task order no. nrc-hq-13-t-33-0029 under contract no. …addenda diare idare not attached. 7] 27b....

17
'SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS . REQUISITION NO. PAGE 1 OF OFFEROR TO COMPLETE BLOCKS 12,17, 23, 24, & 30 RFPA NO: OIS-13-317 'FAIMIS NO: 132992 2. CONTRACT NO. 3 AWARD/EFFECTIVE DATE 4. ORDER NO 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE NRC-HQ-11-C-33-0059 SEP 2 7 2013 NRC-HQ-13-T-33-0029 7. FOR SOLICITATION a. NAME b.TELEPHONENO. (No Collect Calls) 8. OFFTIME DUE DATLOCAL INFORMATION CALL: TM 9. ISSUED BY CODE !3100 10 THIS ACQUISITION IS UNRESTRICTED OR rL SETASIDE: %FOR: U.S. Nuclear Regulatory Commission SMALL BUSINESS WOMEN-OWNED SMALl. BUSINESS Div. of Contracts - (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED Attn: Jerry Purcell Jr. HUBZONESMALL SMALL BUSINESS PROGRAM NAICS: 541519 Mail Stop: 3WFN-05-C28M BUSINESS EC EDWOSB Washington, DC 20555 - SERVICE-OtSABLED SIZE STANDARD: VETERAN-OWNED SMALL BUSINESS B(A) Y $25.5 Million 11. DELIVERY FOR FOB DESTINA. 12. DISCOUNT TERMS i - 13b. RATING TIONUNLESSDLOCKIS N/A 13a THISCONTRACTISA N/A RATED ORDER UNDER __ ESCHEDULE DPAS (15 CFR 700) 14. METHOD OF SOLICI1AIION SFO IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE F310 0 U.S. Nuclear Regulatory Commission U.S. Nuclear Regulatory Commission Div. of Contracts Mail Stop: 3WFN-O5-C28M Washington DC 20555 Washington, DC 20555 17a. CONTRACTOR/OFFEROR CODE IDUNS1459697831 FACILITY CODE la. PAYMENT WILL BE MADE BY CODE' 3100 CGI FEDERAL INC. NRC Payments U.S. Nuclear Regulatory Commission One White Flint North 12601 FAIR LAKES CIR 11555 Rockville Pike Rockville MD 20852-2738 FAIRFAX VA 220334902 PHONE: FAX: TELEPHONENO.( 703 ) 227-4206 DUNS:145969783DUNS÷4: 1EiE. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 1a UNLESS BLOCK BELOW IS CHECKED I175. CHECK IF REMI]TTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER "•SEE: ADDENDUM .1c5. : . See CONTINUATION Page 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 'Task Order 29, Drupral Web Content Management Configuration :and Maintenance Services - Operation and Maintenance Support Contractor Rep: Jacqueline Wertz Phone: 703-227-4286 Email: Jacqueline.Wert z@CGIFederal .com .NRC Point of Contact: .Gary Young, Contracting Ofticer's Representative (COR) Total Obligated Amount: $290,000.00 Total Task Order Ceiling: $629,657.94 (Use Reverse and/ar Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA See CONTINUATION Page 26. TOTAL AWARD AMOUNT (For Govi. Use Only) B&R:2013-10-51-1-156 JC:J1301 BOC: 252A APPN: 31XU200.013 Obligation Amount: $290,000.00 $290,000.00 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE AnTACHED. ADDENDA F ARE D] ARE NOT ATTACHED. L. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.2125 IS ATTACHED. ADDENDA Li ARE ARE NOT ATTACHED x 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 Li 29. AWARD OF CONTRACT: REF. OFFER COPIES 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 SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a, SIGNATURE OF OFFEROR/CONTRACTOR 131a. UNITED STATES OF AMERICA (,NAT OF CONTRACTING OFFICER) 30, NAM- ANA D TITLE (F SV FR J'rE OR pPNT) Aism Joseph, Vice President 30c. DATE SIGNED 9/27/2013 31b. NAME OF CONTRACN1 OFFICER (TYPE OR PRINT) Dominique 1.Mlone ContractiloVficer 31c. DATE SIGNED 2(2 7!/ o3 AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE SUNSI REVIEW COMPLETE STANDARD FORM 1449 (REV. 2'2012) PrescrIoed by GSA - FAR (48 CFR) 53.212 OCT0 4 2013 ftt, -9-ph- Norr _n__ lEffinjur. - AUM0001 14UwtUw-

Upload: others

Post on 20-Feb-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

'SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS . REQUISITION NO. PAGE 1 OF

OFFEROR TO COMPLETE BLOCKS 12,17, 23, 24, & 30 RFPA NO: OIS-13-317'FAIMIS NO: 132992

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

NRC-HQ-11-C-33-0059 SEP 2 7 2013 NRC-HQ-13-T-33-0029

7. FOR SOLICITATION a. NAME b.TELEPHONENO. (No Collect Calls) 8. OFFTIME DUE DATLOCALINFORMATION CALL: TM

9. ISSUED BY CODE !3100 10 THIS ACQUISITION IS UNRESTRICTED OR rL SETASIDE: %FOR:

U.S. Nuclear Regulatory Commission SMALL BUSINESS WOMEN-OWNED SMALl. BUSINESS

Div. of Contracts - (WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDAttn: Jerry Purcell Jr. HUBZONESMALL SMALL BUSINESS PROGRAM NAICS: 541519Mail Stop: 3WFN-05-C28M BUSINESS EC EDWOSBWashington, DC 20555 - SERVICE-OtSABLED SIZE STANDARD:

VETERAN-OWNEDSMALL BUSINESS B(A) Y $25.5 Million

11. DELIVERY FOR FOB DESTINA. 12. DISCOUNT TERMS i - 13b. RATINGTIONUNLESSDLOCKIS N/A 13a THISCONTRACTISA N/A

RATED ORDER UNDER__ ESCHEDULE DPAS (15 CFR 700) 14. METHOD OF SOLICI1AIION

SFO IFB RFP15. DELIVER TO CODE 16. ADMINISTERED BY CODE F310 0

U.S. Nuclear Regulatory Commission U.S. Nuclear Regulatory CommissionDiv. of ContractsMail Stop: 3WFN-O5-C28M

Washington DC 20555 Washington, DC 20555

17a. CONTRACTOR/OFFEROR CODE IDUNS1459697831 FACILITY CODE la. PAYMENT WILL BE MADE BY CODE' 3100

CGI FEDERAL INC. NRC Payments

U.S. Nuclear Regulatory CommissionOne White Flint North

12601 FAIR LAKES CIR 11555 Rockville PikeRockville MD 20852-2738

FAIRFAX VA 220334902 PHONE: FAX:TELEPHONENO.( 7 0 3 ) 227-4206 DUNS:145969783DUNS÷4:

1EiE. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 1a UNLESS BLOCK BELOW IS CHECKEDI175. CHECK IF REMI]TTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER "•SEE: ADDENDUM

.1c5. : . See CONTINUATION Page 21. 22. 23. 24.

ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

'Task Order 29, Drupral Web Content Management Configuration:and Maintenance Services - Operation and Maintenance Support

Contractor Rep: Jacqueline WertzPhone: 703-227-4286Email: Jacqueline.Wert z@CGIFederal .com

.NRC Point of Contact:

.Gary Young, Contracting Ofticer's Representative (COR)Total Obligated Amount: $290,000.00Total Task Order Ceiling: $629,657.94

(Use Reverse and/ar Attach Additional Sheets as Necessary)

25. ACCOUNTING AND APPROPRIATION DATA See CONTINUATION Page 26. TOTAL AWARD AMOUNT (For Govi. Use Only)

B&R:2013-10-51-1-156 JC:J1301 BOC: 252A APPN: 31XU200.013Obligation Amount: $290,000.00 $290,000.00

27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE AnTACHED. ADDENDA F ARE D] ARE NOT ATTACHED.

L. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.2125 IS ATTACHED. ADDENDA Li ARE ARE NOT ATTACHED

x 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 Li 29. AWARD OF CONTRACT: REF. OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED . YOUR OFFER ON SOLICITATIONDELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5). INCLUDING ANY ADDITIONS OR CHANGES WHICH AREADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS:

30a, SIGNATURE OF OFFEROR/CONTRACTOR 131a. UNITED STATES OF AMERICA (,NAT OF CONTRACTING OFFICER)

30, NAM- ANA D TITLE (F SV FR J'rE OR pPNT)Aism Joseph, Vice President30c. DATE SIGNED

9/27/201331b. NAME OF CONTRACN1 OFFICER (TYPE OR PRINT)

Dominique 1.MloneContractiloVficer

31c. DATE SIGNED2(2 7!/ o3AUTHORIZED FOR LOCAL REPRODUCTIONPREVIOUS EDITION IS NOT USABLE

SUNSI REVIEW COMPLETESTANDARD FORM 1449 (REV. 2'2012)PrescrIoed by GSA - FAR (48 CFR) 53.212

OCT0 4 2013 ftt,-9-ph- Norr _n__

lEffinjur. - AUM0001 14UwtUw-

Page 2: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 61. REQUISITION NO. PAGE 1OF 1

OFFEROR TO COMPLETE BLOCKS 12,17,23,24, & 30 RFPA NO: 0IS-13-317FAIMIS NO: 132992

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

NRC-HQ-11-C-33-0059 NRC-HQ-13-T-33-0029

7. FOR SOLICITATION a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL

INFORMATION CALL: TIME

9. ISSUED BY CODE 13100 10. THIS ACQUISITION IS 0 UNRESTRICTED OR SET AS IDE: FOR:

U.S. Nuclear Regulatory Commission1- SMALL BUSINESS o WOMEN-OWNED SMALL BUSINESS

Div, of ContractsI IWOSB) ELIGIBLE UNDER THE WOMEN-OWNEDAttn: Jerry Purcell Jr. D- HUBZONE SMALL SMALL BUSINESS PROGRAM NAICS: 541519Mail Stop: 3WFN-05-C28M BUSINESS D EDWOSBWashington, DC 20555 fl SERVICE-DISABLED SIZE STANDARD:

VETERAN-OWNEDSMALL BUSINESS E BA) Y $25.5 Million

11. DELIVERY FOR FOB DESTINA- 12. DISCOUNT TERMS 13b. RATINGTION UNLESS BLOCK IS N/A13a THIS CONTRACTIS AMARKED HIS N/A

RATED ORDER UNDER

[] SEE SCHEDULE DPAS (15 CFR 700) 14. METHOD OF SOLICITATION

E RFQ D FB DRFP15. DELIVER TO CODE 16. ADMINISTERED BY CODE F3100

U.S, Nuclear Regulatory Commission U.S. Nuclear Regulatory CommissionDiv. of ContractsMail Stop: 3WFN-05-C28M

Washington DC 20555 Washington, DC 20555

17a. CONTRACTOR/OFFEROR CODE DUNS1459697831 FACILITY CODE 1Ba. PAYMENT WILL BE MADE BY CODE 3100

CGI FEDERAL INC.NRC PaymentsU.S. Nuclear Regulatory CommissionOne White Flint North

12601 FAIR LAKES CIR 11555 Rockville PikeRockville MD 20852-2738

FAIRFAX VA 220334902 PHONE: FAX:TELEPHONE NO.( 7 0 3 ) 227-4286 DUNS: 145969783 DUNS+4:

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKEDD 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER D SEE ADDENDUM

19. 20. See CONTINUATION Page F 2 1. _ _ __22. 23. 24.

ITEM NO. SCHEDULE OF SUPPLIES/SERVICES ANT UNIT UNIT PRICE AMOUNT

Task Order 29, Drupral Web Content Management Configurationand Maintenance Services - Operation and Maintenance Support

Contractor Rep: Jacqueline WertzPhone: 703-227-4286Email: [email protected]

NRC Point of Contact:Gary Young, Contracting Officer's Representative (COR)Total Obligated Amount: $290,000.00Total Task Order Ceiling: $629,657.94

(Use Reverse and/or Attach Addilional Sheets as Necessary)

25. ACCOUNTING AND APPROPRIATION DATA See CONTINUATION Page 26. TOTAL AWARD AMOUNT (For Goet. Use Only)

B&R:2013-10-51-I-156 JC:J1301 BOC: 252A APPN: 31X0200.013Obligation Amount: $290,000.00 $290,000.00

ID 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA DIARE IDARE NOT ATTACHED.

7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA DARE DJARE NOT ATTACHED

IX 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 29. AWARD OF CONTRACT: REF. OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED . YOUR OFFER ON SOLICITATIONDELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH AREADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS:

30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNEDDomsinique C. MaloneContractinq Officer

AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV. 2/2012)PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212

Page 3: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

NRC-HQ-11-C-33-0059 NRC-HO-1 3-T-33-0029

SECTION B - TASK ORDER TERMS AND CONDITIONS

B.1 Contract Type

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

B.2 Period of Performance

Base Period - September 26, 2013 through September 25, 2014Option Period I - September 26, 2014 through September 25, 2015Option Period II - September 26, 2015 through September 25, 2016

B.3 Cost/Price

The ceiling cost/price for the Base Period (including labor and other direct costs) is $629,657.94. The Governmentestimates that up to 3,840 contractor personnel hours may be required under one or more contractor FA2 laborcategories to complete task order requirements for the Base Period.

The ceiling cost/price for the Option Period I (including labor and other direct costs) is $567,848.98. The Governmentestimates that up to 3,840 contractor personnel hours may be required under one or more contractor FA2 laborcategories to complete task order requirements for Option Period I.

The ceiling cost/price for the Option Period II (including labor and other direct costs) is $548,678.61. The Governmentestimates that up to 3,840 contractor personnel hours may be required under one or more contractor FA2 laborcategories to complete task order requirements for Option Period II.

B.4 Consideration and Obligation

(a) The total estimated amount of this task order (ceiling) for the services ordered, delivered, and accepted under thisorder is $ 629,657.94.

(b) The amount presently obligated with respect to this contract is $ 290,000.00. This obligated amount may beunilaterally increased from time to time by the Contracting Officer by written modification to this order. The obligatedamount shall, at no time, exceed the task order ceiling as specified in paragraph (a) above. When and if the amount(s)paid and payable to the Contractor hereunder shall equal the obligated amount, the Contractor shall not be obligated tocontinue performance of the work unless and until the Contracting Officer shall increase the amount obligated withrespect to this order. Any work undertaken by the Contractor in excess of the obligated amount specified above is doneso at the Contractor's sole risk.

2

Page 4: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

NRC-HQ-'1 1-C-33-0059 NRC-HO-1 3-T-33-0029

SECTION C - PERFORMANCE WORK STATEMENT

C.1 Project Title

Drupal Web Content Management Installation, Configuration, Migration and Maintenance Services - Operation andMaintenance (O&M) Support

C.2 Background

The NRC currently posts and manages its content on both the internal and external websites using limited functionalityweb content management tools. These tools require significant manual intervention while the NRCs Internal Web Siteshave grown in size and complexity such that a more automated solution is required to support existing and estimatedfuture demands for web content services. The WCM project will replace the current limited functionality system tostandardize and centralize all activities across the NRC to develop and deliver web content.

The NRC's Office of Information Services (OIS) seeks an integrated approach to web content management services thatsupports improved mission support, IT investment management, and consistent and repeatable service delivery in orderto save costs across the agency in managing web content at NRC internal, and optionally external web sites. ThisEnterprise Content Management system interoperates with ADAMS where needed in order to maintain fresh andrelevant content on the NRC's web sites.

C.3 Objective

The objective of the Drupal WCM project is to acquire professional support services to assist theNRC in, configuring,testing, deploying and maintaining the necessary Drupal modules and where appropriate, related systems and software.

Ultimately, this system will increase the efficiency of agency Web services by streamlining the majority of process forapproving, posting, reviewing, revising, removing and documenting content for the NRC internal Web Site, therebyminimizing maintenance costs as the sites grow in size, complexity, and popularity. This work will enable the NRC to;

" Support an Agency-wide process for maintaining web site consistency, links, and business logic;

* Quickly present changes for management review in advance of final publication, make any final changes andcomplete publication to the NRC's Web Sites with little human intervention;

* Automatically alert content authors and reviewers when their content is scheduled for review or expiration;

* Manage system-wide changes to web page format and web site structure thorough the use of standardtemplates, workflow, and reporting;

* Manage WYSIWYG Content Contribution / Editing by locking down look and feel down to the font level;

* Change the appearance of a page without changing the content of the same by simply applying a differenttemplate;

3

Page 5: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

NRC-HQ-4I 1-C-33-0059 NRC-HO-1 3-T-33-0029

" Obtain and schedule reports on the state of all system artifacts, including Web content, user responsibilities andtasks, and system performance;

* Ensure all site content complies with requirements of the U.S. Office of Management and Budget (OMB) and theNational Archives and Records Administration (NARA) for security, currency, accuracy, referential integrity,historical preservation, and access by alternate viewing technologies;

" Accomplish all the above objectives through a secure Web interface at anytime from anywhere by individualswithout specialized knowledge of HTML or other Web coding languages and

• Ensure links are dynamically managed with little to no human intervention.

While migration of existing NRC web content and format is not a requirement of this PWS, the NRC does, at itsdiscretion, and to be defined and described in the System Requirement Specification, may desire to migrate certainstatic content and/or web page format,

C.4 Performance Work Statement

The current NRC internal website contains outdated information, is hard to manage using a decentralize approach withpages frequently constructed using different formats and structures. Accordingly, the NRC desires to centralize, anddecouple (separate content from the web presentation and navigational layers) the NRC's websites and make them itmore user friendly not only for administrators but end users as well. Drupal would be used to construct and maintainAgency web sites and optionally, to support the migration of existing sites.

The initial phase of this effort will support the NRC internal Intranet while an optional subsequent phase may support theNRC Production Public Web Sites.

The NRC desires the option of a hosted solution, a local solution or some combination (mixed) of both services. Unlessspecifically stated, solutions listed below could be provided on either hosted, local or mixed platforms until the idealsolution is determined after Task Order award and delivery of the System Requirements Specification.

The Contractor shall provide support of the Drupal WCM through the following task areas which will be managed byNRC task order Contract Officer Representative (COR).

C.5 Specific Tasks

Task Area 1 - Project Management: The Contractor shall provide a full range of IT project management, businessprocess analysis, and consulting services that assist in ensuring that the Drupal WCM system meets NRC standardsand is performing to its required and defined configuration, cost, schedule, and performance specifications / capabilities.

Task Area 2 - WCM Architecture Requirements: Based on information provided by the NRC and gathered by the

contractor, the contractor shall author a System Requirements Specification document and a Systems ArchitectureDesign to be distributed to the NRC Project Manager for their review and comments.

Task Area 3 -Provide a Development Environment: Depending on the NRC's requirements as defined by theSystem Requirement Specification (SRS), the contractor will provide either a local, hosted, or combined environment.

4

Page 6: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

NRC-HQ-11-C-33-0059 NRC-HO-1 3-T-33-0029

Task Area 4 -Provide a Production Environment: Depending on the NRC's requirements as defined by the SRS, thecontractor will prepare either a local, hosted of combined environment.

Task Area 5 - Implement the Pilot Site: Configure sample .workflows and templates with WCM tools consistent withthe NRC's business process for Web publishing and / or the SRS.

Task Area 6 - Implement the Full Production Site: The site shall build on the successes and lessons learned from theimplementation of the pilot site and / or the SRS.

Task Area 7 - Migrate Content and/or Layout from Current NRC Websites:The Contractor shall migrate content and / or layout from identified, existing NRC Web Sites to the Drupal WCMdevelopment environment.

C.7 Performance Requirements

Task Area 1 - Project Management

The Contractor shall provide project management service for all aspects of this contract, including any subcontractedservices. This shall include ensuring the schedules and requirements within the agreed schedule using earned valuecalculations. This service will be provided by an individual designated as a key person and shall include responsibility tobe the sole point of contact for the NRC in regard to both the prime contract and any subcontracts established by theContractor under this statement of work

This includes performing, at the direction of the COR, independent technical assessments as well as supporting the

development, implementation, and continuous improvement of policies, procedures, guidelines, security documentation,and directives related to or impacted by the Drupal WCM system. These services encompass all areas of IT programand project management oversight including, but not limited to, issues management, enterprise architecture, informationsecurity, communications, organizational change, performance management, quality management, and riskmanagement

Furthermore; the Contractor shall submit a detailed Project Schedule for work to be performed under this task order,

The Contractor shall maintain a project schedule in Microsoft Project® format. This schedule will show tasking and

sub-tasking, milestones, labor categories and/or staff assigned and the projected number of hours estimated tocomplete each task/subtask by staff member.

In addition, the Contractor shall ensure that the Work Breakdown Structure (WBS), as represented in Microsoft Project isdecomposed to a sufficiently detailed level such that no task (work package) requires more than 80 or fewer than eightstaff hours The plan and schedule will be maintained at the above level of detail and updated weekly for the duration ofthe task.

The Project Schedule will also include dollars by labor category/assigned personnel which will support the Contractor'sestimate for each task executed under this contract. The Contractor shall maintain all Microsoft Project schedules in a

shared space such that the NRC may access it at any time. The contractor shall ensure that all Microsoft Project filesare updated within two business days of any change.

5

Page 7: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

NRC-HQO-11-C-33-0059 NRC-HQ-13-T-33-0029

Task Area 2 - WCM Architecture Requirements

This deliverable shall be prepared in accordance with the standards specified by the NRC Project ManagementMethodology for System Requirements Specifications and Systems Architecture Design and provided to the NRC CORin accordance with the agreed upon schedule.

Per PMM a System Requirements Specification (SRS) shall be provided. The SRS is an artifact containing thecollection of all requirements for a system. The SRS should contain all functional and non-functional requirements.

Additionally, a System Architecture Document (SAD) shall be provided, describing the system design for the web site tobe provided during this project. The SAD provides a comprehensive architectural overview of the system using a numberof different architectural views to depict different aspects of the system

The Systems Architecture Design translates the system requirements from the System Requirements Specification(SRS) into the functions to be performed by the hardware, software, and firmware components of the system andidentifies necessary supporting policy, guidance and procedures documents. It shows how the various componentswill work together to meet the operational requirements.

Task Area 3 - Provide a Development Environment

Depending on the NRC's requirements, the contractor will prepare either a local, hosted or combined DevelopmentEnvironment.

Local Environment: Working in conjunction with NRC Solutions Development and Operations Divisions, theContractor shall establish a server for the WCM Development Environment. This shall include all associatedhardware, software, and network connectivity necessary to provide a functional environment where the NRCteam can connect and perform development work. The software shall include, but not be limited to, a Web serverand a fully installed Drupal WCM application.

The computer servers of this Development environment shall include all associated hardware, software, andnetwork connectivity necessary to be a functional environment where the NRC team can connect and performdevelopment work.

Hosted Environment Optionally, the contractor shall provide a hosting server for the WCM DevelopmentEnvironment. This shall include all associated hardware, software, and network connectivity necessary toprovide a functional environment where NRC team can connect remotely and perform development work. Thesoftware shall include, but not necessarily be limited to, a Web server and a fully installed Drupal WCMapplication.

The computer servers hosting all components of this Development environment shall be dedicated to this projectand shall not be used for other non-NRC purposes. The facilities for the hosting environments shall be providedby the Contractor either directly or through subcontract with an Application Services Provider (ASP). However,the Contractor shall serve as the sole point of contact to resolve all issues, inquiries, and concerns regardingboth WCM and the ASP environments in which it is hosted.

6

Page 8: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

NRC-H Q'I 1-C-33-0059 NRC-HQ-1 3-T-33-0029

This shall include all associated hardware, software, and network connectivity necessary to be a functionalenvironment where the NRC team can connect and perform development work.

Task Area 4 - Provide a Production Environment

Depending on the NRC's requirements, the contractor will prepare either a local, hosted or combined DevelopmentEnvironment.

Local Environment: Working in conjunction with NRC Solutions Development and Operations Divisions, theContractor shall establish a server for the WCM Production Environment. This shall include all associatedhardware, software, and network connectivity necessary to be a functional environment where the NRC teamcan connect and perform development work. The software shall include, but not be limited to, a Web server anda fully installed Drupal WCM application. The computer servers of this Production environment shall include allassociated hardware, software, and network connectivity necessary to be a functional environment where theNRC team can connect and perform development work.

Hosted Environment Optionally, the contractor shall provide a hosting server for the WCM ProductionEnvironment. This shall include all associated hardware, software, and network connectivity necessary to be afunctional environment where the NRC team can connect remotely and perform development work. The softwareshall include, but not necessarily be limited to, a Web server and a fully installed Drupal WCM application.

The computer servers hosting all components of this Production environment shall be dedicated to this projectand shall not be used for other non-NRC purposes. The facilities for the hosting environments shall be providedby the Contractor either directly or through subcontract with an Application Services Provider (ASP). However,the Contractor shall serve as the sole point of contact to resolve all issues, inquiries, and concerns regardingboth WCM and the ASP environments in which it is hosted.

This shall include all associated hardware, software, and network connectivity necessary to be a functionalenvironment where the NRC team can connect and perform production work.

Task Area 5 - Implement the Pilot Site: The Contractor shall build a Pilot WCM site based on requirements fromTask Area 2 - WCM Architecture Requirements. The pilot site will be built using the development environment identifiedin Task Area 3- Provide a Development Environment and hosted in the environment identified in Task Area 4 - Providea Production Environment. The purpose of the pilot site is to validate that select NRC requirements are met by thefeatures and capabilities built using Drupal WCM and the associated development and production Web sites. This pilotsite will establish a foundation for subsequent development.Specific objectives of this task are to successfully;

* Establish infrastructure for secure connections with NRC (hosted only),

* Configure sample workflows and templates with WCM tools consistent with the NRC's business process forWeb publishing,

7

Page 9: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

NRC-HOQ-1 -C-33-0059 NRC-HQ-1 3-T-33-0029

* Depending on requirements, optionally migrate sample content from the existing NRC Web Site to the WCMenvironment,

* Configure sample artifact reports on all aspects of WCM,

• Test all aspects of the pilot environments, and

* Document the results of the task.

Task Area 6 - Implement the Full Production Site: The Contractor shall implement the NRC full production site toenable the NRC to publish and maintain content at the NRC Public Web Site. This task shall enable the Contractor todemonstrate all aspects of a WCM automated content review, approval, delivery, publication, management and finaldisposition as well as site search and site reports.

The NRC full production site shall include all configuration, WCM, workflow, site search, connectivity, security, andreporting capabilities for the WCM Development Environment and the NRC Production Web Site Environment. Theproduction system must adhere to the System Requirements Specification and Systems Architecture Document.

Task Area 7 - Migrate Content and / or Layout from Current NRC Websites: The content shall match the format andstructure of the source content to the extent described in the SRS and except as modified with the approval of the NRCCOR. The migration process should be fully documented and part of a deliverable of this Task Area.

C.8 Performance Standards

Performance standards establish the performance levels required by the Government.

Task Area 1 -ProjectManagement

All scneuules ariurequirements operate withinthe agreed schedule usingearned value calculations.The Work BreakdownStructure (WBS) isconsistent with PMM.

No deviationPeriodic inspection byTask Order COR

Task Area 2 - The System RequirementsWCM Specification (SRS) and Periodic inspection byArchitecture System Architecture No deviation Task Order CORRequirements Document (SAD) are

consistent with PMM

Task Area 3 - All associated hardware,Provide a software, and network No deviation Periodic inspection byDevelopment connectivity allow the NRC Task Order COREnvironment team to connect and

8

Page 10: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

NRC-HQ-11-C-33-0059 NRC-HQ-13-T-33-0029

All associated hardware,software, and network

Task Area 4 - connectivity allow the NRCProvide a team to connect and No deviation Periodic inspection byProduction perform production work. Task Order COREnvironment 99.95% available 24x365

days/year excludingplanned outages

Task Area 5 - All features of the WCM Periodic inspection byImplement the demonstrated. No deviation Task Order CORPilot Site

Task Area 6 - Contain all configuration,

Implement the WCM, workflow, site

Full search, connectivity, deviation Periodic inspection byProduction security, and reporting Task Order CORSite capabilities for the NRC

Production Web Site.

Task Area 7 -Migrate Static content identified inContent and/or the SRS converted to No deviation Periodic inspection byLayout from dynamic page components Task Order CORCurrent NRCWebsites

C.9 Method of Surveillance

Periodic inspection - Contractor performance shall be monitored and scored every six (6) months on the following areasfor each of the Task Areas performed by the Contractor:

" Development System Availability" Production System Availability• Adherence to the SRS and SAD" Customer Satisfaction Survey conducted by the NRC* Service Call Response Time for Defects (i.e. WCM is not operating as required)* Deliverables

9

Page 11: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

NRC-HO-11-C-33-0059 NRC-HQ-1 3-T-33-0029

C.10 Incentives

" Positive incentives: Good to Exceptional ratings will be reflected in the Contractor's Performance AssessmentReport (CPAR.)

* Disincentives: If the quality of work delivered does not meet standards 25% of payment will be withheld untilstandards are met.

C.1 1 Deliverables/ Delivery Schedule

The following section lists all outputs/outcomes of this Task Order with specific due dates or time frames. Duedates are presented in terms of calendar days after task order award and can only be adjusted based on direction ofthe COR.

10

Page 12: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

NRC-HQ-11-C-33-0059 NRC-HQ-13-T-33-0029

Task ' Task Area 'Name Deliverable Due DateArea.

Project Management Project Schedule - Draft 14 Days After TOAward

7 Days After CORProject Schedule - Final Revew

Review

WCM Architecture System Requirements 14 Days After TO2 Requirements Specification - Daft Award

System Architecture 14 Days After TODocument - Draft Award

System Requirements 7 Days After CORSpecification - Final Review

System Architecture 7 Days After COR

Document - Final Review

All hardware, software, andnetwork connectivityProvide anecessary to be a functional 30 Days After TODevelopment environment where the NRC Award

Environmentteam can connect andperform development work

All associated, software, andnetwork connectivity

Provide a Production necessary to be a functional 45 Days After TOEnvironment environment where the NRC Award

team can connect andperform production work

The pilot site shall include all

functions and capabilities ofWCM in both thedevelopment and production

Implement the Pilot environments. The scope of 60 Days After TOSite. the pilot site shall be limited to Award

the Website publishingactivities of the numberorganizational units of theNRC as specified in the SRS.

11

Page 13: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

NRC-HQI 1-C-33-0059 NRC-HQ-13-T-33-0029

'Task "-! : Du atT Task Area Name Deliverable Due"Date..:Area.!

The NRC full production siteshall include all configuration,WCM, workflow, site search,

Implement the Full connectivity, security, and 120 Days After TOProduction Site reporting capabilities for the Award

WCM DevelopmentEnvironment and the NRCProduction Web Site

Environment.

Migrated content and/ormigration process to migrate

Migrate Content and/or static HTML, PDF and layout 60 Days After TO7 Layout from Current source files from the current Award

NRC Websites NRC environment to the newWCM environment per theSRS.

Documentation to address allaspects of the functional,

8 WCM Documentation security, and project 60 Days After TOmanagement requirements Award

associated with this effort.

C.12 Place of Performance

Work for this task order shall be performed at the MOM Centralized Environment (MOMCE) site and at NRCHeadquarters at 11555 Rockville Pike, Rockville, MD 20852. The Contractor shall schedule work hours of all on-sitepersonnel in a manner that will provide maximum responsiveness to the NRC's requirements.

C.13 Security

Work completed under this task order will be unclassified.

C.14 Project Management Methodology

The Contractor shall comply with Management Directive (MD) 2.8, Project Management Methodology, in performing therequirements of this task order. See http://www.internal.nrc..qov/ADM/DAS/caQ/Management Directives/md2.8.pdf."

12

Page 14: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

NRC-HQ-11-C-33-0059 NRC-HO-13-T-33-0029

C.15 Documentation

The Contractor shall provide system documentation in accordance with NRC Management Directive (MD) 2.8, ProjectManagement Methodology. The Task Order COR will provide the Contractor with guidance on the required content ofthe documentation. Documents shall be updated according to the configuration management methodology approved bythe Task Order COR. The Contractor shall store all documentation in IMB Rational tools within the time frame specifiedby the Task Order COR. All documents developed shall become the property of NRC.

C.16 Expertise/Skills/Training

The Contractor shall ensure personnel assigned to this Task are within the following or similar Labor Categories:Program Manager, Application SW Dev Anlst Prin and Enterprise Architect.

The Contractor shall ensure personnel assigned to this Task possess proven experience and/or certifications in thefollowing technologies and commercial products:

1. Proven, extensive experience and/or certification in Drupal2. Proven, extensive experience in and/or certification Linux3. Proven, extensive experience in and/or certification in Apache4. Proven, extensive experience in and/or certification in MySQL

5. Proven, extensive experience in and/or certification in PHP6. Proven, extensive experience and/or certification in Web Content Management System

Training that is needed by the Contractor's personnel on the technologies listed above shall be at the expense of the

Contractor.

C.17 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" aredefined as those hours expended by the Contractor in performing requirements under a task order and are directlyrelated to an NRC-issued change request that is issued to the Contractor through NRC's IBM Rational tools suite.Requests for operational support 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 Contractor productive labor hours withina given period (e.g., 10 productive labor hours between 8:00 a.m. and 7:00 p.m.) If the Contractor finds the number ofproductive labor hours in the change request to be unrealistically low, then the Contractor shall inform the Task OrderCOR within a reasonable time after receiving the change request and should provide a written ceiling estimate for theTask Order COR to consider. If the Task Order COR agrees with the Contractor's written ceiling estimate, then theTask Order COR would make the change in IBM Rational tools suite or request that a person with access to the systemmake that change. The Government may not reimburse the Contractor for any invoiced productive labor hours that arenot directly related to a NRC issued and approved change request and/or that exceeds the number of hours included inthe applicable change request.

SECTION D - PACKAGING AND MARKING

See base contract.

SECTION E - INSPECTION AND ACCEPTANCE

See base contract.

13

Page 15: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

NRC-HO-11-C-33-0059 NRC-HQ-13-T-33-0029

SECTION F - DELIVERABLES OR PERFORMANCE

See base contract.

SECTION G - CONTRACT ADMINISTRATION DATA

G.1 Task Order Contracting Officer's Representative (COR)

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

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

I. Technical direction to the contractor which shifts work emphasis between areas of work or tasks,authorizes travel which was unanticipated in the Schedule (i.e., travel not contemplated in thePerformance Work Statement (PWS) or changes to specific travel identified in the PWS), fills in details, orotherwise serves to accomplish the contractual PWS.

II. Provide advice and guidance to the contractor in preparation of drawings, specification, or technicalportions of the work description.

I1l. Review and, where required by the task order contract, approval of technical reports, drawings,specifications, and technical information to be delivered by the contractor to the Government undercontract.

(c) Technical direction must be within the general statement of work stated in the task order contract. The Task Order

COR does not have the authority to and may not issue any technical 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.

Ill. In any way causes an increase or decrease to the total estimated contract cost, the fixed fee, if any, or thetime required for contract performance.

IV. Changes any of the expressed terms, conditions, or specifications of the contract.

V. Terminates the contract, settles any claim or dispute arising under the contract, or issues any unilateraldirective whatever.

(d) Technical directions must be issued in writing by the Task Order COR or must be confirmed by the Task Order CORin writing within ten (10) working days after verbal issuance. A copy of the written direction must be furnished to theContracting Officer. A copy of NRC Form 445, Request for Approval of Official Foreign Travel, which has received finalapproval from the NRC must be furnished to the Contracting Officer.

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

(f) If, in the opinion of the contractor, any instruction or direction issued by the Task Order COR is within one of thecategories as defined in paragraph (c) of this section, the contractor may not proceed but shall notify the Contracting

14

Page 16: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

NRC-HO-11-C-33-0059 NRC-11-110-11 3-T-33-0029

Officer in writing within five (5) working days after the receipt of any instruction or direction and shall request theContracting Officer to modify the contract accordingly. Upon receiving the notification from the contractor, theContracting Officer shall issue an appropriate contract modification or advise the contractor in writing that, in theContracting Officer's opinion, the technical direction is within the scope of this article and does not constitute a changeunder the "Changes" clause.

(g) Any unauthorized commitment or direction issued by the Task Order COR may result in an unnecessary delay in thecontractor's performance and may even result in the contractor expending funds for unallowable costs under thecontract.

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

(i) In addition to providing technical direction as defined in paragraph (b) of the section, the Task Order COR shall:a. Monitor the contractor's technical progress, including surveillance and assessment of performance, and

recommend to the Contracting Officer changes in requirements.

b. Assist the contractor in the resolution of technical problems encountered during performance.

c. Review all costs requested for reimbursement by the contractor and submit to the Contracting Officerrecommendations for approval, disapproval, or suspension of payment 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 acontractor employee no longer requires access authorization and return of any NRC issued badge to SB/DFSwith three days after their termination.

f. Ensure that all contractor employees that require access to classified Restricted Data or National SecurityInformation or matter, access to sensitive unclassified information (Safeguards, Official Use Only, andProprietary information) access to sensitive IT systems or data, unescorted access to NRC controlledbuildings/space, or unescorted access to protected and vital areas of nuclear power plants receive approval ofSB/DFS prior to access in accordance with Management Directive and Handbook 12.3.

g. For contracts for the design, development, maintenance or operation of Privacy Act Systems of Records, obtainfrom the contractor as part of closeout procedures, written certification that the contractor has returned to NRC,transferred to the successor contractor, or destroyed at the end of the contract in accordance with instructionsprovided by the NRC Systems Manager for Privacy Act Systems of Records, all records (electronic or paper)which were created, complied, obtained or maintained under the contract.

SECTION H - SPECIAL CONTRACT REQUIREMENTS

N/A

PART II

15

Page 17: Task Order No. NRC-HQ-13-T-33-0029 Under Contract No. …ADDENDA DIARE IDARE NOT ATTACHED. 7] 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED

N RC-HQ-1 1 -C-33-0059 NRC-HO-13-T-33-0029

SECTION I - CONTRACT CLAUSES

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

SECTION J - TASK ORDER ATTACHMENTS

The attachments to the PWS are as follows:

Task Order Quality Assurance Surveillance Plan (QASP)

16