items i & 30 - nrc.gov

18
SOLICITATIONICONTRACTIORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17,23, 24, & 30 I 1. R•OUISITION NO, HR-12-057 PAGE 1OF. 1 2 CONTRACT NO. 3 AWARD/EFFECTIVE DATE 4 ORDER NO 5. SOLICITATION NUMBER -6. SOLICITATION ISSUE DATE NRC-HQ-ll-C-33-0059 , FORFONSOLICTATONL a NAME b. TELEPHONE NO. (No Colect Calls) 18 OFFER DUE DATEILOCAL INF~ORMATION CALL:; ____________ TIME 9. ISSUED BY CODE 13100 10. THIS ACOUISITION IS UNRESTRICTEDOR [] SETASIDE. % FOR. U.S. Nuclear Regulatory Commission Div. of Contracts Li SMALL BUSINESS fl WOMEN-OWNED SMALL BUSINESS (WOSE) ELIGIBLE UNDER THE WOMEN-OWNED Attn: Dominique Malone HUBSZONE SMALL SMALL BUSINESS PROGRAM Mail Stop: TWB/ I A31M BUSINESS ECONOMICALLY DISAOVANTAGED NAICS: 541519 Washington, DC 20555 D SERVICE-DISABLED WOMEN-OWNED SMALL BUSINESSSA VETERAN-OWNED (EDWOSB) SEZESTANDARD; SMALL BUSINESS BI {tl 11. DELIVERY FOR FOB DESTINA- 12. DISCOUNT TERMS 135. RATING TION UNLESS BLOCK IS13.RTN MARKED DL 13a THIS CONTRACT ISA N/A RATED ORDER UNDER E3 SEE SCHEDULE DPAS (15 CFR700) iff RTHOD OF SOLICITATION [.RFO Li IFB F1 JRFP 15. DELIVER TO CODE 16 ADMINISTERED BY CODE [3100 U.S. Nuclear Regulatory Commission U.S. Nuclear Regulatory Cohmmission Div. of Contracts Mail Stop: TWB-01-BIOM Washington DC 20555 Washington, DC 20555 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a PAYMENT WILL BE MADE BY CODEJ 3100 CGI FEDERAL INC. Department of Interior / NBC N RCPAYMENTS_NBCDENVER@nbc. gov Attn: Fiscal Services Branch - D2770 12601 FAIR LAKES CIR 7301 W. Mansfield Avenue Denver CO 80235-2230 FAIRFAX VA 220334902 PHONE FAX TELEPHONE NO. lBS SUBMIT INVOICES TO ADORESS SHOWN IN BLOCK l1a UNLESS BLOCK BELOW IS CHECKED 17b CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER CH IN ADDE UM DSEE ADDENDUM 19 20. See CONTINUATION Page 21. 22 23 24. ITEM NO SCHEDULE OF SUPPLIESISERVICES QUANTITY UNIT UNIT PRICE AMOUNT Task Order 17, HR Reports This is a labor-hour task order. Contractor Rep: Steve Winters Phone: 703.227.4326 Email: [email protected] COR: Brendan Cain Total Obligated Amount: $60,000 Total Contract Ceiling: $144,956.70 Period of Performance: 03/05/2012 - 09/25/2012 (Use Reverse and/or Attah Additlonal Sheets as Necessary) 25 ACCOUNTING ANDAPPROPRIATION DATA See CONTINUATION Page 26. TOTAL AWARD AMOUNT (ForGovL Use Only) 2012-84-51-H-156, G8402, 31X0200 NAICS: 541519, BOC: 2574 Current Obligation:$60,000 Obligate. $60,000 FAIMIS:120829 DUNS:145969783 Total Award Amount (Ceiiing);$144,956.70 S2Va. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1 52212-4. FAR 52212-3 AND 52.212.5 ARE ATTACKED. ADDENDA DARE ARE NOT ATACHE. ] 270. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52212-4. FAR 52212.5 IS ATTACHED ADENA R ARE O 1TCE li25 CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 J2AWROFCNRTRE_____________OFR SCOPIES TO ISSUING OFFICE CONTRACTOR AGREES TO FURNISH AND _JDATED _____________.YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANy (BLOCK S) INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS' 308 SIGNATURE OF OFFEROR/COHTRACTOR 31 a UNITED STATES OF AMERICA (S•t4ATURE OF CONTRACTING OFFICER) AUTHORIZED .. FOR .LOCAL... ,... ..... NM ADTITLE OF IGNiER (TYPEORPRINT)p 3 -0. DATE SIGNED 131N FCONTRfTING OFFICER (TYPE OR PRINT) 3 -DominiquMalone 6Warrant Number 172 310. DATESIGNED I "-a)-- - -1 AUHRZDFRLOCA REPROU [,N PREVIOUS EDITION IS NOT USABLE TEMPLUF - ADMDOM I )" I ................---. ~-. I~ Th~Jr~ __ V STANDARD FORM 1449 (REV. 5/2011) Prescrtied by GSA - FAR (48 CFR) 53212 1UNSI REVIEW GOMPLM W101a, 13 2012

Upload: others

Post on 18-Feb-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

SOLICITATIONICONTRACTIORDER FOR COMMERCIAL ITEMSOFFEROR TO COMPLETE BLOCKS 12, 17,23, 24, & 30

I1. R•OUISITION NO,

HR-12-057PAGE 1OF. 1

2 CONTRACT NO. 3 AWARD/EFFECTIVE DATE 4 ORDER NO 5. SOLICITATION NUMBER -6. SOLICITATION ISSUE DATE

NRC-HQ-ll-C-33-0059

, FORFONSOLICTATONL a NAME b. TELEPHONE NO. (No Colect Calls) 18 OFFER DUE DATEILOCALINF~ORMATION CALL:; ____________ TIME

9. ISSUED BY CODE 13100 10. THIS ACOUISITION IS UNRESTRICTEDOR [] SETASIDE. % FOR.

U.S. Nuclear Regulatory CommissionDiv. of Contracts Li SMALL BUSINESS fl WOMEN-OWNED SMALL BUSINESS

(WOSE) ELIGIBLE UNDER THE WOMEN-OWNEDAttn: Dominique Malone HUBSZONE SMALL SMALL BUSINESS PROGRAMMail Stop: TWB/ I A31M BUSINESS ECONOMICALLY DISAOVANTAGED NAICS: 541519

Washington, DC 20555 D SERVICE-DISABLED WOMEN-OWNED SMALL BUSINESSSAVETERAN-OWNED (EDWOSB) SEZE STANDARD;SMALL BUSINESS BI {tl

11. DELIVERY FOR FOB DESTINA- 12. DISCOUNT TERMS 135. RATINGTION UNLESS BLOCK IS13.RTNMARKED DL 13a THIS CONTRACT ISA N/A

RATED ORDER UNDERE3 SEE SCHEDULE DPAS (15 CFR700) iff RTHOD OF SOLICITATION

[.RFO Li IFB F1 JRFP

15. DELIVER TO CODE 16 ADMINISTERED BY CODE [3100

U.S. Nuclear Regulatory Commission U.S. Nuclear Regulatory CohmmissionDiv. of ContractsMail Stop: TWB-01-BIOM

Washington DC 20555 Washington, DC 20555

17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a PAYMENT WILL BE MADE BY CODEJ 3100

CGI FEDERAL INC.Department of Interior / NBCN RCPAYMENTS_NBCDENVER@nbc. govAttn: Fiscal Services Branch - D2770

12601 FAIR LAKES CIR 7301 W. Mansfield AvenueDenver CO 80235-2230

FAIRFAX VA 220334902 PHONE FAXTELEPHONE NO. lBS SUBMIT INVOICES TO ADORESS SHOWN IN BLOCK l1a UNLESS BLOCK BELOW IS CHECKED

17b CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER CH IN ADDE UMDSEE ADDENDUM

19 20. See CONTINUATION Page 21. 22 23 24.ITEM NO SCHEDULE OF SUPPLIESISERVICES QUANTITY UNIT UNIT PRICE AMOUNT

Task Order 17, HR ReportsThis is a labor-hour task order.

Contractor Rep: Steve WintersPhone: 703.227.4326Email: [email protected]

COR: Brendan CainTotal Obligated Amount: $60,000Total Contract Ceiling: $144,956.70Period of Performance: 03/05/2012 - 09/25/2012

(Use Reverse and/or Attah Additlonal Sheets as Necessary)

25 ACCOUNTING ANDAPPROPRIATION DATA See CONTINUATION Page 26. TOTAL AWARD AMOUNT (ForGovL Use Only)

2012-84-51-H-156, G8402, 31X0200 NAICS: 541519, BOC: 2574 Current Obligation:$60,000

Obligate. $60,000 FAIMIS:120829 DUNS:145969783 Total Award Amount (Ceiiing);$144,956.70

S2Va. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1 52212-4. FAR 52212-3 AND 52.212.5 ARE ATTACKED. ADDENDA DARE ARE NOT ATACHE.] 270. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52212-4. FAR 52212.5 IS ATTACHED ADENA R ARE O 1TCE

li25 CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 J2AWROFCNRTRE_____________OFRSCOPIES TO ISSUING OFFICE CONTRACTOR AGREES TO FURNISH AND _JDATED _____________.YOUR OFFER ON SOLICITATION

DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANy (BLOCK S) INCLUDING ANY ADDITIONS OR CHANGES WHICH AREADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS'

308 SIGNATURE OF OFFEROR/COHTRACTOR 31 a UNITED STATES OF AMERICA (S•t4ATURE OF CONTRACTING OFFICER)AUTHORIZED ..FOR .LOCAL... ,... .....

NM ADTITLE OF IGNiER (TYPEORPRINT)p 3 -0. DATE SIGNED 131N FCONTRfTING OFFICER (TYPE OR PRINT)3 -DominiquMalone6Warrant Number 172

310. DATE SIGNED

I "-a)-- - -1AUHRZDFRLOCA REPROU [,NPREVIOUS EDITION IS NOT USABLE

TEMPLUF - ADMDOM

I )" I

................---.~-. I~ Th~Jr~ __V STANDARD FORM 1449 (REV. 5/2011)

Prescrtied by GSA - FAR (48 CFR) 53212

1UNSI REVIEW GOMPLMW101a,13 2012

MOM FA2 Task Order #17 HR Reports

Table of Contents

SECTION B - SUPPLIES O R SERVICES AND PRICE/COSTS ...................................................................................... 3

B.1 Contract Type .......................................................................................................................................... 3B.2 Period of Perform ance ........................................................................................................................... 3B.3 Cost/Price .................................................................................................................................................. 3B.4 CONSIDERATION AND OBLIGATION-TIME AND MATERIALS CONTRACT (AUGUST 2011) .................... 3

SECTION C - PERFORM ANCE W O RK STATEM ENT .............................................................................................. 4

C .1 Background .............................................................................................................................................. 4C .2 Scope of W ork ......................................................................................................................................... 4C .3 Specific tasks ........................................................................................................................................... 4C .4 Reporting R equirem ents/D eliverables ................................................................................................. 9C.5 Contractor Personnel ............................................................................................................................ 10C .6 Q uality C ontrol ....................................................................................................................................... 1C .7 Q uality Assurance ................................................................................................................................. 11C .8 G overnm ent Furnished Equipm ent and Space .......................................................................... 11C .9 Hours of Service .................................................................................................................................... 12C .10 Project M anagem ent M ethodology ................................................................................................ 12C.1 1 Docum entation ...................................................................................................................................... 12C .12 Expertise/Skills/T raining ...................................................................................................................... 12C .13 Productive Labor Hours .................................................................................... 12

SECTION D - PACKAGING AN D M ARKING ............................................................................................................ 13

SECTIO N E - INSPECTIO N AND ACCEPTANCE ........................................................................................................ 13

SECTION F - DELIVERIES O R PERFORM ANCE ......................................................................................................... 13

SECTION G - CO NTRACT ADM INISTRATIO N DATA ............................................................................................ 13

G .1 Task O rder C ontracting O ffi cer's Representative ........................................................................... 13

SECTION H - SPECIAL CO NTRACT REQ UIREM ENTS ................................................................................................ 15

H .1 2052.215-70 KEY PER SO N N EL (JA N 1993) ..................................................................................... 15

SECTION I CO NTRACT CLAUSES ............................................................................................................................ 16

SECTION J ATTACHM ENTS ................................................................................................................................... 16

21Page

HR RenortsMOM FA2 Task Order #17 HIR Reports

PART I

SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS

B. 1 Contract Type

The contract type for this task order is Labor-Hour.

B.2 Period of Performance

Base Period - March 5, 2012 to September 25, 2012.

B.3 Cost/Price

See Section J-1.

B.4 Consideration and Obligation-Time and Materials Contract (August 2011)

(a) Currently, the ceiling price to the Government for full performance under this contract is$144,956.70.

(b) The contract includes: (1) direct labor hours at specified fixed hourly rates, inclusive ofwages, fringe, overhead, general and administrative expenses, and profit; and (2) cost ofmaterials totaling $0.00.

(c) The amount presently obligated by the Government with respect to this contract is $60,000.

(d) This is an incrementally-funded contract and FAR 52.232-22 - "Limitation of Funds" applies.

31Page

MOM FA2 Task Order #17 HR Reports

SECTION C - PERFORMANCE WORK STATEMENT

C.1 Background

The Nuclear Regulatory Commission's Office of Human Resources (HR) requires technical,project management, administrative, and transitional support for its InformationTechnology/Management projects. In November 2003, the agency began to use the FederalPersonnel Payroll System (FPPS) for its personnel and payroll processing. The agency'sformer HR and payroll system, PeopleSoft Human Resources Management System (HRMS)database continues to serve as the historical repository of HR and training data.

HR currently uses Hyperion Business Intelligence, Crystal Reports, SQR and SQL Advantage toextract and provide HR information and data from a variety of applications and platforms. HRwill be transitioning from version 8.3 of Hyperion BI to version 11.1.2 and from SQL Advantageto Microsoft SQL Server Management Studio during Fiscal Year 2012.

HR staff receives requests for data and information from internal and external stakeholders. HRcurrently uses Hyperion Business Intelligence, Crystal Reports and other tools to access and todevelop a means to extract and distribute standardized and parameter-driven reports and datato stakeholders. The required data is placed on a shared network drive, in Sharepoint, oremailed to the requestorso that information vital for effective decision-making is readilyavailable to HR staff and clients on an as-needed basis.

C.2 Scope of Work

Work will begin under this task order upon the Contractor receiving a change request from theTask Order Contracting Officer Representative through the NRC's IBM Rational Tools Suite.

The contractor shall provide operational, data analysis, and transitional support for HR systems.In addition, the contractor may assist in the analysis, implementation rollout and/or integration ofother web-based HR systems and reporting tools.

The contractor shall perform operational support tasks for systems listed below in theperformance work statement section, subparagraph "Operational Support," following guidanceprovided by the Task Order Contracting Officer Representative (COR). Individual effortsrequired of the contractor shall be to provide operational support for agency applications in theform of production support, report generation, and data analysis support for the identified HRsystems. The contractor shall also produce necessary documentation of work performed.

C.3 Specific tasks

The systems to be covered under this Task Order are listed below.

41Page

MOM FA2 Task Order #17 HR Reportsq

System SystemSystem Name Number Acronym Software Platform

Federal Payroll and 20060048 FPPS Hyperion OraclePersonnel System 81 RDBMS

Client/Server F0016 CSRI Crystal Sybase,Reporting Interface Reports, SQL

SQL tools Server

PeopleSoft E003-1 PeopleSoft Crystal Sybase,Reports, SQLSQL tools Server

Learning Management 20040055 LMS Proprietary OracleSystem (iLearn) implement

ation ofBIRT

Recruitment Activity 20060037 RATS Crystal Sybase,Tracking System Reports, SQL

MS ServerAccess,SQL tools

1. Task 1 - Batch Job Monitoring

A. Requirement

The contractor shall monitor the results of scheduled batch jobs used to updateinformation in various HR and other NRC systems, and notify the Task OrderCOR of any error conditions resulting from failed or incomplete job runs. Thecurrent list of batch jobs to be monitored is listed below. This list is expected togrow and/or change as more automated update processes are implemented.

Job Name System Frequency Normal Completion Time(ET)

HR Tables Update PeopleSoft Daily 4:40 amiLearn Org Connector iLearn Daily 12:02 amiLearn HR Connector iLearn Daily 1:20 am

B. Standard

The contractor shall determine if the batch jobs listed in the requirement sectionhave completed successfully using procedures which will be provided by theTask Order COR. The contractor shall notify the Task Order COR by 8:00 AMEastern Time (ET) if any batch jobs are not successful.

51P age

MOM FA2 Task Order #17 HR Re~orts

C. Deliverables

The contractor shall send an email to the Task Order COR listing any batch jobswhich did not complete successfully, if any, and the error message or'conditionnoted which indicated the condition. In the event that all batch jobs completedsuccessfully, no deliverable is required.

D. Acceptance Criteria

The email notification will be complete, clearly indicating which batch job(s) failedto complete, clearly indicating which error messages or conditions are associatedwith which jobs, and will be received by the time specified in the standard.

2. Task 2 - Scheduled and Standard Reports

A. Requirement

The contractor shall run scheduled reports as defined in the Standard for thistask (Section C.3.2.B). The contractor may be asked to run additional reportsfrom the Standard Report Library on an as-requested basis.

B. Standard

The contractor shall run the following scheduled reports on the daysindicated, in accordance with established procedures to be provided by theTask Order COR. This list is subject to change as automated processes areimplemented. Automated processes may be added to Task 1 for monitoring.

Report/Process Frequency System(s) Tools/Software OutputFormat

iLearn Org Daily by COB FPPS Hyperion BI, text TextConnector Datamart editoriLearn HR Daily by COB FPPS Hyperion BI, SQL TextConnector Datamart, Advantage/MS

PeopleSoft SQL Studio, texteditor

Telephone/Space/ Wednesdays FPPS Hyperion BI, SQL Excel,Outlook Interface by COB Datamart, Advantage/MS CSV

PeopleSoft SQL Studio, ExcelTelephone Wednesdays FPPS Hyperion BI, ExcelDirectory Org by COB Datamart ExcelInterfaceOutlook Wednesdays FPPS Hyperion BI, BatchDistribution Lists by COB Datamart, Winbatch FileUpdate Windows Program, batch

batch file file

61Page

HR RenosMOM.FA2.Task Ord.r.17 HR Reports

Report/Process Frequency System(s) Tools/Software OutputFormat

FPPS Transaction Biweekly on FPPS FTP TextReports (WIGI, firstFEHB) Wednesday

of pay periodEntry Level Hire Biweekly FPPS Hyperion BI, PDFRatio Report between first Datamart Excel

Thursday andnoon on firstFriday of payperiod

Recruitment Biweekly on RATS Crystal Reports PDFActivity Tracking first Friday ofReports pay periodEmployee and Monthly on FPPS Hyperion BI PDFOrganization first workday DatamartProfile Reports of the monthLength of Service Monthly FPPS Hyperion BI PDFReport between 2 2 nd Datamart

and 26th dayof the month

NRC Monthly on FPPS Hyperion BI, PDFDemographics Friday after Datamart ExcelReports end of last

pay period ofthe month

Credit Card Audit Quarterly FPPS Hyperion BI, ExcelInterface File during first Datamart Excel

week of thequarter

Register of Quarterly FPPS Hyperion BI, ExcelBargaining Unit during first Datamart ExcelEmployees week of the

quarter

C. Deliverables

The contractor shall deliver the report or process output as specified in theprocedure for each process.

D. Acceptance Criteria

Processes shall be run on the days/dates specified in the Standard, and shallbe delivered in accordance with the established procedure for each report.

3. Task 3 - Ad Hoc Reports and Data Analysis

71Page

HR ReportsMOM FA2 Task Order #1.7 HR Reports

A. Requirement

The contractor shall provide ad-hoc report generation and data analysis supportto satisfy the agency need to create approximately 50 reports per year.

B. Standard

The contractor shall develop reports based on requirements provided by the usercommunity and/or the Task Order COR. The contractor shall work with therequestor to clarify any requirements that are not well defined. Most of thesereports shall be against multiple tables and should be sorted based on criteriaprovided at the time of the request. Generally, these ad-hoc reports will generatean electronic format file in Hyperion, Crystal Reports, PDF, MS-Access, MS-Excel, or text format, but specifics regarding output formats will be provided atthe time of the request to the contractor which shall be delivered by the TaskOrder COR. Guidelines for standard PDF output formats will be provided by theTask Order COR.

C. Deliverables

The contractor shall develop and deliver the reports in the format specific by therequestor and time frame specified in the acceptance criteria. If it is determinedthat the request requires a greater level of effort than 16 hours, a work plan andestimate shall be prepared by the contractor and submitted to the Task OrderCOR for approval. The contractor shall keep a log of requests and responses ina format that is viewable by the Task Order COR using standard NRCworkstation software.

D. Acceptance Criteria

Reports shall be created in accordance with standard guidelines to be providedby the Task Order COR, unless the output and format specifications explicitlyvary from the standard guidelines. Reports shall be run and outputs delivered intwo work days from the date of the request, or in accordance with the time framespecified in the work plan approved by the Task Order COR.

4. A.3.4 Task 4 - Standard Report Development

A. Requirement

The NRC maintains a library of approximately 150 customized reports based ongeneric or ad hoc reports provided in the FPPS Datamart. These reports arebased on "data models" developed and maintained by the FPPS Datamartprovider. From time to time, the underlying data models are updated to includenew fields or remove old ones. In order to utilize the new fields, the customizedreports developed by NRC must be rebuilt using the standard generic or ad hocreport based on the new data model. In addition, new standard reports may beprovided based on new data models which NRC may wish to use to develop newcustomized reports. Further, analysis may show that two or more customized

8PPage

MOM FA2 Task Order *17 HR R•nn•MOM......Task..Order ....... R Reports

queries can be combined into one to reduce the level of effort required to

maintain the library.

B. Standard

The contractor shall provide support for the maintenance of the existing StandardReports Library (FPPS Datamart). The contractor shall provide support for thedevelopment of any new standardized and parameter-driven queries and reportsfrom an existing database for use by HR and various groups outside of HR thatneed HR report data on a regular basis. Standards for report development andformatting will be provided by the Task Order COR. A requirements definition foreach report will be provided by the Task Order COR, or developed by thecontractor with the concurrence of the Task Order COR.

Tasks may include the following:

1. Create and quality check the standard and parameter-driven reports in avariety of formats (e.g., Hyperion) so that authorized users may readilyaccess them.

2. Periodically review reports requested and provide recommendations onchanges to reports (discontinue use of report, create new report, changeformat of report, etc.) based on feedback. Additionally, providerecommendations on how to best satisfy data requests.

3. Maintain and update standard reports on a shared drive in a read-onlyformat with proper security to protect the privacy of the data.

4. Create specialized reports so that users may generate specific data on aregular basis.

C. Deliverables

The contractor shall deliver newly developed standard reports to the Task OrderCOR for testing and publication to the Standard Reports Library in the FPPSDatamart. If it is determined that the report requires a greater level ofdevelopment effort than 16 hours, a work plan and estimate shall be prepared bythe contractor and submitted to the Task Order COR for approval.

D. A.3.4.4 - Acceptance Criteria

Reports shall be developed in accordance with approved requirementsdefinitions and with either standard formatting guidelines or approved exceptions.Reports shall be delivered within the timeframes specified in the work planapproved by the Task Order COR.

C.4 Reporting Requirements/Deliverables

91Page

MOM FA2 Task Order #17 HR Reports

The contractor shall issue monthly progress reports on the status of expenditures and individualefforts. Monthly reports shall contain the following information and will be due on the 15th ofevery month or if the 15th falls on a weekend, the report will be due on the following Monday:

1. The number of staff hours expended on each task.2. The actual number of hours expended on each report which required a work plan.3. The number of standard queries/reports run.4. The number of ad hoc queries developed.5. The number of standard reports developed.

C.5 Contractor Personnel

A. Project Manager

1. The Project Manager shall be available during NRC core business hours from8:00am-6:00pm Eastern Time to meet with the Task Order COR to discuss problemareas.

B. Application Systems Analyst/Programmer Lead Onsite

1. The contractor shall provide personnel with demonstrated experience in applicationsystems software and platforms defined for systems identified in relevant sections ofthis Task Order as requiring maintenance support. Competency in technical, writtencommunication, and analytical skills as demonstrated through prior assignments inthe technical support area, and experience with applications running on a MicrosoftWindows platform.

2. The contractor shall provide personnel with demonstrated ability to analyze user datarequests based on written and verbal requests, follow up to formulate reportspecifications for the creation of finished production or ad hoc reports using a varietyof data reporting tools, including Hyperion, Crystal Reports, Microsoft Access, SQR,or other SQL-based programs, as well as document and chart creation tools, such asWord, Excel, and PowerPoint.

3. The contractor shall provide personnel with demonstrated ability to perform dataanalysis, to analyze data structures in databases and data files in a variety offormats, including Sybase, Oracle, SQL Server, MS Access, Excel, and flat files inorder to generate reports, provide technical support for the development of databaseschema, design improvements, data conversions, and interface file development.

4. The contractor shall provide personnel that possess the following skills:

1. Working experience with and knowledge of Crystal Reports, and2. Working experience with and knowledge of SYBASE SQL, and3. Working experience with and knowledge of Oracle SQL4. Working experience with and knowledge of MS SQL Server SQL5. Working experience with and knowledge of MS Excel and Access6. Working experience with and knowledge of Microsoft Windows platform7. Experience in report development and complex data analysis, and

lOP age

HR R•nnff•MnM FA9 Task nrr~iar #17 HIR Reports

8. Experience with database management systems technologies

C.6 Quality Control

A. The contractor shall provide a written Quality Control Plan that contains, as aminimum, the items listed in Section VI.B to the Task Order COR for acceptance notlater than the task order post-award conference or a date specified by the TaskOrder COR. The Task Order COR will notify the contractor of acceptance orrequired modifications to the plan before the initiation of performance.

B. The plan shall include:

1. A description of the inspection system to cover all services listed in thePerformance Work Statement. The description shall include specifics as tothe areas to be inspected on both scheduled and unscheduled basis,including the frequency of inspections.

2. A description of the methods to be used for identifying and preventing defectsin the quality of service performed.

3. A description of the records to be kept to document inspections andcorrective or preventive actions taken.

4. The records of inspections shall be kept and made available to the TaskOrder COR, when requested, throughout the task order performance periodand for the period after task order completion until final settlement of anyclaims under this task order.

C.7 Quality Assurance

For those tasks listed in the performance work statement, the Task Order COR or evaluatorswill follow standard methods of surveillance which are listed in the Quality AssuranceSurveillance Plan located in Section J. Government personnel will record all surveillanceobservations. When an observation indicates defective performance, the Task Order COR willrequire the project manager or representative at the site to initial the observation. The initialingof the observation does not necessarily constitute concurrence with the observation, onlyacknowledgement that he or she has been made aware of the defective performance.

C.8 Government Furnished Equipment and Space

The contractor will be provided with Government-furnished tools/equipment such as: a desk,telephone, access to a copy machine and a fax machine, a computer with appropriate software,Internet access and the reference material necessary for the contractor to be able to performthe assigned tasks.

11 Page

MOM FA2 Task Order #17 HR RenortsMOM...... Task..Order ...... HR Ren....

C.9 Hours of Service

The technical support, report generation, data analysis shall be performed on-site during NRCcore business hours from 8:00am-6:00pm Eastern Time. Access to the NRC facilities shall beprovided by the NRC, as required, during non-core hours.

C.10 Project Management Methodology

The contractor shall comply with Management Directive (MD) 2.8, Project ManagementMethodology, in performing the requirements of this task order. Seehttp://www.internal.nrc.gov/ADM/DAS/cag/ManagementDirectives/md2.8.pdf.

C.11 Documentation

The contractor shall provide system documentation in accordance with NRC ManagementDirective (MD) 2.8, Project Management Methodology. The Task Order COR will provide thecontractor with guidance on the required content of the documentation. Documents shall beupdated according to the configuration management methodology approved by the Task OrderCOR. The contractor shall store all documentation in the IBM Rational tools within the timeframe specified by the Task Order COR. All documents developed shall become the property ofNRC.

C.12 Expertise/Skills/Training

The contractor shall ensure that its personnel that work on this task order are appropriatelyqualified in the technologies and commercial products identified in the NRC's TechnicalReference Model (TRM) which is accessible athttp://portal.nrc.gov/edo/ois/bpiad/EASB/TRM/default.aspx." Training that is needed by thecontractor's personnel on the technologies and commercial products identified in the NRC'sTechnical Reference Model (TRM) shall be at the expense of the contractor.

C.13 Productive Labor Hours

ADDENDUM TO PARAGRAPH (i) OF CLAUSE 52.212-4 ALTERNATE I

The contractor may submit invoices to the Government only for "productive labor hours.""Productive labor hours" are defined as those hours expended by the contractor in performingrequirements under a task order and are directly related to an NRC-issued change request thatis issued to the contractor through NRC's IBM Rational tools suite. Requests for operationalsupport from NRC task orders under this contract will be issued to the contractor via changerequests in NRC's IBM Rational tools suite and will include a ceiling number of contractorproductive labor hours within a given period (e.g., 10 productive labor hours between 8:00 a.m.and 7:00 p.m.) If the contractor finds the number of productive labor hours in the changerequest to be unrealistically low, then the contractor shall inform the Task Order COR within areasonable time after receiving the change request and should provide a written ceiling estimatefor the Task Order COR to consider. If the Task Order COR agrees with the contractor's writtenceiling estimate, then the Task Order COR would make the change in IBM Rational tools suiteor request that a person with access to the system make that change. The Government may

12 1Page

HR R•nn•MOM FA2 Task Order #17 HR Reports~

not reimburse the contractor for any invoiced productive labor hours that are not directly relatedto a NRC issued change request and/or exceed the number of hours included in the applicablechange request.

SECTION D - PACKAGING AND MARKING

See base contract

SECTION E - INSPECTION AND ACCEPTANCE

See base contract

SECTION F - DELIVERIES OR PERFORMANCE

See base contract

SECTION G - CONTRACT ADMINISTRATION DATA

G.1 Task Order Contracting Officer's Representative

(a) The Task Order COR for this task order contract is:

Brendan CainMailstop: GW/ W5 A6Washington, DC 20555-0001Phone: 301-492-2276Brendan.CainCanrc.,ov

(b) Performance of the work under this task order contract is subject to the technical direction ofthe NRC Task Order COR. The term "technical direction" is defined to include the following:

i. Technical direction to the contractor which shifts work emphasis between areasof work or tasks, authorizes travel which was unanticipated in the Schedule (i.e.,travel not contemplated in the Performance Work Statement (PWS) or changesto specific travel identified in the PWS), fills in details, or otherwise serves toaccomplish the contractual PWS.

ii. Provide advice and guidance to the contractor in the preparation of drawings,specifications, or technical portions of the work description.

iii. Review and, where required by the task order contract, approval of technicalreports, drawings, specifications, and technical information to be delivered by thecontractor to the Government under the contract.

131Page

MC)M IZA9 Tnak ()rrhar fil 7 HR R•,nnrt•mwgAiM • T m fL~l rrml 1m •HR Rii nrte

(c) Technical direction must be within the general statement of work stated in the task ordercontract. The Task Order COR does not have the authority to and may not issue anytechnical direction which:

i. Constitutes an assignment of work outside the general scope of the contract.

ii. Constitutes a change as defined in the "Changes" clause of this contract.

iii. In any way causes an increase or decrease in the total estimated contract cost,the fixed fee, if any, or the time required for contract performance.

iv. Changes any of the expressed terms, conditions, or specifications of thecontract.

v. Terminates the contract, settles any claim or dispute- arising under the contract,or issues any unilateral directive whatever.

(d) Technical directions must be issued in writing by the Task Order COR or must be confirmedby the Task Order COR in writing within ten (10) working days after verbal issuance. A copyof the written direction must be furnished to the Contracting Officer. A copy of NRC Form445, Request for Approval of Official Foreign Travel, which has received final approval fromthe NRC must be furnished to the Contracting Officer.

(e) The contractor shall proceed promptly with the performance of technical directions dulyissued by the Task Order COR in the manner prescribed by this clause and within the TaskOrder COR's authority under the provisions of this clause.

(f) If, in the opinion of the contractor, any instruction or direction issued by the Task Order CORis within one of the categories as defined in paragraph (c) of this section, the contractor maynot proceed but shall notify the Contracting Officer in writing within five (5) working daysafter the receipt of any instruction or direction and shall request the Contracting Officer tomodify the contract accordingly. Upon receiving the notification from the contractor, theContracting Officer shall issue an appropriate contract modification or advise the contractorin writing that, in the Contracting Officer's opinion, the technical direction is within the scopeof this article and does not constitute a change under the "Changes" clause.

(g) Any unauthorized commitment or direction issued by the Task Order COR may result in anunnecessary delay in the contractor's performance and may even result in the contractorexpending funds for unallowable costs under the contract.

(h) A failure of the parties to agree upon the nature of the instruction or direction or upon thecontract action to be taken with respect thereto is subject to 52.233-1, Disputes.

(i) In addition to providing technical direction as defined in paragraph (b) of the section, theTask Order COR shall:

a. Monitor the contractor's technical progress, including surveillance and assessmentof performance, and recommend to the Contracting Officer changes inrequirements.

141P age

MOM FA2 Task Order #17 HRRIot

MOM FA2 Task Order #17 HR ReDorts

b. Assist the contractor in the resolution of technical problems encountered duringperformance.

c. Review all costs requested for reimbursement by the contractor and submit to theContracting Officer recommendations for approval, disapproval, or suspension ofpayment for supplies and services required under this contract.

d. Assist the contractor in obtaining the badges for the contractor personnel.

e. Immediately notify the Security Branch, Division of Facilities and Security (SB/DFS)(via e-mail) when a contractor employee no longer requires access authorizationand return of any NRC issued badge to SB/DFS within three days after theirtermination.

f. Ensure that all contractor employees that require access to classified RestrictedData or National Security Information or matter, access to sensitive unclassifiedinformation (Safeguards, Official Use Only, and Proprietary information) access tosensitive IT systems or data, unescorted access to NRC controlledbuildings/space, or unescorted access to protected and vital areas of nuclearpower plants receive approval of SB/DFS prior to access in accordance withManagement Directive and Handbook 12.3.

g. For contracts for the design, development, maintenance or operation of Privacy ActSystems of Records, obtain from the contractor as part of closeout procedures,written certification that the contractor has returned to NRC, transferred to thesuccessor contractor, or destroyed at the end of the contract in accordance withinstructions provided by the NRC Systems Manager for Privacy Act Systems ofRecords, all records (electronic or paper) which were created, compiled, obtainedor maintained under the contract.

SECTION H - SPECIAL CONTRACT REQUIREMENTS

H.1 2052.215-70 KEY PERSONNEL (JAN 1993)

(a) The following labor category is considered to be essential to the successful performance ofthe work hereunder:

Task Order Lead

The contractor agrees that personnel may not be removed from the contract work orreplaced without compliance with paragraphs (b) and (c) of this section.

(b) If one or more of the key personnel, for whatever reason, becomes, or is expected tobecome, unavailable for work under this contract for a continuous period exceeding 30 workdays, or is expected to devote substantially less effort to the work than indicated in theproposal or initially anticipated, the contractor shall immediately notify the Contracting

151Page

MOM FA2 Task Order #17 HIR Renorts

Officer and shall, subject to the concurrence of the Contracting Officer, promptly replace thepersonnel with personnel of at least substantially equal ability and qualifications.

(c) Each request for approval of substitutions must be in writing and contain a detailedexplanation of the circumstances necessitating the proposed substitutions. The requestmust also contain a complete resume for the proposed substitute and other informationrequested or needed by the Contracting Officer to evaluate the proposed substitution. TheContracting Officer and the Task Order COR shall evaluate the contractor's request and theContracting Officer shall promptly notify the contractor of his or her decision in writing.

(d) If the Contracting Officer determines that suitable and timely replacement of key personnelwho have been reassigned, terminated, or have otherwise become unavailable for thecontract work is not reasonably forthcoming, or that the resultant reduction of productiveeffort would be so substantial as to impair the successful completion of the contract or theservice order, the contract may be terminated by the Contracting Officer for default or for theconvenience of the Government, as appropriate. If the Contracting Officer finds thecontractor at fault for the condition, the contract price or fixed fee may be equitably adjusteddownward to compensate the Government for any resultant delay, loss, or damage.

PART I1

SECTION I CONTRACT CLAUSES

See base contract for clauses that apply to this task order.

SECTION J ATTACHMENTS

1) Cost/Price Schedule2) Performance Standards and Metrics

16 1Page

Appendix A: Pricing Tables

MOM FA2 Task Order #17: HR Reports

~Base Period To as T k Order 17~Labor Category Labor Rate Ceiling Price Ceiling Price

Senior Developer $ 114.69

Mid Developer $ 65.30

Junior Developer $ 46.18

Senior Tester $ 94.45

Junior Tester $ 44.55

Documentation Analyst $ 49.82

Program Manager $ 198.22

Transition Specialist $ 136.11

Task Order Lead $ 154.68

Configuration Manager - M&O $ 93.19

Configuration Management Specialist - M&O $ 71.15

Senior Systems Analyst - O&M $ 98.91

Mid-Level Systems Analyst - O&M $ 76.39

Senior Application Architect - O&M $ 153.15

Mid-Level Application Architect - O&M $ 122.90

Product System Architect $ 132.62

Security Analyst $ 135.07

Enterprise Architect $ 177.57

Project Analyst $ 87.85

Project Control Officer $ 115.31

Senior Help Desk Specialist $ 76.41

Mid-Level Help Desk Specialist $ 69.66

Junior Help Desk Specialist $ 58.74

Mid-Level Operation Support Specialist $ 51.00

Junior Operation Support Specialist $ 46.55IDatabase Administrator $ 131.28,

Total Price $ 144,956.70 $ 144,956.70

Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.

Appendix A: Page 1

MOM FA2 Task Order *17 HR Data Analvsis and RenortinaMOM.......Ta..k.O.der ....... HR ..Data An l i and.... R or .... ini

Performance Standards and Metrics

The contractor shall provide accurate metrics for the defined performance measures. Thecontractor shall also make available to the Government any source data for the measured metricswhen requested to substantiate the reported metrics.

Table Column Definitions* Required Services: the type of support service being rendered under the scope of the task

order.* Performance Standard: the performance level required to meet the contract requirements. The

benchmark for satisfactory performance.o Acceptable Quality Level: establishes the maximum allowable variation (or error rate) from the

standard." QASP Monitoring Method: method used for monitoring performance against standards.

Batch JobMonitoring

Email notification of batch jobexceptions received by 8:00AM ET

No more than 30minutes deviation

Task Order COR will logreceipt times

Scheduled and Reports and processes are No deviation Task Order COR willStandard run on the days and times check file and/or processReports specified log date/time stamps

Ad Hoc Reports Reports are delivered in the No deviation in the Task Order COR willand Data format requested and in the Delivery Schedule monitor the request logAnalysis time frame specified

Defects withinreports are at anon-material level

Standard Report Reports are developed in No deviation in the Task Order COR willDevelopment accordance with approved Delivery Schedule review reports prior to

requirements definitions and deploymentwith either standard formatting Defects withinguidelines or approved reports are at aexceptions. Reports are non-material leveldelivered within thetimeframes specified in theapproved work plan

Deliverables Delivered within the agreed No deviation in the Task Order COR willupon timeframes, addresses Delivery Schedule review deliverablesthe agreed upon scope andcomplies with acceptable and Defects withinprofessional formatting and/or documents are at a

I required templates non-material level