Veterans Affairs



225425316230PAGE 1 OF1301. REQUISITION NO. 2. CONTRACT NO.3. AWARD/EFFECTIVE DATE4. ORDER NO.5. SOLICITATION NUMBER6. SOLICITATION ISSUE DATEa. NAMEb. TELEPHONE NO. (No Collect Calls)8. OFFER DUE DATE/LOCALTIME9. ISSUED BYCODE10. THIS ACQUISITION IS UNRESTRICTED ORSET ASIDE: % FOR:SMALL BUSINESSHUBZONE SMALLBUSINESSSERVICE-DISABLEDVETERAN-OWNEDSMALL BUSINESSWOMEN-OWNED SMALL BUSINESS(WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDSMALL BUSINESS PROGRAMEDWOSB8(A)NAICS:SIZE STANDARD:11. DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK ISMARKEDSEE SCHEDULE12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDERDPAS (15 CFR 700)13b. RATING14. METHOD OF SOLICITATIONRFQIFBRFP15. DELIVER TO CODE16. ADMINISTERED BYCODE17a. CONTRACTOR/OFFERORCODEFACILITY CODE18a. PAYMENT WILL BE MADE BYCODETELEPHONE NO.DUNS:DUNS+4:PHONE:FAX:17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKEDSEE ADDENDUM19.20.21.22.23.24.ITEM NO.SCHEDULE OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT(Use Reverse and/or Attach Additional Sheets as Necessary)25. ACCOUNTING AND APPROPRIATION DATA26. TOTAL AWARD AMOUNT (For Govt. Use Only)27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDAAREARE NOT ATTACHED.27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDAAREARE NOT ATTACHED28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIEDSET FORTH HEREIN IS ACCEPTED AS TO ITEMS:30a. SIGNATURE OF OFFEROR/CONTRACTOR31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)30c. DATE SIGNED31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)31c. DATE SIGNEDAUTHORIZED FOR LOCAL REPRODUCTION(REV. 2/2012)PREVIOUS EDITION IS NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.2127. FOR SOLICITATIONINFORMATION CALL:STANDARD FORM 1449OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMSVA118-17-R-178503-10-2017Lauren Sankar732-440-969003-20-20178 AM ESTDepartment of Veterans AffairsTechnology Acquisition Center23 Christopher WayEatontown NJ 07724x541519$27.5 MillionN/AXSee Delivery ScheduleEatontown NJ 07724Department of Veterans AffairsTechnology Acquisition Center23 Christopher WayEatontown NJ 07724 Department of Veterans AffairsTechnology Acquisition CenterFinancial Services CenterPO Box 149971Austin TX 78714-8971See Section BHealthcare Claims Adjudication SoftwarePOCs:Contract Specialist Lauren Sankar: lauren.sankar@Contracting Officer Robert Kately: Robert.kately@XXRobert C. KatelyContracting Officer00PAGE 1 OF1301. REQUISITION NO. 2. CONTRACT NO.3. AWARD/EFFECTIVE DATE4. ORDER NO.5. SOLICITATION NUMBER6. SOLICITATION ISSUE DATEa. NAMEb. TELEPHONE NO. (No Collect Calls)8. OFFER DUE DATE/LOCALTIME9. ISSUED BYCODE10. THIS ACQUISITION IS UNRESTRICTED ORSET ASIDE: % FOR:SMALL BUSINESSHUBZONE SMALLBUSINESSSERVICE-DISABLEDVETERAN-OWNEDSMALL BUSINESSWOMEN-OWNED SMALL BUSINESS(WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDSMALL BUSINESS PROGRAMEDWOSB8(A)NAICS:SIZE STANDARD:11. DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK ISMARKEDSEE SCHEDULE12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDERDPAS (15 CFR 700)13b. RATING14. METHOD OF SOLICITATIONRFQIFBRFP15. DELIVER TO CODE16. ADMINISTERED BYCODE17a. CONTRACTOR/OFFERORCODEFACILITY CODE18a. PAYMENT WILL BE MADE BYCODETELEPHONE NO.DUNS:DUNS+4:PHONE:FAX:17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKEDSEE ADDENDUM19.20.21.22.23.24.ITEM NO.SCHEDULE OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT(Use Reverse and/or Attach Additional Sheets as Necessary)25. ACCOUNTING AND APPROPRIATION DATA26. TOTAL AWARD AMOUNT (For Govt. Use Only)27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDAAREARE NOT ATTACHED.27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDAAREARE NOT ATTACHED28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIEDSET FORTH HEREIN IS ACCEPTED AS TO ITEMS:30a. SIGNATURE OF OFFEROR/CONTRACTOR31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)30c. DATE SIGNED31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)31c. DATE SIGNEDAUTHORIZED FOR LOCAL REPRODUCTION(REV. 2/2012)PREVIOUS EDITION IS NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.2127. FOR SOLICITATIONINFORMATION CALL:STANDARD FORM 1449OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMSVA118-17-R-178503-10-2017Lauren Sankar732-440-969003-20-20178 AM ESTDepartment of Veterans AffairsTechnology Acquisition Center23 Christopher WayEatontown NJ 07724x541519$27.5 MillionN/AXSee Delivery ScheduleEatontown NJ 07724Department of Veterans AffairsTechnology Acquisition Center23 Christopher WayEatontown NJ 07724 Department of Veterans AffairsTechnology Acquisition CenterFinancial Services CenterPO Box 149971Austin TX 78714-8971See Section BHealthcare Claims Adjudication SoftwarePOCs:Contract Specialist Lauren Sankar: lauren.sankar@Contracting Officer Robert Kately: Robert.kately@XXRobert C. KatelyContracting OfficerTC "SECTION A" \l 1TC "A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS" \l 2Table of Contents TOC \o "1-4" \f \h \z \u \x SECTION A PAGEREF _Toc476905881 \h 1A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGEREF _Toc476905882 \h 1SECTION B - CONTINUATION OF SF 1449 BLOCKS PAGEREF _Toc476905883 \h 6B.1 CONTRACT ADMINISTRATION DATA PAGEREF _Toc476905884 \h 6B.2 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc476905885 \h 7B.3 INTELECTUAL PROPERTY RIGHTS PAGEREF _Toc476905887 \h 7B.4 PERFORMANCE WORK STATEMENT PAGEREF _Toc476905888 \h 9B.5 PRICE SCHEDULE PAGEREF _Toc476905955 \h 63SECTION C - CONTRACT CLAUSES PAGEREF _Toc476905956 \h 82C.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc476905957 \h 82C.2 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JAN 2017) PAGEREF _Toc476905958 \h 82C.3 52.217-7 OPTION FOR INCREASED QUANTITY—SEPARATELY PRICED LINE ITEM (MAR 1989) PAGEREF _Toc476905959 \h 89C.4 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) PAGEREF _Toc476905960 \h 89C.5 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) PAGEREF _Toc476905961 \h 90C.6 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) PAGEREF _Toc476905962 \h 90C.7 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) PAGEREF _Toc476905963 \h 90C.8 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) PAGEREF _Toc476905964 \h 90C.9 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) PAGEREF _Toc476905965 \h 91C.10 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) PAGEREF _Toc476905966 \h 92C.11 MANDATORY WRITTEN DISCLOSURES PAGEREF _Toc476905967 \h 92SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS PAGEREF _Toc476905968 \h 93SECTION E - SOLICITATION PROVISIONS PAGEREF _Toc476905969 \h 94E.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc476905970 \h 94E.2 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) PAGEREF _Toc476905971 \h 95E.3 52.212-2 EVALUATION—COMMERCIAL ITEMS (OCT 2014) PAGEREF _Toc476905972 \h 96E.4 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (DEC 2016) PAGEREF _Toc476905973 \h 96E.5 52.216-1 TYPE OF CONTRACT (APR 1984) PAGEREF _Toc476905974 \h 116E.6 52.227-15??Representation of Limited Rights Data and Restricted Computer Software. PAGEREF _Toc476905975 \h 116E.7 52.233-2 SERVICE OF PROTEST (SEP 2006) PAGEREF _Toc476905976 \h 117E.8 VAAR 852.209-70 ORGANIZATIONAL CONFLICTS OF INTEREST (JAN 2008) PAGEREF _Toc476905977 \h 117E.9 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (JUL 2016)(DEVIATION) PAGEREF _Toc476905978 \h 118E.10 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) PAGEREF _Toc476905979 \h 119E.11 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) PAGEREF _Toc476905980 \h 119E.12 BASIS FOR AWARD PAGEREF _Toc476905981 \h 119E.13 EVALUATION APPROACH PAGEREF _Toc476905982 \h 120E.14 PROPOSAL SUBMISSION INSTRUCTIONS PAGEREF _Toc476905983 \h 123SECTION B - CONTINUATION OF SF 1449 BLOCKSB.1 CONTRACT ADMINISTRATION DATA(continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR:TBD b. GOVERNMENT: Contracting Officer 0010B2C Robert KatelyDepartment of Veterans AffairsTechnology Acquisition Center23 Christopher WayEatontown, NJ 07724 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:[X]52.232-34, Payment by Electronic Funds Transfer—Other Than System For Award Management, or[]52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[x] In accordance with the Price Schedule 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.Department of Veterans AffairsTechnology Acquisition CenterFinancial Services CenterPO Box 149971Austin TX 78714-8971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:AMENDMENT NODATEB.2 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011)This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.B.3 INTELECTUAL PROPERTY RIGHTSIt is agreed that:VA Data is defined as the Healthcare Claims Adjudication Software schema (VA business rules, templates, and file formats that are provided by VA), and any Veteran Personally Identifiable Information (PII) and VA Sensitive Personal Information (SPI). VA Data is not considered Data as that term is defined by Federal Acquisition Regulation (FAR) 52.227-14, Rights in Data – General (a) (May 2014) of the contract. VA Data shall not be modified, updated, revised or changed in any manner by the Contractor during performance of the contract. VA Data”) initially provided to the contractor to populate the VA Healthcare Claims Adjudication software shall remain the exclusive information and property of the VA and shall be returned to the Contracting Officer (CO) at the conclusion of the contract in order for the VA Data to be used, stored, and maintained by the Government. The parties further agree that because VA Data t contains both PII and SPI, the disclosure thereof would violate the right of privacy or publicity of Veterans, their families, and the VA. Accordingly, the Contractor relinquishes its reservation of rights set forth in FAR 52.227-14 (b) (2) for all VA Data. Any Data as that term is defined by FAR 52.227-14 Rights in Data – General (May 2014) first produced and delivered by the Contractor during performance of the contract shall be delivered with Unlimited Rights in accordance with FAR 52.227-14, Rights in Data – General (May 2014).. Data includes all Technical Data, Computer Software, Computer Software Documentation, source code, all documentation created in support thereof, and any and all data elements first produced in the performance of the contract and generated included and contained in the Contractor’s data reports, Healthcare Claims Adjudication software, and any other data file(s) supporting this contract . License rights in any Commercial Computer Software shall be governed by FAR 52.227-19, Commercial Computer Software License (DEC 2007). The Contracting Officer is the sole authorized official to release verbally or in writing, any VA Data, Data or any other written or printed materials pertaining to the Healthcare Claims Adjudication Software maintained and provided by Contractor pursuant to the requirements of the contract. The contractor will not release any such information.?B.4 PERFORMANCE WORK STATEMENTBACKGROUNDThe Department of Veterans Affairs (VA), Financial Services Center (FSC) is authorized by the Government Management Reform Act of 1994 (Public Law 103-356) to provide common administrative support services on a reimbursable basis to VA and Other Government Agencies (OGA’s), as a Franchise Fund. The goals of the Franchise Fund organizations include:Lowering overhead costsImproving the quality and delivery of servicesCreating economies of scaleEliminating redundant servicesBeing auditableVA-FSC requires a system that can be used to adjudicate, process, and pay healthcare claims submitted by healthcare providers. Increased healthcare demands require organizations who adjudicate healthcare claims to modernize their core administrative systems to be more efficient. As a franchise organization, the FSC has existing and potential customers that can be migrated into the system.VA-FSC has been using a legacy system to adjudicate, process, and pay healthcare claims. Although claims have been successfully processed under the existing system, it is not an efficient process and requires manual manipulation and coordination of efforts between numerous parties. The purpose of this procurement is to procure commercial-off-the-shelf (COTS) software designed to adjudicate and pay medical claims. FSC requires this software to process healthcare claims submitted by healthcare providers. This COTS configurable software will serve as the FSC healthcare claims adjudication enterprise solution. This software will become the primary system used by the FSC to adjudicate healthcare claims for FSC customers and will replace existing legacy systems currently used at FSC for this purpose. After software has been procured; configurations have been made, business rules have been incorporated, and the resulting software has been integrated with existing VA support systems and put into production; the healthcare claims adjudication system will allow for the efficient receipt, processing, and resolution of healthcare claims from medical and dental providers; and payment through the VA Financial Management System (FMS) and/or other COTS accounting programs.Notice of OI&T Migration from PMAS to VIP: OI&T intends to transition projects from the PMAS project management process into the Veteran-focused Integration Process (VIP) project management process in the 2016-2017 timeframe (). The Veteran-focused Integration Process (VIP) is a Lean-Agile framework that services the interest of Veterans through the efficient streamlining of activities that occur within the enterprise. VIP is the follow-on framework from Project Management Accountability System (PMAS) for the development and management of IT projects which will propel the Department with even more rigor toward Veteran-focused delivery of IT capabilities. The VIP framework unifies and streamlines IT delivery oversight and will deliver IT products more efficiently, securely and predictably. The VIP framework creates an environment delivering more frequent releases through a deeper application of Agile practices. In parallel with a single integrated release process, VIP will increase cross-organizational and business stakeholder engagement, provide greater visibility into projects, increase Agile adoption and institute a predictive delivery is a significant evolution from PMAS, creating a more flexible process that has fewer documentation requirements and milestones, and delivers products in shorter increments. VIP is currently undergoing a Pilot Program and is currently in a draft state and will continue to evolve. Once the pilot is complete, requirements outlined in this PWS may be transitioned to the VIP framework during the Period of Performance of this contract.APPLICABLE DOCUMENTSIn the performance of the tasks associated with this Performance Work Statement, the Contractor shall comply with the following:44 U.S.C. § 3541,?“Federal Information Security Management Act (FISMA) of 2002”Federal Information Processing Standards (FIPS) Publication 140-2, “Security Requirements For Cryptographic Modules”FIPS Pub 201-2, “Personal Identity Verification of Federal Employees and Contractors,” August 201310 U.S.C. § 2224, "Defense Information Assurance Program"5 U.S.C. § 552a, as amended, “The Privacy Act of 1974” 42 U.S.C. § 2000d “Title VI of the Civil Rights Act of 1964”VA Directive 0710, “Personnel Suitability and Security Program,” June 4, 2010, Handbook 0710, Personnel Suitability and Security Program, May 2, 2016, HYPERLINK "" \o "VA Publications Homepage" Directive and Handbook 6102, “Internet/Intranet Services,” July 15, 200836 C.F.R. Part 1194 “Electronic and Information Technology Accessibility Standards,” July 1, 2003Office of Management and Budget (OMB) Circular A-130, “Management of Federal Information Resources,” November 28, 200032 C.F.R. Part 199, “Civilian Health and Medical Program of the Uniformed Services (CHAMPUS)”An Introductory Resource Guide for Implementing the Health Insurance Portability and Accountability Act (HIPAA) Security Rule, October 2008Sections 504 and 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998Homeland Security Presidential Directive (12) (HSPD-12), August 27, 2004VA Directive 6500, “Managing Information Security Risk: VA Information Security Program,” September 20, 2012VA Handbook 6500, “Risk Management Framework for VA Information Systems – Tier 3: VA Information Security Program,” March 10, 2015VA Handbook 6500.1, “Electronic Media Sanitization,” November 03, 2008VA Handbook 6500.2, “Management of Data Breaches Involving Sensitive Personal Information (SPI)”, July 28, 2016VA Handbook 6500.3, “Assessment, Authorization, And Continuous Monitoring Of VA Information Systems,” February 3, 2014VA Handbook 6500.5, “Incorporating Security and Privacy in System Development Lifecycle” March 22, 2010VA Handbook 6500.6, “Contract Security,” March 12, 2010VA Handbook 6500.8, “Information System Contingency Planning”, April 6, 2011Project Management Accountability System (PMAS) portal (reference )OI&T ProPath Process Methodology (reference process maps at and templates at Technical Reference Model (TRM) (reference at )National Institute Standards and Technology (NIST) Special Publications (SP)VA Directive 6508, VA Privacy Impact Assessment, October 15, 2014VA Directive 6300, Records and Information Management, February 26, 2009VA Handbook, 6300.1, Records Management Procedures, March 24, 2010OMB Memorandum, “Transition to IPv6”, September 28, 2010VA Directive 0735, Homeland Security Presidential Directive 12 (HSPD-12) Program, October 26, 2015.VA Handbook 0735, Homeland Security Presidential Directive 12 (HSPD-12) Program, March 20, 2014OMB Memorandum M-06-18, Acquisition of Products and Services for Implementation of HSPD-12, June 30, 2006OMB Memorandum 05-24, Implementation of Homeland Security Presidential Directive (HSPD) 12 – Policy for a Common Identification Standard for Federal Employees and Contractors, August 5, 2005OMB memorandum M-11-11, “Continued Implementation of Homeland Security Presidential Directive (HSPD) 12 – Policy for a Common Identification Standard for Federal Employees and Contractors, February 3, 2011OMB Memorandum, Guidance for Homeland Security Presidential Directive (HSPD) 12 Implementation, May 23, 2008Federal Identity, Credential, and Access Management (FICAM) Roadmap and Implementation Guidance, December 2, 2011NIST SP 800-116, A Recommendation for the Use of Personal Identity Verification (PIV) Credentials in Physical Access Control Systems, November 20, 2008OMB Memorandum M-07-16, Safeguarding Against and Responding to the Breach of Personally Identifiable Information, May 22, 2007NIST SP 800-63-2, Electronic Authentication Guideline, August 2013Draft NIST Special Publication 800-157, Guidelines for Derived PIV Credentials, March 2014NIST Special Publication 800-164, Guidelines on Hardware-Rooted Security in Mobile Devices (Draft), October 2012Draft National Institute of Standards and Technology Interagency Report (NISTIR) 7981 Mobile, PIV, and Authentication, March 2014VA Memorandum, VAIQ #7100147, Continued Implementation of Homeland Security Presidential Directive 12 (HSPD-12), April 29, 2011 (reference )VA Memorandum, VAIQ # 7011145, VA Identity Management Policy, June 28, 2010 (reference Enterprise Architecture Section, PIV/IAM (reference )IAM Identity Management Business Requirements Guidance document, May 2013, (reference Enterprise Architecture Section, PIV/IAM (reference )Trusted Internet Connections (TIC) Reference Architecture Document, Version 2.0, Federal Interagency Technical Reference Architectures, Department of Homeland Security, October 1, 2013, Memorandum M-08-05, “Implementation of Trusted Internet Connections (TIC), November 20, 2007OMB Memorandum M-08-23, Securing the Federal Government’s Domain Name System Infrastructure, August 22, 2008VA Memorandum, VAIQ #7497987, Compliance – Electronic Product Environmental Assessment Tool (EPEAT) – IT Electronic Equipment, August 11, 2014 (reference Document Libraries, EPEAT/Green Purchasing Section, ) Sections 524 and 525 of the Energy Independence and Security Act of 2007, (Public Law 110–140), December 19, 2007Section 104 of the Energy Policy Act of 2005, (Public Law 109–58), August 8, 2005Executive Order 13514, “Federal Leadership in Environmental, Energy, and Economic Performance,” October 5, 2009Executive Order 13423, “Strengthening Federal Environmental, Energy, and Transportation Management,” January 24, 2007Executive Order 13221, “Energy-Efficient Standby Power Devices,” August 2, 2001VA Directive 0058, “VA Green Purchasing Program”, July 19, 2013VA Handbook 0058, “VA Green Purchasing Program”, July 19, 2013Office of Information Security (OIS) VAIQ #7424808 Memorandum, “Remote Access”, January 15, 2014, Act of 1996, 40 U.S.C. §11101 and §11103VA Directive 6071, Project Management Accountability System (PMAS), February 20, 2013VA Memorandum, “Implementation of Federal Personal Identity Verification (PIV) Credentials for Federal and Contractor Access to VA IT Systems”, (VAIQ# 7614373) July 9, 2015, Memorandum “Mandatory Use of PIV Multifactor Authentication to VA Information System” (VAIQ# 7613595), June 30, 2015, Memorandum “Mandatory Use of PIV Multifactor Authentication for Users with Elevated Privileges” (VAIQ# 7613597), June 30, 2015; OF WORKThe Contractor shall provide VA-FSC with software that meets the VA-FSC requirements identified in this PWS. The Contractor shall provide a perpetual license allowing unlimited use of the software product in perpetuity; configuration, implementation, integration, testing, and deployment of software; training; maintenance; and technical support. The Contractor shall also provide quality improvement services (see Section 5.6) throughout the duration of the contract.PERFORMANCE DETAILSPERFORMANCE PERIODThe period of performance (POP) shall consist of one initial period of 24 months from date of award, followed by three (3) option periods of 12 months each. Additionally, if the Contractor proposes a transaction based software license/product in accordance with PWS 5.2.2, the period of performance shall include optional tasks for additional claims processing.When work is performed at a VA facility, contract personnel shall maintain a work schedule that coincides with the schedule of the VA-FSC organizations they support. Normal Federal Government workdays are between core hours of 0600 (6:00 AM) Central Time (CT) and 1800 (6:00 PM) CT.On occasion, Contractor personnel may be required to provide services outside of normal hours of duty. When this happens, Contractor personnel shall comply with the VA-FSC's requirements. Contractor personnel shall not work during off-duty hours unless authorized in advance by the Contracting Officer's Representative (COR). The COR and the Contractor shall mutually agree upon all deviations to the schedule.Any work at a Government site shall not take place on Federal holidays or weekends, unless directed by the Contracting Officer (CO). If required, the CO may require work during holidays and/or weekends. At a minimum, at least one Federal Government employee whose duties are relevant to the scope of this PWS must be present whenever Contract personnel perform work defined in this PWS at a VA facility.There are ten (10) Federal holidays set by law (USC Title 5 §6103) that VA follows:Under current definitions, four are set by date:New Year's DayJanuary 1Independence DayJuly 4Veterans DayNovember 11Christmas DayDecember 25If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday.The other six are set by a day of the week and month:Martin Luther King's BirthdayThird Monday in JanuaryWashington's BirthdayThird Monday in FebruaryMemorial DayLast Monday in MayLabor DayFirst Monday in SeptemberColumbus DaySecond Monday in OctoberThanksgivingFourth Thursday in NovemberPLACE OF PERFORMANCEThe majority of tasks and services under this PWS shall be performed at or from the Contractor's facility. Contractor may be required to provide services at VA facilities located in Austin, Texas; Denver, Colorado; Waco, Texas; or other VA locations; with prior approval of the COR.Software procured under this contract shall be installed in the VA-FSC facility in Austin, Texas; but will need to undergo configuration, implementation, integration, and testing by the Contractor at its facility, prior to the software being delivered to VA FSC. Once delivered, the Contractor shall install and further configure, test, and implement the software at the VA FSC facility to ensure its ability to be deployed into production. Subsequent configuration, integration, testing, and implementation will be performed by the Contractor and VA-FSC technical resources throughout the life of the contract. This work will take place at both the Contractor's facility and the FSC government facility, as directed by FSC program management staff.TRAVELThe Government anticipates the following travel under this effort to attend program-related meetings or conferences throughout the period of performance. Trips per yearDays per TripAustin, TX44Washington, DC44Costs for all travel associated with the tasks specified in section 5 of this PWS shall be borne by the Contractor and shall not be separately reimbursed by the Government.SPECIFIC TASKS AND DELIVERABLESThe Contractor shall perform the following:PROJECT MANAGEMENTCONTRACTOR PROJECT MANAGEMENT PLANThe Contractor shall deliver a Contractor Project Management Plan (CPMP) that lays out the Contractor’s approach, timeline and tools to be used in execution of the contract.? The CPMP should take the form of both a narrative and graphic format that displays the tasks, sub-tasks, schedule and timelines, milestones, resource support, and risks.??The CPMP shall also include how the Contractor shall coordinate and execute planned, routine, and ad hoc data collection reporting requests as identified within the PWS. The Contractor shall update and maintain the VA PM approved CPMP throughout the period of performance. The schedule and timelines shall be segregated by period, i.e. one initial two-year period plus each of three option periods, such that there is no overlap in periods for any scheduled activity, i.e. successful completion of work identified under any one period is not contingent on the exercise of any option period. The Contractor shall update and maintain the VA Program Management approved CPMP, and submit the updated plan monthly, throughout the period of performance.Deliverable: Contractor Project Management PlanPROJECT PLANNINGThe Contractor shall deliver to the COR an initial Project Schedule in electronic format, using Microsoft Project. The Contractor shall continually update the schedule with revisions in milestones as a result of changes that may occur and submit updated versions of the Project Schedule to the COR monthly. The Project Schedule shall incorporate any changes that occurred through the last day of the month prior to the one in which the schedule is delivered to VA.The Contractor shall deliver a Work Breakdown Structure (WBS) of all tasks associated with the work defined in this PWS. The WBS shall be developed to at least four levels. The purpose of the WBS is to confirm the Contractor understands the requirements of the contract. The initial WBS submitted with the proposal may be expanded upon and updated to fulfill the requirement of this deliverable. The WBS is a living document that must be maintained and updated, as appropriate, throughout the entire period of performance, and submitted monthly for approval by the VA.The Contractor shall also provide a Software Implementation Plan for the installation, integration, configuration, and implementation of the software.Deliverables: Project ScheduleWork Breakdown StructureSoftware Implementation PlanPOST AWARD ORIENTATION CONFERENCE (PAOC)The Contractor shall participate (in person or virtual) in the PAOC at the VA-FSC in Austin, TX within seven calendar days after contract award, and cover the following information during the PAOC:Details regarding Tasks, Subtasks, Timelines, and the Delivery Schedule for the Project PlanNames and credentials for all Contractor resources who will participate in contract implementation (by Contractor)Schedule for meetings with FSC Team members, Government counterparts to Contractor staff, Contractor staff, and Data Contacts resources.The Contractor shall document the PAOC meeting minutes detailing what was discussed, list of attendees, expectations of Contractor, expectations of VA-FSC, and any actions required of each party.Deliverable: A. PAOC Meeting MinutesREPORTING REQUIREMENTSThe Contractor shall provide the COR with Monthly Progress Reports in electronic format, in Microsoft Word. The report shall include detailed explanations for each required data element, to ensure that data is accurate and consistent. This report shall reflect data through the last day of the preceding month.The Monthly Progress Report shall cover all work completed during the month preceding the month during which the report is delivered, plus work planned for the month in which the report is delivered and any subsequent period within six months of the date of delivery. The report shall also identify any problems that arose and either a description of how the problems were resolved, or suggested resolutions, if problems were not resolved during the reporting period. If problems have not been completely resolved, the Contractor shall provide an explanation including their plan and timeframe for resolving each issue. The report shall also include an itemized list of all Electronic and Information Technology (EIT) deliverables and their current Section 508 conformance status. The report shall also include any change in Contractor staff involved in the work identified in this PWS. The Contractor shall monitor performance against the CPMP and report any deviations. The Contractor is required to communicate problems and issues to the VA within three calendar days of discovery, to ensure issues identified on the report are transparent to both parties and to prevent escalation of outstanding issuesDeliverable:? Monthly Progress ReportSOFTWARE PRODUCT/LICENSEThe Contractor shall have the option to propose either a perpetual software license (section 5.2.1) or a transaction-based license (section 5.2.2). In either case, the software shall be capable of being scaled up from an initial capacity of 7,500,000 claims annually (15 million in the base period) to a capacity of 30 million claims annually across 15 programs. The Contractor shall also scale the corresponding support required by PWS sections 5.5-5.9. PERPETUAL SOFTWARE PRODUCT/LICENSEThe Contractor shall provide the software product meeting the requirements specified below in section 5.3 and its subparagraphs and allow VA-FSC unlimited use of the software product in perpetuity. The Government shall retain unlimited data rights for any software developed to meet the requirements of this contract. Software developed under this contract shall also be placed in escrow. Deliverables: Software Product/LicenseEscrow AgreementTRANSACTION-BASED SOFTWARE PRODUCT/LICENSE (INCLUDES OPTIONAL TASKS)The Contractor shall scale the COTS product above the base level of 7.5 million claims per year (15 million in the base period) in accordance with the optional task quantity executed. The period of performance for each optional task executed shall be from time of optional task award until the end of the performance period in which the optional task is exercised. The Contractor shall provide all support required in subsequent PWS sections for the base level of 7.5 million claims per year (15 million in the base period) as well as all additional claims required by these optional tasks. Initial Quantity of ClaimsOptional Task Lot SizeNumber of times Optional Task can be executed Total # of claims per yearBase Period (Year 1)7,500,000500,0004530,000,000Base Period (Year 2)7,500,000500,0004530,000,000Option Period 17,500,000500,0004530,000,000Option Period 27,500,000500,0004530,000,000Option Period 37,500,000500,0004530,000,000SYSTEM FEATURES AND CAPABILITIESThe Contractor shall provide a complete software solution that delivers, at a minimum, the following features and capabilities. The table below indicates when each feature is required to be delivered. CapabilityOut-of-the-Box6 MO12 MO18 MO24 MOExceptions5.3.1 MEMBER MANAGEMENT AND ELIGIBILITYX?????5.3.2 BENEFIT ADMINISTRATIONX?????5.3.3 PROVIDER MANAGEMENTX????Bullet (h) (12 months)Bullet (i) (6 months)Bullet (k) (6 months)5.3.4 FEE SCHEDULE AND CONTRACT MANAGEMENTX????Bullet (f) (6 months)5.3.5 AUTHORIZATIONS AND REFERRALSX????Bullet (e) (6 months)5.3.6 DATA INPUT, CLAIMS INTAKE, AND DATA ACCESSIBILITYX????Bullet (b) (12 months)Bullet (d) (6 months)5.3.7 WORK ASSIGNMENTS AND WORKFLOWX????5.3.8 CLAIMS ADJUDICATION X????Bullet (d) (6 months)Bullet (e) (6 months)5.3.9 CUSTOMER MANAGEMENT??X???5.3.10 FINANCIALS AND ACCOUNTS PAYABLEX?????5.3.11 CORRESPONDENCEX????Bullet (b) (12 months)Bullet (d) (12 months with the exception of hard copy and fax, which is required out of the box)Bullet (e) (6 months)5.3.12 DATA STORAGE AND DATA MANAGEMENTX?????5.3.13 REPORTING AND DATA ANALYTICSX?????5.3.14 SECURITY AND AUDIT TRAILSX????Bullet (a) (6 months)Bullet (b) (6 months)Bullet (d) (6 months)Bullet (e) (6 months)5.3.15 DATA EXCHANGE SERVICES, ELECTRONIC DATA INTERCHANGE, AND CAQH CORE?X???Bullet (e) (6 months)Bullet (f) (6 months)Bullet (h) (6 months)5.3.16 CAPACITY AND SCALABILITYX????Bullet (b) . Allows up to 5,000 active concurrent users, who may not be performing the same functions, on the software at the same time. (18 months, initial out of the box capability should be at least 1,000)5.3.17 TIMELINESS AND ACCURACY?X???5.3.18 IMPROPER PAYMENTS?X????5.3.19 FLEXIBILITYX?????5.3.20 SECURITY AND CONFIDENTIALITY?X????5.3.21 LEVEL OF AUTOMATION???X??5.3.22 PROCESS STANDARDIZATION???X???5.3.23 SYSTEM INTEGRATION AND INTEROPERABILITY?X????5.3.24 HIGH-AVAILABILITYX?????5.3.25 TECHNICAL REFERENCE MODEL (TRM)?X????5.3.26 TECHNOLOGY STACKX?????5.3.27 HISTORICAL DATA PURGING AND RE-LOADINGX??????5.3.28 SYSTEM CONFIGURATION RETENTION AND MIGRATIONX??????5.3.29 SYSTEM STATUSX?????5.3.30 CLOUD ENVIRONMENT????X?MEMBER MANAGEMENT AND ELIGIBILITYAbility to import and integrate member data from external data sources in real time, after performing validation rules that define a valid member. All submissions shall be in compliance with 834 (Benefit Enrollment and Maintenance transactions, as mandated by the Health Insurance Portability and Accountability Act of 1996 (HIPAA)). The submissions shall also be in compliance 5010 Standards for Electronic Data Interchange Technical Report Type 3 (or latest version).Ability to store and match on aliases for the Member; so separate Member records can be linked, cross-referenced, and used for authorization matching and to eliminate duplicate processing.Allows automatic adding of a new member from the receipt of claim or authorization data via an Electronic Data Interchange (EDI) or other electronic transmission. The software shall be able to first perform a look-up from an external data source, then perform validation rules, and then automatically add members that pass validation criteria. The software shall automatically deny or pend claims for members if they cannot be validated according to these validation criteria. To expedite the procedure and eliminate errors, all submissions shall be in compliance with EDI 278 (Health Care Services Review – Request for Review and Response).Allows looking up a valid member in a secondary database to obtain eligibility information, which is then imported to populate the member record. The software shall be able to add additional flex fields on the eligibility forms to ensure all required eligibility information is captured.Ability to assign a member to a specific treatment facility; and track, by date, the transfer of a member from one treatment facility to another.Ability to search for a member based on name, social security number, unique identification numbers, and/or treatment facility.Tracks subscribers, members, eligibility history, provider and network assignments, and Coordination of Benefits (COB) information.Allows multiple health plan eligibilities, and applies COB information.Provides a web-based portal to support correspondence to members; and allows members correspondence capabilities via hard copy, facsimile, or e-mail.Can be configured to limit access to a select group of members (such as VA employees, high profile personnel, and those requiring access to sensitive data), as defined by FSC staff; such that only certain users would be authorized to view member associated data.Can be configured to limit the visibility of sensitive data for a select group of members; and adds users viewing such data to an auditable log.Can track and store dental data, patient conditions, and clinical history; which can be added manually, imported from member data, or added from claim details.Can store Release of Information details for a member, which defines the type of information that can be released about a member.BENEFIT ADMINISTRATIONCan be configured to allow the incorporation of business rules that define and evaluate eligibility; and that automatically assigns a benefit plan to the member, based on the result of invoking the business rules.Documents an unlimited number of benefit plans; and allow members to be assigned to more than one benefit plan concurrently, over multiple programs.Can be configured to determine the appropriate benefit plan to be used during adjudication, if a member is assigned to more than one benefit plan.Can be configured to allow one benefit plan to be copied, modified, and saved; so it can be used to create multiple benefit plans.Can be configured to track copayments, deductibles, coinsurance, limits, maximums, and exclusions for each member, by benefit plan or program; link member data with sponsor information; and calculate a catastrophic cap per member or family.Ability to track secondary and tertiary insurance coverage.Ability to establish unique description names for benefit plans.Allows benefit plans that utilize a range of procedures and/or diagnosis codes that are either excluded from the plan; or have different or additional copayments, co-insurance, or limits.Allows the creation of diagnosis or procedure code groups to be assigned to benefit plans.PROVIDER MANAGEMENTNote: The term “provider” or "service provider" means an individual healthcare provider, a Medical Group, or a Medical Network.Allows importing and real time integration of provider data from external data sources, after performing validation rules that define a valid service provider. Allows automatic adding of a new service provider from the receipt of claim or authorization data via an EDI or other electronic transmission. The software shall be able to first perform a look-up from an external data source, then perform validation rules, and then automatically add providers that pass validation criteria. The software shall automatically deny or pend claims for service providers if they cannot be validated according to these validation criteria.Allows the establishment of service providers practicing as individuals, Medical Groups consisting of one or more providers, and Networks consisting of grouped service providers.Can store and match on aliases for the provider; such that separate provider records can be linked, cross-referenced, and used to match authorizations and eliminate the possibility for duplicate billings for the same services.Allows tracking of multiple provider servicing locations.Allows assignment of provider identification numbers, following National Provider Identification (NPI) requirements.Allows the assignment of a Federal Tax Identification Number (TIN) for a service provider..Ability to flag Contractors as IRS 1099 reportable, and track all payments by TIN for appropriate issuance of IRS Form 1099; and the ability to reconcile 1099 reportable income from financial accounting software to payments made from VA-FSC by TIN.Ability to flag sanctioned providers by performing automated look-ups to external software, identifying sanctioned providers, and flagging those providers from use. The software shall record specific dates of sanctioned providers, as necessary.Allows provider negotiated contracts including fee schedules, capitation agreements and other carve-outs.Provides a web-based communication portal that allows secure communication with the provider regarding member authorizations and claims status.FEE SCHEDULE AND CONTRACT MANAGEMENTAble to administer multiple payers, unlimited benefit plans, and unlimited fee schedules; and utilize more than one fee schedule to adjudicate a claim.Uses the International Classification of Diseases (ICD) ICD-10-CM code, Current Procedural Terminology (CPT) codes and Healthcare Common Procedure Coding Software (HCPCS) codes for the year in which the care was given. The software shall implement new codes or code set versions at regular intervals (as specified by the appropriate agency) or as they become available.Provides a tool or utility that allows the end-user the ability to import code sets as updates become available. Code sets required at a minimum are: ICD-10-CM, ICD-10-PCS; CPT; HCPCS; DRG; APC; CDT; CARC; RARC; and Taxonomy.Can support Resource-Based Relative Value Scales (RBRVS); Medicare Physician Fee Schedule (MPFS) and Usual, Customary and Reasonable (UCR) fee schedules; Outpatient Prospective Payment System (OPPS); Ambulatory Surgical Center (ASC); End Stage Renal Disease (ESRD); Long Term Care (LTC); Home Health Prospective Payment System (HH PPS); Skilled Nursing Facility (SNF); Inpatient Rehabilitation Facility Prospective Payment System (IRF PPS); Inpatient Prospective Payment System (IPPS); Inpatient Psychiatric Facility Prospective Payment System (IPF PPS); Durable Medical Equipment (DME); Federally Qualified Health Center Prospective Payment System (FQHC PPS); National Dental Advisory Service (NDAS); ambulance pricing, anesthesia pricing, clinical lab pricing; per diem pricing; percentage of billed charges; and flat rate pricing.Can perform code grouping, editing and pricing with the ability to configure claim dispositions based on edits.Can incorporate the National Council for Prescription Drug Programs (NCPDP) for pharmacy claims, and allow multiple drug pricing tables and drug pricing updates, i.e. Medispan.Allows the linking of fee schedules to providers' and members' benefit plans.Allows the ability for a contract to be copied, modified, and saved in order to easily create multiple contracts.Can support Centers for Medicare and Medicaid Services (CMS) pricing rules such as Multiple Surgical Procedures reduction, Multiple Endoscopic Procedures reduction, global billing, modifiers, Local Coverage Determination (LCD), National Coverage Determination (NCD), and Carrier Priced codes.Can support ‘lesser of’ pricing comparisons and select the correct payment contract.Can leverage multiple criteria such as Provider ID, Provider Specialty, Type of Bill, Practice Location, Benefit Plan, Claim Form Type, Network, or Dx code to determine the appropriate payment contract. Can utilize a hierarchy of fee schedules within a payment contract and use multiple to pay a single claim.AUTHORIZATIONS AND REFERRALSAllows a centralized authorization/referral model through a web based tool. The software must be able to perform validation rules prior to permitting a new authorization/referral to be added into the system.Tracks authorized care to the location that authorized the care, and tracks authorizations and the cost of care to the authorizing location.Can be configured to assign a valid obligation number based on authorization data; such as year, authorizing location, benefit plan, provider, network, or category of care.Allows multiple levels of approval for authorizations, i.e. a user may enter an authorization request and a second level approval may or may not be required to finalize and authorize the care. Once the authorization is approved, it must be automatically incorporated in the software as an authorization. Allows referrals and authorizations to be created and automatically made available to external participating providers via hard copy, secure email, fax, or web portal.Allows importing and real time integration of authorization/referral data from external data sources, after performing validation rules that define a valid authorization/referral.Allows the business user to define different claim/authorization matching business rules for different claim types or benefit plans.Automatically approves an authorization if certain business rules are met.DATA INPUT, CLAIMS INTAKE, AND DATA ACCESSIBILITYAllows claim data input from various sources including EDI, Optical Character Recognition (OCR), and manual data entry.Allows manual data entry to be accomplished through the use of a web based interactive tool. This tool shall be accessible from the provider services portal page, so small providers can enter claims data in this manner. This tool shall be Health Insurance Portability and Accountability Act (HIPAA) compliant.Capable of displaying a rendered image of the claim from an electronic claim submission.Can store hyperlinks to electronic documents or images in multiple ‘entities’ (such as member, claim, provider, and authorization) so this information can be viewed when clicked.Can be easily navigated and cross-referenced, such that entities referenced in any object can be drilled down to a hyperlink that opens that entity without having to navigate back to the main screen.Supports the following X12 5010 administrative transaction sets:Import of 837I; 837P; 837D claim filesCreation of 835 payment filesCreation of 277CA and 999 response filesImport of 270 eligibility inquiries, and return of 271 eligibility responses, in real timeImport of 278 service reviews, and return of 277 responsesImport of 276 claim status inquiries, and return of 277 responsesAllows update of the X12 and NCPDP administrative transaction sets to the next HIPAA mandated version.WORK ASSIGNMENTS AND WORKFLOWConsists of a user-friendly, graphical user interface screen, to manage workloads and predefined work queues.Can define work queues for use in assigning work and managing workflows.Can assign claims for adjudication and processing to individual users and push those claims to the user to which they have been assigned. Allows supervisors to assign specific items to an individual or queue, and the ability to pull them from and/or reassign those items to another individual or queue.Capable of managing workflow, which can include claims, members, providers, tickets, appeals, and documents.CLAIMS ADJUDICATION Can adjudicate institutional, professional, dental, and pharmacy claims; including non-standard claims.Ensures medical claims are adjudicated in accordance with current National Correct Coding Initiative (NCCI) edits and other industry standard edits.Allows the business user to define criteria to identify duplicate claims, and determine claim disposition.Includes internal controls that meet all requirements of OMB Circular No. A-123 (Management's Responsibility for Internal Control).Includes internal controls that meet all requirements included in OMB Circular No. A-123 Appendix D.Capable of matching an authorization/referral with a claim, and pairing the two together during claim adjudication.Can match authorizations at either the Claim or Claim Line level. The system can utilize multiple authorizations for a single claim.Capable of paying only part of a claim, based on user defined rules.Capable of executing a unique claim by processing rule-based, end user defined claim criteria and/or a benefit plan.Allows real-time claim adjudication or batch claim adjudication. Batch claim adjudication can be pre-defined by specific criteria or at run time.Capable of performing line item adjudication, and allow different service types on one claim to be paid, based on different payment methodologies.Allows administrative business users to add, modify, and delete custom claim edits.Can be configured to identify provider submitted adjustments, voids, and cancels; and send them to a separate work queue.Capable of allowing a user to negate, or negate and adjust a previously finalized claim. The software shall allow returned funds to be re-presented without having to negate any of the claims lines.Capable of tracking overpayments; and sending any overpaid amounts to the Financial Management System (FMS), so overpaid amounts can be deducted from the total amount payable that was sent to FMS for that claim.Allows a user to void, void and reissue, or stop payment for a finalized, paid claim.Applies Coordination of Benefit rules during adjudication at the claim or line level. Other payments can also be applied to the claim and adjusted (such as Auto, Life, and Home insurance).Has User Defined Fields that shall apply rules and reason codes during adjudication. The User Defined Fields can be set on multiple entities (such as Provider, member, authorization, and Claim).Can perform mass adjustments of claims. The system shall allow the user to define criteria to identify claims to be adjusted, such as: member(s), Provider(s), Fee Schedule(s), Payment Contract(s), Benefit Plan(s), etc. The system shall provide the adjusted results prior to being committed and allow the user to review prior to execution.Can adjudicate and provide either claim level or line level Pricing and reason codes.Stores and makes transparent to the user all adjudication rules, pricing details, exceptions and overrides that were applied to the claim or claim line.Allows the application of other insurance coverage; such as home owners, automotive, workers compensation, State or local government programs; as applicable.CUSTOMER MANAGEMENTProvides a web-based portal for members, providers, and internal customer service representatives; to verify member data and monitor the status of claims authorizations, and other criteria, as stated in each of the relevant sections within Section 3.0 of this document.Provides a member services web-based portal page, to allow authenticated members (members who have been given a valid User ID and password) the ability to view authorizations and claims information and appeals, update personal demographic information, and view and print correspondence.Provides a provider services web-based portal page, to allow authenticated providers (providers who have been given a valid User ID and password) to view the status of their authorizations and claims.Includes a customer service representative workspace that allows tracking of tickets and issues; and provides consolidated access to member, provider, authorization, claims, appeals or grievances transactions, and Release of Information (ROI); all of which can be added, updated, and/or revised depending on the user-defined role of the customer service representative.Allows a seamless integration with enterprise content management software via Content Management Interoperability Services (CMIS) standards.Allows logging and tracking of contacts. As member or provider contact is made, the customer service representative shall be able to enter a contact record, and notate the incident (time, date, notes, etc.) This contact information shall be visible and accessible from all screens throughout the application, depending on the level of access granted to the user. The software shall also provide for user defined categories, to allow common issues/calls to be tracked by category.Allows logging and tracking of appeals by a member, provider, or customer service representative. The tracking shall provide for management of appeals by age, and provide for automatic follow-up alerts, based on user defined business rules.Able to interface with a COTS Customer Relationship Management (CRM) system via web services in a Service Oriented Architecture (SOA) environment.FINANCIALS AND ACCOUNTS PAYABLECapable of tracking expenditures by the fiscal year of the U.S. Government (October 1 through September 30). Capable of accepting an alpha-numeric obligation number with a minimum of nine (9) digits for each program that will be assigned by a user to track expenditures for that program.Capable of associating and tracking an alpha-numeric obligation number to a specific line of accounting or general ledger account.Capable of accepting at least 160 characters per accounting line.Capable of tracking expenditures by date of authorization, accounting line, category of care, referring facility, authorization, member, provider, the date services were rendered, and the date the claim was received; as defined by the program.Capable of tracking payments to the provider, and ensure the appropriate medical entity is passed in the financial interface for payment and 1099 reporting. Example: If the treating provider is practicing as a medical group; then the TIN for the billing provider should be passed in the interface for payment and 1099 reporting, rather than that of the provider rendering services.Able to generate an explanation of benefits or pricing, and generate a file with EOB/EOP data to be integrated with an existing capability.Capable of grouping payments that are ready for disbursement to the same payer; or generate a single payment to the payer, whichever is desired by the recipient.Capable of capturing member banking information, to be used in the event the member is eligible for reimbursement of payments he/she made for services for which he/she was entitled to receive.Able to reimburse a member, conservator, or executor who has been granted authority to act on behalf of the member; including receipt of reimbursement.Capable of flagging payments or programs that are subject to the provisions of the Prompt Payment Act, and apply appropriate money management and interest rules for these payments.Capable of processing returned checks or Electronic Funds Transfer (EFT) payments from providers, and adjust appropriate claims for immediate re-processing.Can associate an obligation to a claim, based on either the obligation defined on the Authorization or by utilizing claim criteria to map to an obligation.Capable of integrating with COTS financial accounting software.Capable of creating a payment file that consists of medical contractor payer information, payment and suspension amounts, Explanation of Benefits (EOB)/Explanation of Payment (EOP) advice, invoice or claim line item detail, payment obligation detail, accounting line data, and fiscal year; all of which will be imported into an existing accounting software interface.CORRESPONDENCEAllows for the import of form letters from varying formats.Includes a web-based portal that supports correspondence to members; and allows members correspondence capabilities via hard copy, facsimile, or e-mail.Able to select specific form letters automatically based on invoking business rules that trigger certain events. For example if a claim is received and the member is determined not eligible for coverage; a specific form letter would be automatically selected and sent to both the provider and ineligible member.Allows correspondence to be delivered to the appropriate recipient via hard copy, secure e-mail, facsimile, or a method whereby the intended recipient is advised they have correspondence; and that allows the recipient to log in to a secure web-based service to obtain his or her correspondence.Allows integration of correspondence to a document management software system, and links to appropriate documentation associated with a member, claim, appeal or other correspondence associated to a specific member. The integration shall link to the appropriate information, make it available in the application or in another window, and not force a log-in to a secondary application.DATA STORAGE AND DATA MANAGEMENTContains an Operational Data Store and Data Warehouse to support transaction processing and reporting capabilities.Before the system is operational, have the capability to operate on two separate systems so that VA and OGA information is not co-mingled.Can allow standard reporting in the following major categories: claims/episodes of care, membership, authorizations, providers, and case management. Allows data extracts and data mirroring in the data warehouse, for reporting and analytical use.Can identify and segregate data per FSC customer.Capable of supporting Extract, Transform, Load (ETL) that allows the movement of data between databases; and allows data to be extracted from the data warehouse by external VA entities.Able to extract data from the transactional database to update the operational data store database; in such a manner as to not negatively impact production performance.Can be configured to allow the export of data into other analytical tools such as Excel, Access, and/or Adobe/PDF; and allows for a user-defined delimited export.Does not transmit to or store data at an offshore location. For the purposes of this contract, offshore is defined as being any location outside the United States, its possessions, and Puerto Rico.REPORTING AND DATA ANALYTICSCan monitor and track processor productivity, performance, and audits; and provide resulting metrics in ad hoc reports or on a role-based dashboard.Can be configured to allow external tools such as SQL Reporting Services and Crystal Reports for ad hoc and custom reporting; through a web services portal, based on user authentication.Can be configured to permit clinical, financial, actuarial, and analytical reporting.Can be configured to allow multiple users to generate reports simultaneously, without degradation of system performance.Capable of updating the operational data store database with data from the transactional database, a minimum of once a day.Can be configured to allow reporting of types of claims processed, claims processed over a specific time, processes worked, and who worked them.Includes a data warehouse capability to support Online Analytical Processing (OLAP) for data analytics and reporting.Can be configured to ensure the average time it takes to pull claims processing data shall not exceed three minutes per report.SECURITY AND AUDIT TRAILSComplies with the Federal Information Security Management Act (FISMA), National Institute of Standards and Technology (NIST), Federal Information Processing Standard (FIPS) 200, and related VA security control requirements commensurate with the FIPS 199 configurable software security plies with a High Impact security categorization level.Database and web interfaces comply with all VA security and privacy standards,Minimum security controls are integrated into the software contained in the VA-approved High Security Controls baseline.Security controls are implemented in accordance with the provisions of a VA-approved software development life cycle.Can provide user role-based security for accessing the application, down to the individual fields that users are permitted to view or modify.Designed to flag a certain percentage of claims per user, based on that user's skill level or other measureable criteria, which are subject to quality assurance audit.Initially requires a user to be authorized to access the application through the operating software, and indicate a specific user role as defined in the application.Contains a security module that defines a user’s access to specific screens, the data that can be accessed, and the fields that a user can view and modify.Can track all additions or changes down to the user who made the changes; write to the database each time an addition or change is made; and maintain a history of those additions and changes, including date and time the addition or change was made.Enables conflict of interest and privacy restrictions, in accordance with VA security standards. Can perform security scans to identify and report security vulnerabilities.Ensures the encryption of data while at rest.DATA EXCHANGE SERVICES, ELECTRONIC DATA INTERCHANGE, AND CAQH CORECan be configured to meet the security, privacy, and confidentiality requirements set forth by VA, the Health Insurance Portability and Accountability Act (HIPAA), the Affordable Healthcare Act, and the Council for Affordable Quality Healthcare, Committee on Operating Rules for Information Exchange (CAQH CORE).Can receive, process, and product HIPAA compliant transactions, including Accredited Standards Committee (ASC) X12 and the NCPDP, via EDI; perform automated validation.Can send HIPAA compliant transactions to?others sources including internal and external trading partners or systems.Remains current with on-going healthcare; electronic transactions; information exchange regulations; national format/standards; and versions of national standards including HIPAA; the Affordable Healthcare Act; and the CAQH CORE.Can be configured to integrate with existing FSC systems including data translation tools and/or applications utilizing Web Services within a SOA and support data format standards such as X12 and HL7.Can perform data look-ups and receive data from FSC systems, perform business rules against the data, and populate and/or make selections within the configurable software, based on performing these business?plies with the CAQH CORE Rules which govern the way data is electronically transferred from one computer to another.Integrates with external eligibility, and referral and authorization systems; following the CAQH CORE Rules.Can be configured to enable the following CAQH CORE Rules and includes updates to the rules as part of the regularly scheduled maintenance of the product.150: Batch Acknowledgements Rule151: Real Time Acknowledgements Rule152: Companion Guide Rule153: Connectivity Rule154: Eligibility (270-271) Data Content Rule155: Eligibility Benefits Batch Response Time Rule156: Eligibility Benefits Real-Time Response Time Rule157: System Availability Rule250: Claim Status Rule258: Normalizing Patient Last Name Rule259: AAA Error Code Reporting Rule260: Eligibility Data Content Rule270: Connectivity Rule370: EFT & ERA Re-association (CCD+/835) Rule380: EFT Enrollment Data Rule382: ERA Enrollment Data Rule450: Health Care Claim (837) Infrastructure Rule v4.0.0452: Health Care Services Review – Request for Review and Response (278) Infrastructure Rule v4.0.0470: Connectivity Rule v4.0.0Can reject any claims that do not meet all HIPAA and VA business rules; and track and report rejected claims.Converts received claims data into readable format, rather than just lines of code.CAPACITY AND SCALABILITYCapable of being scaled up from an initial capacity of 7,500,000 claims annually (15 million in the base period) to a capacity of 30 million claims annually, for up to 15 programs. Claims volume across lines of business may increase incrementally over the life of the contract.Allows up to 5,000 active concurrent users, who may not be performing the same functions, on the software at the same time.Can process up to 116,000 claims per day without performance degradation.Allows response times on the user interface of no more than three seconds.Supports adding resources to scale up or scale out.Can be configured to provide measureable throughput on end-to-end transaction processing, of less than three seconds.TIMELINESS AND ACCURACYEnsures 97.5% of claims are processed within 30 days or less, within a 98.5% accuracy standard.IMPROPER PAYMENTSEnsures the percentage of improper payments does not exceed 1.5%.FLEXIBILITYAllows the VA-FSC and/or the Contractor to configure the system to meet changing VA-FSC needs; i.e. legislative change, interdepartmental change [how VA interacts with Department of Defense (DoD) or Indian Health], or changes in organizational structure.Allows the VA-FSC and/or the Contractor to make adjustments based on volume demand in order to meet changing Veteran's needs; i.e. legislative change, interdepartmental change [how VA interacts with DoD or Indian Health], or change in organizational structure.Allows the VA-FSC and/or the Contractor to make workforce adjustments, such as adding users of the software or changing a user's role, to meet changing Veteran's needs; i.e. legislative change, interdepartmental change [how VA interacts with DoD or Indian Health], or change in organizational structure. SECURITY AND CONFIDENTIALITYArchitecture of the software provides safeguards for sensitive data within the VA Firewall; so patient and healthcare information confidentiality is maintained, and there is compliance within the regulatory environment, personally identifiable information (PII), Protected Health Information (PHI), and 38 U.S. Code §7332 Protected Data.Supports Lightweight Directory Access Protocol (LDAP) integration for user access and authentication.Supports single sign-on.All system components shall be considered FISMA-High and shall comply with the following policies, handbooks, guidelines at the application and database levels:VA Handbook 6500 (Information Security Program) vapubs/viewPublication.asp?Pub_ID=56VHA Directive1906 (Data Quality Requirements for Healthcare Identity Management and Master Veteran Index) vhapublications/ViewPublication.asp?pub_ID=2880 NIST 800-53 Version 4 (Security and Privacy Controls for Federal Information Systems and Organizations) csrc.publications/drafts/800-53-rev4/sp800-53-rev4-ipd.pdfDISA-STIG (Defense Information Systems Agency Security Technical Implementation Guide) iase.disa.mil/stigs OMB M-04-04 (E-Authentication Guidance for Federal Agencies) sites/default/files/omb/memoranda/fy04/m04-04.pdf NIST 800-63-2 (Electronic Authentication Guideline) csrc.publications/drafts/800-63-2/sp800_63_2_draft.pdfVA Handbook 0735-HSPD-12 (Homeland Security Presidential Directive 12 Handbook) vapubs/viewPublication.asp?Pub_ID=758&FType=2The Contractor shall identify the testing methods and tools used to verify compliance with the above security policies, handbooks, and guidelines.The Contractor shall provide proof of compliance with all security policies, handbooks, and guidelines included in this document.Deliverables:Identification of Testing Methods and Tools used to Verify ComplianceProof of Security ComplianceLEVEL OF AUTOMATIONEnsures a minimum of 85% of claims transactions will be auto-adjudicated with straight-through processing, with no human touch points or human interaction.PROCESS STANDARDIZATIONEnsures a minimum of 90% of the claims adjudication functions will be standardized within the entire process.SYSTEM INTEGRATION AND INTEROPERABILITYCapable of integrating with VA-FSC systems (such as Referral Authorization System (RAS), Dialysis National Contract (DNC), and Enrollment and Eligibility (EE)); in conjunction with the VA-FSC's adjudication of healthcare claims submitted by healthcare providers.Consists of a system architecture that is open and provides interoperability capabilities through the use of web services using Simple Object Access Protocol (SOAP) or Representational State Transfer (REST).Integrates with SOA and Enterprise Service Bus (ESB) platforms.Supports integration patterns approved by VA Enterprise Architecture, as well as Federal and NIST guidelines (HSPD-12 and Federal Identity, Credential, and Access Management (ICAM)).Functional on all VA environments to include development, testing and production.Exhibit 1A below depicts the current system interfaces.Exhibit 1AHIGH-AVAILABILITYSupports a high availability configuration such as failover or clustering, and eliminates single points of failure.TECHNICAL REFERENCE MODEL (TRM)Contractor shall ensure all software and system components delivered under this contract can be approved on the VA Technical Reference Model (TRM), whose website can be found at https:// trm. Contractor shall submit a list of all software and system components to the VA-TRM group no later than 30 days following date of contract award for TRM approval.Contractor shall ensure all software and system components are rated FISMA-HIGH in accordance with Section 2.0 FISMA requirements, which would increase the probability of software and components being TRM approved.Contractor shall ensure all software and system components will be revised in accordance with TRM requirements.Contractor shall ensure all software and system components are in compliance with VA TRM requirements within six (6) months of contract award, and stay in compliance with VA TRM from that point forward, as long as the software is in use by FSC.TECHNOLOGY STACKShall be capable of running on the following technology stack components: Intel x64 hardware, using Windows 2012 R2 Operating System on a VMware virtualization platform. A technology stack is a set of software that provides the infrastructure for a computer. The stacks differ whether installed in a client or a server.Either Microsoft SQL Server 2012 R2 or Oracle 12c.Oracle Service-Oriented Architecture and Oracle Service Bus, which will be the foundation for shared services.Shall comply with VA's Technical Reference Model (TRM). Reference: HISTORICAL DATA PURGING AND RE-LOADINGAllows users to define data retention schedules, and can be programmed for automated archiving and purging data, based on age. Able to perform both complete system data archival support and partial data archival support; based upon specified data criteria, such as dates.Allows archival data to be restored by mid-level production support resources. Recovery tasks shall be performed without administrative rights to back end databases and other systems.SYSTEM CONFIGURATION RETENTION AND MIGRATIONAble to back up and restore system configuration information and criteria, separate from claim data.Capable of migrating system configurations between environments; such as Production, Pre-Production, Staging, Development, Testing, and User Testing.SYSTEM STATUSIncludes a System Dashboard and monitoring toolsets, to monitor the real-time status of software system components.CLOUD ENVIRONMENTa.Can be supported in a Government on-premises cloud solution or data center. SYSTEM DOCUMENTATIONContractor shall provide at least one complete set of system documentation that includes, at a minimum, technical user guides, system and data architecture and schemas, and interoperability specifications; and one software configuration users guide. The Contractor shall provide additional copies of these documents upon request by VA-FSC, up to five copies per document; and provide VA-FSC, in writing, permission to photocopy any of the documents and/or sections of the documents, if additional copies are needed by FSC staff.The Contractor shall provide any necessary updates to the system documentation and software configuration Users Guide within seven days after an update or upgrade becomes available.Deliverables: System DocumentationSoftware Configuration Users GuideSYSTEM CONFIGURATION AND IMPLEMENTATIONThe Contractor shall conduct initial implementation assessments and periodic implementation assessments throughout the life of the contract, in order to properly scope the implementation services.All configuration, implementation, testing, and integration required for the base period, option periods, and optional tasks shall be performed by the Contractor at its facility, prior to the software being delivered to FSC. Once delivered, the Contractor shall install and further configure, test, and implement the software at the FSC facility to ensure its ability to be deployed into production. Subsequent configuration, integration, testing, and implementation shall be performed by the Contractor and FSC technical resources throughout the life of the contract.The Contractor shall offer VA-FSC solutions and perform associated services for the ongoing configuration and implementation of the configurable software and claims adjudication environment, as specified by the VA-FSC Program Management team and the VA COR.The Contractor shall provide all functional requirements at time of delivery of the final solution. This includes the product being tested, accepted and ready to go into production by the end of the twenty-fourth (24th) month.SOFTWARE UPDATES AND QUALITY IMPROVEMENTThe Contractor shall perform ongoing quality improvement of the software throughout the entire life of the contract, by continually seeking ways to improve the software product, and integrate the improvements into the configured software being utilized by VA-FSC. Improvements shall include offering solutions to processing problems and concerns, to ensure VA-FSC is always adjudicating and paying healthcare claims in the most efficient and effective ways possible. Specific areas include the following:Member Management and EligibilityBenefit AdministrationProvider ManagementFee Schedule and Contract ManagementAuthorizations and ReferralsClaims Adjudication and ProcessingCustomer ManagementCase ManagementAccounts PayableFinancialsCorrespondenceReportingSecurity and Audit TrailsData Exchange ServicesAbility to Scale up to Support Large Claims VolumesImplementation and Configuration ServicesTraining ServicesTechnical Support and Configurable Software Maintenance ServicesSupport Services for Customization of SoftwareThe Contractor shall communicate quality improvements to the COR via email correspondence. The COR will coordinate such efforts with the VA-FSC Program Management team to arrange for incorporation and implementation of the improvements to the system.The Contractor shall ensure all customization features and functionalities performed for VA FSC are incorporated in all subsequent software updates and upgrades. The Contractor shall release updates in compliance with new or modified federal mandates at least three months prior to the compliance date stated in the Federal Register.The Contractor shall inform VA-FSC Program Manager of all software product updates within 10 calendar days of the update.The Contractor shall have 20 calendar days to technically integrate the updated software and commence providing technical support for the updated software.The Contractor shall provide the VA-FSC Program Manager or COR with a migration/upgrade plan.The Contractor shall provide the VA-FSC Program Manager or COR with release notes for all changes.The Contractor shall provide a release schedule for its software.The Contractor shall provide software releases at least semi-annually and provide release notes with each software releases.Deliverables: Migration / Upgrade PlanRelease NotesPATCHES FOR BUGS AND ISSUESIf at any time following installation the software product becomes inoperable or requires maintenance, whether discovery is by the Contractor or VA; the Contractor shall provide necessary patches to the software product in a timely manner to ensure its continuous operation; in accordance with the functionalities, capabilities, and requirements defined herein.The Contractor shall remediate all critical and high security vulnerabilities (i.e. a backdoor portal is discovered during a system scan) required to secure Office of Information Security approval prior to the initial system deployment to the production environment. The Contractor shall also remediate all critical and high security vulnerabilities within 15 calendar days of being informed of the identified vulnerability throughout the period of performance. The Contractor shall provide VA with HP Fortify Static Code Analyzer scan results upon successful remediation of the security vulnerabilities.The Contractor shall provide the VA-FSC Customer with a patch for a software bug or issue that negatively affects its performance; within 15 calendar days of being informed by the VA-FSC Customer of operability problems with the software, or of learning of a security vulnerability in the software.The Contractor shall inform the VA-FSC Customer of readiness of the software patch within two calendar days of its creation.The Contractor shall deliver the software patch to the VA-FSC Customer within four calendar days of having informed the VA-FSC Customer of its readiness.TRAINING AND USER DOCUMENTATIONThe Contractor shall provide at least one Software Training Manual and one Users Guide at least 60 calendar days prior to scheduled deployment of configured software to production. The Contractor shall provide additional copies of these documents upon request by VA-FSC, up to five copies per document type; and provide VA-FSC, in writing, permission to photocopy any of the documents and/or sections of the documents listed in this section, if additional copies are needed by VA-FSC staff.The Contractor shall conduct training classes. These training classes shall be conducted on location at the Financial Services Center in Austin, Texas or as determined by VA-FSC. Initial training class shall be no less than five (5) days long and conducted within 30 calendar days after initial installation of the software product. The Contractor shall conduct subsequent training classes each time the software is updated or upgraded, during the entire period of performance. The Contractor shall deliver one training class within 14 calendar days following update or upgrade of software. Each of these update/upgrade classes shall be from one (1) to three (3) days long, depending on the nature and extent of the software update and/or upgrade. Length of update/upgrade training will be determined by VA-FSC. For purposes of this contract, one day comprises eight (8) hours.Deliverables: Software Training ManualUsers GuideSOFTWARE TECHNICAL SUPPORTThe Contractor shall provide support services 24/7/365 (366 leap year) throughout the period of performance. Contractor shall acknowledge requests for technical support within one (1) hour of receiving requests for support from VA-FSC; and shall acknowledge receipt of the request via email to the COR. Contractor shall commence remediation of identified problems within 24 hours of receiving the request. The Contractor shall record all service calls in a Technical Services Log to be delivered to the VA-FSC COR at the culmination of the contract. A record of all service calls for the month shall be copied into a Technical Services Report, to be delivered to the VA-FSC COR each month as indicated in Addendum C Schedule for Deliverables. The Technical Services Log and Technical Services Report shall include a description of each problem, when communication of the problem was received by the Contractor, a description of the resolution, and the date and time when the problem was considered completely resolved.SOFTWARE TECHNICAL SUPPORTThe Contractor shall provide software technical support for the base level of 7.5 million claims, such that the software product is operable at all times.Deliverables: Technical Services Report (monthly)Technical Services Log (monthly)GENERAL REQUIREMENTSENTERPRISE AND IT FRAMEWORKThe Contractor’s system shall comply with the requirements of the VA enterprise management network. In association with the framework, the Contractor shall comply with OI&T Technical Reference Model (One-VA TRM). One-VA TRM is one component within the overall Enterprise Architecture (EA) that establishes a common vocabulary and structure for describing the information technology used to develop, operate, and maintain enterprise applications. One-VA TRM includes the Standards Profile and Product List that collectively serves as a VA technology roadmap. Architecture, Strategy, and Design (ASD) has overall responsibility for the One-VA TRM.The Contractor shall ensure COTS product(s), software configuration and customization, and/or new software are PIV-enabled by accepting HSPD-12 PIV credentials using VA Enterprise Technical Architecture (ETA), , and VA Identity and Access Management (IAM) approved enterprise design and integration patterns, . ?The Contractor shall ensure all Contractor delivered applications and systems are compliant with VA Identity Management Policy (VAIQ# 7011145), Continued Implementation of Homeland Security Presidential Directive 12 (VAIQ#7100147), and VA IAM enterprise identity management requirements (IAM Identity Management Business Requirements Guidance document), located at .? The Contractor shall ensure all Contractor delivered applications and systems provide user authentication services compliant with NIST Special Publication 800-63, VA Handbook 6500 Appendix F, “VA System Security Controls”, and VA IAM enterprise requirements for direct, assertion based authentication, and/or trust based authentication, as determined by the design and integration patterns.? Direct authentication at a minimum must include Public Key Infrastructure (PKI) based authentication supportive of Personal Identity Verification (PIV) and/or Common Access Card (CAC), as determined by the business need.? Assertion based authentication must include a SAML implementation. Additional assertion implementations, besides the required SAML assertion, may be provided as long as they are compliant with NIST 800-63 guidelines. Trust based authentication must include authentication/account binding based on trusted HTTP headers.? The Contractor solution shall conform to the specific Identity and Access Management PIV requirements are set forth in OMB Memoranda M-04-04 (), M-05-24 (), M-11-11 (), National Institute of Standards and Technology (NIST) Federal Information Processing Standard (FIPS) 201-2,?and supporting NIST Special Publications.The Contractor solution shall support the latest Internet Protocol Version 6 (IPv6) based upon the directive issued by the Office of Management and Budget (OMB) on September 28, 2010 () & (). IPv6 technology, in accordance with the USGv6: A Technical Infrastructure for USGv6 Adoption () and the NIST SP 800 series applicable compliance (), shall be included in all IT infrastructures, application designs, application development, operational systems and sub-systems, and their integration. All public/external facing servers and services (e.g. web, email, DNS, ISP services, etc.) shall support native IPv6 users, including all internal infrastructure and applications shall communicate using native IPv6 operations. Guidance and support of improved methodologies which ensure interoperability with legacy protocol and services, in addition to OMB/VA memoranda, can be found at Contractor solution shall meet the requirements outlined in Office of Management and Budget Memorandum M08-05 mandating Trusted Internet Connections (TIC) (), M08-23 mandating Domain Name System Security (NSSEC) (), and shall comply with the Trusted Internet Connections (TIC) Reference Architecture Document, Version 2.0 Contractor IT end user solution that is developed for use on standard VA computers shall be compatible with and be supported on the standard VA operating system, currently Windows 7 (64bit), Internet Explorer 11 and Microsoft Office 2010. In preparation for the future VA standard configuration update, end user solutions shall also be compatible with Office 2013 and Windows 8.1. However, Office 2013 and Windows 8.1 are not the VA standard yet and are currently not approved for use on the VA Network, but are in-process for future approval by OI&T. Upon the release approval of Office 2013 and Windows 8.1 individually as the VA standard, Office 2013 and Windows 8.1 will supersede Office 2010 and Windows 7 respectively. Applications delivered to the VA and intended to be deployed to Windows 7 workstations shall be delivered as a signed .msi package and updates shall be delivered in signed .msp file formats for easy deployment using System Center Configuration Manager (SCCM) VA’s current desktop application deployment tool. Signing of the software code shall be through a vendor provided certificate that is trusted by the VA using a code signing authority such as Verizon/Cybertrust or Symantec/VeriSign. The Contractor shall also ensure and certify that their solution functions as expected when used from a standard VA computer, with non-admin, standard user rights that have been configured using the United States Government Configuration Baseline (USGCB) specific to the particular client operating system being used.The Contractor shall support VA efforts IAW the Veteran Focused Integration Process (VIP). VIP is a Lean-Agile framework that services the interest of Veterans through the efficient streamlining of activities that occur within the enterprise. The VIP Guide can be found at . The VIP framework creates an environment delivering more frequent releases through a deeper application of Agile practices. In parallel with a single integrated release process, VIP will increase cross-organizational and business stakeholder engagement, provide greater visibility into projects, increase Agile adoption and institute a predictive delivery cadence. VIP is now the single authoritative process that IT projects must follow to ensure development and delivery of IT productsThe Contractor shall utilize ProPath, the OI&T-wide process management tool that assists in the execution of an IT project (including adherence to VIP standards). It is a one-stop shop providing critical links to the formal approved processes, artifacts, and templates to assist project teams in facilitating their VIP compliant work.SECURITY AND PRIVACY REQUIREMENTSIt has been determined that protected health information may be disclosed or accessed and a signed Business Associate Agreement (BAA) shall be required. The Contractor shall adhere to the requirements set forth within the BAA, referenced in Section D of the contract. POSITION/TASK RISK DESIGNATION LEVEL(S)Position SensitivityBackground Investigation (in accordance with Department of Veterans Affairs 0710 Handbook, “Personnel Suitability and Security Program,” Appendix A)Low / Tier 1Tier 1 / National Agency Check with Written Inquiries (NACI) A Tier 1/NACI is conducted by OPM and covers a 5-year period. It consists of a review of records contained in the OPM Security Investigations Index (SII) and the DOD Defense Central Investigations Index (DCII), Federal Bureau of Investigation (FBI) name check, FBI fingerprint check, and written inquiries to previous employers and references listed on the application for employment. In VA it is used for Non-sensitive or Low Risk positions.Moderate / Tier 2Tier 2 / Moderate Background Investigation (MBI) A Tier 2/MBI is conducted by OPM and covers a 5-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check], a credit report covering a period of 5 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, law enforcement check; and a verification of the educational degree.High / Tier 4 Tier 4 / Background Investigation (BI) A Tier 4/BI is conducted by OPM and covers a 10-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check report], a credit report covering a period of 10 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, spouse, neighbors, supervisor, co-workers; court records, law enforcement check, and a verification of the educational degree.The position sensitivity and the level of background investigation commensurate with the required level of access for the following tasks within the Performance Work Statement are:Position Sensitivity and Background Investigation Requirements by TaskTask NumberTier1 / Low / NACITier 2 / Moderate / MBITier 4 / High / BI5.1 FORMCHECKBOX FORMCHECKBOX FORMCHECKBOX 5.2 FORMCHECKBOX FORMCHECKBOX FORMCHECKBOX 5.3 FORMCHECKBOX FORMCHECKBOX FORMCHECKBOX 5.4 FORMCHECKBOX FORMCHECKBOX FORMCHECKBOX 5.5 FORMCHECKBOX FORMCHECKBOX FORMCHECKBOX 5.6 FORMCHECKBOX FORMCHECKBOX FORMCHECKBOX 5.7 FORMCHECKBOX FORMCHECKBOX FORMCHECKBOX 5.8 FORMCHECKBOX FORMCHECKBOX FORMCHECKBOX 5.9 FORMCHECKBOX FORMCHECKBOX FORMCHECKBOX The Tasks identified above and the resulting Position Sensitivity and Background Investigation requirements identify, in effect, the Background Investigation requirements for Contractor individuals, based upon the tasks the particular Contractor individual will be working. The submitted Contractor Staff Roster must indicate the required Background Investigation Level for each Contractor individual based upon the tasks the Contractor individual will be working, in accordance with their submitted proposal.CONTRACTOR PERSONNEL SECURITY REQUIREMENTSContractor Responsibilities: The Contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain the appropriate Background Investigation, and are able to read, write, speak and understand the English language.The Contractor shall bear the expense of obtaining background investigations. Within three (3) business days after award, the Contractor shall provide a roster of Contractor and Subcontractor employees to the COR to begin their background investigations in accordance with the ProPath template. The Contractor Staff Roster shall contain the Contractor’s Full Name, Date of Birth, Place of Birth, individual background investigation level requirement (based upon Section 6.2 Tasks), etc. The Contractor shall submit full Social Security Numbers either within the Contractor Staff Roster or under separate cover to the COR. The Contractor Staff Roster shall be updated and provided to VA within 1 day of any changes in employee status, training certification completion status, Background Investigation level status, additions/removal of employees, etc. throughout the Period of Performance. The Contractor Staff Roster shall remain a historical document indicating all past information and the Contractor shall indicate in the Comment field, employees no longer supporting this contract. The preferred method to send the Contractor Staff Roster or Social Security Number is by encrypted e-mail. If unable to send encrypted e-mail, other methods which comply with FIPS 140-2 are to encrypt the file, use a secure fax, or use a traceable mail service.The Contractor should coordinate the location of the nearest VA fingerprinting office through the COR. Only electronic fingerprints are authorized.The Contractor shall ensure the following required forms are submitted to the COR within 5 days after contract award:For a Tier 1/Low Risk designation: OF-306 DVA Memorandum – Electronic Fingerprints For Tier 2/Moderate or Tier 4/High Risk designation:OF-306 VA Form 0710DVA Memorandum – Electronic FingerprintsThe Contractor personnel shall submit all required information related to their background investigations (completion of the investigation documents (SF85, SF85P, or SF 86) utilizing the Office of Personnel Management’s (OPM) Electronic Questionnaire for Investigations Processing (e-QIP) after receiving an email notification from the Security and Investigation Center (SIC). The Contractor employee shall certify and release the e-QIP document, print and sign the signature pages, and send them encrypted to the COR for electronic submission to the SIC. These documents shall be submitted to the COR within 3 business days of receipt of the e-QIP notification email. (Note: OPM is moving towards a “click to sign” process. If click to sign is used, the Contractor employee should notify the COR within 3 business days that documents were signed via eQIP).The Contractor shall be responsible for the actions of all personnel provided to work for VA under this contract. In the event that damages arise from work performed by Contractor provided personnel, under the auspices of this contract, the Contractor shall be responsible for all resources necessary to remedy the incident.A Contractor may be granted unescorted access to VA facilities and/or access to VA Information Technology resources (network and/or protected data) with a favorably adjudicated Special Agreement Check (SAC) or “Closed, No Issues” (SAC) fingerprint results, training delineated in VA Handbook 6500.6 (Appendix C, Section 9), and, the signed “Contractor Rules of Behavior”; however the Contractor will be responsible for the actions of the Contractor personnel they provide to perform work for VA. The investigative history for Contractor personnel working under this contract must be maintained in the database of the Office of Personnel Management (OPM).The Contractor, when notified of an unfavorably adjudicated background investigation on a Contractor employee as determined by the Government, shall withdraw the employee from consideration in working under the contract.Failure to comply with the Contractor personnel security investigative requirements may result in loss of physical and/or logical access to VA facilities and systems by Contractor and Subcontractor employees and/or termination of the contract for default.Identity Credential Holders must follow all HSPD-12 policies and procedures as well as use and protect their assigned identity credentials in accordance with VA policies and procedures, displaying their badges at all times, and returning the identity credentials upon termination of their relationship with VA.All Contractor and subcontract personnel must read and abide by the security requirements in place at this facility. Failure to comply with these security requirements may result in revocation of physical and/or electronic access privileges and/or termination of the contract for default.The Contractor shall not use any offshore resources (i.e. personnel, hardware, and software) in support of the services being provided under this contract. For the purposes of this contract, offshore is defined as being any location outside the United States, its possessions, and Puerto Rico.Failure to complete the work in a timely manner, or by any required completion date, caused by delays in requesting security clearances, or due to revocation of access privileges resulting solely from the actions of the Contractor or their personnel, is not sufficient reason to warrant an extension in contract time or cost.Deliverable:Contractor Staff RosterMETHOD AND DISTRIBUTION OF DELIVERABLESThe Contractor shall deliver documentation in electronic format, unless otherwise directed in Section B of the solicitation/contract. Acceptable electronic media include: MS Word 2000/2003/2007/2010, MS Excel 2000/2003/2007/2010, MS PowerPoint 2000/2003/2007/2010, MS Project 2000/2003/2007/2010, MS Access 2000/2003/2007/2010, MS Visio 2000/2002/2003/2007/2010, AutoCAD 2002/2004/2007/2010, and Adobe Postscript Data Format (PDF). PERFORMANCE METRICSThe table below defines the Performance Standards and Acceptable Performance Levels for Objectives associated with this effort.Performance ObjectivePerformanceStandardAcceptable Performance LevelsTechnical NeedsDemonstrates understanding of requirementsEfficient and effective in meeting requirements Meets technical needs and mission requirementsOffers quality services/productsProvides configurable software and perpetual licenseProvides software maintenance and technical supportSatisfactory or higherSoftware product meets all capability, functionality, and technical requirements set forth herein.Contractor records all technical services performed and delivers Technical Services Report on time each month.Project Milestones and ScheduleEstablished milestones and project dates are metProducts completed, reviewed, delivered in timely mannerNotifies customer in advance of potential problemsProvides software updates and upgradesSatisfactory or higher Contractor keeps COR informed of actionsContractor informs COR of updates and upgrades no later than 5 workdays after they become available.Contractor and IT team coordinate update and upgrade of software.Project StaffingCurrency of expertisePersonnel possess necessary knowledge, skills and abilities to perform tasksSatisfactory or higherValue AddedProvided valuable service to GovernmentServices/products delivered were of desired quality and in accordance with contractual requirements.Satisfactory or higherDeliverables are provided to VA-FSC no later than when they are required, in accordance with the schedule contained herein.If Contractor believes a deliverable will be late; Contractor tells COR, by email and phone including why deliverable will be late and when it will be delivered. Contractor does this at least 2 business days prior to the due date.The Government will utilize a Quality Assurance Surveillance Plan (QASP) throughout the life of the contract to ensure that the Contractor is performing the services required by this PWS in an acceptable manner. The Government reserves the right to alter or change the surveillance methods in the QASP at its own discretion. A Performance Based Service Assessment Survey will be used in combination with the QASP to assist the Government in determining acceptable performance levels. FACILITY/RESOURCE PROVISIONS The Government will provide office space, telephone service and system access when authorized contract staff work at a Government location as required, in order to accomplish the tasks associated with this PWS. All procedural guides, reference materials, and program documentation for the project and other Government applications will also be provided on an as-needed basis.The Contractor shall request other Government documentation deemed pertinent to the work accomplishment directly from the Government officials with whom the Contractor has contact. The Contractor shall consider the COR as the final source for needed Government documentation when the Contractor fails to secure the documents by other means. The Contractor is expected to use common knowledge and resourcefulness in securing all other reference materials, standard industry publications, and related materials that are pertinent to the work.VA may provide remote access to VA specific systems/network in accordance with VA Handbook 6500, which requires the use of a VA approved method to connect external equipment/systems to VA’s network. Citrix Access Gateway (CAG) is the current and only VA approved method for remote access users when using or manipulating VA information for official VA Business. VA permits CAG remote access through approved Personally Owned Equipment (POE) and Other Equipment (OE) provided the equipment meets all applicable 6500 Handbook requirements for POE/OE. All of the security controls required for Government furnished equipment (GFE) must be utilized in approved POE or OE. The Contractor shall provide proof to the COR for review and approval that their POE or OE meets the VA Handbook 6500 requirements and VA Handbook 6500.6 Appendix C, herein incorporated as Addendum B, before use. CAG authorized users shall not be permitted to copy, print or save any VA information accessed via CAG at any time. VA prohibits remote access to VA’s network from non-North Atlantic Treaty Organization (NATO) countries. The exception to this are countries where VA has approved operations established (e.g. Philippines and South Korea). Exceptions are determined by the COR in coordination with the Information Security Officer (ISO) and Privacy Officer (PO).This remote access may provide access to VA specific software such as Veterans Health Information System and Technology Architecture (VistA), ClearQuest, ProPath, Primavera, and Remedy, including appropriate seat management and user licenses, depending upon the level of access granted. The Contractor shall utilize government-provided software development and test accounts, document and requirements repositories, etc. as required for the development, storage, maintenance and delivery of products within the scope of this effort.? The Contractor shall not transmit, store or otherwise maintain sensitive data or products in Contractor systems (or media) within the VA firewall IAW VA Handbook 6500.6 dated March 12, 2010. All VA sensitive information shall be protected at all times in accordance with VA Handbook 6500, local security field office System Security Plans (SSP’s) and Authority to Operate (ATO)’s for all systems/LAN’s accessed while performing the tasks detailed in this PWS. The Contractor shall ensure all work is performed in countries deemed not to pose a significant security risk. For detailed Security and Privacy Requirements (additional requirements of the contract consolidated into an addendum for easy reference) refer to REF _Ref252783628 \h \* MERGEFORMAT ADDENDUM A – ADDITIONAL VA REQUIREMENTS, CONSOLIDATED and ADDENDUM B - VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE.The VA Financial Services Center (FSC) is a high security government facility. For purposes of this specification section, “FSC,” “premises”, “site,” “Center,” and “facility” shall mean the FSC building and surrounding property, including parking areas.Access into the FSC is only allowed through the main entrance. The loading dock may be used to load and unload materials only (not access in and out of the FSC), and only during the hours it is open (Monday – Friday, 8:00 AM to 4:00 PM, excluding official Government holidays). If the Contractor desires to open any normally closed secure doors (or make an opening into the building structure), then it is the Contractor’s responsibility to request additional armed security officer services (using a form provided by the FSC’s Physical Security Officer) to guard the door and control access, allowing entry only by authorized Contractor and government personnel (though the services are paid for by the Contractor, the security officers remain under the direction of the FSC’s Physical Security Officer). All personnel entering through this normally closed opening shall be screened by the security officer using a handheld metal detector. All items will be manually inspected (this includes opening and inspecting all packages) prior to being allowed entry. Additional security officer services shall be requested at least 48 hours in advance of when a security officer is needed. Such services shall be provided only by the FSC’s approved armed security officer services provider. The Contractor shall reimburse the FSC’s armed security officer services provider within 30 days of receipt of the invoice for such services. Billable rates for the additional armed guard services shall be at the same rates charged to the government (approximately $40/hour, with a 4 hour minimum per security officer, and at least 48 hours' notice of any cancellation to avoid being billed for the scheduled services). A valid credit card number and type, along with the name on the card and the expiration date, must be provided before the security officer services will be scheduled. Should the Contractor fail to reimburse the FSC’s armed security officer services provider as specified above, the FSC shall reimburse the security officer services provider directly and deduct such costs from this contract, plus a 2 percent administrative fee. Other security methods proposed by the Contractor (such as temporary walls) may be reviewed and approved, modified, or disapproved by FSC. The determination as to whether or not what the Contractor proposes meets the necessary level of security shall be determined by the FSC’s Chief, Security Services.Each person requiring unescorted physical access to the property will be required to submit personal identifying information (full legal name (first, middle, and last), date of birth, state issued driver’s license or identification card number and the state that issued it, and name as it appears on the identification card. This information will be used to perform a criminal history check. Visitors who are not subjected to the criminal history check must be escorted at all times by someone who has been issued a permanent FSC ID badge. The cost of conducting the criminal history check is the responsibility of the FSC. The cost, if any, of arranging for an escort is the responsibility of the Contractor. The Contractor shall pre-screen all personnel requiring physical access to the property to ensure they are legally able to work in the U.S. and not currently sought by law enforcement authorities. Adjudication of information discovered during or after the criminal history check is solely the responsibility of the Chief, Security Services. Being admitted entry into the FSC based on a finding of no criminal history does not convey any security clearance. The Chief of Security Services may revoke physical access privileges at any time if criminal history is discovered, or if the person commits security incidents warranting such revocation.NOTE: Personnel doing work on the FSC site under contract to GSA will also be required to submit additional documentation, be fingerprinted, and be determined by the Department of Homeland Security (DHS) Federal Protective Service (FPS) to be suitable to work on this ERNMENT FURNISHED PROPERTYNot applicableADDENDUM A – ADDITIONAL VA REQUIREMENTS, CONSOLIDATEDCyber and Information Security Requirements for VA IT ServicesThe Contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard PWS language, conditions, laws, and regulations.? The Contractor’s firewall and web server shall meet or exceed VA minimum requirements for security.? All VA data shall be protected behind an approved firewall.? Any security violations or attempted violations shall be reported to the VA Program Manager and VA Information Security Officer as soon as possible.? The Contractor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification and accreditation.Contractor supplied equipment, PCs of all types, equipment with hard drives, etc. for contract services must meet all security requirements that apply to Government Furnished Equipment (GFE) and Government Owned Equipment (GOE).? Security Requirements include:? a) VA Approved Encryption Software must be installed on all laptops or mobile devices before placed into operation, b) Bluetooth equipped devices are prohibited within VA; Bluetooth must be permanently disabled or removed from the device, c) VA approved anti-virus and firewall software, d) Equipment must meet all VA sanitization requirements and procedures before disposal.? The COR, CO, the PM, and the Information Security Officer (ISO) must be notified and verify all security requirements have been adhered to.Each documented initiative under this contract incorporates VA Handbook 6500.6, “Contract Security,” March 12, 2010 by reference as though fully set forth therein. The VA Handbook 6500.6, “Contract Security” shall also be included in every related agreement, contract or order.? The VA Handbook 6500.6, Appendix C, is included in this document as Addendum B.Training requirements: The Contractor shall complete all mandatory training courses on the current VA training site, the VA Talent Management System (TMS), and will be tracked therein. The TMS may be accessed at . If you do not have a TMS profile, go to and click on the “Create New User” link on the TMS to gain access.Contractor employees shall complete a VA Systems Access Agreement if they are provided access privileges as an authorized user of the computer system of VA.VA Enterprise Architecture ComplianceThe applications, supplies, and services furnished under this contract must comply with One-VA Enterprise Architecture (EA), available at in force at the time of issuance of this contract, including the Program Management Plan and VA's rules, standards, and guidelines in the Technical Reference Model/Standards Profile (TRMSP).? VA reserves the right to assess contract deliverables for EA compliance prior to acceptance.VA Internet and Intranet StandardsThe Contractor shall adhere to and comply with VA Directive 6102 and VA Handbook 6102, Internet/Intranet Services, including applicable amendments and changes, if the Contractor’s work includes managing, maintaining, establishing and presenting information on VA’s Internet/Intranet Service Sites.? This pertains, but is not limited to: creating announcements; collecting information; databases to be accessed, graphics and links to external sites. Internet/Intranet Services Directive 6102 is posted at (copy and paste the following URL to browser): Services Handbook 6102 is posted at (copy and paste following URL to browser): of the Federal Accessibility Law Affecting All Electronic and Information Technology Procurements? (Section 508)On August 7, 1998, Section 508 of the Rehabilitation Act of 1973 was amended to require that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology, that they shall ensure it allows Federal employees with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by other Federal employees.? Section 508 required the Architectural and Transportation Barriers Compliance Board (Access Board) to publish standards setting forth a definition of electronic and information technology and the technical and functional criteria for such technology to comply with Section 508. These standards have been developed and published with an effective date of December 21, 2000. Federal departments and agencies shall develop all Electronic and Information Technology requirements to comply with the standards found in 36 CFR 1194.Section 508 – Electronic and Information Technology (EIT) StandardsThe Section 508 standards established by the Architectural and Transportation Barriers Compliance Board (Access Board) are incorporated into, and made part of all VA orders, solicitations and purchase orders developed to procure Electronic and Information Technology (EIT). These standards are found in their entirety at: and . A printed copy of the standards will be supplied upon request.? The Contractor shall comply with the technical standards as marked: FORMCHECKBOX § 1194.21 Software applications and operating systems FORMCHECKBOX § 1194.22 Web-based intranet and internet information and applications FORMCHECKBOX § 1194.23 Telecommunications products FORMCHECKBOX § 1194.24 Video and multimedia products FORMCHECKBOX § 1194.25 Self-contained, closed products FORMCHECKBOX § 1194.26 Desktop and portable computers FORMCHECKBOX § 1194.31 Functional Performance Criteria FORMCHECKBOX § 1194.41 Information, Documentation, and SupportEquivalent FacilitationAlternatively, offerors may propose products and services that provide equivalent facilitation, pursuant to Section 508, subpart A, §1194.5. Such offerors will be considered to have provided equivalent facilitation when the proposed deliverables result in substantially equivalent or greater access to and use of information for those with disabilities. Compatibility with Assistive TechnologyThe Section 508 standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device. Section 508 requires that the EIT be compatible with such software and devices so that EIT can be accessible to and usable by individuals using assistive technology, including but not limited to screen readers, screen magnifiers, and speech recognition software.Acceptance and Acceptance TestingDeliverables resulting from this solicitation will be accepted based in part on satisfaction of the identified Section 508 standards’ requirements for accessibility and must include final test results demonstrating Section 508 compliance. Deliverables should meet applicable accessibility requirements and should not adversely affect accessibility features of existing EIT technologies. The Government reserves the right to independently test for 508 Compliance before delivery. The Contractor shall be able to demonstrate 508 Compliance upon delivery.Automated test tools and manual techniques are used in the VA Section 508 compliance assessment. Additional information concerning tools and resources can be found at : Final Section 508 Compliance Test ResultsPhysical Security & Safety Requirements:The Contractor and their personnel shall follow all VA policies, standard operating procedures, applicable laws and regulations while on VA property.? Violations of VA regulations and policies may result in citation and disciplinary measures for persons violating the law.The Contractor and their personnel shall wear visible identification at all times while they are on the premises.VA does not provide parking spaces at the work site; the Contractor must obtain parking at the work site if needed.? It is the responsibility of the Contractor to park in the appropriate designated parking areas.? VA will not invalidate or make reimbursement for parking violations of the Contractor under any conditions.Smoking is prohibited inside/outside any building other than the designated smoking areas.Possession of weapons is prohibited.The Contractor shall obtain all necessary licenses and/or permits required to perform the work, with the exception of software licenses that need to be procured from a Contractor or vendor in accordance with the requirements document. The Contractor shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract.Confidentiality and Non-DisclosureThe Contractor shall follow all VA rules and regulations regarding information security to prevent disclosure of sensitive information to unauthorized individuals or organizations.The Contractor may have access to Protected Health Information (PHI) and Electronic Protected Health Information (EPHI) that is subject to protection under the regulations issued by the Department of Health and Human Services, as mandated by the Health Insurance Portability and Accountability Act of 1996 (HIPAA); 45 CFR Parts 160 and 164, Subparts A and E, the Standards for Privacy of Individually Identifiable Health Information (“Privacy Rule”); and 45 CFR Parts 160 and 164, Subparts A and C, the Security Standard (“Security Rule”).? Pursuant to the Privacy and Security Rules, the Contractor must agree in writing to certain mandatory provisions regarding the use and disclosure of PHI and EPHI.??The Contractor will have access to some privileged and confidential materials of VA.? These printed and electronic documents are for internal use only, are not to be copied or released without permission, and remain the sole property of VA.? Some of these materials are protected by the Privacy Act of 1974 (revised by PL 93-5791) and Title 38.? Unauthorized disclosure of Privacy Act or Title 38 covered materials is a criminal offense.The VA CO will be the sole authorized official to release in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. The Contractor shall release no information.? Any request for information relating to this contract presented to the Contractor shall be submitted to the VA CO for response.Contractor personnel recognize that in the performance of this effort, Contractor personnel may receive or have access to sensitive information, including information provided on a proprietary basis by carriers, equipment manufacturers and other private or public entities.? Contractor personnel agree to safeguard such information and use the information exclusively in the performance of this contract.? Contractor shall follow all VA rules and regulations regarding information security to prevent disclosure of sensitive information to unauthorized individuals or organizations as enumerated in this section and elsewhere in this Contract and its subparts and appendices.Contractor shall limit access to the minimum number of personnel necessary for contract performance for all information considered sensitive or proprietary in nature.? If the Contractor is uncertain of the sensitivity of any information obtained during the performance this contract, the Contractor has a responsibility to ask the VA CO.Contractor shall train all of their employees involved in the performance of this contract on their roles and responsibilities for proper handling and nondisclosure of sensitive VA or proprietary information.? Contractor personnel shall not engage in any other action, venture or employment wherein sensitive information shall be used for the profit of any party other than those furnishing the information. The sensitive information transferred, generated, transmitted, or stored herein is for VA benefit and ownership alone. Contractor shall maintain physical security at all facilities housing the activities performed under this contract, including any Contractor facilities according to VA-approved guidelines and directives.? The Contractor shall ensure that security procedures are defined and enforced to ensure all personnel who are provided access to patient data must comply with published procedures to protect the privacy and confidentiality of such information as required by VA.Contractor must adhere to the following:The use of “thumb drives” or any other medium for transport of information is expressly prohibited.Controlled access to system and security software and documentation.Recording, monitoring, and control of passwords and privileges.All terminated personnel are denied physical and electronic access to all data, program listings, data processing equipment and systems.VA, as well as any Contractor (or Subcontractor) systems used to support development, provide the capability to cancel immediately all access privileges and authorizations upon employee termination.Contractor PM and VA PM are informed within twenty-four (24) hours of any employee termination.Acquisition sensitive information shall be marked "Acquisition Sensitive" and shall be handled as "For Official Use Only (FOUO)".Contractor does not require access to classified data.Regulatory standard of conduct governs all personnel directly and indirectly involved in procurements.? All personnel engaged in procurement and related activities shall conduct business in a manner above reproach and, except as authorized by statute or regulation, with complete impartiality and with preferential treatment for none.? The general rule is to strictly avoid any conflict of interest or even the appearance of a conflict of interest in VA/Contractor relationships.VA Form 0752 shall be completed by all Contractor employees working on this contract, and shall be provided to the CO before any work is performed.? In the case that Contractor personnel are replaced in the future, their replacements shall complete VA Form 0752 prior to beginning RMATION TECHNOLOGY USING ENERGY-EFFICIENT PRODUCTS The Contractor shall comply with Sections 524 and Sections 525 of the Energy Independence and Security Act of 2007; Section 104 of the Energy Policy Act of 2005; Executive Order 13514, “Federal Leadership in Environmental, Energy, and Economic Performance,” dated October 5, 2009; Executive Order 13423, “Strengthening Federal Environmental, Energy, and Transportation Management,” dated January 24, 2007; Executive Order 13221, “Energy-Efficient Standby Power Devices,” dated August 2, 2001; and the Federal Acquisition Regulation (FAR) to provide ENERGY STAR?, Federal Energy Management Program (FEMP) designated, low standby power, and Electronic Product Environmental Assessment Tool (EPEAT) registered products in providing information technology products and/or services. The Contractor shall ensure that information technology products are procured and/or services are performed with products that meet and/or exceed ENERGY STAR, FEMP designated, low standby power, and EPEAT guidelines. The Contractor shall provide/use products that earn the ENERGY STAR label and meet the ENERGY STAR specifications for energy efficiency. Specifically, the Contractor shall:Provide/use ENERGY STAR products, as specified at products (contains complete product specifications and updated lists of qualifying products). Provide/use the purchasing specifications listed for FEMP designated products at . The Contractor shall use the low standby power products specified at . Provide/use EPEAT registered products as specified at . At a minimum, the Contractor shall acquire EPEAT? Bronze registered products. EPEAT registered products are required to meet the technical specifications of ENERGY STAR, but are not automatically on the ENERGY STAR qualified product lists. The acquisition of Silver or Gold EPEAT registered products is encouraged over Bronze EPEAT registered products The Contractor shall ensure that applicable products are on both the EPEAT Registry and ENERGY STAR Qualified Product Lists. The Contractor shall use these products to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. The following is a list of information technology products for which ENERGY STAR, FEMP designated, low standby power, and EPEAT registered products are available: Computer Desktops, Laptops, Notebooks, Displays, Monitors, Integrated Desktop Computers, Workstation Desktops, Thin Clients, Disk DrivesImaging Equipment (Printers Copiers, Multi-Function Devices, Scanners, Fax Machines, Digital Duplicators, Mailing Machines)Televisions, Multimedia ProjectorsThis list is continually evolving, and as a result is not all-inclusive.ADDENDUM B – VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGEAPPLICABLE PARAGRAPHS TAILORED FROM: THE VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE, VA HANDBOOK 6500.6, APPENDIX C, MARCH 12, 2010GENERALContractors, Contractor personnel, Subcontractors, and Subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security.ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMSA Contractor/Subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, Subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order.All Contractors, Subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for Contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures.Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness.Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates (e.g. Business Associate Agreement, Section 3G), the Contractor/Subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor. The Contractor or Subcontractor must notify the CO immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the Contractor or Subcontractor’s employ. The CO must also be notified immediately by the Contractor or Subcontractor prior to an unfriendly termination.VA INFORMATION CUSTODIAL LANGUAGEInformation made available to the Contractor or Subcontractor by VA for the performance or administration of this contract or information developed by the Contractor/Subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of VA. This clause expressly limits the Contractor/Subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1).VA information should not be co-mingled, if possible, with any other data on the Contractors/Subcontractor’s information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the Contractor must ensure that VA information is returned to VA or destroyed in accordance with VA’s sanitization requirements. VA reserves the right to conduct on-site inspections of Contractor and Subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements.Prior to termination or completion of this contract, Contractor/Subcontractor must not destroy information received from VA, or gathered/created by the Contractor in the course of performing this contract without prior written approval by VA. Any data destruction done on behalf of VA by a Contractor/Subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the Contractor that the data destruction requirements above have been met must be sent to the VA CO within 30 days of termination of the contract.The Contractor/Subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. The Contractor/Subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on Contractor/Subcontractor electronic storage media for restoration in case any electronic equipment or data used by the Contractor/Subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. If VA determines that the Contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the Contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. If a VHA contract is terminated for cause, the associated Business Associate Agreement (BAA) must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.05, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship. The Contractor/Subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated.The Contractor/Subcontractor’s firewall and Web services security controls, if applicable, shall meet or exceed VA minimum requirements. VA Configuration Guidelines are available upon request.Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the Contractor/Subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA prior written approval. The Contractor/Subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA CO for response.Notwithstanding the provision above, the Contractor/Subcontractor shall not release VA records protected by Title 38 U.S.C. §5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. §7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the Contractor/Subcontractor is in receipt of a court order or other requests for the above mentioned information, that Contractor/Subcontractor shall immediately refer such court orders or other requests to the VA CO for response.For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or a Memorandum of Understanding-Interconnection Service Agreement (MOU-ISA) for system interconnection, the Contractor/Subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the RMATION SYSTEM DESIGN AND DEVELOPMENTNot ApplicableINFORMATION SYSTEM HOSTING, OPERATION, MAINTENANCE, OR USENot ApplicableSECURITY INCIDENT INVESTIGATIONThe term “security incident” means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The Contractor/Subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the Contractor/Subcontractor has access.To the extent known by the Contractor/Subcontractor, the Contractor/Subcontractor’s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the Contractor/Subcontractor considers relevant.With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement.In instances of theft or break-in or other criminal activity, the Contractor/Subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The Contractor, its employees, and its Subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The Contractor/Subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident.LIQUIDATED DAMAGES FOR DATA BREACHConsistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the Contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the Contractor/Subcontractor processes or maintains under this contract.The Contractor/Subcontractor shall provide notice to VA of a “security incident” as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination.Each risk analysis shall address all relevant information concerning the data breach, including the following:Nature of the event (loss, theft, unauthorized access);Description of the event, including:date of occurrence;data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code;Number of individuals affected or potentially affected;Names of individuals or groups affected or potentially affected;Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text;Amount of time the data has been out of VA control;The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons);Known misuses of data containing sensitive personal information, if any;Assessment of the potential harm to the affected individuals;Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; andWhether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised.Based on the determinations of the independent risk analysis, the Contractor shall be responsible for paying to VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following:Notification;One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports;Data breach analysis;Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution;One year of identity theft insurance with $20,000.00 coverage at $0 deductible; andNecessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs.SECURITY CONTROLS COMPLIANCE TESTINGNot ApplicableTRAININGAll Contractor employees and Subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems:Successfully complete the VA Privacy and Information Security Awareness and Rules of Behavior course (TMS #10176) and complete this required privacy and security training annually; Sign and acknowledge (electronically through TMS #10176) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix D relating to access to VA information and information systems.Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the CO for inclusion in the solicitation document – e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] The Contractor shall provide to the CO and/or the COR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required.Failure to complete the mandatory annual training and electronically sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete.ADDENDUM C – VAAR- 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCESThe Contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information software security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information Software Security/Privacy Requirements for IT Contracts" located at the following Web site: TO VA INFORMATION AND VA INFORMATION SOFTWAREAll Contractor employees shall comply with the same standards, conditions and restrictions placed on VA personnel for the handling of VA sensitive data; to include the standards, conditions, and restrictions contained in VA Directive and Handbook 6500. HYPERLINK "" vapubs/viewPublication.asp?Pub_ID=56In accordance with VA Directive/Handbook 0710, each position performed under a contract that requires access to a VA information software must have the designated position sensitivity level (High, Moderate, or Low Risk) and associated background investigation requirements (Background Investigation (BI), Minimum Background Investigation (MBI), or National Agency Check with written Inquiries (NACI), respectively) documented in the contract. Each person performing in such a position must complete and submit certain forms/documents (as required by the VA Security Investigation Center (SIC) and be fingerprinted by VA Human Resources staff (at no cost to the Contractor). The forms may be downloaded from the SIC website, or provided by the Contracting Officer (CO) after receiving the names and Social Security Numbers for all personnel (this information will be submitted to the SIC by the CO, along with billing information). The forms must be completed and submitted to the CO. It is incumbent upon the Contractor to ensure the forms are submitted timely to avoid delays, as the CO must submit these documents to SIC before access to a VA computer software or access to the FSC facility is authorized. For Moderate and High Risk positions, access cannot be granted until the Contractor employee has been issued the applicable VA security clearance.NOTE: False statements on the personal history form or fingerprint cards are punishable by law and could result in fines of up to $2,000 and imprisonment for up to 5 years. Contractor shall request access to VA information and VA information software for employees, subcontractors and affiliates only to the extent necessary: (1) to perform the services specified in the contract; (2) to perform necessary maintenance functions for electronic storage or transmission media necessary for performance of the contract, and (3) for individuals who first satisfy the same conditions, requirements and restrictions that comparable VA employees must meet in order to have access to the same type of VA information. These restrictions include the same level of investigative requirements, as applicable, with the following exceptions:Contract personnel not accessing VA information resources such as personnel hired to maintain the facility grounds, construction contracts, utility software Contractors, etc.Contract personnel with limited and intermittent access to equipment connected to facility networks where no Protected Health Information (PHI) is available, including Contractors who install, maintain and repair networked building equipment such as fire alarm; heating, ventilation and air conditioning equipment; elevator control software, etc.All Contractors and subcontractors working with sensitive VA information are subject to the same investigative requirements as those of regular VA appointees or employees who have access to the same type of information. The level of background security investigation will be in accordance with VA Directive 0710 and Handbook 0710, available at position risk and sensitivity level(s) for this effort have been designated at as Medium Risk. Position Sensitivity and Background Investigation: The position sensitivity and level of background investigation commensurate with the required level of access is: FORMCHECKBOX Low/NACI FORMCHECKBOX Moderate/MBI FORMCHECKBOX High/BIThe Contractor shall satisfy all requirements for appropriate security eligibility in dealing with access to sensitive information and information software belonging to or being used on behalf of the Department of Veterans Affairs (VA). To satisfy the requirements of the VA; a Minimum Background Investigation (MBI) or National Agency Check and Inquiries (NACI), based on position level shall be conducted prior to performing work under this contract. Appropriate Background Investigation (BI) forms will be provided upon award of contract, and are to be completed and returned to the VA FSC Personal Identification Verification (PIV) Sponsor for processing and submission to VA Security Investigation Center (SIC). The PIV process currently takes approximately 3 4 weeks for completion. All BI forms shall be submitted to the VA FSC PIV Sponsor within 5 days after contract award. Contractors will be notified by the VA Office of Security and Law Enforcement (OSL&E) when the BI has been completed and adjudicated.All costs associated with obtaining clearances for Contractor provided personnel will be the responsibility of the Contractor. Further, the Contractor will be responsible for the actions of all individuals provided to work for VA under this contract. In the event that damages arise from work performed by Contractor provided personnel, under the auspices of this contract, the Contractor will be responsible for all resources necessary to remedy the incident.All Contract personnel and subcontract personnel requiring access to VA information and VA information software shall do the following before being granted access to VA networks:Sign a Non-Disclosure Agreement to acknowledge understanding of and responsibilities for compliance with the National Rules of Behavior, relating to access to VA information software and proprietary information;Successfully complete VA Information Security Awareness training, and annual refresher training;Successfully complete VA General and HIPAA Privacy training, and annual refresher training; andSuccessfully complete all additional security and/or privacy training as VA personnel with equivalent information software access, as required, particularly as determined relevant to the contract employee's position.All Contractor employees must sign all required forms and paperwork and complete all required courses within one week of commencing work in accordance with this contract. These requirements must be met before access will be granted to software and prior to badge issuance. Certain training is also required to be completed annually, in accordance with VA-FSC policy. The courses must be taken at the FSC facility or another VA location as directed by the COR. Failure to complete this mandatory training within the required timeframe will be grounds for suspension or termination of all physical and electronic access privileges and removal from work on the contract until such time as the training is completed. Removal from work on the contract due to failure to complete mandatory training shall result in a reduction in overall contract cost, and is not sufficient reason to warrant an extension in contract time or cost.For information software which is hosted, operated, maintained or used on behalf of VA at non VA facilities, Contractors are fully responsible and accountable for ensuring compliance with all FISMA, NIST, FIPS, and VA security policies and procedures. The Contractor security control procedures must be identical, not equivalent, to those procedures used to secure VA software. A privacy impact assessment (PIA) must also be included and approved by VA Privacy Service prior to operational approval. All external Internet connections involving VA information must be reviewed and approved by VA prior to implementation.The security controls must be in place prior to hosting, operation, maintenance, or use of the information software, or software by or on behalf of VA. Security controls for collecting, processing, transmitting, and storing of personally identifiable information (PII) must be in place prior to operating.Outsourcing (Contractor facility/Contractor equipment/Contractor staff) of software or network operations, telecommunications services, or other managed services requires certification and accreditation of the Contractor’s software prior to operation of the software. Government owned (government facility/government equipment), Contractor operated software require a software interconnection agreement for all software connected to VA networks.The Contractor must adhere to all FISMA, FIPS and NIST legislation and standards related to conduct of an annual security controls assessment and review and updates to the Privacy Impact Assessment (PIA). Any deficiencies noted during this assessment must be provided to the VA Contracting Officer and the Information Security Officer (ISO) for entry into VA’s Plan of Action and Milestone (POA&M) management process. The Contractor will use VA’s POA&M process to document planned remedial actions to address any deficiencies in information security policies, procedures, and practices, and the completion of those activities. Security deficiencies must be corrected within the timeframes approved by the Government. Contractor procedures will be subject to periodic, unannounced assessments by VA officials. The physical security aspects associated with Contractor activities will also be subject to such assessments.All electronic storage media used on non-VA leased or owned IT equipment that is used to store, process, or access VA sensitive information must have all VA sensitive information removed, cleared, sanitized, or destroyed in accordance with VA policies and procedures upon the earlier of: (1) completion or termination of the contract or (2) disposal or return of the IT equipment by the Contractor or any person acting on behalf of the Contractor.As a consequence of this agreement, the Contractor may become a temporary custodian of VA data on behalf of VA. Information made available to the Contractor by VA for the performance or administration of this contract shall be used only for those purposes and shall not be used in any other way without the written agreement of the Contracting Officer. This clause expressly limits the Contractor’s rights to use data as described in Rights in Data – General, FAR 52.227 14 (d) (1).Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the Contractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA’s prior written approval. The Contractor will refer all requests for, demands for production of, or inquiries about, VA information and information software to the VA Contracting Officer for response.The Contractor shall not release information protected by either 38 USC §5705 or §7332 in response to a court order, and shall immediately refer such court orders to the Contracting Officer for response.VA information will not be co-mingled with any other data on the Contractor’s or subcontractors' information software or media storage software in order to ensure VA requirements related to media sanitization can be met. VA reserves the right to conduct onsite inspection of information destruction or media sanitization procedures to ensure they are in compliance with VA policy requirements.The VA data associated with this contract has been categorized from VA sensitive to VA critical.As custodian on behalf of VA, the Contractor shall store, transport and transmit VA data, or any derivatives thereof, utilizing a FIPS 140 2 validated encryption module.Prior to contract termination, Contractor will not destroy VA information received from VA or gathered or created by Contractor in the course of performing this contract without prior written approval by the VA Contracting Officer.At contract termination or upon demand, the Contractor shall return all VA data, and derivatives thereof, and shall purge or destroy all electronic, magnetic, optical or hardcopy media in accordance with VA media sanitization procedures.Contractor will receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of this contract and applicable federal and VA information confidentiality and security laws, regulations and policies. Applicable federal information security regulations include all Federal Information Processing Standards (FIPS) and Special Publications (SP) issued by the National Institute of Standards and Technology (NIST). If federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information software after execution of the contract, or if NIST issues or updates applicable FIPS after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies, including FIPS or SP, in this contract.The Contractor shall not make copies of VA information except as necessary to perform this agreement or to preserve electronic information stored on Contractor electronic storage media for restoration in case any electronic equipment or data used by the Contractor needs to be restored to an operating state.A determination by VA that the Contractor has violated any of the information confidentiality and security provisions of this contract shall be sufficient grounds for VA to terminate the contract for default.SECURITY INCIDENT INVESTIGATIONThe term “security incident” means an event that has or could have resulted in loss of or damage to VA assets and/or sensitive information; or an action that breaches VA security procedures. Within one (1) hour of a security incident, the Contractor shall simultaneously notify the COR, the VA Network Security Operations Center (vansoc@), and the designated ISO/Privacy Officer for the contract of any known or suspected security/privacy incident, or any unauthorized disclosure of sensitive information, including that contained in software(s) to which the Contractor has access.To the extent known by the Contractor, the Contractor’s notice to VA will identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where VA information/assets were placed at risk or compromised), and any other information that the Contractor considers relevant.Contractor will simultaneously report the incident to the appropriate law enforcement entity or entities of jurisdiction in instances of theft or break in. The Contractor, its employees, and its subcontractors and their employees will cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The Contractor will cooperate with VA in any civil litigation to recover VA information, to obtain monetary or other compensation from a third party for damages arising from any incident, or to obtain injunctive relief against any third party arising from, or related to, the incident.To the extent practicable, Contractor shall mitigate any harmful effects on individuals whose VA information was accessed or disclosed in a security incident. In the event of a data breach with respect to any sensitive personal information processed or maintained by the Contractor or subcontractor under the contract, the Contractor is responsible for liquidated damages to be paid to VA and remediation to potentially harmed individuals (such as offering and paying for credit monitoring).SECURITY CONTROLS COMPLIANCE TESTINGOn a periodic basis, VA, including the VA Office of Inspector General, reserves the right to evaluate any or all of the security controls implemented by the Contractor under the clauses contained within the contract. With ten (10) working days' notice, at the request of the Government, the Contractor will fully cooperate and assist in a Government sponsored security controls assessment at each location where VA information is processed or stored; or where information software are developed, operated, maintained, or used on behalf of VA; including those initiated by the Office of Inspector General. The Government may conduct a security control assessment on shorter notice (to include unannounced assessments), as determined by VA, in the event of a security incident or at any other time.B.5 PRICE SCHEDULENote: All deliverables shall be electronically submitted to the VA PM, COR, and Contracting Officer (CO). Days used in the table below refer to calendar days unless otherwise stated. Deliverables with due dates falling on a weekend or holiday shall be submitted the following Government work day after the weekend or holiday.Point of Contact: VA Program Manager/Contracting Officer RepresentativeName:? TBDEmail:???TBDPhone: TBDInspection and Acceptance: DestinationBase PeriodPeriod of Performance: 24 monthsItem NumberDescriptionQuantityUnitUnit PriceTotal Price0001Project Management in accordance with the requirements specified in the Performance Work Statement (PWS) paragraph 5.124MONot Separately Priced (NSP)NSP0001AAContractor Project Management Plan in accordance with the requirements specified in the PWS paragraph 5.1.1.Delivery shall be 10 days after contract award and updates due on the 15th calendar day of every month throughout the PoP. 24EA$$0001ABProject Schedule in accordance with the Requirements in PWS paragraph 5.1.2.Delivery shall be 10 days after contract award and updates due on the 10th calendar day of every month throughout the PoP.1EANSPNSP0001ACWork Breakdown Structure in accordance with the Requirements in PWS paragraph 5.1.2.Delivery shall be 7 days after contract award and updates due on the 10th calendar day of every month throughout the PoP.1EANSPNSP0001ADSoftware Implementation Plan in accordance with the Requirements in PWS paragraph 5.1.2.Delivery shall be 90 days after contract award.1EANSPNSP0001AEPost Award Orientation Conference (PAOC) Meeting Minutes in accordance with the Requirements in PWS paragraph 5.1.3.Delivery shall be 5 days after the PAOC.1EANSPNSP0001AFMonthly Progress Report in accordance with the Requirements in PWS paragraph 5.1.4.Delivery shall be 10 days after the PAOC and updates due on the 10th calendar day of every month throughout the PoP.24EANSPNSP0002Software Product/License in accordance with PWS paragraph 5.2. ** The Contractor shall price either SLIN 0002AA (if the license is being offered in perpetuity) or SLINs 0002AB-1 and 0002AB-2 (if the license is transaction-based). **1LONSPNSP0002AAPerpetual Software Product/License in accordance with PWS paragraph 5.2.1. 1LO$$0002ABEscrow Agreement in accordance with PWS paragraph 5.2.1. 1LO$$0002ABTransaction-Based Software Product/License in accordance with PWS paragraph 5.2.2. 1LONSPNSP0002AB-1Transaction-Based Software Product/License for initial 7,500,000 claims in accordance with PWS paragraph 5.2.2. 1LO$$0002AB-2OPTIONAL TASK- This Optional Task may be exercised at any time and from time to time up to the maximum quantity of claims during the base or option periods in accordance with FAR 52.217-7, Option for Increased Quantity- Separately Priced Line Items.Transaction-Based Software Product/License for additional lots of 500,000 claims each in accordance with PWS paragraph 5.2.2. *Each lot consists of 500,000 claims90LO$$0003System Features and Capabilities and System Configuration and Implementation in accordance with the requirements specified in the PWS paragraphs 5.3 through 5.3.30 and 5.5.* If features for any given SLIN below already exist in the proposed product off-the-shelf, that SLIN shall be priced as $0 and included in the product/license price under CLIN 0002 above. ** All SLINs below include the requirement for delivery of “data and software” as defined by FAR 52.227-14(a) Rights in Data – General (May 2014)1LONSPNSP0003AAMember Management and Eligibility and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.1 and 5.5.1LONSPNSP0003ABBenefit Administration and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.2 and 5.5.1LONSPNSP0003ACProvider Management and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.3 and 5.5.1LONSPNSP0003ADFee Schedule and Contract Management and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.4 and 5.5.1LONSPNSP0003AEAuthorization and Referrals and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.5 and 5.5.1LONSPNSP0003AFData Input, Claims Intake, and Data Accessibility and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.6 and 5.5.1LONSPNSP0003AGWork Assignments and Workflow and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.7 and 5.5.1LONSPNSP0003AHClaims Adjudication and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.8 and 5.5.1LONSPNSP0003AJCustomer Management and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.9 and 5.5.1LO$$0003AKFinancials and Accounts Payable and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.10 and 5.5.1LONSPNSP0003ALCorrespondence and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.11 and 5.5.1LONSPNSP0003AMData Storage and Data Management and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.12 and 5.5.1LONSPNSP0003ANReporting and Data Analytics and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.13 and 5.5.1LONSPNSP0003APSecurity and Audit Trails and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.14 and 5.5.1LONSPNSP0003AQData Exchange Services, Electronic Data Interface, and CAQH Core and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.15 and 5.5.1LO$$0003ARCapacity and Scalability and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.16 and 5.5.1LONSPNSP0003ASTimeliness and Accuracy and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.17 and 5.5.1LO$$0003ATImproper Payments and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.18 and 5.5.1LO$$0003AUFlexibility and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.19 and 5.5.1LONSPNSP0003AVSecurity and Confidentiality and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.20 and 5.5.1LO$$0003AV-1Identification and Testing Methods and Tools Used to Verify Compliance IAW PWS paragraph 5.3.201EANSPNSP0003AV-2Proof of Security Compliance in accordance with PWS paragraph 5.3.20.1EANSPNSP0003AXLevel of Automation and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.21 and 5.5.1LO$$0003AYProcess Standardization and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.22 and 5.5.1LO$$0003AZSystem Integration and Interoperability and System Configuration and Implementation in accordance with the Requirements in PWS paragraphs 5.3.23 and 5.5.1LO$$0003BAHigh Availability in accordance with the Requirements in PWS paragraph 5.3.24.1LONSPNSP0003BBTechnical Reference Model in accordance with the Requirements in PWS paragraph 5.3.25.1LO$$0003BCTechnology Stack and System Configuration and Implementation in accordance with PWS paragraphs 5.3.26 and 5.5.1LONSPNSP0003BDHistorical Data Purging and Re-Loading and System Configuration and Implementation in accordance with PWS paragraphs 5.3.27 and 5.5.1LONSPNSP0003BESystem Configuration Retention and Migration and System Configuration and Implementation in accordance with PWS paragraphs 5.3.28 and 5.5.1LONSPNSP0003BFSystem Status and System Configuration and Implementation in accordance with PWS paragraphs 5.3.29 and 5.5.1LONSPNSP0003BGCloud Environment in accordance with PWs paragraph 5.3.30.1LO$$0004System Documentation in accordance with the requirements in PWS paragraph 5.4.1LONSPNSP0004AASystem Documentation in accordance with the requirements in PWS paragraph 5.4. Delivery shall be 7 days prior to initial delivery of the software product.1EANSPNSP0004ABSoftware Configuration Users Guide in accordance with the requirements in PWS paragraph 5.4. Delivery shall be 7 days prior to initial delivery of the software product.1EANSPNSP0005System Configuration and Implementation in accordance with the requirements in PWS paragraph 5.5. 1LONSPNSP0006Software Updates and Quality Improvement in accordance with the requirements in PWS paragraph 5.6.1LONSPNSP0006AAMigration/Upgrade Plan in accordance with the requirements in PWS paragraph 5.6. Delivery shall be 7 days after software update or upgrade becomes available.1EANSPNSP0006ABRelease Notes in accordance with the requirements in PWS paragraph 5.6. Delivery shall be 7 days after software update or upgrade becomes available.1EANSPNSP0007Patches for Bugs and Issues in accordance with the requirements in PWS paragraph 5.7.1LONSPNSP0008Training and User Documentation in accordance with the requirements in PWS paragraph 5.8. 1LO$$0008AASoftware Training Manual in accordance with the requirements in PWS paragraph 5.8. Delivery shall be 60 days prior to scheduled deployment of configured software to production.1LONSPNSP0008ABUsers Guide in accordance with the requirements in PWS paragraph 5.8. Delivery shall be 60 days prior to scheduled deployment of configured software to production.1LONSPNSP0009Software Technical Support in accordance with the requirements in PWS paragraph 5.9. 1LO$$0009AATechnical Services Report in accordance with the requirements in PWS paragraph 5.9.1. Delivery shall be 30 days before the end of the contract PoP.1EANSPNSP0009ABTechnical Services Log in accordance with the requirements in PWS paragraph 5.9.1. Delivery shall be on the 5th calendar day of each month for the immediately preceding month.24EANSPNSPTotal Base Period$OPTION PERIOD 1Period of Performance: 12 months1001Project Management in accordance with the requirements specified in the Performance Work Statement (PWS) paragraph 5.112MONSPNSP1001AAContractor Project Management Plan in accordance with the requirements specified in the PWS paragraph 5.1.1.Delivery shall be 10 days after Option award and updates due on the 15th calendar day of every month throughout the PoP. 1EA$$1001ABProject Schedule in accordance with the Requirements in PWS paragraph 5.1.2.Delivery shall be 10 days after Option award and updates due on the 10th calendar day of every month throughout the PoP.1EANSPNSP1001ACWork Breakdown Structure in accordance with the Requirements in PWS paragraph 5.1.2.Delivery shall be 7 days after Option award and updates due on the 10th calendar day of every month throughout the PoP.1EANSPNSP1001ADSoftware Implementation Plan in accordance with the Requirements in PWS paragraph 5.1.2.Delivery shall be 90 days after Option award.1EANSPNSP1001AEMonthly Progress Report in accordance with the Requirements in PWS paragraph 5.1.4.Delivery shall be on the 10th calendar day of every month throughout the PoP.1EANSPNSP1002Transaction-Based Software Product/License in accordance with PWS paragraph 5.2.2. ** SLINs 1002AB-1 and 1002AB-2 below shall only be priced if the Contractor is proposing a transaction-based license. **1LONSPNSP1002AB-1Transaction-Based Software Product/License for initial 7,500,000 claims in accordance with PWS paragraph 5.2.2. 1LO$$1002AB-2OPTIONAL TASKThis Optional Task may be exercised at any time and from time to time up to the maximum quantity of claims during the base or option periods in accordance with FAR 52.217-7, Option for Increased Quantity- Separately Priced Line Items.Transaction-Based Software Product/License for additional lots of 500,000 claims each in accordance with PWS paragraph 5.2.2. *Each lot consists of 500,000 claims45LO$$1004System Documentation in accordance with the requirements in PWS paragraph 5.4.1LONSPNSP1004AASystem Documentation in accordance with the requirements in PWS paragraph 5.4. Delivery shall be 7 days after an update or upgrade becomes available.1EANSPNSP1004ABSoftware Configuration Users Guide in accordance with the requirements in PWS paragraph 5.4. Delivery shall be 7 days after an update or upgrade becomes available.1EANSPNSP1005System Configuration and Implementation in accordance with the requirements in PWS paragraph 5.5. 1LONSPNSP1006Software Updates and Quality Improvement in accordance with the requirements in PWS paragraph 5.6.12MO$$1006AAMigration/Upgrade Plan in accordance with the requirements in PWS paragraph 5.6. Delivery shall be 7 days after software update or upgrade becomes available.1EANSPNSP1006ABRelease Notes in accordance with the requirements in PWS paragraph 5.6. Delivery shall be 7 days after software update or upgrade becomes available.1EANSPNSP1007Patches for Bugs and Issues in accordance with the requirements in PWS paragraph 5.7.12MO$$1008Training and User Documentation in accordance with the requirements in PWS paragraph 5.8. 12MO$$1008AASoftware Training Manual in accordance with the requirements in PWS paragraph 5.8. Delivery shall be 60 days prior to scheduled deployment of configured software to production.1LONSPNSP1008ABUsers Guide in accordance with the requirements in PWS paragraph 5.8. Delivery shall be 60 days prior to scheduled deployment of configured software to production.1LONSPNSP1009Software Technical Support in accordance with the requirements in PWS paragraph 5.9. 12MO$$1009AATechnical Services Report in accordance with the requirements in PWS paragraph 5.9.1. Delivery shall be 30 days before the end of the contract PoP.1LONSPNSP1009ABTechnical Services Log in accordance with the requirements in PWS paragraph 5.9.1. Delivery shall be on the 5th calendar day of each month for the immediately preceding month.1LONSPNSPTotal Option Period 1$OPTION PERIOD 2Period of Performance: 12 months2001Project Management in accordance with the requirements specified in the Performance Work Statement (PWS) paragraph 5.112MONSPNSP2001AAContractor Project Management Plan in accordance with the requirements specified in the PWS paragraph 5.1.1.Delivery shall be 10 days after Option award and updates due on the 15th calendar day of every month throughout the PoP. 1EA$$2001ABProject Schedule in accordance with the Requirements in PWS paragraph 5.1.2.Delivery shall be 10 days after Option award and updates due on the 10th calendar day of every month throughout the PoP.1EANSPNSP2001ACWork Breakdown Structure in accordance with the Requirements in PWS paragraph 5.1.2.Delivery shall be 7 days after Option award and updates due on the 10th calendar day of every month throughout the PoP.1EANSPNSP2001ADSoftware Implementation Plan in accordance with the Requirements in PWS paragraph 5.1.2.Delivery shall be 90 days after Option award.1EANSPNSP2001AEMonthly Progress Report in accordance with the Requirements in PWS paragraph 5.1.4.Delivery shall be on the 10th calendar day of every month throughout the PoP.1EANSPNSP2002Transaction-Based Software Product/License in accordance with PWS paragraph 5.2.2. ** SLINs 2002AB-1 and 2002AB-2 below shall only be priced if the Contractor is proposing a transaction-based license. **1LONSPNSP2002AB-1Transaction-Based Software Product/License for initial 7,500,000 claims in accordance with PWS paragraph 5.2.2. 1LO$$2002AB-2OPTIONAL TASKThis Optional Task may be exercised at any time and from time to time up to the maximum quantity of claims during the base or option periods in accordance with FAR 52.217-7, Option for Increased Quantity- Separately Priced Line Items.Transaction-Based Software Product/License for additional lots of 500,000 claims each in accordance with PWS paragraph 5.2.2. *Each lot consists of 500,000 claims45LO$$2004System Documentation in accordance with the requirements in PWS paragraph 5.4.1LONSPNSP2004AASystem Documentation in accordance with the requirements in PWS paragraph 5.4. Delivery shall be 7 days after an update or upgrade becomes available.1EANSPNSP2004ABSoftware Configuration Users Guide in accordance with the requirements in PWS paragraph 5.4. Delivery shall be 7 days after an update or upgrade becomes available.1EANSPNSP2005System Configuration and Implementation in accordance with the requirements in PWS paragraph 5.5. 12MO$$2006Software Updates and Quality Improvement in accordance with the requirements in PWS paragraph 5.6.12MO$$2006AAMigration/Upgrade Plan in accordance with the requirements in PWS paragraph 5.6. Delivery shall be 7 days after software update or upgrade becomes available.1EANSPNSP2006ABRelease Notes in accordance with the requirements in PWS paragraph 5.6. Delivery shall be 7 days after software update or upgrade becomes available.1EANSPNSP2007Patches for Bugs and Issues in accordance with the requirements in PWS paragraph 5.7.12MO$$2008Training and User Documentation in accordance with the requirements in PWS paragraph 5.8. 12MO$$2008AASoftware Training Manual in accordance with the requirements in PWS paragraph 5.8. Delivery shall be 60 days prior to scheduled deployment of configured software to production.1LONSPNSP2008ABUsers Guide in accordance with the requirements in PWS paragraph 5.8. Delivery shall be 60 days prior to scheduled deployment of configured software to production.1LONSPNSP2009Software Technical Support in accordance with the requirements in PWS paragraph 5.9. 12MO$$2009AATechnical Services Report in accordance with the requirements in PWS paragraph 5.9.1. Delivery shall be 30 days before the end of the contract PoP.1LONSPNSP2009ABTechnical Services Log in accordance with the requirements in PWS paragraph 5.9.1. Delivery shall be on the 5th calendar day of each month for the immediately preceding month.1LONSPNSPTotal Option Period 2$OPTION PERIOD 3Period of Performance: 12 months3001Project Management in accordance with the requirements specified in the Performance Work Statement (PWS) paragraph 5.112MONSPNSP3001AAContractor Project Management Plan in accordance with the requirements specified in the PWS paragraph 5.1.1.Delivery shall be 10 days after Option award and updates due on the 15th calendar day of every month throughout the PoP. 1EA$$3001ABProject Schedule in accordance with the Requirements in PWS paragraph 5.1.2.Delivery shall be 10 days after Option award and updates due on the 10th calendar day of every month throughout the PoP.1EANSPNSP3001ACWork Breakdown Structure in accordance with the Requirements in PWS paragraph 5.1.2.Delivery shall be 7 days after Option award and updates due on the 10th calendar day of every month throughout the PoP.1EANSPNSP3001ADSoftware Implementation Plan in accordance with the Requirements in PWS paragraph 5.1.2.Delivery shall be 90 days after Option award.1EANSPNSP3001AEMonthly Progress Report in accordance with the Requirements in PWS paragraph 5.1.4.Delivery shall be on the 10th calendar day of every month throughout the PoP.1EANSPNSP3002Transaction-Based Software Product/License in accordance with PWS paragraph 5.2.2. ** SLINs 3002AB-1 and 3002AB-2 below shall only be priced if the Contractor is proposing a transaction-based license. **1LONSPNSP3002AB-1Transaction-Based Software Product/License for initial 7,500,000 claims in accordance with PWS paragraph 5.2.2. 1LO$$3002AB-2OPTIONAL TASKThis Optional Task may be exercised at any time and from time to time up to the maximum quantity of claims during the base or option periods in accordance with FAR 52.217-7, Option for Increased Quantity- Separately Priced Line Items.Transaction-Based Software Product/License for additional lots of 500,000 claims each in accordance with PWS paragraph 5.2.2. *Each lot consists of 500,000 claims45LO$$3004System Documentation in accordance with the requirements in PWS paragraph 5.4.1LONSPNSP3004AASystem Documentation in accordance with the requirements in PWS paragraph 5.4. Delivery shall be 7 days after an update or upgrade becomes available.1EANSPNSP3004ABSoftware Configuration Users Guide in accordance with the requirements in PWS paragraph 5.4. Delivery shall be 7 days after an update or upgrade becomes available.1EANSPNSP3005System Configuration and Implementation in accordance with the requirements in PWS paragraph 5.5. 12MO$$3006Software Updates and Quality Improvement in accordance with the requirements in PWS paragraph 5.6.12MO$$3006AAMigration/Upgrade Plan in accordance with the requirements in PWS paragraph 5.6. Delivery shall be 7 days after software update or upgrade becomes available.1EANSPNSP3006ABRelease Notes in accordance with the requirements in PWS paragraph 5.6. Delivery shall be 7 days after software update or upgrade becomes available.1EANSPNSP3007Patches for Bugs and Issues in accordance with the requirements in PWS paragraph 5.7.12MO$$3008Training and User Documentation in accordance with the requirements in PWS paragraph 5.8. 12MO$$3008AASoftware Training Manual in accordance with the requirements in PWS paragraph 5.8. Delivery shall be 60 days prior to scheduled deployment of configured software to production.1LONSPNSP3008ABUsers Guide in accordance with the requirements in PWS paragraph 5.8. Delivery shall be 60 days prior to scheduled deployment of configured software to production.1LONSPNSP3009Software Technical Support in accordance with the requirements in PWS paragraph 5.9. 12MO$$3009AATechnical Services Report in accordance with the requirements in PWS paragraph 5.9.1. Delivery shall be 30 days before the end of the contract PoP.1LONSPNSP3009ABTechnical Services Log in accordance with the requirements in PWS paragraph 5.9.1. Delivery shall be on the 5th calendar day of each month for the immediately preceding month.1LONSPNSPTotal Option Period 3$Contract Grand Total$SECTION C - CONTRACT CLAUSESC.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): (End of Clause)FAR NumberTitleDate52.204-4PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPERMAY 201152.212-4CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMSMAY 201552.227-1AUTHORIZATION AND CONSENTDEC 200752.232-40PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORSDEC 201352.227-2NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENTDEC 200752.227-14RIGHTS IN DATA—GENERALMAY 201452.227-16ADDITIONAL DATA REQUIREMENTSJUN 198752.227-19COMMERCIAL COMPUTER SOFTWARE LICENSEDEC 2007C.2 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JAN 2017) (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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (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: [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 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [X] (4) 52.204–10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (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). [X] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (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. [X] (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). [] (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 (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2017) (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 (NOV 2016) 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 (NOV 2011) (15 U.S.C. 637(a)(14)). [X] (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 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)). [] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (26) 52.222–19, Child Labor—Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222–26, Equal Opportunity (SEP 2016) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [X] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [] (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) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. [] (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). [] (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). [] (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). [] (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.) [] (40)(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. [] (41)(i) 52.223-14, Acquisition of EPEAT?-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-14. [] (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (43)(i) 52.223-16, Acquisition of EPEAT?-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [] (45) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). [] (46) 52.223-21, Foams (JUN 2016) (E.O. 13693). [] (47) (i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). [] (ii) Alternate I (JAN 2017) of 52.224-3. [] (48) 52.225-1, Buy American—Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (49)(i) 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [] (ii) Alternate I (MAY 2014) of 52.225-3. [] (iii) Alternate II (MAY 2014) of 52.225-3. [] (iv) Alternate III (MAY 2014) of 52.225-3. [] (50) 52.225–5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (52) 52.225–26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (56) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (57) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (58) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (59) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (61) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). [] (62)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (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) (MAY 2014) (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). [] (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). [] (11) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and 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) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. (iii) 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. (iv) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (v) 52.222–26, Equal Opportunity (SEP 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (ix) 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. (x) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (xi)(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 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). (xiii) 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). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xvii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225–26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (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. (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)C.3 52.217-7 OPTION FOR INCREASED QUANTITY—SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor at any point during the contract period of performance. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.(End of Clause)C.4 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 any point during the contract period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.(End of Clause)C.5 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.(End of Clause)C.6 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) (a) Except as provided in paragraph (c) below, the Contractor shall display prominently, in common work areas within business segments performing work under VA contracts, Department of Veterans Affairs Hotline posters prepared by the VA Office of Inspector General. (b) Department of Veterans Affairs Hotline posters may be obtained from the VA Office of Inspector General (53E), P.O. Box 34647, Washington, DC 20043-4647. (c) The Contractor need not comply with paragraph (a) above if the Contractor has established a mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports.(End of Clause)C.7 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value.(End of Clause)C.8 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause— (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA’s Electronic Invoice Presentment and Payment System. (See Web site at .) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site () includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.(End of Clause)C.9 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of . Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.(End of Clause)C.10 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor.(End of Provision)C.11 MANDATORY WRITTEN DISCLOSURES Mandatory written disclosures required by FAR clause 52.203-13 to the Department of Veterans Affairs, Office of Inspector General (OIG) must be made electronically through the VA OIG Hotline at and clicking on "FAR clause 52.203-13 Reporting." If you experience difficulty accessing the website, call the Hotline at 1-800-488-8244 for further instructions.SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTSA1- Past Performance QuestionnaireA2- Small Business Participation SpreadsheetAPPENDIX G- DEMO PLANSECTION E - SOLICITATION PROVISIONSE.1 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): (End of Provision)FAR NumberTitleDate52.203-12LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONSOCT 201052.203-17CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTSAPR 201452.204-7SYSTEM FOR AWARD MANAGEMENTOCT 201652.204-13SYSTEM FOR AWARD MANAGEMENT MAINTENANCEOCT 201652.204-16COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTINGJUL 201652.204-17OWNERSHIP OR CONTROL OF OFFERORJUL 201652.204-18COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCEJUL 201652.204-20PREDECESSOR OF OFFERORJUL 201652.209-2PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS—REPRESENTATIONNOV 201552.209-10PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONSNOV 201552.212-1INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMSOCT 201652.217-5EVALUATION OF OPTIONSJUL 199052.225-25PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN—REPRESENTATION AND CERTIFICATIONSOCT 201552.232-39UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONSJUN 201352.233-3PROTEST AFTER AWARDAUG 199652.233-4APPLICABLE LAW FOR BREACH OF CONTRACT CLAIMOCT 2004E.2 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) (a) Definitions. As used in this provision— "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means— (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in— (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via (see 52.204-7).(End of Provision)E.3 52.212-2 EVALUATION—COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:TechnicalPast PerformancePriceSmall Business Participation CommitmentVeterans Involvement (b) 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). (c) 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.(End of Provision)E.4 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (DEC 2016) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (t) of this provision. (a) Definitions. As used in this provision— Administrative merits determination means certain notices or findings of labor law violations issued by an enforcement agency following an investigation. An administrative merits determination may be final or be subject to appeal or further review. To determine whether a particular notice or finding is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. Arbitral award or decision means an arbitrator or arbitral panel determination that a labor law violation occurred, or that enjoined or restrained a violation of labor law. It includes an award or decision that is not final or is subject to being confirmed, modified, or vacated by a court, and includes an award or decision resulting from private or confidential proceedings. To determine whether a particular award or decision is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. Civil judgment means— (1) In paragraph (h) of this provision: A judgment or finding of a civil offense by any court of competent jurisdiction. (2) In paragraph (s) of this provision: Any judgment or order entered by any Federal or State court in which the court determined that a labor law violation occurred, or enjoined or restrained a violation of labor law. It includes a judgment or order that is not final or is subject to appeal. To determine whether a particular judgment or order is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. DOL Guidance means the Department of Labor (DOL) Guidance entitled: “Guidance for Executive Order 13673, ‘Fair Pay and Safe Workplaces’ “. The DOL Guidance, dated August 25, 2016, can be obtained from fairpayandsafeworkplaces. Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. Enforcement agency means any agency granted authority to enforce the Federal labor laws. It includes the enforcement components of DOL (Wage and Hour Division, Office of Federal Contract Compliance Programs, and Occupational Safety and Health Administration), the Equal Employment Opportunity Commission, the Occupational Safety and Health Review Commission, and the National Labor Relations Board. It also means a State agency designated to administer an OSHA-approved State Plan, but only to the extent that the State agency is acting in its capacity as administrator of such plan. It does not include other Federal agencies which, in their capacity as contracting agencies, conduct investigations of potential labor law violations. The enforcement agencies associated with each labor law under E.O. 13673 are— (1) Department of Labor Wage and Hour Division (WHD) for— (i) The Fair Labor Standards Act; (ii) The Migrant and Seasonal Agricultural Worker Protection Act; (iii) 40 U.S.C. chapter 31, subchapter IV, formerly known as the Davis-Bacon Act; (iv) 41 U.S.C. chapter 67, formerly known as the Service Contract Act; (v) The Family and Medical Leave Act; and (vi) E.O. 13658 of February 12, 2014 (Establishing a Minimum Wage for Contractors); (2) Department of Labor Occupational Safety and Health Administration (OSHA) for— (i) The Occupational Safety and Health Act of 1970; and (ii) OSHA-approved State Plans; (3) Department of Labor Office of Federal Contract Compliance Programs (OFCCP) for— (i) Section 503 of the Rehabilitation Act of 1973; (ii) The Vietnam Era Veterans' Readjustment Assistance Act of 1972 and the Vietnam Era Veterans' Readjustment Assistance Act of 1974; and (iii) E.O. 11246 of September 24, 1965 (Equal Employment Opportunity); (4) National Labor Relations Board (NLRB) for the National Labor Relations Act; and (5) Equal Employment Opportunity Commission (EEOC) for— (i) Title VII of the Civil Rights Act of 1964; (ii) The Americans with Disabilities Act of 1990; (iii) The Age Discrimination in Employment Act of 1967; and (iv) Section 6(d) of the Fair Labor Standards Act (Equal Pay Act). Forced or indentured child labor means all work or service— (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. Inverted domestic corporation means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). Labor compliance agreement means an agreement entered into between a contractor or subcontractor and an enforcement agency to address appropriate remedial measures, compliance assistance, steps to resolve issues to increase compliance with the labor laws, or other related matters. Labor laws means the following labor laws and E.O.s: (1) The Fair Labor Standards Act. (2) The Occupational Safety and Health Act (OSHA) of 1970. (3) The Migrant and Seasonal Agricultural Worker Protection Act. (4) The National Labor Relations Act. (5) 40 U.S.C. chapter 31, subchapter IV, formerly known as the Davis-Bacon Act. (6) 41 U.S.C. chapter 67, formerly known as the Service Contract Act. (7) E.O. 11246 of September 24, 1965 (Equal Employment Opportunity). (8) Section 503 of the Rehabilitation Act of 1973. (9) The Vietnam Era Veterans' Readjustment Assistance Act of 1972 and the Vietnam Era Veterans' Readjustment Assistance Act of 1974. (10) The Family and Medical Leave Act. (11) Title VII of the Civil Rights Act of 1964. (12) The Americans with Disabilities Act of 1990. (13) The Age Discrimination in Employment Act of 1967. (14) E.O. 13658 of February 12, 2014 (Establishing a Minimum Wage for Contractors). (15) Equivalent State laws as defined in the DOL Guidance. (The only equivalent State laws implemented in the FAR are OSHA-approved State Plans, which can be found at dcsp/osp/approved_state_plans.html). Labor law decision means an administrative merits determination, arbitral award or decision, or civil judgment, which resulted from a violation of one or more of the laws listed in the definition of “labor laws”. Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except— (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate— (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. “Sensitive technology”— (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically— (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). Service-disabled veteran-owned small business concern— (1) Means a small business concern— (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that— (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by— (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. Subsidiary means an entity in which more than 50 percent of the entity is owned— (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term “successor” does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. Veteran-owned small business concern means a small business concern— (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. Women-owned business concern means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. Women-owned small business concern means a small business concern— (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. Note to paragraph (a): By a court order issued on October 24, 2016, the following definitions in this paragraph (a) are enjoined indefinitely as of the date of the order: “Administrative merits determination”, “Arbitral award or decision”, paragraph (2) of “Civil judgment”, “DOL Guidance”, “Enforcement agency”, “Labor compliance agreement”, “Labor laws”, and “Labor law decision”. The enjoined definitions will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website access through . After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs . (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that— (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that— (i) It [ ] is, [ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that— (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246— (1) Previous contracts and compliance. The offeror represents that— (i) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [ ] has, [ ] has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that— (i) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American—Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Supplies.” (2) Foreign End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American—Free Trade Agreements—Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,” “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act.” (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act.” The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Canadian End Products: Line Item No. __________________________________________ __________________________________________ __________________________________________[List as necessary] (3) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (4) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled “Trade Agreements”. (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals— (1) [ ] Are, [ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [ ] Have, [ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) [ ] Are, [ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [ ] Have, [ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). (1) Listed end products.Listed End ProductListed Countries of Origin (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly— (1) __ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) __ Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror [ ] does [ ] does not certify that— (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003- 4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [] (2) Certain services as described in FAR 22.1003- 4(d)(1). The offeror [ ] does [ ] does not certify that— (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies— (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). [ ] TIN: _____________________. [ ] TIN has been applied for. [ ] TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [ ] Offeror is an agency or instrumentality of a foreign government; [ ] Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. [ ] Sole proprietorship; [ ] Partnership; [ ] Corporate entity (not tax-exempt); [ ] Corporate entity (tax-exempt); [ ] Government entity (Federal, State, or local); [ ] Foreign government; [ ] International organization per 26 CFR 1.6049-4; [ ] Other _________________________. (5) Common parent. [ ] Offeror is not owned or controlled by a common parent; [ ] Name and TIN of common parent: Name _____________________. TIN _____________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. The Offeror represents that— (i) It [ ] is, [ ] is not an inverted domestic corporation; and (ii) It [ ] is, [ ] is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@. (2) Representation and certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror— (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran’s Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC’s Specially Designated Nationals and Blocked Persons List at ). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if— (i) This solicitation includes a trade agreements certification (e.g., 52.212–3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a unique entity identifier in the solicitation). (1) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture. (2) If the Offeror indicates “has” in paragraph (p)(1) of this provision, enter the following information: Immediate owner CAGE code: ____. Immediate owner legal name: ____. (Do not use a “doing business as” name) Is the immediate owner owned or controlled by another entity: [ ] Yes or [ ] No. (3) If the Offeror indicates “yes” in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: ____. Highest-level owner legal name: ____. (Do not use a “doing business as” name) (q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (1) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, The Government will not enter into a contract with any corporation that— (i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (2) The Offeror represents that— (i) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (ii) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16, Commercial and Government Entity Code Reporting.) (1) The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (2) If the Offeror has indicated “is” in paragraph (r)(1) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ____ (or mark “Unknown”). Predecessor legal name: ____. (Do not use a “doing business as” name). (s) Representation regarding compliance with labor laws (Executive Order 13673). If the offeror is a joint venture that is not itself a separate legal entity, each concern participating in the joint venture shall separately comply with the requirements of this provision. (1)(i) For solicitations issued on or after October 25, 2016 through April 24, 2017: The Offeror [ ] does [ ] does not anticipate submitting an offer with an estimated contract value of greater than $50 million. (ii) For solicitations issued after April 24, 2017: The Offeror [ ] does [ ] does not anticipate submitting an offer with an estimated contract value of greater than $500,000. (2) If the Offeror checked “does” in paragraph (s)(1)(i) or (ii) of this provision, the Offeror represents to the best of the Offeror's knowledge and belief [Offeror to check appropriate block]: [ ](i) There has been no administrative merits determination, arbitral award or decision, or civil judgment for any labor law violation(s) rendered against the offeror (see definitions in paragraph (a) of this section) during the period beginning on October 25, 2015 to the date of the offer, or for three years preceding the date of the offer, whichever period is shorter; or [ ](ii) There has been an administrative merits determination, arbitral award or decision, or civil judgment for any labor law violation(s) rendered against the Offeror during the period beginning on October 25, 2015 to the date of the offer, or for three years preceding the date of the offer, whichever period is shorter. (3)(i) If the box at paragraph (s)(2)(ii) of this provision is checked and the Contracting Officer has initiated a responsibility determination and has requested additional information, the Offeror shall provide-- (A) The following information for each disclosed labor law decision in the System for Award Management (SAM) at , unless the information is already current, accurate, and complete in SAM. This information will be publicly available in the Federal Awardee Performance and Integrity Information System (FAPIIS): (1) The labor law violated. (2) The case number, inspection number, charge number, docket number, or other unique identification number. (3) The date rendered. (4) The name of the court, arbitrator(s), agency, board, or commission that rendered the determination or decision; (B) The administrative merits determination, arbitral award or decision, or civil judgment document, to the Contracting Officer, if the Contracting Officer requires it; (C) In SAM, such additional information as the Offeror deems necessary to demonstrate its responsibility, including mitigating factors and remedial measures such as offeror actions taken to address the violations, labor compliance agreements, and other steps taken to achieve compliance with labor laws. Offerors may provide explanatory text and upload documents. This information will not be made public unless the contractor determines that it wants the information to be made public; and (D) The information in paragraphs (s)(3)(i)(A) and (s)(3)(i)(C) of this provision to the Contracting Officer, if the Offeror meets an exception to SAM registration (see FAR 4.1102(a)). (ii)(A) The Contracting Officer will consider all information provided under (s)(3)(i) of this provision as part of making a responsibility determination. (B) A representation that any labor law decision(s) were rendered against the Offeror will not necessarily result in withholding of an award under this solicitation. Failure of the Offeror to furnish a representation or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (C) The representation in paragraph (s)(2) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous representation, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation in accordance with the procedures set forth in FAR 12.403. (4) The Offeror shall provide immediate written notice to the Contracting Officer if at any time prior to contract award the Offeror learns that its representation at paragraph (s)(2) of this provision is no longer accurate. (5) The representation in paragraph (s)(2) of this provision will be public information in the Federal Awardee Performance and Integrity Information System (FAPIIS). Note to paragraph (s): By a court order issued on October 24, 2016, this paragraph (s) is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (t) Public Disclosure of Greenhouse Gas Emissions and Reduction Goals. Applies in all solicitations that require offerors to register in SAM (52.212-1(k)). (1) This representation shall be completed if the Offeror received $7.5 million or more in contract awards in the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal contract awards in the prior Federal fiscal year. (2) Representation. [Offeror to check applicable block(s) in paragraph (t)(2)(i) and (ii)]. (i) The Offeror (itself or through its immediate owner or highest-level owner) [ ] does, [ ] does not publicly disclose greenhouse gas emissions, i.e., makes available on a publicly accessible Web site the results of a greenhouse gas inventory, performed in accordance with an accounting standard with publicly available and consistently applied criteria, such as the Greenhouse Gas Protocol Corporate Standard. (ii) The Offeror (itself or through its immediate owner or highest-level owner) [ ] does, [ ] does not publicly disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly accessible Web site a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage. (iii) A publicly accessible Web site includes the Offeror’s own Web site or a recognized, third-party greenhouse gas emissions reporting program. (3) If the Offeror checked “does” in paragraphs (t)(2)(i) or (t)(2)(ii) of this provision, respectively, the Offeror shall provide the publicly accessible Web site(s) where greenhouse gas emissions and/or reduction goals are reported:_____.(End of Provision)E.5 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation.(End of Provision)E.6 52.227-15??Representation of Limited Rights Data and Restricted Computer Software.As prescribed in 27.409(c), insert the following provision: Representation of Limited Rights Data and Restricted Computer Software (Dec 2007)(a) This solicitation sets forth the Government’s known delivery requirements for data (as defined in the clause at 52.227-14, Rights in Data—General). Any resulting contract may also provide the Government the option to order additional data under the Additional Data Requirements clause at 52.227-16, if included in the contract. Any data delivered under the resulting contract will be subject to the Rights in Data—General clause at 52.227-14 included in this contract. Under the latter clause, a Contractor may withhold from delivery data that qualify as limited rights data or restricted computer software, and deliver form, fit, and function data instead. The latter clause also may be used with its Alternates II and/or III to obtain delivery of limited rights data or restricted computer software, marked with limited rights or restricted rights notices, as appropriate. In addition, use of Alternate V with this latter clause provides the Government the right to inspect such data at the Contractor’s facility. (b) By completing the remainder of this paragraph, the offeror represents that it has reviewed the requirements for the delivery of technical data or computer software and states [offeror check appropriate block]— [??]?(1) None of the data proposed for fulfilling the data delivery requirements qualifies as limited rights data or restricted computer software; or[??]?(2) Data proposed for fulfilling the data delivery requirements qualify as limited rights data or restricted computer software and are identified as follows: ________________________________________________________________________________________________________________________________________________(c) Any identification of limited rights data or restricted computer software in the offeror’s response is not determinative of the status of the data should a contract be awarded to the offeror.(End of provision)E.7 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hand-Carried Address: Department of Veterans Affairs Technology Acquisition Center 23 Christopher Way Eatontown, NJ 07724 Mailing Address: Department of Veterans Affairs Technology Acquisition Center 23 Christopher Way Eatontown, NJ 07724 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.(End of Provision)E.8 VAAR 852.209-70 ORGANIZATIONAL CONFLICTS OF INTEREST (JAN 2008) (a) It is in the best interest of the Government to avoid situations which might create an organizational conflict of interest or where the offeror's performance of work under the contract may provide the contractor with an unfair competitive advantage. The term "organizational conflict of interest" means that because of other activities or relationships with other persons, a person is unable to render impartial assistance or advice to the Government, or the person's objectivity in performing the contract work is or might be otherwise impaired, or the person has an unfair competitive advantage. (b) The offeror shall provide a statement with its offer which describes, in a concise manner, all relevant facts concerning any past, present, or currently planned interest (financial, contractual, organizational, or otherwise) or actual or potential organizational conflicts of interest relating to the services to be provided under this solicitation. The offeror shall also provide statements with its offer containing the same information for any consultants and subcontractors identified in its proposal and which will provide services under the solicitation. The offeror may also provide relevant facts that show how its organizational and/or management system or other actions would avoid or mitigate any actual or potential organizational conflicts of interest. (c) Based on this information and any other information solicited or obtained by the contracting officer, the contracting officer may determine that an organizational conflict of interest exists which would warrant disqualifying the contractor for award of the contract unless the organizational conflict of interest can be mitigated to the contracting officer's satisfaction by negotiating terms and conditions of the contract to that effect. If the conflict of interest cannot be mitigated and if the contracting officer finds that it is in the best interest of the United States to award the contract, the contracting officer shall request a waiver in accordance with FAR 9.503 and 48 CFR 809.503. (d) Nondisclosure or misrepresentation of actual or potential organizational conflicts of interest at the time of the offer, or arising as a result of a modification to the contract, may result in the termination of the contract at no expense to the Government.(End of Provision)E.9 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (JUL 2016)(DEVIATION) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database (). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VIP database ().(End of Provision)E.10 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation.(End of Provision)E.11 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer.(End of Provision)E.12 BASIS FOR AWARDThe Government intends to award one contract. Award will be made based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the five (5) following evaluation Factors: Technical, Past Performance, Price, Small Business Participation Commitment (SBPC) and Veterans Involvement . The Technical Factor is significantly more important than the Past Performance Factor, which is significantly important than the Price Factor, which is significantly more important than the SBPC factor, which is slightly more important than the Veterans Involvement Factor. The Technical Factor is comprised of three sub-factors: Technical Execution, Project Execution, and Product Demonstration. The Technical Sub-factors are equal in importance. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the Technical Factor and each Technical sub-factor. The non-Price Factors when combined are significantly more important than the Price Factor. Offerors are cautioned that while price and cost is a determining factor, the award may not necessarily be made to the lowest priced offered or to the most highly rated technical proposal.In accordance with FAR 52.215-1, Offerors are reminded that if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting officer may limit the number of proposals in the competitive range to the greatest number that will permit and efficient competition among the most highly rated proposals. E.13 EVALUATION APPROACHAll proposals shall be subject to evaluation by a team of Government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of proposals. Proposals which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Offerors who fail to meet the minimum requirements of the solicitation will be rated Unacceptable and thus, ineligible for award.All Offerors written proposals will be evaluated. Only Offerors who are determined to beamong the most highly rated will be invited to participate in the product demonstration. This demonstration will be used to aid in the assessment of the Offeror’s ability to provide a holistic solution specifically designed to meet the unique needs of VA. The Product Demonstration is for source selection purposes and will be evaluated as a separate Sub-Factor C under the Technical Factor.1. TECHNICAL EVALUATION APPROACH. For the Technical Execution and Project Execution Sub-Factors, the evaluationprocess will consider the following:i. Understanding of the Problem: The proposal will be evaluated to determine the extent to which it demonstrates a clear understanding of all features involved in solving the problems and meeting and/or exceeding the Healthcare Claims Processing requirements; and the extent to which uncertainties are identified and resolutions proposed.ii. Feasibility of Approach: The proposal will be evaluated to determine the extent to which the proposed approach is workable and the end results achievable. The proposal will be evaluated to determine the level of confidence provided to the Government with respect to the Offeror's methods and approach in successfully meeting and/or exceeding the requirements in a timely manner.For the Product Demonstration Sub-Factor, the evaluation process will consider the following:i. Understanding of Problems: The demonstration will be evaluated todetermine the extent to which the Offeror demonstrates a clear understandingof all features involved in solving the problems and meeting the requirementspresented by the product demonstration; and the extent to which uncertainties areidentified and resolutions proposed.ii. Feasibility of Approach: The demonstration will be evaluated to determinewhether the Offeror's methods and approach to meeting the product demonstrationrequirements provides the Government with a high level of confidence thatthe proposed solution offers the capabilities needed by VA-FSC to accomplish its purpose, and/or can be configured to deliver those capabilities and function in accordance with the requirements presented in the solicitation.2. PAST PERFORMANCE EVALUATION APPROACH: The Past Performanceevaluation will assess the relative risks associated with an Offeror's likelihood ofsuccess in fulfilling the solicitation's requirements as indicated by that Offeror's record ofpast performance. In this context, “Offeror” refers to the proposed prime contractor andproposed major subcontractor(s). A major subcontractor is defined as one whose work represents 20% or more of the total proposed price. Major subcontractors shall include up to three subcontractors who will perform substantial work in the areas of relevance. In eithercase, the prime contractor and proposed major subcontractor(s) will be assessedindividually and the results will then be assessed in their totality to derive the Offeror’sPast Performance rating.The Government will conduct a performance risk assessment based on the quality,Relevancy, and recency of the Offeror's past performance, as well as that of its majorsubcontractors, as it relates to the probability of successful accomplishment of therequired effort. A project is considered relevant if it comprises both the software product and the services required to tailor the software product to meet the needs of the Customer, and if the volume of claims processed is comparable to that of FSC. The Government considers recency to be within the past three (3) years from date of solicitation release. Offerors are cautioned that the Government will review available past performance data in the Past Performance Information Retrieval System (PPIRS). The Government reserves the right to obtain past performance information from any available source and may contact customers other than those identified by the Offeror when evaluating past performance. Since the Government may not necessarily interview all of the sources provided by the Offerors, it is incumbent upon the Offerors to explain the relevance of the data provided. Offerors are reminded that the burden of proving low performance risk rests with the Offerors. The Government will review aspects of cost, schedule and performance. Areas to be evaluated may include but are not limited to quality of product or service, timeliness of performance or adherence to delivery schedules, controlling project cost and/or effectiveness in program management (to include use and control of subcontractors). In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance.3. PRICE EVALUATION APPROACHFirm Fixed Price:The Government will evaluate price by adding the total of all line item prices, including all options. The total evaluated price will be that sum.The Government will verify the Offeror’s calculation of the total overall price. The Government will adjust the Offeror’s proposed total overall price if mathematical errors are identified.Price Rounding Issue - The Government requires Offerors to propose unit prices and total prices that are two (2) decimal places and requires the unit prices and total prices to be displayed as two (2) decimal places. Ensure that the two (2) digit unit price multiplied by the item quantity equals the two (2) digit total item price (there should be no rounding). 4. SMALL BUSINESS PARTICIPATION COMMITMENT EVALUATION APPROACH: Commitment to Small Business Participation - The proposal will be evaluated todetermine the extent to which the Offeror demonstrates a commitment to meeting orexceeding the following Small Business Goals: SDVOSB: 5% of the total contract value;VOSB: 5% of the total contract value; Small Disadvantaged Business (SDB) (includingSection 8(a)): 5% of the total contract value; Women-Owned Small Business: 5% of thetotal contract value; HUB Zone Small Business: 3% of the total contract value. Anyinability to meet the Government’s subcontracting goal(s) for this procurement must besupported by an adequate explanation as to why that goal(s) cannot be met.5. VETERANS INVOLVEMENT EVALUATION APPROACHIn accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, the Government will assign evaluation creditfor an Offeror (prime contractor) which is a SDVOSB or a VOSB. Non-SDVOSB/VOSBOfferors proposing to use SDVOSBs or VOSBs as subcontractors will receive someconsideration under this evaluation Factor. In accordance with VAAR 852.219-72,Evaluation Factor for Participation in the VA Mentor-Protégé Program, the Governmentwill assign credit to non-SDVOSB/VOSBs with approved Mentor-Protégé Agreements.E.14 PROPOSAL SUBMISSION INSTRUCTIONSThe Offeror's proposal will be initially evaluated based on its compliance with the following submission requirements. Offerors are advised that any deviation from these submission requirements may result in elimination of the Offeror from consideration for award.1. INTRODUCTIONThe Offeror’s proposal shall only be submitted electronically by the date and time indicated in the solicitation via as set forth below. The Offeror’s proposal shall consist of six volumes. The Volumes are I –Technical; II – Past Performance; III – Price; IV – Small Business Participation Commitment; V– Veterans Involvement; and VI– Solicitation, Offer, and Award Documents; and certifying statements and representations. The use of hyperlinks or embedded attachments in proposals is prohibited. Offerors are encouraged to register for the Vendor Portal early in the submittal process, in order to ensure timely transmission of their proposals to the Government. WARNING: Late proposals will not be accepted for evaluation! Please do not wait until the last minute to submit your proposals! Offerors occasionally experience technical problems when transmitting their proposals. To avoid submission of late proposals, we recommend you transmit your proposal file at least 24 hours prior to the required proposal due date and time.?Please be advised that timeliness is determined by the date and time an Offeror’s proposal is received by the Government, not when an Offeror attempted transmission. Offerors are encouraged to review and ensure that sufficient bandwidth is available on their end of the transmission.2. PROPOSAL FILES. Offeror’s responses shall be submitted in accordance with the following instructions:a. Format. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Proposal page limitations are applicable to this procurement. The Table below indicates the maximum page count (when applicable) for each volume of the Offeror’s proposal. All files will be submitted as either a Microsoft Excel file or an Acrobat (.pdf) file or compatible, as indicated in the table. Page size shall be no greater than 8 1/2" x 11" with printing on one side only. The top, bottom, left and right margins shall be one inch (1”) each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be used within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like; not specifically required by this solicitation; such sheets will count against the Offeror’s page limitations, unless otherwise indicated in the specific volume instructions below. Pages in violation of these instructions, either by exceeding the margin, font, or spacing restrictions; or by exceeding the total page limit for a particular volume; will not be evaluated. Pages not evaluated due to violation of the margin, font or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they come up in the print layout view. b. File Packaging. All of the proposal files may be compressed (zipped) into one file entitled “proposal.zip” using WinZip version 6.2 or later version or the proposal files may be submitted individually. c. Content Requirements. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the proposal and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each proposal. The titles and page limits requirements for each file are shown in the Table below:Volume NumberFactorFile NamePage Limitations*Volume I (a)Technical Sub-factors A (Technical Execution) and B TechnicalA.pdfTehnicalA.pdf and TechnicalB.pdf shall not exceed 40 cumulative pages. The IMS, WBS, and Technical Service Log will not be included in this page limitation. Volume I(b)Technical Sub-factor B (Project Execution)TechnicalB.pdfVolume I (c)Technical Sub-factor C (Product Demonstration)Demo.pdfSee note below**50 Power Point slidesVolume IIPast PerformancePast.pdfNoneVolume IIIPrice PRICE.xlsNoneVolume IVSmall Business Participation CommitmentSBPC.xlsNoneVolume VVeterans InvolvementVI.pdfNoneVolume VISolicitation, Offer, and Award Documents; and Certifications and RepresentationsOfrRep.pdfNone* A Cover Page, Table of Contents, and/or a glossary of abbreviations or acronyms will not be included in the page count of the Technical Volume; however be advised that any and all information contained within a Table of Contents and/or glossary of abbreviations or acronyms submitted with an Offeror’s proposal will not be evaluated by the Government.** Volume I (c) is not required with initial proposal submission, but all offerors should be prepared to demonstrate their proposed software solution, if asked to do so. Volume I (c) will only be required of those vendors who are invited to participate in the Product Demonstration.See also FAR 52.212-1, Instructions to Offerors – Commercial Items.VOLUME I (a) – TECHNICAL FACTORTechnical Execution Sub-factor: The Offeror shall respond to the following. 1) Offerors shall demonstrate how their proposed product will comply with Section 508 as described in Section A3.0 of Addendum A of the PWS. 2) Offerors shall demonstrate how their proposed product will comply with being deployed in a FISMA-HIGH environment. 3) Offerors shall describe their approach to converting their software from its COTS state to one that will meet the requirements set forth in the PWS. Offerors shall identify which functional requirements in PWS para 5.3 are provided out-of-the-box and identify what functionalities must be customized/developed and describe their approach to deliver those functionalities. VOLUME I (b) – TECHNICAL FACTORProject Execution Sub-Factor: The Offeror shall respond to the following:1) Offerors shall discuss their project execution processes (i.e., CMMI, ISO 9001, etc.) and describe how those processes will be applied to the products and services required by the PWS. The Offeror shall also discuss these processes with respect to managing the configuration and customization effort during the entire duration of the contract period. 2) Offerors shall discuss their process for providing the VA-FSC with technical support and maintenance up to and including patches for bugs and software. Offerors shall also submit a sample Technical Service Log where all software maintenance and technical support will be recorded. 3) Offerors shall submit an integrated master schedule (IMS) and WorkBreakdown Structure (WBS) that addresses all events associated with implementation within the first two years. Offerors shall identify risks associated with the proposed schedule and the associated mitigation strategies.4) Offerors shall submit a summary of the Offeror’s and its subcontractors’ qualifications and expertise with respect to claims adjudication software. The Offeror is encouraged to address the expertise it has regarding the implementation of a COTS based claims processing solution in a Government or large commercial industry healthcare claims processing setting. Wherever possible, companies presented within this section should correspond to those companies indicated in the Past Performance Section. VOLUME I (c) – TECHNICAL FACTORC. Product Demonstration Sub-Factor: This volume shall respond to the following:1) Each Offeror whose written proposal is determined to be among the most highlyrated shall provide a live, real-time, demonstration of the solution asdescribed in its proposal and in accordance with the instructions included in thesample task (Offerors will be notified a minimum of 2 days in advance of thespecific date/time of their demonstration which will be determined atrandom). The demonstration will be conducted at the VA Technology Acquisition Center in Eatontown New Jersey. The Government will provide a conference room with accommodations for approximately 20 Government personnel and no more than five Offeror personnel. Theconference room will contain several 120 VAC outlets. The Government willprovide no internet access. All other resources and equipment required for thedemonstration, including internet connectivity, shall be provided by the Offeror. All costs associated with the demonstration shall be borne by the Offeror and will not be reimbursed by the Government. The demonstration will occur over a period not to exceed six hours. Vendors do not have to use the entire six hour time period allotted, but cannot exceed the allotted time period. Interactions between Offeror and Government personnel shall be limited during the demonstration. The Offeror will be allowed 30 minutes prior to the demonstration for any necessary set-up and 30 minutes following the demonstration for tear-down.2) This demonstration will be used to aid in the assessment of the Offeror’sability to provide a holistic solution specifically designed to meet theunique needs of VA. The Offeror shall make all efforts to use a singleenvironment to execute all demonstration scenarios. The Offeror shallidentify if multiple environments are used and identify any differencesbetween the demo environments, should they exist.3). The Offeror shall demonstrate in accordance with APPENDIX G – Healthcare Claims Adjudication Software Demonstration Plan. (ii) VOLUME II – PAST PERFORMANCE. Offerors shall submit a list of all contracts (including Federal, State, and local government and private) (prime contracts, task/delivery orders, and/or major subcontracts) in performance at any point during the three (3) years immediately prior to the proposal submission date, which are relevant to the efforts required by this solicitation. Areas of relevance include claims adjudication systems that process and pay healthcare claims for Customers who are processing a minimum volume of 7,500,000 claims per year. Data concerning the prime contractor shall be provided first, followed by each proposed major subcontractor, in alphabetical order. This volume shall be organized into the following sections:(1) Section 1 – Contract Descriptions. This section shall include the following information:(a) Contractor/Subcontractor place of performance, CAGE Code and DUNS Number. If the work was performed as a subcontractor, also provide the name of the prime contractor and Point of Contact (POC) within the prime contractor organization (name, current address, e-mail address, telephone and fax numbers).(b) Contracting activity, and current address, Procuring Contracting Officer's name, e-mail address, telephone and fax numbers.(c) Contracting Officer’s Representative (COR), and current e-mail address, telephone and fax numbers.(d) Contract administration activity and the Administrative Contracting Officer's name, and current e-mail address, telephone and fax numbers. (e) Contract Number and, in the case of Indefinite Delivery type contracts, GSA contracts, and Blanket Purchase Agreements, include Delivery Order Numbers also.(f) Contract Type (specific type such as Fixed Price (FP), Cost Reimbursement (CR), Time & Materials (T&M), etc.) In the case of Indefinite Delivery contracts, indicate specific type (Requirements, Definite Quantity, and Indefinite Quantity) and secondary contract type (FP, CR, T&M, etc.)(g) Awarded price/cost.(h) Final or projected final price/cost.(i) Original delivery schedule, including dates of start and completion of work.(j) Final or projected final, delivery schedule, including dates of start and completion of work.(2) Section 2 - Performance. Offerors shall provide a specific narrative explanation of each contract listed in Section 1 describing the objectives achieved and detailing how the effort is relevant to the requirements of this solicitation. For any contract(s)/task order(s) that did not/do not meet original schedule or technical performance requirements, provide a brief explanation of the reason(s) for the shortcoming(s) and any corrective action(s) taken to avoid recurrence. The Offerors shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. The Offerors shall indicate if any of the contracts listed were terminated and the type and reasons for the termination. (3) Section 3 – Subcontracts. Offerors shall provide an outline of how the effortrequired by the solicitation will be assigned for performance within the Offeror’s corporate entity and among the proposed subcontractors. The information provided for the prime Offeror and each proposed major subcontractor must include the entire company name, company address, CAGE Code, DUNS Number and type of work to be performed by citing the applicable Government PWS paragraph number. (4) Section 4 – New Corporate Entities. New corporate entities may submit data on prior contracts involving its officers and employees. However, in addition to the other requirements in this section, the Offeror shall discuss in detail the role performed by such persons in the prior contracts cited. Information should be included in the files described in the sections above.??(5) Section 5 – Past Performance Assessment Questionnaire.? Past Performance Assessment Questionnaires, found at Section D, Attachment A-1 must be completed and submitted for all contract(s)/task order(s) identified in Section 1.? The Offeror shall complete Part I of the Performance Risk Assessment Questionnaire and e-mail the Questionnaire to the Government contracting activity and technical representative or equivalent commercial POCs responsible for the past/current contract.? In cases where the performance had been conducted as a subcontractor, the questionnaire shall be provided to the prime contractor POC, in addition to the Government POCs or equivalent commercial POCs.? The POCs shall be instructed to electronically complete Part II of the Questionnaire and e-mail the entire Questionnaire no later than the proposal due date to lauren.sankar@.? The Questionnaire should each be sent as an ATTACHMENT to the email address listed above.? The subject line must clearly read: Past Performance Questionnaire for Claims Adjudication Solicitation.? The subject line should be in black type and is case sensitive.? (iii) VOLUME III-PRICE1) The Offeror shall complete the Schedule of Supplies/Services of the solicitation. (iv) VOLUME IV – SMALL BUSINESS PARTICIPATION COMMITMENT All Offerors, both small and large businesses, are required to submit SmallBusiness Participation Commitment information. Please note the NAICS code for this procurement is 541519.You must use the provided spreadsheet, PrimeOfferor_SBPC.XLS found in section D of the solicitation. Please rename this file replacing PrimeOfferor with your company name.Fill out the spreadsheet, PrimeOfferor_SBPC.XLS found in section D of the solicitation. An excerpt is provided below:Business TypeGoalProposedSmall Business 17%Business TypeGoalProposedSDB (including Section 8(a)) 5%WOSB5%HUBZone3%VOSB5%SDVOSB5%The Government will evaluate the extent the Offeror exceeds the above SmallBusiness Goals. If applicable, provide detailed mitigation plans and/or narrative explanations as to why certain goals specified by the Government cannot be met as reflected in the table above.Please note that a Prime Offeror or Subcontractor who meets more than one smallbusiness type concern, should be included for each of the proposed goals for thatbusiness type (i.e. an Offeror who is a WOSB and also an SDVOSB, should have itspercentage be included for the business types WOSB, VOSB, and SDVOSB).Please note that the overall small business requirement of 17% includes all smallbusinesses under the NAICS code.The percentages proposed for the Goals will be incorporated into any resulting contract.(v) VOLUME V – VETERANS INVOLVEMENT(1) For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offerorshall submit a statement of compliance that it qualifies as a SDVOSB or VOSB inaccordance with VAAR 852.215-70, Service-Disabled Veteran-Owned andVeteran-Owned Small Business Evaluation Factors. Offerors are cautioned thatthey must be registered and verified in Vendor Information Pages (VIP) database() at time of proposal submittal.(2) For Non-SDVOSBs/VOSBs: An Offeror must state in its proposal the names ofSDVOSB(s) and/or VOSB(s) with whom it intends to subcontract, and provide abrief description and the approximate dollar values of the proposed subcontracts.Additionally, proposed SDVOSB/VOSB subcontractors must be registered andverified in the VIP database, at time of proposal submission, in order to receive some consideration under the Veteran’s Involvement Factor.(3) With regard to the requirements for registration and verification in the VetBizdatabase, reference VAAR 804.1102.(4) At the Offeror’s sole discretion, provide information in accordance with VAARSubpart 852.219.71, Evaluation Factor for Participation in the VA Mentor-ProtégéProgram. Offerors must provide evidence of participation in the VA or anotherfederal agency’s Mentor-Protégé program to receive Verification Requirement for SDVOSBs and VOSBs- As required by the Vets First Contracting Program (Public Law 109-461), consideration for contract award is limited to SDVOSBs that are registered and verified in VIP database () at time of submission of offer and at time of contract award.? Accordingly, proposals submitted by SDVOSBs that do not meet the VIP verification requirements will not be considered.(vi) VOLUME VI – SOLICITATION, OFFER AND AWARD DOCUMENTS; AND CERTIFICATIONS AND REPRESENTATIONS.? An Acrobat PDF file shall be created to capture the signatures for submission. This Volume shall contain the following: a. Solicitation Section A – Standard Form (SF) 1449 and Acknowledgement of Amendments, if any.?? b. Any proposed terms and conditions and/or assumptions upon which the proposal is predicated.?? c. Certifications and Representations – An authorized official of the firm shall sign the SF 1449 and all certifications requiring original signature. Offerors are hereby advised that any Offeror-imposed terms and conditions and/or assumptions which deviate from the Government’s material terms and conditions established by the Solicitation, may render the Offeror’s proposal Unacceptable, and thus ineligible for award. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download