Contractor shall state how they access the system to perform

diagnostics, software upgrades, and other assistance as necessary. Approval by

AFN is required before any remote access session will be permitted.

11.9 The system Manufacturer/Contractor shall provide all firmware

upgrades and/or updates and support for the initial warranty term, and any

extensions if so optioned by the government. The Contractor is responsible for

alerting the government when firmware updates are available and describe the

details of the update, i.e. release notes.

11.10 The system Manufacturer/Contractor shall provide software upgrades

and support for the initial warranty term, and any extensions if so optioned by

the government. The Contractor is responsible for alerting the government when

software updates are available. The minimum acceptable level of software

support shall include:

11.11 Major and Minor System software version and in-version updates to

ensure the system software features and capabilities are the same as those

currently being sold by the system Manufacturer.

HQ051619R0007

Page 55 of 87

11.12 Software updates as necessary to correct software defects that

affect the ERAS performance or reliability.

11.13 On-line or telephone support identifying problems and assisting with the

resolution of problems. Access shall be made available to AFN personnel at no

cost.

11.14 The system manufacturer/Contractor shall state the capabilities, if any, of

system software to be updated, maintained or being troubleshot remotely.

11.15 Upgrading or replacing the ERAS operating system software, if the

application software update version requires a different operating system.

11.15 Software release notes, or similar, must be provided so AFN Engineering

personnel are made aware of what features or alterations can be expected, prior to

upgrade.

11.16 Any/all software upgrades that require a system

Manufacturer/Contractor on-site presence shall be at the expense of the

Manufacturer/Contractor for the duration of the initial warranty period and any

extensions if so optioned by the government.

12. References/Past Performance

The contractor shall provide three examples of recent and relevant past

performance describing successfully installed Enterprise level Digital Radio

System where the requirements are like those contained within this PWS in a

24x7x365 Broadcast Radio On-Air environment similar to that of the AFN

mission.

13. Performance Standards

Performance Standard Acceptable Quality Level Method of Surveillance

Task 4 – Acceptance Testing The Contractor shall ensure the

ERAS successfully completes

Acceptance Testing within 120

days.

100% Inspection via Operational,

functional and reliability testing

of the complete ERAS.

Task 5 – Manuals and

Documentation

The Contractor provide all

required manuals and

documentation.

100% Inspection of

documentation delivered.

Task 6 – Training The Contractor shall provide

Training to Government and

Contractor personnel

100% Inspection via Government

participation in the training

classes.

Task 7 – Warranty, Subscriptions

and Licensing

The contractor shall include a one

(1) year standard commercial, parts,

labor and replacement warranty,

subscriptions and licensing.

Periodic Inspection, as required.

HQ051619R0007

Page 56 of 87

14. Place of Performance

14.1 The Network System shall be installed at the AFN-BC located at 23755 Z

Street, Riverside, California. 92518.

14.2 Affiliate Systems, should they be optioned, shall be installed at the

locations below. Note, some locations have multiple systems and all locations are

subject to change.

AFN Spandahlem, Germany

AFN Bavaria, Germany (SUPERSTATION)

AFN Benelux, Belgium

AFN Kaiserslautern, Germany

AFN Wiesbaden, Germany

AFN Stuttgart, Germany

AFN Naples, Italy (SUPERSTATION)

AFN Sigonella, Italy (Sicily)

AFN Aviano, Italy

AFN Vicenza, Italy

AFN Rota, Spain

AFN Souda Bay, Greece (Crete)

AFN Incirlik, Turkey

AFN Daegu, Republic of Korea

AFN Kunsan, Republic of Korea

AFN Humphreys, Republic of Korea (SUPERSTATION - 4 STUDIOS)

AFN Iwakuni, Japan

AFN Misawa, Japan

AFN Okinawa, Japan

AFN Sasebo, Japan

AFN Tokyo, Japan

AFN Guantanamo Bay, Cuba

AFN Diego Garcia, British Indian Ocean Territory

AFN Bahrain, Kingdom of Bahrain

AFN EUROPE, Sembach, Germany (SUPERSTATION - 4 STUDIOS)

DINFOS, Ft Meade, MD (FOR TRAINING)

AFN McMurdo Bay, Antarctica *

AFN Kwajalein, Marshall Islands **

AFN-BC Affiliate Test/Mock-Up System

*Funded and Operated by National Science Foundation

**Funded and Operated by Army Space and Missile Command

HQ051619R0007

Page 57 of 87

15. Security

15.1 Facility Security Clearance. The work performed for this task order

will be at the UNCLASSIFIED level.

15.2 Communication and Data Protection Using External Certificate Authority

(ECA) PKI. Contractors shall digitally sign and encrypt all contract related

correspondence transmitted via email. Digital signatures and encryption shall be

provided with Medium Hardware Assurance PKI certificates and associated

hardware issued by one of the approved ECA contractors. Contractors shall obtain

this capability within 10 business days after award of contracts, task orders, or

Blanket Purchase Agreements for satellite services. The DISA web page at

http://iase.disa.mil/pki/eca/ provides links to approved ECAs. To obtain a

certificate, select one of the approved ECA contractors and complete the

registration. Each individual registering for a PKI certificate must verify their

identity during the registration process. ECA contractors charge a fee for each

registration.

15.3 Authorized Visitor Control. Contractor representatives on official

business related to the contract shall have the visit coordinated by the DMA COR

to gain access to the installation through the Access Control for Fort Meade or

DMA Riverside. All planned visits shall be scheduled at least 3 business days in

advance. Once on-site, representative shall obtain visitor security badge from

Security Department and appropriate escort will be provided to destination.

15.4 Potential Operational Constraints. Force Protection Conditions (FPCONs)

may affect access to the host installation. The FPCON is established by the host

installation or higher national command authorities. The Installation Executive

Director is responsible for implementing the proper response to progressive levels

of terrorist threats. FPCONs are normally displayed at entrance gates, building

entrances and office entrances. The contractor shall adhere to and operate in

accordance with any restrictions imposed as a result of a FPCON. Measures

implemented under the various levels of terrorist threat may impact the

contractor’s normal operational approach to services. The contractor shall ensure

that services are sustained during heightened security measures.

15.5 Reporting Requirements The contractor shall report to the Security

Department and/or DMA COR any information or circumstances of which they

are aware that may pose a threat to the security and/or safety of DoD personnel,

contractor personnel, resources, and classified or unclassified defense

information. Additionally, the contractor shall report any incident of sexual

assault or sexual harassment involving any contractor personnel.

HQ051619R0007

Page 58 of 87

15.6 Physical Security Work Area. The contractor shall comply with DMA

operations plans/instructions for FPCON procedures, Random Antiterrorism

Measures, and local search/identification requirements.

The Contractor’s procedures shall include the following:

1) Positive methods of establishing the authority for admission of visitors, as well

as any limitations concerning access.

2) Positive identification of all visitors by means of installation ID badge or

visitor security badge. The Contractor shall contact the employee or supervisor to

ascertain the validity of the visit, if applicable.

3) Use of a visitor register or Contractor equivalent form to provide a record of

the identity of the visitor, time and duration of the visit and purpose of the visit

shall be present.

15.7 Security Contacts. DMA Security Personnel can be contacted for security

related questions as follows:

For Industrial Security related issues:

Primary: Industrial Security Specialist, phone: (301) 222-6182

Alternate: Director of Security, phone: (301) 222-6718

For Personnel Security related issues to include interim IT access requests:

Primary: Director of Security, phone: (301) 222-6718

Alternate: Industrial Security Specialist, phone: (301) 222-6182

Defense Media Activity

ATTN: Security

2700 Taylor Ave.

Fort Meade, MD 20755

16. Other Pertinent Information or Special Considerations.

16.1 Engineering Change Proposals (ECPs). In the event that a re-

configuration of the ERAS is proposed by the Contractor, a minimum 15-day

advance notice shall be provided to the Government and evidence of equivalent

net present value shall be provided by the Contractor. The notification shall

consist of an ECP. The ECP shall include but is not limited to; the need for the

change and how it would be implemented, substantiating data, system(s) affected,

change timelines and how they affect project completion and possible outcomes if

the ECP is not accepted. The ECP will not be accepted by the Government until

the Government determines that the action is in the Government’s best interest.

16.2 Identification of Possible Follow-On Work. Not applicable.

HQ051619R0007

Page 59 of 87

16.3 Identification of Possible Organizational and Consultant

Conflicts of Interest (OCCI). The Contractor shall immediately notify

the contracting officer of any potential or actual OCCI as described in

Federal Acquisition Regulation Subpart 9.5.

16.4 Identification of Non-Disclosure Requirements. No sensitive or

proprietary information will be made available to the contractor during

contract/task order execution.

16.5 Packaging, Packing and Shipping Instructions. Contractor shall

pack and package equipment appropriately for shipping when required

with appropriate shipping instructions.

HQ051619R0007

Page 60 of 87

Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY

0001 Destination Government Destination Government

0002 Destination Government Destination Government

0003 Destination Government Destination Government

0004 Destination Government Destination Government

0005 Destination Government Destination Government

0006 Destination Government Destination Government

0007 Destination Government Destination Government

0008 Destination Government Destination Government

0009 Destination Government Destination Government

0010 Destination Government Destination Government

0011 Destination Government Destination Government

0012 Destination Government Destination Government

0013 Destination Government Destination Government

0014 Destination Government Destination Government

0015 Destination Government Destination Government

0016 Destination Government Destination Government

0017 Destination Government Destination Government

0018 Destination Government Destination Government

1001 Destination Government Destination Government

1002 Destination Government Destination Government

1003 Destination Government Destination Government

1004 Destination Government Destination Government

1005 Destination Government Destination Government

1006 Destination Government Destination Government

2001 Destination Government Destination Government

2002 Destination Government Destination Government

2003 Destination Government Destination Government

2004 Destination Government Destination Government

2005 Destination Government Destination Government

2006 Destination Government Destination Government

3001 Destination Government Destination Government

3002 Destination Government Destination Government

3003 Destination Government Destination Government

3004 Destination Government Destination Government

3005 Destination Government Destination Government

3006 Destination Government Destination Government

4001 Destination Government Destination Government

4002 Destination Government Destination Government

4003 Destination Government Destination Government

4004 Destination Government Destination Government

4005 Destination Government Destination Government

4006 Destination Government Destination Government

HQ051619R0007

Page 61 of 87

Section F - Deliveries or Performance

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC /

CAGE

0001 30 dys. ADC 1 N/A

FOB: Destination

0002 60 dys. ADC 1 N/A

FOB: Destination

0003 90 dys. ADC 1 N/A

FOB: Destination

0004 210 dys. ADC 1 N/A

FOB: Destination

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

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

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

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

0009 N/A N/A N/A N/A

0010 N/A N/A N/A N/A

0011 N/A N/A N/A N/A

0012 N/A N/A N/A N/A

0013 N/A N/A N/A N/A

0014 N/A N/A N/A N/A

0015 N/A N/A N/A N/A

0016 N/A N/A N/A N/A

0017 N/A N/A N/A N/A

0018 N/A N/A N/A N/A

1001 N/A N/A N/A N/A

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

HQ051619R0007

Page 62 of 87

1003 N/A N/A N/A N/A

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

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

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

2001 N/A N/A N/A N/A

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

2003 N/A N/A N/A N/A

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

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

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

3001 N/A N/A N/A N/A

3002 N/A N/A N/A N/A

3003 N/A N/A N/A N/A

3004 N/A N/A N/A N/A

3005 N/A N/A N/A N/A

3006 N/A N/A N/A N/A

4001 N/A N/A N/A N/A

4002 N/A N/A N/A N/A

4003 N/A N/A N/A N/A

4004 N/A N/A N/A N/A

4005 N/A N/A N/A N/A

4006 N/A N/A N/A N/A

CLAUSES INCORPORATED BY REFERENCE

52.247-34 F.O.B. Destination NOV 1991

HQ051619R0007

Page 63 of 87

Section G - Contract Administration Data

CLAUSES INCORPORATED BY FULL TEXT

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

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

Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit,

activity, or organization.

Document type means the type of payment request or receiving report available for creation in Wide Area

WorkFlow (WAWF).

Local processing office (LPO) is the office responsible for payment certification when payment certification is done

external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and

receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission

of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall--

(1) Have a designated electronic business point of contact in the System for Award Management at

https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration

available at this Web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training

Course and use the Practice Training Site before submitting payment requests through

WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at

https://wawf.eb.mil/.

(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data

Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment

requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

COMBO

(Contracting Officer: Insert applicable document type(s). Note: If a “Combo” document type is identified but not

supportable by the Contractor's business systems, an “Invoice” (stand-alone) and

“Receiving Report” (stand-alone) document type may be used instead.)

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in

WAWF, as specified by the contracting officer.

HQ0030

HQ051619R0007

Page 64 of 87

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in

applicable fields in WAWF when creating payment requests and receiving reports in the

system.

Routing Data Table*

--------------------------------------------------------------------------------------------

Field Name in WAWF Data to be entered in WAWF

--------------------------------------------------------------------------------------------

Pay Official DoDAAC HQ0648

Issue By DoDAAC HQ0028

Admin DoDAAC HQ0028

Inspect By DoDAAC HQ0030

Ship To Code HQ0030

Ship From Code ____

Mark For Code ____

Service Approver (DoDAAC) ____

Service Acceptor (DoDAAC) HQ0030

Accept at Other DoDAAC ____

LPO DoDAAC ____

DCAA Auditor DoDAAC ____

Other DoDAAC(s) ____

--------------------------------------------------------------------------------------------

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes

appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit

price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F,

(e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the “Send

Additional Email Notifications” field of WAWF once a document is submitted in the system.

TBD

(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the

following contracting activity's WAWF point of contact.

TBD

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988:

TBD

(End of clause)

HQ051619R0007

Page 65 of 87

Section I - Contract Clauses

CLAUSES INCORPORATED BY REFERENCE

52.202-1 Definitions NOV 2013

52.203-3 Gratuities APR 1984

52.203-17 Contractor Employee Whistleblower Rights and Requirement

To Inform Employees of Whistleblower Rights

APR 2014

52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber

Content Paper

MAY 2011

52.204-5 Women-Owned Business (Other Than Small Business) OCT 2014

52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011

52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018

52.225-13 Restrictions on Certain Foreign Purchases JUN 2008

52.232-1 Payments APR 1984

52.232-9 Limitation On Withholding Of Payments APR 1984

52.232-33 Payment by Electronic Funds Transfer--System for Award

Management

OCT 2018

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013

52.242-13 Bankruptcy JUL 1995

52.242-15 Stop-Work Order AUG 1989

52.244-6 Subcontracts for Commercial Items OCT 2018

52.253-1 Computer Generated Forms JAN 1991

252.203-7000 Requirements Relating to Compensation of Former DoD

Officials

SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013

252.204-7003 Control Of Government Personnel Work Product APR 1992

252.209-7004 Subcontracting With Firms That Are Owned or Controlled By

The Government of a Country that is a State Sponsor of

Terrorism

OCT 2015

252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or

Hazardous Materials

SEP 2014

252.225-7000 Buy American--Balance Of Payments Program Certificate--

Basic (Nov 2014)

NOV 2014

252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017

252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017

252.225-7012 Preference For Certain Domestic Commodities DEC 2017

252.232-7010 Levies on Contract Payments DEC 2006

252.243-7001 Pricing Of Contract Modifications DEC 1991

252.243-7002 Requests for Equitable Adjustment DEC 2012

252.246-7000 Material Inspection And Receiving Report MAR 2008

252.247-7023 Transportation of Supplies by Sea APR 2014

CLAUSES INCORPORATED BY FULL TEXT

52.0100-4094 MARKING INSTRUCTIONS FOR ALL ITEMS TO INCLUDE DROP SHIP

AND DIRECT SHIPMENT (DMA)(FEB 2017)

The Contractor shall attach two (2) copies of a detailed packing list with each box or container

with unlike items where the full description of the contents is not authorized or cannot be shown.

HQ051619R0007

Page 66 of 87

Include one (1) copy of the packing list inside the box or container and attach one (1) copy of the

packing list on the outside of the box or container. The outside of the box or container must also

include the complete shipping address as provided in the schedule and the

Contract/Purchase/Delivery Order number located on Page 1 of this document.

The packing list shall contain the following information:

(a) Contract number

(b) Package number and set number (if any) of the container.

(c) A list of the contents which shows the quantity by item, item

description, part number, type and size, unit of issue if other than each.

(d) Each item including all components that makes up a KIT will be

packaged AS A KIT and delivered complete.

(e) Containers must be arranged and identified for easy cross reference

with contract line item numbers (CLIN) and durable for further reshipment

INCOMPLETE DELIVERIES

Incomplete delivery refers to the incomplete shipment of a unit of issue of

an individual contract line item (CLIN). Such Incomplete, or fragmented

delivery of any part of a CLIN is not authorized and will not be accepted.

Each item (CLIN), e.g., described as a KIT, including all components and

sub-items, are to be packaged together and delivered complete. Where

sub-line items are reflected as component parts of an item, all sub-line

items must be delivered simultaneously to form the complete item.

Note! The government WILL NOT ACCEPT items shipped as incomplete unit of

issue of an individual contract line item (CLIN). Rejected items will be

returned at the contractor's expense

(End of Local Instruction)

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

EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2018)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are

incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to

acquisitions of commercial items:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)

(section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L.

113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

HQ051619R0007

Page 67 of 87

(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by

Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19

U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has

indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders

applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)

X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41

U.S.C. 4704 and 10 U.S.C. 2402).

____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).

____ (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.)

___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L.

109-282) (31 U.S.C. 6101 note).

___ (5) [Reserved]

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

C).

___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub.

L. 111-117, section 743 of Div. C).

___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,

Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).

____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41

U.S.C. 2313).

____ (10) [Reserved]

____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).

____ (ii) Alternate I (NOV 2011) of 52.219-3.

____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014)

(if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

____ (ii) Alternate I (JAN 2011) of 52.219-4.

____ (13) [Reserved]

____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).

HQ051619R0007

Page 68 of 87

____ (ii) Alternate I (NOV 2011).

____ (iii) Alternate II (NOV 2011).

____ (15)(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.

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

____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4)).

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

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

____ (iv) Alternate III (Nov 2016) of 52.219-9.

____ (v) Alternate IV (Aug 2018) of 52.219-9.

____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).

____ (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)).

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

____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C.

657f).

____ (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)).

____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-

Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).

____(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns

Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).

X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

X(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).

X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

X (28)(i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).

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

X (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212).

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

X (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).

HQ051619R0007

Page 69 of 87

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

X (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O.

13496).

____ (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627).

____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

____ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the

acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in

22.1803.)

____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May

2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf

items.)

____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of

commercially available off-the-shelf items.)

____ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June,

2016) (E.O. 13693).

____ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners

(June, 2016) (E.O. 13693).

____ (38) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and

13514).

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

____ (39)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).

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

____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).

____ (41)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s

13423 and 13514).

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

X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).

____ (43) 52.223-20, Aerosols (June, 2016) (E.O. 13693).

____ (44) 52.223-21, Foams (June, 2016) (E.O. 13693).

____ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

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

HQ051619R0007

Page 70 of 87

____ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).

____ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter

83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L.

103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.

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

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

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

____ (48) 52.225-5, Trade Agreements (AUG 2018) 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

X (49) 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).

____ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016)

(Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

____ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150

____ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C.

5150).

____ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10

U.S.C. 2307(f)).

____ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

____ (55) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Oct 2018) (31

U.S.C. 3332).

____ (56) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (July

2013) (31 U.S.C. 3332).

____ (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).

____ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

____ (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)).

____ (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C.

Appx. 1241(b) and 10 U.S.C. 2631).

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

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

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that

the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of

law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)

_____ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495).

HQ051619R0007

Page 71 of 87

_____ (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).

_____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C.

chapter 67).

_____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple

Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

_____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY

2014) (29 U.S.C 206 and 41 U.S.C. chapter 67).

_____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for

Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67).

_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain

Services--Requirements (MAY 2014) (41 U.S.C. chapter 67).

_____(8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658).

_____ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

_____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792).

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph

(d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and

does not contain the clause at 52.215-2, Audit and Records--Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall

have access to and right to examine any of the Contractor's directly pertinent records involving transactions related

to this contract.

(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 (Oct 2015) (41 U.S.C. 3509).

(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)

(section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L.

113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

HQ051619R0007

Page 72 of 87

(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by

Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

(iv) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts

that offer further subcontracting opportunities. If the subcontract (except subcontracts

to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the

subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(v) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in

accordance with paragraph (l) of FAR clause 52.222-17.

(vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).

(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

(x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).

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

Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(xii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67).

(xiii) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O.

13627).

_____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for

Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)

(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain

Services--Requirements (May 2014) (41 U.S.C. chapter 67)

(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).

(xvii)52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).

(xviii) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

(B) Alternate I (JAN 2017) of 52.224-3.

(xix) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section

862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow

down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xxii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx

1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

HQ051619R0007

Page 73 of 87

(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of

additional clauses necessary to satisfy its contractual obligations.

(End of clause)

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in

the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the

Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance

hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the

Contractor within 30 calendar days from the expiration of the based or exercised option.

(End of clause)

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor at least 15 days prior to

the contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent

to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an

extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3

years 6 months.

(End of clause)

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JULY 2013)

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

Long-term contract means a contract of more than five years in duration, including options. However, the term does

not include contracts that exceed five years in duration because the period of performance has been extended for a

cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other

appropriate authority.

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 (c) of this clause. Such a concern is ``not

dominant in its field of operation'' when it does not exercise a controlling or major influence on a national basis in a

kind of business activity in which a number of business concerns are primarily engaged. In determining whether

dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of

HQ051619R0007

Page 74 of 87

employees, financial resources, competitive status or position, ownership or control of materials, processes, patents,

license agreements, facilities, sales territory, and nature of business activity.

(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor

shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause,

upon the occurrence of any of the following:

(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to

include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.

(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification

of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the

contract.

(3) For long-term contracts--

(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and

(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.

(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this

rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to

this contract. The small business size standard corresponding to this NAICS code can be found at

http://www.sba.gov/content/table-small-business-size-standards.

(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a

contract other than a construction or service contract, is 500 employees.

(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by

paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications

section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they

reflect the Contractor's current status. The

Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this

clause that the data have been validated or updated, and provide the date of the validation or update.

(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the

Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.

(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in

SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following

rerepresentation and submit it to the contracting office, along with the contract number and the date on which the

rerepresentation was completed:

The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code - assigned to

contract number .

(Contractor to sign and date and insert authorized signer's name and title).

(End of clause)

52.0233-4001 AGENCY PROTESTS (DLAD 52.233-9000 - AUG 1996)(DMC)(FEB 04)

HQ051619R0007

Page 75 of 87

Companies protesting this procurement may file a protest (1) with the Contracting Officer, or (2)

with the General Accounting Office, or (3) pursuant to Executive Order 12979, with the activity

for a decision at a level above the Contracting Officer. Protests filed with the activity should be

addressed to the Contracting Officer, but should clearly state that they are an "Agency Level

Protest under Executive Order 12979." The Contracting Officer will forward the protest to the

appropriate official for decision. (This process allows for a higher level decision on the initial

protest; it is not a review of the Contracting Officer's decision on a protest filed with the

Contracting Officer). Absent a clear indication of the intent to file an agency level protest,

protests will be presumed to be protests to the Contracting Officer.

(End of Local Instruction)

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions 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. 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. Also, the full text of a

solicitation provision may be accessed electronically at this/these address(es):

http://www.arnet.gov/far

http://www.dla.mil/j-3/j-3311/dlad/rev5.htm

http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

(End of provision)

252.204-7006 BILLING INSTRUCTIONS (OCT 2005)

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

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

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

(End of clause)

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS

(JUNE 2012)

(a) Definitions. As used in this clause–

(1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal

Acquisition Regulation.

HQ051619R0007

Page 76 of 87

(2) Electronic form means any automated system that transmits information electronically from the initiating system

to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission

of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment

request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting

Officer.

(3) Payment request means any request for contract financing payment or invoice payment submitted by the

Contractor under this contract.

(4) Receiving report means the data required by the clause at 252.246-7000, Material Inspection and Receiving

Report.

(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving

reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange,

Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet

at https://wawf.eb.mil/.

(c) The Contractor may submit a payment request and receiving report using other than WAWF only when–

(1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic

submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the

Contracting Officer's determination with each request for payment;

(2) DoD makes payment for commercial transportation services provided under a Government rate tender or a

contract for transportation services using a DoD-approved electronic third party payment system or other exempted

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

Billing System);

(3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as

the electronic format; or

(4) When the Governmentwide commercial purchase card is used as the method of payment, only submission of the

receiving report in electronic form is required.

(d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in

Section G of the contract.

(e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate

payment clauses in this contract when submitting payments requests.

(End of clause)

HQ051619R0007

Page 77 of 87

Section K - Representations, Certifications and Other Statements of Offerors

CLAUSES INCORPORATED BY REFERENCE

52.203-2 Certificate Of Independent Price Determination APR 1985

52.203-11 Certification And Disclosure Regarding Payments To

Influence Certain Federal Transactions

SEP 2007

52.209-5 Certification Regarding Responsibility Matters OCT 2015

52.209-7 Information Regarding Responsibility Matters OCT 2018

52.212-3 Offeror Representations and Certifications--Commercial

Items

OCT 2018

CLAUSES INCORPORATED BY FULL TEXT

52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 2014)

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

Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern

that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations

of which are controlled by, one or more women who are citizens of the United States and who are economically

disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business

concern eligible under the WOSB Program.

Service-disabled veteran-owned small business concern--

(1) Means a small business concern--

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any

publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled

veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans

or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver

of such veteran.

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-

connected, as defined in 38 U.S.C. 101(16).

Small business concern means a concern, including its affiliates, that is independently owned and operated, not

dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business

under the criteria in 13 CFR Part 121 and the size standard in paragraph (b) of this provision.

Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the

size standard applicable to the acquisition, that--

(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by--

(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined

at 13 CFR 124.104) individuals who are citizens of the United States, and

HQ051619R0007

Page 78 of 87

(ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into

account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and

(2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by

individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition.

Veteran-owned small business concern means a small business concern--

(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the

case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more

veterans; and

(2) The management and daily business operations of which are controlled by one or more veterans.

Women-owned small business concern means a small business concern--

(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least

51 percent of the stock of which is owned by one or more women; and

(2) Whose management and daily business operations are controlled by one or more women.

Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR

part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the

management and daily business operations of which are controlled by, one or more women who are citizens of the

United States.

(b)(1) The North American Industry Classification System (NAICS) code for this acquisition is 334220.

(2) The small business size standard is 1250.

(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.

(c) Representations. (1) The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a small business

concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this

provision.] The offeror represents that it [ ___ ] is, [ ___ ] is not, a small disadvantaged business concern as defined

in 13 CFR 124.1002.

(3) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.]

The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a women-owned small business concern.

(4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the

offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this provision.] The

offeror represents as part of its offer that--

(i) It [ ___ ] is, [ ___ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required

documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that

affects its eligibility; and

(ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the

representation in paragraph (c)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB

Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible

under the WOSB Program and other small businesses that are participating in the joint venture: ___ --.] Each

HQ051619R0007

Page 79 of 87

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 (c)(4) of this

provision.] The offeror represents as part of its offer that--

(i) It [ ___ ] is, [ ___ ] is not an EDWOSB concern eligible under the WOSB Program, has provided all the

required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued

that affects its eligibility; and

(ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the

representation in paragraph (c)(5)(i) of this provision is accurate for each EDWOSB concern participating in the

joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that

are participating in the joint venture: ___ --.] Each EDWOSB concern participating in the joint venture shall

submit a separate signed copy of the EDWOSB representation.

(6) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.]

The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a veteran-owned small business concern.

(7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of

this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a service-disabled veteran-

owned small business concern.

(8) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.]

The offeror represents, as part of its offer, that--

(i) It [ ___ ] is, [ ___ ] is not a HUBZone small business concern listed, on the date of this representation, on the

List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no

material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since

it was certified in accordance with 13 CFR Part 126; and

(ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126,

and the representation in paragraph (c)(8)(i) of this provision is accurate for each HUBZone small business concern

participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small

business concerns participating in the HUBZone joint venture: ___ --.] Each HUBZone small business concern

participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.

(d) Notice.

(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 firm's status as a business concern that is small,

HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-

owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded

under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any

other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall—

(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.

HQ051619R0007

Page 80 of 87

(End of provision)

HQ051619R0007

Page 81 of 87

Section L - Instructions, Conditions and Notices to Bidders

CLAUSES INCORPORATED BY REFERENCE

52.214-34 Submission Of Offers In The English Language APR 1991

52.214-35 Submission Of Offers In U.S. Currency APR 1991

52.233-2 Service Of Protest SEP 2006

52.237-1 Site Visit APR 1984

52.252-5 Authorized Deviations In Provisions APR 1984

ADDENDUM TO FAR 52.212-1

ADDENDUM TO FAR 52.212-1

INSTRUCTIONS TO OFFERORS

COMMERCIAL ITEMS

PROPOSAL FORMAT AND CONTENT FOR SUBMISSION

1. All offerors shall submit two (2) stand-alone sets (original and copy) of the cost proposal and three

(3) stand-alone sets (1 original and 2 copies) of the technical proposal and Past Performance (to

satisfy Part III mentioned below). Each set shall clearly indicate the offeror’s name and address in

a three ring binder along with an electronic copy of bid on a CD. All proposals shall be meet the

following format requirements:

8.5 x 11 inch white bond paper

Single-spaced typed lines

1 inch margins

12 – point Times New Roman Font text

No hyperlinks

Microsoft Office or Acrobat compatible

2. Proposals shall be appropriately subdivided with tabs to separate and identify the various

subparts. Offerors shall confine their submissions to providing information in sufficient detail to

define their proposal and to provide an adequate basis for evaluation. All written material in the

proposals shall be bound or otherwise packaged in a single volume of not to exceed 50 pages,

organized in order to facilitate evaluation. Part I documents do not impact the page limitation.

Partial submissions will result in an unacceptable determination, disqualifying the proposal for an

award. In evaluating an offeror’s submissions, the Government will consider how well the offeror

complied with these instructions and will view any variance adversely. The Government

evaluation team will not assume any information not provided. Material submitted by the offerors

will not be returned.

2. Proposals shall be in three (3) severable parts and consist of the following items:

(a) Part I – Price Proposal – Solicitation, Offer and Award Document, SF 1449, and any

amendments shall be completed by the Contractor, including the unit prices and amounts

listed in the Schedule of Supplies/Services and Exhibit A. Part I shall also contain the

completed FAR and DFARS clauses 52.212-3, “Offeror Representations and Certifications –

Commercial Items” and 252.212-7000 “Offeror Representations and Certifications –

Commercial Items”.

HQ051619R0007

Page 82 of 87

(b) Part II – Technical Proposal – Comprehension of the Performance Work Statement (PWS).

The technical portion of the proposal shall consist of narrative and supporting data that

address ALL requirements contained in the PWS. The proposal shall provide evidence that

the offeror recognizes the scope of services that will be required under the proposed contract

and the offeror’s method of performing these services. Technical responses should provide

clear and detailed answers to each requirement outlined in the PWS(stating comply to a

requirement may result in an unfavorable rating).

(c) Part III - Past Performance Information: Offerors must provide recent (last 5 years) and

relevant information on three (3) customers concerning contracts and subcontracts (including

Federal, State, and local government; and private) that demonstrate their ability to perform

the proposed effort. Source selection teams may want to limit the information requested to a

summary of the offeror’s performance for each contract or subcontract. The summary should

include contract numbers, contract type, description and relevancy of the work, dollar value,

and contract award and completion dates; and names, phone numbers, and e-mail addresses

for references in contracting and technical areas.

3. EVALUATION (GO/NO GO): Proposals will initially be reviewed and evaluated to determine

that they meet the government's minimum requirements (GO/NO GO factors). Offers that do

not meet the minimum requirements will be excluded from further participation in the

acquisition. The minimum requirements (GO/NO GO factors) are as follows:

A. The proposed solution provides an Enterprise Radio Automation System complete with all

subsystems, as detailed in the PWS.

B. The proposed solution seamlessly integrates with Wheatstone Audio over IP and Telos Axia

Livewire audio routing systems.

C. The proposed system provides AFN and their Affiliates the ability to operate as one global

network whereas On-Air playlists may be securely administered locally and/or remotely

from the AFN-BC and specific radio content is shareable as administered across the

enterprise.

D. The proposal provides for design reviews, commissioning, integration, acceptance testing,

training, documentation, licensing and warranty services satisfy the requirements of the

PWS.

E. Only Commercial Off-the-Shelf (COTS) equipment and modified COTS systems are

proposed.

F. The vendors past performance response provides clear evidence of recent installations of

similar size and scope to that of the AFN Network where integrated Enterprise Radio

Automation systems comparable to what is detailed in the PWS have been successfully

deployed and are currently on air.

4. EVALUATION (ORAL PRESNETATION/DISCUSSIONS): Based on the ratings of each

proposal against the Government minimum requirements (GO/NO GO factors) AND all other

evaluation factors/criteria, the contracting officer shall establish a competitive range. Offeror’s

in the competitive range will be required to provide an oral presentation, that will include

discussions, to the Government’s Technical Evaluation Team (TET) and key personnel covering

the architecture of the proposed system, operational functions and general capabilities of the

system as well as a draft integration and transition plan for the proposed system. Copies of any

visuals or materials used in the course of the presentation shall be provided two (2) days prior

HQ051619R0007

Page 83 of 87

the presentation to the TET. The Government will provide each offeror in the competitive

range, 10 calendar days prior to the date of oral presentations, the deficiencies, significant

weaknesses, and other aspects of the contractor proposal that could, in the opinion of the

contracting officer, be altered or explained to enhance the materially the proposal’s potential for

award. The oral presentations/discussions shall be conducted at the AFN-BC Riverside, CA and

all oral presentations shall be at the Offerors’ expense. At the conclusion of the oral

presentation/discussions, each offeror still in the competitive range shall be given an opportunity

to submit a final proposal revision. Oral presentation will be posted to the Federal Business

Opportunities (FedBizOpps) website, www.fbo.gov. IT IS THE RESPONSIBILITY OF

EACH OFFEROR TO REGISTER FOR AND REVIEW THE WEB PAGE FOR

NOTICE OF AMENDMENTS, UPDATES OR CHANGES TO CURRENT

INFORMATION.

5. EVALUATION (FACTORS): Award will be made to the offeror who is deemed responsible in

accordance with the Federal Acquisition Regulation (FAR), and whose proposal conforms to

solicitation requirements and is judged, by an integrated assessment of the three non-price

evaluation factors and Price listed below, to provide the “Best Value” to the Government, based

on a Best Value – Tradeoff Source Selection Process. In determining the "Best Value", offerors

will be evaluated using the following four factors:

A. System Functionality and Design

B. Past Performance

C. Ease of Use

D. Cost/Price: Price will not be rated. No additional information from the offeror will be

required if the price is based on adequate price competition. In the event adequate price

competition does not exist, the contracting officer will obtain information from the offeror to

the extent required to determine the reasonableness of the offered prices. All prices will be

evaluated for reasonableness and realism in meeting the requirements of the PWS. In

selecting the best overall proposal, the government will consider the value of each proposal

(as assessed using the evaluation factors A-C) in relationship to the proposed price. The

importance of price as a factor in the selection will increase as the merit differences between

proposals decrease.

The aggregate of the non-price factors (A, B and C) are significantly more important than

cost/price in this solicitation. Factors A-C listed above are in descending order of

importance.

6. EVALUATION (NON-COST/PRICE FACTORS): Specific elements to be considered for

each factor is discussed as follows:

A) SYSTEM FUNCTIONALITY & DESIGN: The Government will do an analysis of the

proposed system to ensure that at a minimum it meets or exceeds the PWS requirements for

the design, engineering, furnishing, integration, testing, commissioning, training,

documentation and warranty services for an Enterprise Radio Automation System. In rating

this factor evaluators will consider the following elements:

1. Extent to which the proposed solution provides an Enterprise-based Automation System

and meet the operational and engineering design requirements as described in the PWS.

2. Extent to which the proposed solution provides acceptable an On-Air Radio Automated

Playout system per the requirements detailed in the PWS.

HQ051619R0007

Page 84 of 87

3. Extent to which the proposed solution provides acceptable Content Acquisition per the

requirements detailed in the PWS.

4. Extent to which the proposed solution provides acceptable Local Archive per the

requirements detailed in the PWS.

5. Extent to which the proposed solution provides an acceptable Cloud Storage system per the

requirements detailed in the PWS.

6. Extent to which the proposed solution provides an acceptable Traffic system per the

requirements detailed in the PWS.

7. Extent to which the proposed solution provides an acceptable Music Scheduling system per

the requirements detailed in the PWS.

8. Extent to which the proposed solution provides an acceptable Edit, Production and

Assembly system per the requirements detailed in the PWS.

9. Extent to which the proposed solution provides an acceptable Live Studio Assist system per

the requirements detailed in the PWS.

10. Extent to which the proposed solution provides an acceptable Alibi system per the

requirements detailed in the PWS.

11. Extent to which the proposed solution provides an acceptable Router Control Interface

per the requirements detailed in the PWS.

12. Extent to which the proposal demonstrated a proven ability to utilize emerging

technologies (e.g. cloud) for any of the PWS subsystems.

13. Extent to which the proposal offers the ability to remotely record and upload audio files

via mobile devices and provides a secure mobile app, providing secure control of On Air

and Production functions and the ability to do live remotes.

14. Extent to which the proposal offers worldwide local support centers and an online

knowledge base.

B) EASE OF USE: The Government will evaluate the proposed system for ease of use based on

a presentation to be conducted as part of the evaluation. The oral presentation will be limited to

those which meet the minimum Go/No Go requirements detailed in Section 2 above. Those

Offerors shall provide an oral presentation to a Government Technical Evaluation Team (TET)

and key personnel covering the architecture of the proposed system, operational functions and

general capabilities of the system.

C) PAST PERFORMANCE:

1. The Government will review the Offeror’s three Past Performance submittals and score

recent and relevant experiences as they relate to the Offeror successfully completing projects

similar in nature to the system detailed in the PWS. Past performance experiences that are not

within the past five years and relevant to this project will not receive consideration.

2. The Government will contact three of the offeror’s customers to ask them whether or not

they believe (a) that the offeror is capable, efficient, and effective; (b) the offeror’s performance

conformed to the terms and conditions of the contract; (c) that the offeror was reasonable and

cooperative and committed to customer service. (d) the offeror has effectively supported

emergency off-air conditions. Customers with multi-channel systems will be considered more

relevant than customers that are single channel.

3. Past performance is one indicator of an offeror’s ability to successfully perform the

contract. Past and current contract experience should be as closely related, or highly similar,

to the current project as possible in size, complexity, and scope. The evaluation will include

any relevant past performance to fulfill the requirements of the PWS. An offeror without a

record of past performance or for whom information on past performance is not available will

receive a neutral rating

4. In evaluating this factor, the Government will consider the following four elements:

HQ051619R0007

Page 85 of 87

a) Currency of the Information: Whether the Offeror’s examples occurred in the

past five years.

b) Relevance of the Information: Whether the Offeror’s examples provided

evidence of successfully installed Enterprise-Based Digital Radio Automation

Systems as described in the PWS.

c) Source of the information: Whether the Offerors examples were in use in a

24x7x365 Broadcast Radio On-Air environment like that of the AFN mission.

a) General trends in contractor’s performance, if ascertainable from references. In

the case of an offeror without a record of relevant past performance or for whom

information on past performance is not available or so sparse that no meaningful past

performance rating can be reasonably assigned, the offeror will not be evaluated

favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)).

7) SUBMISSION OF OFFERS

1. Submit proposal in the format stated above. Ensure the unit and extended prices in the Schedule of

Supplies/Services section and the Exhibits are accurate and complete. Also, ensure the “Offeror

Representations and Certifications – Commercial Items” clauses are completed.

2. It is important that the out box, envelope or wrapper of your proposal include the name and return

address of your firm and must be addressed and marked as follows:

DEFENSE MEDIA ACTIVITY-CONTRACTING

ATTN: SHEVONN MOORE

23755 Z STREET, BLDG 2730

RIVERSIDE, CA 92518

3. Proposals hand-carried to the Defense Media Activity-Riverside will be accepted during the hours of

0800 – 1400 (PST) at the address above. All proposals must be received by the date and time specified in

Block 8 of the Standard Form 1449.

4. PERIOD OF ACCEPTANCE OF OFFER: Proposals offering less than 90 calendar days for

acceptance by the Government from the date designated for receipt of offers will be considered

nonresponsive and will be rejected.

5. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful

offeror within the time for acceptance specified in the offer, shall result in a binding contract without

further action by either party. Before the offeror’s specified expiration time, the Government may accept

an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is

received before award.

6. Questions to the solicitation can be submitted by e-mail NOT LATER THAN 30 April 2019, 2:00

PM Pacific Standard Time to [email protected] or [email protected].

This is an all-electronic solicitation release. Amendments to the solicitation and Questions & Answers

and any other updates or information will be posted to the Federal Business Opportunities (FedBizOpps)

website, www.fbo.gov. IT IS THE RESPONSIBILITY OF EACH OFFEROR TO REGISTER

FOR AND REVIEW THE WEB PAGE FOR NOTICE OF AMENDMENTS, UPDATES OR

CHANGES TO CURRENT INFORMATION.

HQ051619R0007

Page 86 of 87

Section M - Evaluation Factors for Award

CLAUSES INCORPORATED BY FULL TEXT

52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)

(a) The Government will apply the below evaluation factors and sub-factors to identify the best value proposal.

The evaluation factors and sub-factors represent key areas of importance to be considered in the source

selection decision. As demonstrated in their proposals, prospective Offerors shall be evaluated in terms of

their ability to meet or exceed the requirements stated in the PWS.

(b) The following table indicates all factors and sub-factors that will be considered in awarding the contract.

The relative importance of the evaluation factors and sub-factors contained in the RFP reflects the overall

requirements of this acquisition as outlined in the PWS.

1. Technical Capability (a) System Functionality and Design

(b) Ease of Use

2. Past Performance (a) None

3. Total Evaluated Cost (a) None

The evaluation factors are divided into three (3) categories, Technical Capability, Past Performance, and Total

Evaluated Cost (TEC). Evaluation factors one (1) and two (2) are listed in descending order of importance and when

combined are significantly more important when compared to the TEC. Factor one (1) is significantly more

important than Factor two (2), and Factor three (3). Within Factor one (1), Technical Capability, sub-factor (a) is

more important than sub-factor (b).

(c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the

total price for the basic requirement. The Government may determine that an offer is unacceptable if the option

prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the

option(s).

(d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror

within the time for acceptance specified in the offer, shall result in a binding contract without further action by either

party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether

or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(f) Adjectival Ratings: The Government will perform an evaluation of the Technical Capability and Past

Performance evaluation factors and sub-factors based on the Offeror’s proposal. This evaluation focuses on

strengths and weaknesses of the Offeror’s proposal, resulting in the assignment of an adjectival rating for each factor

and sub-factor. Cost/Price will not be assigned an adjectival rating.

Ratings Definition

Outstanding Proposal meets requirements and indicates an exceptional

approach and understanding of the requirements. Strengths

far outweigh any weakness. Risk of unsuccessful contract

performance is very low.

Good Proposal meets the requirements and indicates a thorough

approach and understanding of the requirements. Proposal

contains strengths which outweigh any weakness. Risk of

unsuccessful contract performance is low.

Acceptable Proposal meets the requirements and indicates an adequate

approach and understanding of the requirements. Strengths

and weaknesses are offsetting or will have little or no impact

HQ051619R0007

Page 87 of 87

on the contract performance. Risk of unsuccessful contract

performance is no worse than moderate.

Marginal Proposal does not clearly meet the requirements and has not

demonstrated an adequate approach and understanding of the

requirements. The proposal has one or more major

weaknesses that are not offset by strengths. Risk of

unsuccessful contract performance is high.

Unacceptable Proposal does not meet the requirements and contains one or

more deficiencies.

(g) Past Performance: Past performance will be evaluated based on how relevant a recent effort accomplished by

the offeror is to the effort to be acquired through the subject solicitation. With respect to relevancy, more relevant

past performance will typically be a stronger predictor of future success and have more influence on the past

performance confidence assessment than past performance of lesser relevance.

Ratings Definition

Very Relevant Present/past performance effort involved essentially the same

scope and magnitude of the effort and complexities for this

solicitation requires.

Relevant Present/past performance effort involved similar scope and

magnitude of effort and complexities for this solicitation

requires.

Somewhat Relevant Present/past performance effort involved some of the scope

magnitude of effort and complexities for this solicitation

requires.

Not Relevant Present/past performance is not relevant to this requirement.

(End of provision)

52.217-5 EVALUATION OF OPTIONS (JUL 1990)

Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the

Government will evaluate offers for award purposes by adding the total price for all options to the total price for the

basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).

(End of provision)