ML20162A055

From kanterella
Jump to navigation Jump to search
NRC-2020-000203 - Resp 1 - Final. Agency Records Subject to the Request Are Enclosed
ML20162A055
Person / Time
Issue date: 05/27/2020
From:
NRC/OCIO
To:
Shared Package
ML20162A050 List:
References
FOIA, NRC-2020-000203
Download: ML20162A055 (72)


Text

ALLIANT SB GWAC Ver 1.8, 04/25/201 I SECTION J - ATTACHMENT 4 LABOR CATEGORY DESCRIPTIONS Knowledge/Skill Levels:

Many functional labor categories below (marked with #) are further subdivided by knowledge/skill level. Definitions of these knowledge/skill levels are shown in this chart:

Level Knowledge/Skill Description Entry-Level Applies fundamental concepts, processes, practices, and procedures on technical assignments. Performs work that requires practical ex perience and training. Work is performed under supervision.

Journeyman Possesses and applies expertise on multiple complex work assignments.

Assignments may be broad in nature, requiring originality and innovation in determining how to accomplish tasks. Operates with appreciable latitude in developing methodology and presenting solutions to problems. Contributes to deliverables and performance metrics where applicable.

Senior Possesses and applies a comprehensive knowledge across key tasks and high impact assignments. Plans and leads major technology assignments. Evaluates performance results and recommends major changes affecting short-term project growth and success. Functions as a technical expert across multiple proj1ect assignments. May supervise others.

Master Provides technical/management leadership on major tasks or technology assignments. Establishes goals and plans that meet project objectives. Has domain and expert technical knowledge. Directs and controls activities for a client, having overall responsibility for financial management, methods, a nd staffing to ensure that technical requirements a.re met. Interactions involve cl ient negotiations and interfacing with senior management. Decision making and domain knowledge may have a critical impact on overall project implementation. May supervise others.

Administration/Clerical (lOlA#)

(a) Responsible for developing, drafting, writing and editing reports, briefs, proposals, and other documents in support of a client's requirements.

(b) Interfaces with personnel to coordinate meetings, maintain logs, records and files, provides end-user support, and performs general adm inistrative duties.

(c) Assists in budgetary, billing, and financial management.

(d) Responsible for preparing and/or maintai ning systems, programming and operations documentation, procedures and methods, including user reference manuals.

J4-I

ALLIANT SB GWAC Ver 1.8, 04/25/201 I Applications Developer (102A#)

(a) Designs, develops, enhances, debugs, and implements software. Troubleshoots production problems related to software applications.

(b) Researches, tests, builds, and coordinates the conversion and/or integration of new products based on client requirements. Designs and develops new software products or major enhancements to existing software.

(c) Addresses problems of systems integration, compatibility, and multiple platforms.

(d) Consults with proj ect teams and end users to identify application requirements.

(e) Performs feasibility analysis on potential future projects to management.

(f) Assists in the evaluation and recommendation of application software packages, application integration and testing tools.

(g) Resolves problems with software and responds to suggestions for improvements and enhancements.

(h) Acts as team leader on projects.

(i) Instructs, assigns, directs, and checks the work of other software developers. on development team.

G) Participates in development of software user manuals.

Applications Systems Analyst (103A#)

(a) Formulates/defines syste m scope and objectives.

(b) Devises or modifies procedures to solve complex problems considering computer equipment capacity and limitations, operating time, and form of desired results.

(c) Prepares detailed specifications for programs. Assists in the design, development, testing, implementation, and documentation of new software and enhancements of existing applications.

(d) Works with project managers, developers, and end users to ensure application designs meet business requirements.

(e) Formulates/defines specifications for complex operating software programming applications or modifies/maintains complex existing applications using engineering releases and utilities from the manufacturer.

(f) Designs, codes, tests, debugs, and documents those programs.

(g) Provides overall operating system, such as sophisticated file maintenance routines, large telecommunications networks, computer accounting, and advanced mathematical/scientific software packages.

(h) Ass ists all phases of software systems programming applications.

(i) Evaluates new and existing software products.

Business Process Consultant (104A)

(a) Analyzes process and re-engineering, with an understanding of technical problems and solutions as they relate to the current and future business environment.

J4-2

ALLIANT SB GWAC Ver 1.8, 04/25/201 I (b) Creates process change by integrating new processes with existing ones and communicating these changes to impacted Business Systems teams.

(c) Recommends and facil itates qual ity improvement efforts.

Business Systems Analyst (105A)

(a) Formulates and defines systems scope and obj ectives based on both user needs and a thorough understanding of business systems and industry requirements.

(b) Devises or modifies procedures to solve complex problems considering computer equipment capacity and limitations, operation time, and form of desired results.

Includes analysis of business and user needs, documentation of requirements, and translation into proper system requirements specifications.

(c) Provides consultation on complex projects and is considered to be the top level contributor/specialist of most phases of systems analysis, while considering the business implications of the application of technology to the current and future business environment.

Chief Information Security Officer (106A)

(a) Responsible for determining enterprise information security standards. Develops and implements information security standards and procedures.

(b) Provides tactical information security advice and examining the ramifications of new technologies.

(c) E nsures that all information systems are fun cti onal and secure.

Computer Scientist (107A)

(a) Acts as a senior consultant in complex or mission critical client requirements.

(b) Develops, modifies, and applies computer modeling and programming applications to analyze and solve mathematical and scientific problems affecting system and program performance.

(c) Participates in all phases of scientific and engineering projects such as research, design, development, testing, modeling, simulating, traini ng, and documentation.

Computer Forensic & Intrusion Analyst (108A)

(a) Provides knowledge in computer and network forensics.

(b) Conducts vulnerability assessments/penetration tests of information systems.

(c) Develops, researc hes and maintains proficiency in tools, techniques, countermeasures, and trend in computer and network vulnerabilities, data hiding, and encryption.

(d) Identifies, deters, monitors, and investigates computer and network intrusions.

(e) Provides computer forensic support to high technology investigations in the form of evidence seizure, computer forensic analysis, and data recovery.

J4-3

ALLIANT SB GWAC Ver 1.8, 04/25/201 I Configuration Management Specialist (109A#)

(a) Provides configuration management planning.

(b) Describes provisions for configuration identification, change control, configuration status accounting, and configuration audits.

(c) Regulates the change process so that only approved and validated changes are incorporated into product documents and related software.

Data Architect (110A)

(a) Designs and builds relational databases. Perfom1s data access analysis design, and archive/recovery design and implementation.

(b) Develops strategies for data acquisitions, archi ve recovery, and implementation of a database.

(c) Works in a data warehouse environment, which includes data design, database architecture, and metadata repository creation.

(d) Translates business needs into long-term architecture solutions.

(e) Defines, designs, and builds dimensional databases.

(f) Develops data warehousi ng blueprints, evaluati ng hardware and software platforms, and integrating systems.

(g) Reviews and develops object and data models and the meta.data repository to structure the data for better management and quicker access.

Data Warehousing Specialist (lllA#)

(a) Coordinates the data administration technical function for both data warehouse development and maintenance.

(b) Facilitates change control, problem management, and communication among data architects, programmers, analysts, and engineers.

(c) Establishes and en forces processes to ensure a consistent, well managed, and well-integrated data warehouse infrastructure.

(d) Analyzes and identifies data and metadata requirements.

(e) Defines user requirements and database design specifications.

(f) Designs, implements, and supports data warehousing requirements. Implements business rules via stored procedures, middleware, or other technologies.

(g) Provides product support and maintenance of the data warehouse.

(h) Perfo1ms data warehouse design and construction.

(i) Prepares/implements data verification and testing methods for the data warehouse.

Database Specialist (112A#)

(a) Provides all activities related to the administration of computerized databases.

(b) Projects long-range requirements for database administration and design in conjunction with other managers in the information systems function.

J4-4

ALLIANT SB GWAC Ver 1.8, 04/25/201 I (c) Designs, creates, and maintains databases in a client/server environment.

(d) Conducts quality control and auditing of databases in a client/server environment to ensure accurate and appropriate use of data.

(e) Advises users on access to various client/server databases.

(f) Designs, implements, and maintains complex databases with respect to JCL, access methods, access time, device allocation, validation checks, organization, protection and security, documentation, and statistical methods.

(g) Applies knowledge and experience with database technologies, development methodologies, and front-end (e.g., COGNOS)/back-end programming languages (e.g., SQL). Performs database programming a nd supports systems design.

(h) Includes maintenance of database dictionaries, overall monitoring of standards and procedures, file design and storage, and integration of systems through database design.

Disaster Recovery Specialist (113A#)

(a) Designs and administers programs to include policies, standards, guidelines, training programs, and a viable quality assurance process for disaster recovery.

(b) Oversees and reviews the testing and implementation of software, data syste ms, and data networks to ensure that the integrity a nd security of all electronic data and data systems are adequately protected.

(c) Facilitates the pre paration of an organization-wide business resumption plan.

(d) Assists in the coordination and establishment of disaster recovery programs and business resumption planning across mainframe and client server platforms.

(e) Coordinates and monitors simulation testing across all platforms.

(f) Designs and administers programs to include policies, standards, guidelines, training programs, and a viable quality assurance process for disaster recovery.

Enterprise Architect (114A)

(a) Provides high-level architectural expertise to managers and technical staff.

(b) Develops architectural products and deliverables for the enterprise and operational business lines.

(c) Develops strategy of system and the design infrastructure necessary to support that strategy.

(d) Advises on selection of technological purchases with regards to processing, data storage, data access, and applications development. Sets standards for the client/server relational database structure for the organization (SQL, ORACLE, SYBASE, etc.).

(e) Advises of feasibility of potential future projects to management.

Enterprise Resource Planning (ERP) Analyst (115A)

(a) Assists with the development and maintenance of the Enterprise Resource Planning (ERP) program.

J4-5

ALLIANT SB GWAC Ver 1.8, 04/25/201 I (b) Analyzes and evaluates ERP application systems. Assists in software upgrades, documentation, and implementation.

(c) Customizes and configures workflow to allow the integration of client/server applications.

(d) Tests ERP layout to ensure the system is meeti ng corporate needs.

ERP Business/Architectural Specialist (116A)

(a) Adapts fun ctional business requirements and processes to technical solutions based upon comprehensive enterprise application solution sets.

(b) Enterprise resource planning and management processes, including but not limited to: knowledge management, investment analysis, data warehousing, e-commerce, return on investment analysis, human resource analysis, material management and logistics, supply chain management, procurement, ordering, manufacturing, decision support, and information dissemination.

Financial Analyst (117A)

(a) Provides support in the areas of budget, billing, reporting, and financial management for IT initiatives.

Geographic Information System (GIS) Analyst/Programmer (118A)

(a) Demonstrates proficiency in GIS analysis and data modeling.

(b) Demonstrates and maintains proficiency with current and developing technologies and software related to geographic analysis.

(c) Coordinates, manages, adm inisters, and develops the Geographic Information Systems.

(d) Develops various types of GIS maps and related data sets.

(e) Designs and implements GIS analytical procedures.

(0 Performs analysis and maintenance of GIS systems.

Graphics Specialist (119A)

(a) Produces graphic art and visual materials for promotions, advertisements , films, presentations, packaging, and informative and instructional material through a variety of media outlets such as websites and CD-ROMs.

(b) Generates, manipulates, and integrates graphic images, animations, sound, text and video generated with automated tools into consolidated and seamless multimedia programs.

Groupware Specialist (120A)

(a) Provides the implementation, maintenance, and support of company messaging system.

J4-6

ALLIANT SB GWAC Ver 1.8, 04/25/20 1 I (b) Provides technical support on local groupware replication and client dial-up access issues.

Hard ware Engineer (121A#)

(a) Provides analysis related to the design, development, and implementation of hardware for products.

(b) Develops test strategies, devices, and systems.

(c) Performs stress and performance tests on a variety of computer hardware including circuit boards, processors and wiring.

Help Desk Specialist (122A#)

(a) Responds to and diagnoses problems through discussion with users.

(b) Ensures a timely process through which proble ms are controlled. Includes problem recognition, research, isolation, resolution, and follow-up steps.

(c) Supervises operation of help desk and serves as focal point for customer concerns.

(d) Provides support to end users on a variety of issues.

(e) Identifies, researc hes, and resolves technical problems.

(f) Responds to telephone calls, email and personnel requests for technical support.

(g) Documents, tracks, and monitors the problem to ensure a timely resolution.

(h) Provides second-tier support to end users for either PC, server, or mainframe applications or hardware.

(i) Interact with network services, software systems engineering, and/or applications development to restore service and/or identify and correct core problem.

G) Simulates or recreates user problems to resolve operating difficulties.

(k) Recommends systems modifications to reduce user problems.

Information Assurance/Security Specialist (123A#)

(a) Determines enterprise information assurance and security standards.

(b) Develops and implements information assurance/security standards and procedures.

(c) Coordinates, develops, and evaluates security programs for an organization.

Recommends information assurance/security solutions to support c ustomers' reg uirernen ts.

(d) Identifies, reports, and resolves security violations.

(e) Establishes and satisfies information assurance and security requirements based upon the analysis of user, policy, regulatory, and resource demands.

(f) Supports customers at the highest levels in the development and implementation of doctrine and policies.

(g) Applies know-how to government and commercial common user systems, as well as to dedicated special purpose systems requiring specialized security features and procedures.

(h) Performs analysis, design, and development of security features for system architectures.

J4-7

ALLIANT SB GWAC Ver 1.8, 04/25/201 I (i) Analyzes and defines security requirements for computer systems which may include mainframes, workstations, and personal computers.

G) Designs, develops, engineers, and implements solutions that meet security requirements.

(k) Provides integration and implementation of the computer system security solution.

(I) Analyzes general information assurance-related technical problems and provides basic engineering and technical support in solving these problems.

(m)Performs vulnerability/risk analyses of computer systems and applications during all phases of the system development life cycle.

(n) E nsures that all information systems are functional and secure.

Information Specialist/Knowledge Engineer (124A)

(a) Develops information retrieval solutions to support client requirements for specified domain subjects, using information retrieval software languages and automated text analysis and extraction techniques Modeling and Simulation Specialist (125A)

(a) Specialist in modeling and si mulation functions or operations such as, but not limited to exercises, plans, coordination, demonstrations, and instruction in the fields such as, but not limited to health, environmental, transportation, law enforcement, and security for military, and civil agencies.

(b) Supports live, constructive, or virtual training.

Network Specialist (126A#)

(a) Provides technical guidance for directing and monitoring information systems operations. Designs, builds, and implements network systems.

(b) Directs compilation of records and reports concerning network operations and maintenance. Troubleshoots network performance issues. Analyzes network traffic and provides capacity planning solutions.

(c) Monitors and responds to complex technical control facility hardware and software problems. Interfaces with vendor support service groups to ensure proper escalation during outages or periods of degraded system performance.

(d) Manages the purchase, testing, installation, and support of network communications, including LAN/MAN/WAN systems.

(e) Performs system-level design and configuration of products including determination of hardware, OS, and other platform specifications.

(f) Plans large-scale systems projects through vendor comparison and cost studies.

(g) Performs a variety of systems engineering task s and activities that are broad in nature and are concerned with major systems design, integration, and implementation, including personnel, hardware, software, budgetary, and support facilities and/or equipment.

J4-8

ALLIANT SB GWAC Ver 1.8, 04/25/201 I (h) Provides quality assurance review and the evaluation of new and existing software products.

(i) Provides assistance and oversight for all information systems operations activities, including computer and telecommunications/communications operations, data entry, data control, LAN/MAN/WAN administration and operations support, operating systems programming, system security policy procedures, and/or web strategy and operations .

(j) Provides input to policy level discussions regarding standards and budget constraints.

(k) Supervises all personnel engaged in the operation and support of network facilities, including all communications equipment on various platforms in large scale or multi-shift operations.

(I) Supervises complex operations that involve two or more additional functions such as, but not limited to, network operations, systems security, systems software support, and production support activities.

(m)Monitors and responds to hardware, software, and network problems.

(n) Provides the routine testing and analysis of all elements of the network facilities (including power, software, communications machinery, lines, modems, and terminals).

(o) Utilizes software and hardware tools and identifies and diagnoses complex problems and factors affecting network performance.

(p) Troubleshoots network systems when necessary and makes improvements to the network Program Manager (127A)

(a) Organ izes, directs, and manages contract operation support fun ctions, involving multiple, complex and inter-related project tasks.

(b) Manages teams of contract support personnel at multiple locations.

(c) Maintains and manages the client interface at the senior levels of the client organ ization.

(d) Meets with customer and contractor personnel to formulate and review task plans and deliverable items. Ensures conformance with program task schedules and costs.

Project Manager (128A)

(a) Leads team on large projects or significant segment of large complex projects.

(b) Analyzes new and complex project related problems and creates innovative solutions involving finance, scheduling, technology, methodology, tools, and solution compone nts.

(c) Provides applicatjons systems analysis and programming activities for a Government site, facility or multiple locations.

(d) Prepares long and short-range plans for application selection, systems development, systems maintenance, and production activities and for necessary support resources.

J4-9

ALLIANT SB GWAC Ver 1.8, 04/25/201 I (e) Oversees all aspects of projects.

Quality Assurance Specialist (129A#)

(a) Provides development of project Software Quality Assurance Plan and the implementation of procedures that conforms to the requirements of the contract.

(b) Provides an independent assessment of how the project's software development process is being implemented relative to the defined process and recommends methods to optimize the organization's process.

(c) May be responsible for all activities involving quality assurance and compli ance with applicable regulatory requirements.

(d) Conducts audits and reviews/analyzes data and documentation.

(e) Develops and implements procedure,~and test plans for assuring quali 1y in a system developmenl environmem which supports large databases and applica1ions.

Research Analyst (130A)

(a) Plans, organizes, and conducts research in a variety of areas, such as new or existing products, science, social science, law or business, etc. in support of an IT initiative.

(b) Searches sources such as reference works, literature, documents, newspapers, statistical records, and other sources of information. May use Internet, Intranet, magazi nes, periodicals, journals, and other media to perform research.

(c) Analyzes information and statistical data to prepare reports and studies for use by professionals.

Strategic/Capital Planner (131A)

(a) Provides strategic planning of large projects or a significant segment of a strategic planning portion of a large complex project.

(b) Provides the overall approach to clarify mission statements so they can be used as springboards in envisioning their desired future.

(c) Ass ists in developing mission and vision statements, subsequent goal delineation, provides guidance for building operational plans and specifying measurable outcomes to include capital outlay planning efforts in a consolidated strategic planning process and prioritizes those initiatives.

(d) Assist in preparation of key strategic planning documentation, including 0MB Form 300.

Subject Matter Expert (132A#)

(a) Serves as subject matter expert, possessing in-depth knowledge of a particular area, such as business, computer science, engineering, mathematics, or the various sciences.

(b) Provides technical knowledge and analysis of highly specialized applications and operational environments, high-level functional systems analysis, design, integration, documentation and implementation advice on exceptionally complex 14-10

ALLIANT SB GWAC Ver 1.8, 04/25/201 I problems that need extensive knowledge of the subject matter for effective implementation.

(c) Participates as needed in all phases of software development with emphasis on the planning, analysis, testing, integration, documentation, and presentation phases.

(d) Applies principles, methods and knowledge of the functional area of capability to specific task order requirements, advanced mathematical principles and methods to exceptionally difficult and narrowly defined technical problems in engineering and other scientific applications to arrive at automated solutions.

Systems Engineer (133A)

(a) Provides analysis related to the design, development, and integration of hardware, software, man-machine interfaces and all system level requirements to provide an integrated IT solution.

(b) Develops integrated system test requirement, strategies, devices and system s.

(c) Directs overall system level testing.

Technical Editor (134A)

(a) Reviews content of technical documentation for quality.

(b) Produces technical and scientific illustrations for presentations and/or publication, as appropriate to the requirements.

(c) Ensures that documents follow the style laid out in the company's style guide.

Technical Writer (135A)

(a) Writes a variety of technical articles, reports, brochures, and/or manuals for documentation for a wide range of uses.

(b) Coordinates the display of graphics and the production of the document.

(c) Ensures content is of high quality and conforms with standards.

Test Engineer (136A#)

(a) Evaluates, recommends, and implements automated test tools and strategies.

(b) Designs, implements, and conducts test and evaluation procedures to ensure system requirements are met.

(c) Develops, maintains, and upgrades automated test scripts and architectures for application products. Also writes, implements, and reports status for system test cases for testing. Analyzes test cases and provides regular progress reports.

(d) Serves as subject matter specialist providing testing know-how for the support of user requirements of complex to highly complex software/hardware applications.

(e) Directs and/or participates in all phases of risk management assessments and software/hardware development with emphasis on anal ysis of user requirements, test design and test tools selection.

14-11

ALLIANT SB GWAC Ver 1.8, 04/25/201 I Training Specialist (137A#)

(a) Assesses, des igns, and conceptualizes training scenarios, approaches, objectives, plans, tools, aids, curriculums, and other state of the art technologies related to training and behavioral studies.

(b) Identifies the best approach training requirements to include, but not limited to hardware, software, simulations, course assessment and refreshment, assessment centers, oral examinations, interviews, computer assisted and adaptive testing, behavior-based assessment and performance, and team and unit assessment and measurement.

(c) Develops and revises training courses. Prepares training catalogs and course materials.

(d) Trains personnel by conducting formal classroom courses, workshops, and seminars.

Voice/Data Communications Engineer (138A#)

(a) Provides technical direction and engineering knowledge for communications activities including planning, designing, developing, testing, installing and maintaining large communications networks.

(b) Ensures that adequate and appropriate planning is provided to direct building architects and pla nners in building communications spaces and media pathways meet industry standards.

(c) Develops, operates, and maintains voice, wireless, video, and data communications systems.

(d) Provides complex engineering or analytical tasks and activities associated with one or more technical areas within the communications fun ction.

Web Content Analyst (139A)

(a) Provides for development and content that wi ll motivate and ente1tain users so that they regularly access the website and utilize it as a major source for information and decision-making.

(b) Provides managing/performing website ed itorial activities including gathering and researching information that enhances the value of the site.

14-12

ALLIANT SB GW AC Ver 1.8, 04/25/2011 Web Designer (140A)

(a) Designs and builds web pages using a variety of graphics software applications, techniques, and tools.

(b) Designs and develops user interface features, site animation, and special-effects elements. Contributes to the design group's efforts to enhance the look and feel of the organization's online offerings .

(c) Designs the website to support the organization's strategies and goals relative to external communications.

(END OF SECTION J, ATTACHMENT 4)

J4-13

ALLIANT SB GWAC Ver 1.8, 04/25/20 1 I SECTION J -ATTACHMENT 5 FEDERAL ENTERPRISE ARCHITECTURE (FEA)

As described in Section C.2, information on the FEA is provided below.

J.5.1 Alliant SB IT Service Categories The AHiant SB contract includes Infrastructure, Application, and IT Management Services to support Federal government agencies' integrated IT solution requirements.

The specific offerings are categorized below:

Infrastructure Services Application Services IT Management Services Service Access and Delivery Customer Services Controls and Oversight

- Access Channels - Customer Relationship - Performance Management

- Delivery Channels Management (CRM) Risk Management and

- Service Requirements - Customer Preferences Mitigation

- Service Transport - Customer Initiated Assistance - Contingency Planning Service Platform and Process Automation - Continuity of Operations Infrastructure - Tracking and Worktlow (COOP)

- Support Platforms - Routing and Scheduling - Service Recovery

- Delivery Servers Business Management Regulatory Development

- Software Engineering Services - 1T Policy and Guidance

- Database/Storage - Management of Process Development

- Hardware/Infrastructure - Organizational Management Planning and Resource Com1>onent Framework - investment Management Allocation

- Security - Supply Chain Management - Budget Formulation/

- Presentation/lnterface Digital Asset Services Execution

- Business Logic - Content Management - Capital Planning

- Data Interchange - Document Management - Enterprise Architecture (EA)

- Data Management - Knowledge Management - Strategic Planning Service Interface and - Records Management - Management Improvement Integration Business Analytical Services IT Security

- Integration - Analysis and Statistics

- Interoperability - Visualization

- Interface - Knowledge Discovery

- Business Intelligence

- Reporting Back Office Services

- Data Management

- Human Resources

- Financial Management

- Asset/Materials Management

- Development and Integration

- Human Capital/Workforce Management Support Services

- Security Management

- Collaboration

- Search

- Communication 15- 1

ALLIANT SB GWAC Ver 1.8, 04/25/20 1 I

- Systems Management

- Forms Management Custom Mission Support Systems J.5.2 Federal Enterprise Architecture (FEA)

J.5.2.1 Background The Alliant SB GWAC IT solution and service offerings are aligned with the Federal Enterprise Architecture (FEA). The FEA alignment is aimed at advancing government-wide objectives set forth in the President' s Manageme nt Agenda (PMA). The embedded support for FEA practices will facil itate compliance with Federal policy mandates for IT investments.

The alignment of federal agencies' requirements and p roposed IT solutions relative to FEA is optional. As federal agencies and governing bodies work to mature the FEA reference models, the Alliant SB GWAC' s will be updated to correspond with agencies' evolving mission needs.

J.5.2.2 Objectives The All iant SB GWAC is structured to support objectives of the FEA program and other important government-w.ide policy initiatives. The Alliant SB GW AC has been developed within the framework prescribed by the new IT investment budget g uidance issued by 0MB. The contract vehicle conforms to the new environment defined by the changes to Exhibits 53 and 300 of 0MB Circular A-1 1, and it is designed to minim ize contract bundling, while maximize small business participation.

The Alliant SB GWAC provides inclusive support for IT requirements across all business lines and functions of the federal government, as defined in the FEA reference m odels.

The FEA "common fra mework" represents the minimum scope of IT solutions and services available to federal government agencies thro ugh the Alliant SB GWAC.

J.5.2.3 FEA Reference Models The FEA "reference models" align IT investments with agencies' mission requirements.

The component-based architecture enables a structural understanding of agencies' operations and integrated support systems used to acco mplish business goals.

The FEA reference models provide a framework for managing and leveraging IT investments across the Federal government. The FEA framework promotes the sharing, consolidation, and reuse of business processes and systems to fac ilitate inter-government collaboration and information resource management.

The FEA will fac ilitate agencies' efforts to migrate toward a more unifi ed government-wide IT infrastructure, by standardizing on technologies and systems that support m ission J5-2

ALLIANT SB GWAC Ver 1.8, 04/25/201 I needs. The FEA is desig ned to improve government operations and reduce overall costs associated with developing, implementing, and managing IT systems.

The FEA consists of five interrelated reference models:

  • Performance Reference Model (PRM)
  • B usiness Reference Model (BRM)
  • Service Compone nt Reference Model (SRM)
  • Technical Reference Model (TRM)
  • Data Reference M odel (DRM)

The Alliant SB GWAC service offerings are defined broadly relative to the expected relationship ("mapping") with the FEA architecture components. The services support the development and use of EA work products to manage current and future needs of federal government business operations (i.e., "baseline" and "target" architectures). The Alliant SB GWAC includes transition planning and migration support for all EA components (e.g., business, information, application, and technology architectures), to advance the development and implementation of "core EA capabilities."

An overview of each of the FEA reference models is provided below. Detailed informatio n pertaining to each of the FEA reference models is available at the following URL: http://www.whitehouse.gov/omb/eqov/a-1-fea.html.

J.5.2.4 Performance Reference Model (PRM)

The PRM supports performance meas urement requirements for IT investments. The framework enables federal agencies to measure the success of their IT investments relative to su*ategic outcomes. The PRM focuses o n improving the alignment of inputs and outputs to effectively achieve business objectives, by establishing standard output measurements across the federal government,.

The Alliant SB GWAC IT Management Services include support for controls and oversight functions relating to IT initiatives. These services are designed to facilitate the development, implementation, and maintenance of management controls and system s required by federal government agenc ies to eval uate, manage, and monitor program performance relative to IT initiatives. In addition, these services will enable operational improvements where technology is needed to support business processes, and facilitate management of performance.

The Alliant SB GWAC IT Management Services address requirements for federal agencies' use of the FEA PRM. These services include, but are not limited to, support for all FEA PRM measurement areas, categories, and g roupings which correspond to the government lines of business and functions delineated in the FEA BRM. The Alliant SB GW AC includes support services for measuring and reporting on the completion and usage of EA programs, as well as evaluating results for E-Gov alig nment a nd implementa tion of cross-governmental initiatives (e.g., SmartBUY, IPv6).

15-3

ALLIANT SB GWAC Ver 1.8, 04/25/201 I The IT Management Services aligned with the controls and oversight functions will enable federal government agencies to efficiently and effectively measure strategic outcomes relative to IT investments, in accordance with the specific measurement areas prescribed in the FEA PRM (e.g., mission and business results, customer results, measurement areas for processes and activities, technology, human capital, other fixed assets).

Detailed information pertaining to the FEA PRM is available at the following URL:

http://www.whitehouse.gov/ornb/egov/a-2-prm.html J.5.2.5 Business Reference Model (BRM)

The BRM component architecture represents the business functions of the federal government. The BRM is structured around government Business Areas, Lines of Business (LOBs), and co rresponding operational functions. The government operations are categorized into four Business Areas: Services for Citizens; Mode of Delivery; Support Delivery of Services; and Management of Government Resources.

Under the auspices of the FEA, IT investments must be integrated with agencies' strategic planning and performance management processes. T he IT Management Services address requirements for IT policy, programmatic and management support. This area includes IT-related services to support mission operations and service delivery fun ctions, as well as planning and resource management operations.

The IT Management Services include support for all strategic planning, management, and control functions integral to IT initiatives. The IT Management Services provide the foundational support to effectively align IT requirements with federa l government business operations.

The IT Management Services wi ll enable the development and implementation of enhanced governance capabilities, to efficiently and effectively support government agencies' mission require ments and service delivery op erations. In conjunction with the controls and oversight functions addressed above, the IT Management Services include, but are not limited to, support for the following functions: Risk Management and Mitigation; Regulatory Development; Planning and Resource; and IT Security.

Detailed information pertaining to the FEA BRM is available at the following URL:

http://www.whitehouse.gov/ornb/egov/a-3-brm.html J.5.2.6 Service Component Reference Model (SRM)

The SRM categorizes ser vice components that support agencies' business and performance objectives. The SRM is focused on standardizing technology and application service components to support government business operations. The SRM framework promotes the sharing, consolidation, and "re-use" of business processes and services capabil ities acro ss the federal government.

J5-4

ALLIANT SB GWAC Ver 1.8, 04/25/201 I IT investments must be aligned with service capabilities required to support agencies' business operations. The Application Services address requirements for service components that support enterprise and organizational processes.

The Application Services provide support for mission-critical business applications and collaborative service capabilities. These services incl ude support for developing and implementing enterprise and departmental-level business applications. These applications may be "cross-cutting" in nature, with inter-related service processing components extending across/beyond the enterprise, or unique to a particular agency/department' s mission requirements.

The Application Services are aligned with the service domains defined in the FEA SRM:

Customer Services; Process Automation; Business Management Services; Digital Asset Services; Business Analytical Services; Back Office Services; and Support Services. The Alliant SB GW AC also includes services for developing and implementing systems required to support unique agency and departmental-level mission requirements.

Detailed information pertaining to the FEA SRM is available at the following URL:

http://www.whitehouse.gov/omb/egov/a-4-srm.html J.5.2.7 Technical Reference Model (TRM)

The TRM defines the standards and technologies to enable the delivery of service components and capabilities. The TRM promotes the use of common standards and technology components to support agencies' business functions and "target architecture."

All IT investments must be aligned with the technologies supporting agencies' business operations. The Infrastructure Services provide support for all technology components, services, and standards, integral to developing and maintaining the IT infrastructure.

The Infrastructure Services provide the technical frame work to effectively enable applications and service capabilities required for government business operations. The areas includes, but is not limited to, support for the following services: Service Access and Delivery; Service Platform and Infrastructure; Component Framework; and Service Interface and Integration. Detailed information pertaining to the FEA TRM is available at the following URL: http://www.whitehouse.gov/omb/egov/a-6-trm.html.

J.5.2.8 Data Reference Model (ORM)

The ORM describes the data and information supporting government operations. The component architecture promotes standards for the identification, use, and sharing of data/information across the federal government. The DRM includes three standardization areas: Data Context (data categorization) Data Sharing (data access and exchange); and Data Description (data structures).

15-5

ALLIANT SB GWAC Ver 1.8, 04/25/20 1I The Alliant SB GWAC includes support for agencies use of the FEA DRM. The support services include, but are not limited to, the development, implementation, and maintenance of agencies' DRM Schemas ("XLM instances") that contain informati on re levant to the three DRM standardization areas.

Detailed information pertaining to the FEA DRM is available at the following URL:

http://W>Nw.whitehouse.gov/omb/egov/a-5-drm.html J.5.3 Department of Defense Enterprise Architecture (DoDEA)

In conjunction with the PEA, the Alliant SB GW AC includes support for all components of the DoD Enterprise Architecture (EA) framework: DoD EA PRM; DoD EA BRM; DoD EA SRM; DoD EA TRM; and DoD DRM. The DoD EA reference models comprise the integrated performance, business, application, data, and technology constructs in support of the DoD mission.

The DoD EA fram ework is aligned with the FEA reference models. The DoD EA PRM is focu sed on measuring t he effects ofIT relative to enhancing DoD mission performance. The DoD EA BRM incorporates DoD-specific LOBs/subfunctions, a nd uses existing DoD standards to relate to the FEA elements. The Dod EA SRM is structured across the DoD mission areas of the Warfighter, Business, Intelligence, and Enterprise Information Environment (EIE). The DoD EA TRM integrates existing DoD standards, specifications, and technologies for required DoD service components and electronic Government (e-Gov) initiatives. The DoD EA DRM classifies data and information relative to how it supports the DoD business operations.

Detailed infonnation concerning each of the DoD EA reference models is available at the following URL: http://www.dod.mil/nii/ea/DoD EA Executive Summary.html.

(END OF SECTION J, ATTACHMENT 5) 15-6

ALLIANT SB GW AC Ver 1.8, 04/25/2011 SECTION J -ATTACHMENT 6 PAST PERFORMANCE TABLES Not Applicable to awarded contracts.

(END OF SECTION J, ATTACHMENT 6)

J6-I

PAGES AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT i3 2.

PSOl U. S. Gene:*al Serv ~ce i: Admini st-.ratio:--,

s ,~all Bucines:; GWAC Cente r - AllLl!'lt SB 15CC East Bannister Road Same as Block Kansas City, MO 64~3 :

8. NAME AND AJORE NrnACTO~

Act ionNe t, :nc.

2750 ProsperiLy Ave, STE.520 Fairfax , VA 22031 nmr Feb 6, 2:cs Ol'*r< must a( k,, owl* d~e ,ec,lpt orthls ameno,~eni r,ic, In l'1e l,our and date specif ed In 11* sollcitalion or a1 , ,,..r1>Cwd, i,y une ol11t lollcw,ng method,:

(.:i)B'J comp Ning ,t,:r,i.!i. f! ~rnd * !>,and ,('tt.. rr'lir,9 copie,S of rhe c>nltl'\<1m£'ril; IJ.1) By .dc.11.nowledg1119 rece:jpt of thh anendment on r-,l<h c:or,y of the ofti!( svbm1T1ed:

o* tr,1 li)' .S~PiVft1f ltttef 0 1 l&ltQra:n which h'\(lude~;. ,,.~ :11~ )vl1litol1'°"11 ~nd anc1,dmc""it nt.:mber,. =All IIAE. O F YCU~ AOO'-IOWLt:tx:Mtl'I.T fO BE Rtf.E:IVC(' AT THI= Pl ACF DCSIGNATED FO~ ; HI' 'lffflPTOf o~~~KS P~IOR TO THE IIOUAAND DATE SPECIFIFO M/\Y RESUU IN Kf..ECTION or YOUR O'FER If by vi<tuc o! thi, .......,ldme~tyour desire to ch,a~ ~n off~*

~1/2{~it~~~~~~,~~<\-~ s,\~~~i~~U~fo'rflt~\r;;~:1~1~g ~~tv~a~ 3~~t~Pelff~ each fleg,am O' letcfr Makes refe,encc tc th.- 1ulicitat;on and this I: ACCOLJN-:1NGAND AP>ROPIRATION DA4 A N/A

13. nus rTEM ONLY APPLIES TO MODlf'ICATION OF CONTRACTS/ ORDERS.

IT MODIFIES THE CONTRACT/ ORDER NO. AS DESCRIBED IN ITEM 14.

E. IMPORTANT: Contractor D is not, [El is requ ired to sign tris document and return copies to the issuing office.

14. DESCR1p'f10NOF AMENllMlN rtt,100!FICA- IO\ ; O*~on11,d ~, UCf ll'C "°" r.,od,r>gs. io<lvdmg 1oliara11oofcon:rcrt wt,ec! rr.nflrl wh.,re !easit:, .1 The Pu rpos<:! of ::hiG n-.cdi: i c,:ir.io:1 is tc :

(l) C\,rrc'!c: :: he Cl.i.ngcr - Cohet: l\ct. c-:i t at:io:1 uncle~* Sectior. B . .?. A!JTH:'.:RITY;

( .?.) :::larity :b.: CAF ~o-:::nula 11r:r. mak e it optional t::i inc:1:r.e CAF i n Loa<kd Ho1..:rly R11 t:es P.t:'<.iEJCSed :m ord<:!rl'; under Secl lon :! . 'i; CONTP.T\C'l' ACCESS FEE; (3,) R,,pl a:::e Sec~.iou E.*t.4 Time ar.<l Ma teria:.s i:1 11<.l L:io or no-.:r ::.o c lari :y Otder pri,:; irI;,;

continu ed on next. pa'1e . . .

D l~.I\. ( ypccrpr.1r11) I ypl: v, prim

'"'1J.R1 CU. e~"-"fe ~on-1616:g 16 . DAi t I --;27-c, I NSN 7S40-01*1Sl*8070 STANDARD FORM 30 (REV. 10 83}

Pre*..ious ed11,on t.nu,,1h:,- P,escribed byG~ FAR f48Cf~) Sl.241

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PSOl PAGE 2 of 13 Continued from previous page ...

(4) Replace Section B.7.4. l Subcontracting Payments o n T&M and L-H Orders to be current with the new T &M and L-H Payment Clause and Provisions; (5) Replace Section B.7.4.2 Materials on T&M Orders; (6) Replace Section B.7.4.3 Indirect Costs Under T&M Orders; (7) Clarify Section B.9 LABOR SUBJECT TO THE DA VIS BACON ACT regarding flow-down clauses for Davis Bacon Act co-vered employees; (8) Clarify Section B.10 LABOR SUBJECT TO THE SERVICE CONTRACT ACT (SCA) regarding flow-down clauses for Service Contract Act covered employees; (9) Clarify Section C.2 SCOPE by separating out National Security Systems as an addition to the scope;

( 10) Update the GWAC O mbudsman under Section G.5 GWAC OMBUDSMAN; (1 1) Replace G.9.5 Contract Access Fee (CAF) Remittance; (12) Update the Contract Administrative Reporting under Section G.9.7 Contractor Administrative Reporting to be in compliance with the GW AC Management Module; (13) Update provisions under Sectio n H.l PROVISIONS INCORPORATED BY REFERENCE AT ORDER LEVEL;

( 14) Add clauses in Section 1.2, FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE;

( 15) Update clauses in Section l.2 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE;

( 16) Delete clauses in Section J.2 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE; (17) Update the Performanced Based Payments clause for Orders in Section I.9 FAR 52.232-32 PERFORMANCE-BASED PAYMENTS, and; (18) Incorporate Offer Cost/Price spreadsheets; Section J, Attachments 1 and 2; into the contract.

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIF ICATION NUMBER: PS0l PAGE 3 of 13

1. Correct the Clinger-Cohen Act citation under paragraph 1, Section B.2., AUTHORITY, as follows:

"The Office of Management and Budget has designated the U.S. General Services Administration (GSA) as an Executive Agent for Governmentwide information technology (IT) acquisitions pursuant to Section 5l 12(e) of the Clinger-Cohen Act, 40 U.S.C. l 1302(e)."

2. Replace Section B.5, CONTRACT ACCESSS FEE, in its entirety as follows:

" B.5 CONTRACT ACCESS FEE The Contract Access Fee (CAF) is 3/4 of a percent (i.e., 0.0075) to be applied to the total price/cost for contractor performance as billed to the Government.

The formula is: Total CAF = Total Price or Costs* CAF Percentage.

The total CAF collected per Order will be capped at a set amount to be determined by the Alliant GWAC Program Offi ce. For more information on this cap, please see the Alliant website (http://www.gsa.gov/alliant).

On all Orders, regardless of Order type, Contractors must estimate CAF in their proposals and OCOs may fund CAF as a separate Contract Line Item Number (CUN). On Labor-Hour type Orders, OCOs may require Contractors to include CAF in the ir Loaded Hourly Labor Rate.

The Contractor rem its the CAF to GSA in accordance with Section G.9.5."

3. Replace Section B.7.4, Time and Materials and Labor-Hour in its entirety as follows:

"B.7.4 Time and Materials and Labor-Hour To be considered eligible for award, the Contracting Officer determi ned that the evaluated price of the offeror was fair and reasonable. Section J, Attachments 2 (Government Site) and 3 (Contractor Site) of the Basic Contract provide competitive Loaded Hourly Labor Rates within CONUS for T&M and L-H type Orders only. The OCO is responsible for considering the level of effort and the mix of labor proposed to perform a specific task being ordered, and for determining that the total price for the task order is reasonable.

The OCO is authorized to establish different hourly rates suited to meet the ordering agency's specific requirements and determine fair and reasonable pricing in accordance with FAR 15.4, Pricing, and FAR 16.601 Time and Materials Contracts when other considerations, such as geographic location or security clearances require deviation from established pricing.

Contractors shall explain in their Order proposals any Loaded Hourly Labor Rates that exceed the rates in the Basic Contract. Upon request of the OCO, the Contractor shall provide other than cost or pricing data, to include, a cost element breakdown of each Loaded Hourly Labor Rate, including Profit, in accordance with the Contractor 's cost accounting system, as well as any other supporting information the OCO deems necessary."

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PS0l PAGE 4 of 13

4. Replace Section 8.7.4.1, Subcontracting Payments on T&M and L-H Orders in its entirety as follows:

"B.7.4.1 Payment and Proposal Requirements on T&M and L-H Orders Fo r payments on T& M/L-H Orders, Contractors are subject to FAR 52.232-7 Payments Under Time-and-Materials and Labor-Hour Contracts.

Fo r proposal requirements o n T & M/L-H Orders, the OCO must determine one of the following conditions and include the appropriale clause in each T&M and L-H Order solicitation:

With Adequate Price Competition :

(l ) Pursuant to FAR 52.2 16-29, if price is expected to be based on adequate price competition, the Contractor must provide "separate and/or blended" Loaded Hourly Labor Rates for Prime contractor labor, each S ubcontractor, and/or each D ivisio n, S ubsidiary, or Affiliate. The Contractor must specify whether each Loaded Hourly Labor Rate applies to the Prime contractor, each Subcontractor, and/or each Division, Subsidiary or Affiliate.

(2) For the Department of Defense, pursuant to FAR 52.2 16-29 with DFARs 252.216-7002, Alternate A, if price is expected to be based on adequate price competition, the Contractor must only provide "separate" Loaded Hourly Labor Rates for Prime Contractor labor, each Subcontractor, and/or each Division, Subsidiary, or Affiliate. The Contractor must specify whether each Loaded H ourly Labor Rate applies to the Prime contractor, each Subcontractor, and/or each Division, S ubsidiary or Affiliate.

Witho ut Adequate Price Competition:

(l ) Pursuant to FAR 52.2 16-30, if price is not expected to be based on adequate price competitio n, the Contractor must ide ntify and provide "separate" Loaded Hourly Labor Rates for Prime contractor labor, each S ubcontractor, and/or each Division, Subsidiary, or Affil iate."

5. Replace Section 8.7.4.2 Materials on T&M Orders in its entirety as follows:

Refer to FAR Clause 52.232-7 Payments Under Time-and-Materials and Labor Hour Contracts (Feb 2007)

The OCO must identify a not-to-exceed materials ceiling under a separate CLIN on the Order."

6. Replace Section B.7.4.3 Indirect Costs Under T&M Orders, in its entirety as follows:

Refer to FAR Clause 52.232-7 Payments Under Time-and-Materials and Labor Hour Contracts (Feb 2007)

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PS0l PAGE 5 of 13

7. Add the following paragraph to Section B.9, LABOR SUBJECT TO THE DAVIS BACON ACT as follows:

"The Basic Contract does not include all applicable flow-down clauses for labor categories subject to the Davis Bacon Act. Each Order must be tailo red to include the appropriate clauses."

8. Add the following paragraph to Section B.10, LABOR SUBJECT TO THE SERVICE CONTRACT ACT (SCA) as follows:

"The Basic Contract does not include all applicable flow-down clauses for labor categories subject to the Service Contract Act. Each Order must be tailored to include the appropriate clauses."

9. Replace paragraph 1, Section C.2 Scope, for clarification purposes only, as follows:

The scope of the Basic Contract includes any and all components of an integrated IT solution, including all current and any new technologies which may emerge during the life cycle of the Basic Contract. In addition, the scope of the Basic Contract includes information technology systems and services in support of National Security Systems, as defined in FAR 39.002. The Basic Contract provides IT Solutions through performance of a broad range of services which may include the integration of various technologies critical to the services being acquired.

10. Update the last paragraph of Section G.5, GWAC OMBUDSMAN, as follows:

"The Ombudsman is:

Task and Delivery Order Ombudsman Office of the Chief Acquisition Officer U.S. General Services Administration 1800 F Street, N.W.

Washington, DC 20405"

11. Replace Section G.9.5, Contract Access Fee (CAF) Remittance, as follows "G.9.5 Contract Access Fee (CAF) Remittance The Contract Access Fee (CAF) reimburses GSA for the cost of operating the Alliant SB Program. The CAP percentage is set at the discretion of GSA and GSA maintains the unilateral right to change the percentage at any time, but not more than once per year. GSA will provide reasonable notice prior to the effective date of any change.

Contractors shall remit the CAF to GSA in U.S. dollars within 45 calendar days upon receipt of payment from the customer. Where payments for multiple invoices (on one or more Orders) are due, Contractors may consolidate the CAF owed into one payment.

Instructions for remitting the CAF are contained at http://itss.gsa.gov. If payi ng by check, each check shall be annotated with the corresponding contract number and reporting quarter.

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PSOl PAGE 6 of 13 Failure to remit the CAF in a timely manner will constitute a Basic Contract debt to the United States Government under the terms of FAR 32.6.

12. Replace Section G.9.7, Contractor Administrative Reporting, in its entirety as follows:

"G.9.7 Contractor Administrative Reporting The following defines the administrative reporting requirements under the Basic Contract. The Contractor shall provide the following data electronically via the GWAC Management Module. The GWAC Management Module can be accessed at http://itss.gsa.gov.

The types of reporting data required are as follows:

(a) Order Award -The contractor shall report all orders not issued by GSA in IT Solution Shop (ITSS) within thirty (30) calendar days of Order award. Award data includes, but is not limited to:

(1) Basic Contract Number (2) Order Number (3) Order Description (i.e, Type of Project)

(4) Predominant Contract Type (i.e, T&M, CPFF, FFP, etc.)

(5) Issuing Ordering Contracting Officer (OCO)

(6) Initial Period of Performance (7) Award Date (8) Award Obligated/Funded Amount Note: Order Award data issued by GSA through ITSS will automatically populate in the GWAC Management Module.

(b) Modification Data - The contractor shall report all modifications not issued by GSA in ITSS within thirty (30) calendar days from the date of each Mod ification. Mod ification data includes, but is not limited to:

(1) Basic Contract Number (2) Order Number (3) Modification Number (4) Modification Description (i.e., Incremental Funding, Exercise Option, etc.)

(5) Issuing OCO (6) Modification Period of Performance (7) Modification Date (8) Modification Obligated/Funded Amount Note: Modification data issued by GSA through ITSS will automatically populate in the GW AC Management Module.

(c) Purchase Data - The contractor shall report purchase data from each invoice within sixty (60) calendar days from the dale the invoice is submitted for payment. Purchase data includes, but is not limited to:

(I) Contractor Invoice Number (2) Date Issued

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PSOl PAGE 7 of 13 (3) Itemized Charges categorized as follows:

(a) On-Site and Off-Site Labor Categories (including non-Alliant SB/specialized labor categories)

(b) Loaded Hourly L abor Rates or Direct Labor rates as applicable.

(c) Indirect Costs (i.e., Fringe, Overhead, G&A, etc. if applicable)

(d) Profit (i.e., Award/Fixed/Incentive Fees if applicable)

(e) Travel (f) Other Direct Costs (ODCs), including Quantity and Price for each (i.e., M aterials, Equipment, etc.)

(g) Fixed-Price Deliverable/Milestone if applicable (h) Contract Access Fee (applied to total cost/price)

(d) CAF Payment Data - The contractor shall report each CAF payment remitted to GSA within fourteen (14) calendar days following each CAF payment. All CAF payments must be remitted electronically via Automated Clearing House (ACH). The procedures to set up ACH can be found on the payment page in the GW AC M anagement Module.

CAF payment data includes, but is not limited to:

(I) Trace Number (or Voucher Number)

(2) Total Remitted Amount (3) Remit D ate (4) Amount applied to each Order Number (for t he reported payment)

The Contractor shall convert all currency to U.S. dollars using the "Treasury Reporting Rates of Exchange," iss ued by the U.S. Department of Treas ury, Financial Management Serv ice."

Note: The GWAC Management Module categorizes direct material and ODCs as defined in FAR 52.232-7 simply as ODCs.

13. Update Section H.1, Provisions Incorporated by Reference at Order Level, as follows:

PROVISION# TITLE DATE FP COST TM 52.225-4* BUY AMERICAN ACT - FREE TRADE AUG2007 X X X AGREEMENT - ISRAELI TRADE ACT CERTIFJCATE 52.227-15* REPRESENTATION OF LIMITED RIGHTS DATA DEC 2007 X X X AND RESTRICTED COMPUTER SOFTWARE

14. Add the following clauses in Section 1.2, FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), as follows:

CLAUSE NO. TITLE I DATE FP COST TM 52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS DEC 2007 X X X AND CONDUCT 52.203- 14 DISPLAY OF HOTLINE POSTER(S) DEC 2007 52.204-10 REPORTING SUBCONTRACT AWARDS SEP2007 X X X

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PSOl PAGE 8 of 13 CLAUSE NO. TITLE I DATE FP COST TM 52.208-9 CONTRACTOR USE OF MANDATORY SOURCE OCT 2008 X X X OF SUPPLY OR SERVICES 52.215-9 ALTERNATE I OCT 1997 X 52.2 15-9 ALTERNATE II OCT 1997 X 52.215-14 ALTERNATE I OCT 1997 X X X 52.215-17 WAIVER OF FACILITIES CAPITAL COST OF OCT 1997 X X X MONEY 52.216-29 TIME-AND-MATERIALS/LABOR-HOUR FEB 2007 X PROPOSAL REQUIREMENTS-NON-COMMERCIAL ITEM ACQUISITION WITH ADEQUATE PRICE COMPETIDON (Note: IfDoD, use DFARS 252.216-7002 Alternate A (FEB 2007) in combination with FAR 52.216-29 (FEB 2007))

52.216-30 TIME-AND-MATERIALS/LABOR-HOUR FEB 2007 X PROPOSAL REQUIREMENTS-NON-COMMERCIAL ITEM ACQUISITION WITHOUT ADEQUATE PRICE COMPETITION 52.217-9* OPTION TO EXTEND THE TERM OF THE MAR2000 X X X CONTRACT 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM JUN 2007 X X X REPRESENTATION 52.222-54 EMPLOYEE ELIGIBILITY VERIFICATION JAN 2009 52.223-17 AFFIRMATIVE PROCUREMENT OF EPA- MAY 2008 DESIGNATED ITMES IN SERVICE AND CONSTRUCTION CONTRACTS 52.225-19 CONTRACTOR PERSONNEL IN A DESIGNATED MAR 2008 X X X OPERATIONAL AREA OR SUPPORTING A DIPLOMATIC OR CONSULAR MISSION OUTSIDE THE UNITED STATES 52.245-9 USE AND CHARGES JUNE 2007 X X X

15. Update the following clauses in Section 1.2, FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), as follows:

CLAUSE NO. TITLE DATE FP COST TM 52.203-12 LTMTTATION ON PAYMENTS TO INFLUENCE SEP 2007 X X X CERTAIN FEDERAL TRANSACTIONS 52.204-9 PERSONAL IDENTITY VERIFICATION OF SEP 2007 X X X CONTRACTOR PERSONNEL 52.207-3 RIGHT OF FIRST REFUSAL OF EMPLOYMENT MAY2006 X X X 52.222-26 EQUAL OPPORTUNITY MAR 2007 X X X 52.225-3 BUY AMERICAN ACT - FREE TRADE AUG2007 X X X AGREEMENTS - ISRAELI TRADE ACT 52.225-5 TRADE AGREEMENTS NOV 2007 X X

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PSOl PAGE 9 of 13 CLAUSE NO. TITLE DATE FP COST TM 52.225-13 RESTRICTIONS OF CERTAIN FOREIGN JUN 2008 X X X PURCHASES 52.227-1 AUTHORIZATION AND CONSENT DEC 2007 X X 52.227-2 NOTICE AND ASSISTANCE REGARDING DEC 2007 X X PATENT AND COPYRIGHT INFRINGEMENT 52.227-10 FILING OF PATENT APPLICATIONS- DEC 2007 X X CLASSIFIED SUBJECT MATTER 52.227-11 PATENT RIGHTS -OWNERSHIP BY THE DEC 2007 X X CONTRACTOR 52.227-13 PATENT RIGHTS - OWNERSHIP BY THE DEC 2007 X X GOVERNMENT 52.227-14 RIGHTS IN DAT A- GENERAL DEC 2007 X X X 52.227-14 ALTERNATE I DEC 2007 X X X 52.227-14* ALTERNATE II DEC 2007 X X X 52.227-14* ALTERNATE HI DEC 2007 X X X 52.227-14 ALTERNATE IV DEC 2007 X X X 52.227-14* ALTERNATE V DEC 2007 X X X 52.227-17 RJGHTS IN DATA-SPECIAL WORKS DEC 2007 X X X 52.227-19 COMMERCIAL COMPUTER SOFTWARE DEC 2007 X RESTRICTED LICENSE 52.227-21

  • TECHNICAL DATA DECLARATION, REVISION, DEC 2007 X X X AND WITHHOLDING OF PAYMENT- MAJOR SYSTEMS 52.232-7* PAYMENTS UNDER TIME-AND-MATERIALS FEB 2007 X AND LABOR-HOUR CONTRACTS 52.232-7 ALTERNATE I FEB 2007 X 52.232-17 INTEREST OCT 2008 X X X 52.244-2* SUBCONTRACTS JUNE 2007 X X X 52.244-2 ALTERNATE I JUNE 2007 X 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS MAR 2007 X X X 52.245-1 GOVERNMENT PROPERTY JUNE 2007 X X X 52.245-2* GOVERNMENT PROPERTY INSTALLATTON JUNE 2007 X X X OPERATION SERVICES
16. Delete the following clauses in Section 1.2, FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998), as follows:

CLAUSE TITLE DATE FP COST TM NO.

52.211-11

  • LIQUIDATED DAMAGES - SUPPLIES, SERVICES, OR SEP 2000 X RESEARCH AND DEVELOPMENT 52.227-12 PATENT RIGHTS - RETENTION BY THE JAN 1997 X X CONTRACTOR (LONGFORM) 52.232-7 ALTERNATE II FEB 2002 X 52.245-2 ALTERNATE I APR 1984 X 52.245-4 GOVERNMENT-FURNISHED PROPERTY (SHORT JUN 2003 X X FORM)

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PS0l PAGE 10 of 13 CLAUSE TITLE DATE FP COST TM NO.

52.245-5 GOVERNMENT PROPERTY (COST MAY 2004 X X REIMBURSEMENT, TIME-AND-MATERIAL, OR LABOR-HOUR CONTRACTS) 52.245-18 SPECIAL TEST EQUWMENT FEB 1993 X X 52.245-19 GOVERNMENT PROPERTY FURNISHED "AS IS" APR 1984 X X X 52.246-4 INSPECTION OF SERVICES - FIXED PRICE APR 1996 X 52.246-5 INSPECTION OF SERVICES - COST APR 1984 X REIMBURSEMENT

17. Update Section 1.9, FAR 52.232-32 PERFORMANCED-BASED PAYMENTS (FEB 2002) as follows:

"l.9 FAR 52.232-32* PERFORMANCED-BASED PAYMENTS (JAN 2008) a) Amount ofpayments and limitations on payments. Subject to such other limitations and conditions as are specified in this contract and this clause, the amount of payments and limitations on payments shall be specified in the contract's description of the basis for payment.

(b) Contractor request.for pe(formance-based payment. The Contractor may submit requests for payment of performance-based payments not more frequently than monthly, in a form and manner acceptable to the Contracting Officer. Unless otherwise authorized by the Contracting Officer, all performance-based payments in any period for which payment is being requested shall be included in a single request, appropriately ite mized and totaled. The Contractor's request shall contain the information and certification detailed in paragraphs (I) and (m) of this clause.

(c) Approval and payment of requests.

( l) The Contractor shall not be entitled to payment of a request for performance-based payment prior to successful accomplishment of the event or performance criterion for which payment is requested.

The Contracting Officer shall determine whether the event or performance criterion for which payment is requested has been successfully accomplished in accordance with the terms of the contract. The Contracting Officer may, at any time, require the Contractor to substantiate the successful performance of any event or performance criterion which has been or is represented as being payable.

(2) A payment under this performance-based payment clause is a contract financing payment under the Prompt Payment clause of this contract and not subject to the interest penalty provisions of the Prompt Payment Act. The designated payment office will pay approved requests on the _ _ _ _ [Contracting Officer insert day as prescribed by agency head; if not prescribed, insert "30th"] day after receipt of the request for performance-based payment by the designated payment office. However, the designated payment office is not required to provide payment if the Contracting Officer requires substantiation as provided in paragraph (c)(l) of this clause, or inquires into the status of an event or performance criterion, or into any of the conditions listed in paragraph (e) of this clause, or into the Contractor certification. The payment period will not begin until the Contracting Officer approves the request.

(3) The approval by the Contracting Officer of a request for performance-based payment does not constitute an acceptance by the Government and does not excuse the Contractor from performance of obligations under this contract.

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PSOl PAGE 11 of 13 (d) Liquidation of performance-based payments.

( l) Performance-based finance amounts paid prior to payment for delivery of an item shall be liquidated by deducting a percentage or a designated dollar amo unt from the delivery payment. If the performance-based finance payments are on a delivery item bas is, the liquidatio n amount for each such line item shall be the percent of that delivery item price that was previously paid under perfo1mance-based finance payments or the designated dollar amount. If the performance-based finance payments are on a whole contract bas is, liquidation shall be by either predesignated liquidation amounts or a liquidatio n percentage.

(2) If at any time the amount of payments under this contract exceeds any limitation in thils contract, the Contractor shall repay to the Government the excess. Unless otherwise determined by the Contracting Officer, s uch excess shall be credited as a reduction in the unliquidated performance-based pay ment balance(s), after adj ustment of invoice payments and balances for any retroactive price adjustments.

(e) Reduction or suspension ofperformance-based payments. The Contracting Officer may reduce or s uspend performance-based payments, liquidate performance-based payments by deduction from any payment under the contract, or take a combination o f these actions after finding upon substantial evidence any of the following conditions:

(1) The Contractor failed to comply with any material requirement ofthi s contract (which includes paragraphs (h) and (i) of this clause).

(2) Performance of this contract is endangered by the Contractor's-( i) Failure to make prog ress; or

( ii) Unsatisfactory financial condition.

(3) The Contractor is delinquent in payment of any subcontractor or supplier under this contract in the ordinary course of bus iness.

(t) Title .

(1) Title to the property described in this paragraph (t) shall vest in the Government. Vestiture shall be immediately upon the date of the first performance-based payment under this contract, for property acquired or produced before that date . Otherwise, vestiture shall occur when the property is or s hould have been allocable or properly chargeable to this contract.

(2) " Properly," as used in this clause, includes all of the following described items acquired or produced by the Contractor that are or should be allocable or properly chargeable to this contract under sound and generally accepted accounting principles and practices:

(i) Parts, materials, inventories, and work in process; (ii) Special tooling and special test equipment to which the Government is to acquire title under any other clause of this contract; (iii) Nondurable (i. e., noncapital) tools, jigs, dies, fixtures, molds, patterns, taps, gauges, test equipment and other s imilar manufacturing aids, title to w hich would not be obtained as special tooling under paragraph (t)(2)(ii) of this clause; and (iv) Drawings and techn ical data, to the extent the Contractor or subcontractors are required to deliver them to the Go vernment by other clauses of this contract.

(3) Although title to property is in the Government under this clause, other applicable clauses of this contract (e.g., the termination or special tooling clauses) s hall determine the handling and disposition of the property.

ALLIANT SM ALL BUSINESS GWAC BASIC CO NTRACT MODIF ICATION NUMBER: PSOl PAGE 12 of 13 (4) The Contractor may sell any scrap resulting from production under this contract, without requesting the Contracting Offi.cer's approval, provided that any s ignificant reduction in the value of the property to which the Government has title under this clause is reported in writing to the Contracting Officer.

(5) In order to acquire for its own use or dispose of property to which title is vested in the Government under this clause, the Contractor shall obtain the Contracting Officer's advance approval of the action and the terms. If approved, the basis for payment (the events or performance criteria) to which the property is related shall be deemed to be not in compliance with the terms of the contract and not payable (if the property is part of or needed for performance), and the Contractor s hall refund the related perfor mance-based payments in accordance with paragraph (d) of this clause.

(6) When the Contractor completes all of the obligations under this contract, including liquidation o f all performance-based payments, title shall vest in the Contractor for all property (or the proceeds thereof) not-(i) Delivered to, and accepted by, the Government under this contract; or

( ii) l ncorporated in s upplies delivered to, and accepted by, the Government under this contract and to which title is ves ted in the Government under this clause.

(7) The terms of this contract concerning liability for Government-furnished property shall not apply to property to which the Government acquired tit le solely under this clause.

(g) Risk of loss. Before delivery to and acceptance by the Government, the Contractor shall bear the risk of loss for property, the title to which vests in the Government under this clause, except to the extent the Government expressly assumes the risk. If any property is damaged, lost, stolen, or destroyed, the basis of payment (the events or performance criteria) to w hich the property is related shall be deemed to be not in compliance w ith the terms of the contract and not payable (if the property is part of or needed for performance), and the Contractor shall refund the related performance-based payments in accordance with paragraph (d) of this clause.

(h) Records and controls. The Contractor shall maintain records and controls adequate for administration of this clause. The Contractor shall have no entitlement to performance-based payments during any time the Contractor's records or controls are determined by the Contracting Officer to be inadequate for administration of this clause.

( i) Reports and Government access. The Contractor shall promptly furnish reports, certificates, financial statements, and other pertinent information requested by the Contracting Officer for the administration of this clause and to determine that an event or other criterion prompting a financing payment has been successfully accomplished. The Contractor shall give the Government reasonable opportunity to examine and ve1ify the Contractor' s records and to examine and verify the ContJ*actor's perfor mance of this contract for administration o f this clause.

(j) Special terms regarding default. If this contract is terminated under the Default clause, ( l ) the Contractor shall, on demand, repay to the Government the amount of unliquidated performance-based payments, and (2) title shall vest in the Contractor, on full liquidation of all performance-based payments, for all property for which the Government elects not to require delivery under the Default clause of this contract. The Government shall be liable for no payment except as provided by the Default clause.

(k) Reservation of rights.

( 1) No payment or vesting of title under this clause shall-(i) Excuse the Contractor from performance of obligations under this contract; or

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PS0l PAGE 13 of 13 (ii) Constitute a waiver of any of the rights or remedies of the parties under the contract.

(2) The Government's rights and remedies under this clause-(i) Shall not be exclusive, but rather shall be in additio n to any other rights and remedies provided by law or this contract; and (ii) Shall not be affected by delayed, partial, or o mitted exercise of any right, remedy, power, or privilege, nor shall such exercise or any single exercise preclude or impair any further exercise under this clause or the exercise o f any other right, power, or privilege of the Government.

(I) Content of Contractor's request for pe,formance-based payment. The Contractor's request for performance-based payment sha ll contai n the followi ng:

( l) The name and address of the Contractor; (2) The date of the request for performance-based payment; (3) The contract number a nd/or other identifier of the contract or order under which the request is made; (4) Such information and documentation as is required by the contract's description of the basis for payment; and (5) A certification by a Contractor official authorized to bind the Contractor, as specified in paragraph (m) of th is clause.

(m) Content of Contractor's certification. As required in paragraph (1)(5) of this clause, the Contractor shall make the following certification in each request for performance-based payment:

J certify to the best of my knowledge and belief that-( l) This request for performance-based payment is true and correct; this request (and attachments) has been prepared from the books and records of the Contractor, in accordance with the contract and the instructions of the Contracting Officer; (2) (Except as reported in writing on _ _ _ __,, all payments to subcontractors and suppliers under this contract have been paid, or will be paid, currently, when due in the ordinary course of business; (3) There are no encumbrances (except as reported in writing on _ _ _ _) against the property acquired or produced for, and allocated or properly chargeable to, the contract which would affect or impair the Government's title; (4) There has been no materially adverse change in the financial condition of the Contractor since the submiss ion by the Contractor to the Government of the most recent written information dated

_ __ _ _ _;and (5) After the making of this requested performance-based payment, the amount of all payments for each deliverable item for which performance-based payments have been requested will not exceed any limitation in the contract, and the amount of all payments under the contract will not exceed any limitation in the contract.

18. Offer Submittals under Section J, Attachment 2 (Cost/Price -Government Site) and (Cost/Price - Contractor Site) are hereby incorporated and made part of this contract.

PAGE OF PAGES AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT 1 1

2. AMENDMENT/M 3. E 4. REQUI ITION/PUR HAS 5. PROJECT NO. (I app ic eJ PA02 Feb 4, 2009 N/A N/A
6. ISSUED BY CODE 7. ADMINISTERED BY (Ifother thon //em 6) CODE U.S. General Services Administration Small Business GWAC Center - Alliant SB 1500 East Bannister Road Sarne as Block 6 Kansas City, MO 64131
8. NAME AN AD RE S OF CON R /No. srree~ county, Srore ond I <><hi ActionNet, Inc.

2750 Prosperity Ave, STE.520 Fairfax, VA 22031 CODE Feb 8, . 2008 11.

D The above numbered solicitation Is amended as set forth in Item 14. The hour and date specifoed for receipt of Offers D Is extended, 0 Is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

la)By completing Items 8 and IS, and returning copies of the amendment (bl By acknowledging receipt of this amendment on each copy of the offer submitted; or (Cl By separate lener or telegram which Includes a reference- to the solicitation ;,nd amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR ANO DATE SPEOFIEO MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer already submi1teq, such.change may be made by telearam.or lener, orovided each telegram or lener makes reference to the solicitation and this amendment, and 1s received pnor t6 the opening hour and dace ,petified.

12. ACCOU NTING AND APPROPIRATION DATA /ff r,quir,d/

N/A

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ ORDERS.

IT MODIFIES THE CONTRACT/ ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES {such as changes in paying office,

  • FFAR43.103ibJ.

E. IMPORTANT: Contractor m is not, is required to sign this document and return - - - - copies to t he issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION { Orgamzed by uCF secnon headings~ mduding sohatoCJon/contraa subjecr matrer where feos1bleJ The Purpose of this modification is to permanently change the contract number from GSOOQ08BNDOOS8 to GS-06F-0594Z.

Contract No. GS - 06F-0594Z is now the official contract no. and shall be used for all correspondence, reporting, marketing, and all other related contract activities from this point forward.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed. remains unchanged and in full force and effect.

!SA.NAM AN IL O I N ( ypeorprml} 161\.NAMEAND E IN I R {Typeorprinr Greg D. Byrd 1SB. CONTRA OR/OFFEROR

{Slgnaiure ofperson ourhorized to sign}

Feb 4, 2009 NSN 7S40*0 I* I S2*8070 STANDARD FORM 30 (REV. 10*83J Previous edition unusable Prescribed by GSA FAR {48 CFR) 53.243

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1, CONTRACTID CODE , 1PAGE or 2:AGFS

2. AMENDMENT/MODIFICATION NO, 3. EFFECTIVE DATE 4. REOUISmONIPURCHASE REO, NO. 15. PRClJECT NO. lll11nolir.11h(fll PA03 4/14/09
6. ISSUED BV CODE 7. ADMINISTERED BY (If othar than I/am 6) CODE I GSA/FSS/SBGWACC (6FG) 1500 E. Bannister Road KC, MO 64131 I
8. NAME AND ADDRESS OF CONTRACTOR (No.. sfreet. co1111tv. Sia re and ZJP c.odel l.J:2- 9A. AMENDMENT OF SOLICITATION NO.

9B. DATE (SEE ITEM 11l Actionet, Inc.

2600 Park Tower Dr. STE 1000 10A. MODIFICATION OF CONTRACT/ORDER NO.

Vienna, VA 22180 X GS-06F-0594Z 10B. DATED (SEE ITEM 131 CODE FACILITY CODE 2/8/08

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS D The above numbered soticltatlon 11 amended as sat forth In Item 14. The h01Jr and date apeclned for receipt or Offers D Is extended. D is 1101 ex-tended.

Offers must acknowledge receipt or this amendment prior lo Iha hour and dale apectriad In lha solicltatlon or n arnandea, by one cf the following methods:

(a) By completing Hams 8 and 15, and returning _ _ _ c:oplas of lhe amendment; (bl By acknowledging racalpl of this amendment on ea1.h copy of Iha offer submitted: or (c) By separate !alter or telegram which Includes a rererence to the sollcl1allon and amendment numbers. FAILURE OF YOUR ACKNOWLEDG-MENT TO BE RECEIVED AT THE PLACE OESIGNATEO FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF VOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, providea each talagram or letter makes reference lo this amendment, and bi received prior lo Iha opening hour and dale spacilied.

12. ACCOUNTING AND APPROPRIATION DATA (lfrequi!Jd)
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACT/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

..&_ A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify alllholity) THE CHANGES SET FORTH IN ITEM 14 ARE MOE IN THE CON-TRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODI Fl ED TO REFLECT THE AOMINISTRATIVE CHANGES (such as changes ill paying offices, X an,,,,.,nrlallon date, e/c.J SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORl'TV OF FAR 43.1031b'.

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF; D. OTHER (Specify lypa of modif,cation and suUiotilyJ E. IMPORTANT: Contractor [81 is not, Dis required to sign this document and retum ,Q.., copies to the issuing office.

14. DESCRIPTION OF AMENOMENTfMODIFICATION (Organized by UCF secl/on h11edlng, lncJudJng solJclleUonlconlracl subject matter wllere feasib/11.)

Tt,is is a no cost administrative modification to change vendor's address to be:

2600 Park Tower Drive, STE 1000 Vienna, VA 22180 All other terms and conditions remain the same.

Except as provided herein, all lenns and conditions of this document referenced In 11am 9A or 10A, as heretofore changed, remains unchanged and in full force 16A. NAME ANO TITLE OF CONTRACTING OFFICER (Type or prinl) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16C DATE SIGNED 1/-1¥--0?

Jn lieu of STANDARD FORM 30

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2.

PS04

6. ISSUED BY CODE 7. ADMINISTEHED BY (I otherrhanltem6J CODE U.S . General Services Admini stration Sma l l Business GWAC Center - Alliant SB 1500 East Bannister Road Same as Bl ock 6 Kansas City, MO 64131
8. NAMEAND ADDRESS OF CONTRACTOH /No., street, county, State and ZIP Co e/ 9A. AMENDMENT F LICIATION NO.

ActioNet , Inc .

2600 Park Tower Dr., STE 1000 98. DATED I EE i M 11 Vienna, VA 22180

[v] GS-06F-0594Z

~ 100. DATED / EE ITEM 13)

CODE Feb 8, 2008 11.

D The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt ofOffers D is extended, D is not extended.

Offers must acknowledge receipt of this amendment p1ior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a)By completing items 8 and 15, and returning _ _ _ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which Include, a reference to the solicitation and amendment numbers. FAIWRE OF YOUR A(KNOWLEDGMENTTO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIORTO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer

~~e.;tJ~~~ritAad,ssr~~~i~~~n~rfo'riil' t?ii r~3~~i~~ lfil~nA~ g~[itl~em~~d*d each 1elegram or let1er makes reference to the sollcltatlon and this

12. ACCOUNTING AND APPROPIRATION 01\TA (l(reqwred/

N/A

13. THIS ITEM ONLY APPLIES TO MODIFICATION Of CONTRACTS/ ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

Ch((,; OM /,. THIS HANGE ORDER IS ISSUED PUR UANrTO* /Spec, c111horrtyl TH[ CHANGES S H IN ITEM 14 ARE MADE IN HE ON HACI ORDEf<

NO IN ITEM 1011 B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES tsuch as cl1a,1ges in paying office, c,pproprioriondote, ere. ) SET FOl1TH 1111 ITEM 14, PURSUANT TO THEAUTHORITY OF FAR43.1031b).

C. THISSUPPLEMENTAL AGl1EEMENT IS ENTERED INTO PURSUANT TO AUTHORITY Of:

FAR 43 .J. 03(a)

D. OTHE11 (5peci y type o mo i ,carion an a111 omy/

1 E. IMPORTANT: Contractor D is not, IE] is req uired to sign this document and return copies to the issuing office.

14. DESCRIPTION or AMENDMENT/MODIFICA'I ION I OrgDnized by UCF section headings, ,nclucilng soilcuarlonlcontrocr sub/ecr mcmer wl>ere feas1blc.J The purpose of this modification i s twofold :

First, to update/add c lause s to the above mentioned contract to implement Public Law 111-5 ,

the American Recovery and Reinvestment Act of 2009 (Recovery Act ) .

second, to update/add clauses to the above mentioned contract to implement miscellaneous changes/additions .

continued on next page . . .

C Except as provided herein, all terms and conditions of the document referenced In Item 9A or tOA, as heretofore changed, r.emams unchanged and ln full force and effect.

l A. A A L I ypeorprint 1 A. A AND I A Tl GOFFI EH (Typeorprinr)

Maricar Bolante Rothgeb Greg D. Byrd Sr. Contracts Administrator 16 . DA ESIGNED 15 . A ESIGNED 158. CONTRACTOR/OFfEROR 5/13/2009 STANDARD FORM 30 (REV.10-831 NSN 7540-0 1-152-8070 Prescribed by GSA FAR (48 CFR) 53.243 Previous edition unusable

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PS03 PAGE 2 OF 2 PAGES Continued from previous page .. .

Recovery Act Background On February 17, 2009, The President signed Public Law 111-5, the Recovery Act. The Act imposes a number of requirements on Executive Branch departments and agencies receiving Recovery Act funds to meet the broader goals and objectives (e.g. level of transparency and accountability) of the Recovery Act. In addition, the Recovery Act includes a number of requirements to be implemented in Federal Government contracts.

Five Federal Acquisition Regulation (FAR) interim rules were published in the Federal Register on March 3 1, 2009, in F AC 2005-032, providing authorities, policies, and procedures for governmentwide implementation of the Recovery Act and for special contract procedures contained in the 0MB Guidance. The interim rules immediately make available FAR contract clauses to include in Government Contracts.

The following clauses are hereby updated:

CLAUSE NO. TITLE DATE FP COST TM 52.215-2 AUDIT AND RECORDS - NEGOTIA TlON MAR2009 X X X 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS MAR2009 X X X The following clauses are hereby incorporated by reference:

CLAUSE NO. TITLE DATE FP COST TM 52.203-15 WHISTLEBLOWER PROTECTIONS UNDER THE MAR2009 X X X AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 52.204-11 AMERICAN RECOVERY AND REINVESTMENT ACT MAR2009 X X X

- REPORTING iREQUIREMENTS 52.215-2 ALTERNATE I MAR2009 X X X Miscellaneous Clause Updates/Additions The following clauses are hereby updated:

CLAUSE NO. TITLE DATE FP COST TM 52.203- 13 CONTRACTOR CODE OF BUSINESS ETHICS AND DEC 2008 X X X CONDUCT 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM M/\R2009 X X X REPRESENTATION 52.225-1 BUY AMERJCAN ACT - SUPPLIES FEB 2009 X X X 52225-3 BUY AMERICAN ACT - FREE TRADE FEB 2009 X X X AGREEMENTS - ISRAELI TRADE ACT The following clauses are hereby incorporated by reference:

CLAUSE NO. TITLE DATE FP COST TM 52.222-50 COMBATING TRAFFICKING IN PERSONS FEB 2009 X X X 52.250-5 SAFETY ACT - EQUITABLE ADJUSTMENT FEB 2009 X X X

1, CONTRACT ID CODE AMENOMENT OF SOLICITATION/MODIFICATION OF CONTRACT N/A

. AMEN HASE RtQ. NO.

PS05 6.1 II COO (/ or er than lt*m ~

U. S . General Services Administration Small Bus i ~ess GWAC Cen:er - Allian~ SB Same as Block 6 1500 East Bannister Road Kansas City, ~o 64131

3. NAME AND ADD (No., drrP.t rnunly, .~tote an ZJP Co e} 9A. AMENDMENT OF SOLJCIATI N N AcLioNe:, Inc.

2600 Park Tcw?.r ~ r . , STE 1000 Vi e nna, VA 22 180 ERNO.

i;uut Thl' ,'lhOvr'"numbered solicitation 1s amended as se< ~'-lfth in Item 14. *rhe ho\.lr and date !i~<:1f1ed for rer;,:lp{ oFO~~rs Offers m1<<1, rkrowl,ag* recelp1 of this amendment prior to the hour and date specified In the solicitation or a, amended, by one of the (ollowlng methods; (a:aycompleting itetl', 8 and 15, and ,etc ming copies or the amendment;(b) By acknowledging receipt of thisamendmer>t oo each copy otthe off.,, submitted; or (Cl ~y separate letrer or t1!4egram which ln(ludel a reference 10 !he SOll(llatlon and amendmem oumbc1>. FAIi URF Of Y0 l1R l\( ~NOWlEDGMENT TO Bf RECEIVED AT THEPLACE DESIGNATED FOR TrlE RECEtPTOF OFFFRS PRI~ TOTHF HOUR AND DAIE SPWrlW MAY RESULT 11' .~EJECTION OF YOUR OFFER If byv.rtue of this amendment your desire to change .oo'ler

~::,e:~JJ~t~~~1,*.~~~,$~/W,fn'NJr~~'lit~1~~rJ,~~'\l g~::'l~~fi'l,~ded each re4<!gram or Im, makes reference ro rhesolicitation and this

12. ACCOUNTING AN/J APPROPIRATION DATA (If r,quired/

N/A

13. THIS ITEM ONLY APPLIES TO MOOlflCATION Of CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14, CHECK ONE A.

NO. IN ITEM 10A..

THE ABOVE NUMBERED COl\'TI1ACTIOROER IS MODIFIED TO REfLECT THEADMINISTRATIVE CHAN(;FS appropritl!ion dole, ere. i SET FORTH IN ITFM 14, PURSU/\NTTO THE AUTHORITY ot-rn~ H.t03(bl.

M ' I\ A* PUH U - - - - - - - - - - - -- -- - - - - - - - - - - -

1 E. IMPORTANT: Contractor [ ] is not, (El is required to sign this document and return copies to the issuing office.

14. DCSCRIPTION OF AMENDMENT/MODlf;(ATION : 0,9oniz<<lbyUCF,ec/ioo /,eoJing,, indud1>1g ,olidration/co*i/mct su/Jje<:I malterwhe~ fe<l,it/e.1 T he puroose o! thie modi~icat i o& i s, (1 ) Rep~ace Section G. 8 Subcontract ing Repor~s;

{?) RPviAP ~Pc~io:i G.9.5 Contract Access Fee '.CA¥) Rcm~=t~nce

( 3 ) creat e a new Secticn r.,.1 ~cq11isit io:i of Cc~mer~ia l I te~6 a L the Task Order Level (I,) Upda~e/atirl clai..:.ses to the .above merit io:icc:i contract :o i :nplemer.t rr.isce~ lar:eous changP!l/

addit io:i.s.

continued on next page ...

II lSA. 'A AN '. r (Typeorp,,m; 16A.NAMcAN I ONTRACTING OFFICER ypeor p,im)

M,.~,~ eou-.~ IZ.t:>nt603 Greg o , Byrd

~~- ~ J..OL-t1t.l1s.,-t,U,"T0~

NSN 7S40-01* 1S2*8070 STANDARD FORM 30 !REV. 10-83)

P,f'vio\J~ edition u r\usiole Premib<,d by GSA FA.R(48 CFRj 53.213

ALLIANT SMAI ,L RUSINF.SS GWAC BASIC CONTRACT MODIFICATION NUMBER: PS05 Continued from previous page .. ,

I) Delete Section G.8 in its entirety and replace with the following:

G.8 SUBCONTRACTING REPORTS In implementing the requirements set forth in FAR 52.2 l 9-14, Limitation on Subcontracting, contractors shall follow the suhcontracting reporting process established for 8(a) certified finns at 13 CFR 124.510. Contractor~ shall maintain up-to-date records concerning subcontracting costs. Subcontracting data shall be entered electronically via the GWAC Management Module.

The GWAC Management Module can be accessed at http://itss.gsa.gov.

Subcontracting data shall be current within the GWAC Management Module no later than 30 calendar days after each six-month reporting period. The first reporting period will begin on the effective date of the notice to proceed and continue semi-annually thereafter. The reporting periods are as follows:

Subcontracting Reporting Periods: Subcontracting Report Due Date:

Period I : 02/02/09 - 08/01 /09 08/31/09 Period 2: 08/02/09-02/01/IO 03/03/10 Period 3: 02/02/10 0 8/0 1/ l 0 08/31/10 Period 4: 08/02/10 - 02/01/11 03/03/11 Period 5: 02/02/11 08/01/11 08/31/11 Period 6: 08/02/l 1 - 02/0 l/l2 03/02/12 Period 7: 02/02/12 - 08/01 / 12 08/31/12 Period 8: 08/02/12 - 02/01/13 03/03/13 Period 9: 02/02/13 - 08/0l/I 3 08/31/13 Period LO: 08/02/13 - 02/01/14 03/03/14 A negative report is required when there is no activity or no subcontracting in the preceding six months. To satisfy the negative report requirement, send an email to the Alliant SB GWAC email address at alliantsb'ij:gsa._g_,w with a statement of*'NO ACTIVITY TO REPORT POR THJS REPORTING PERJOD". The negative report submitted should contain the contractor's contract number and report period in the email subject line.

Contract options for contractors not in full compliance with FAR 52.219-14 may not he exercised. Willful failure or refusal to furnish the required reports, or gross negligence in managing the subcontracting limitation, or falsification of reports constitutes sufficient cause to tenninate the Contractor for default.

2

ALLIA~T SMALL BUSISESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PSOS

2) Revise Section G.9.5 Contract Access Fee (CAF) Remittance as follows Under G.9.5 Contract Access Fee (CAF) Remittance, delete the 3rd and 4th paragraphs and replace with the following:

CAF payments arc to be remitted via Electronic Funds Transfer ("EFT"). Contractors are authorized to pay with a check only until the GMM has been updated to accept electronic payments. Jf paying by check, each check shall be annotated with the corresponding contract number and reporting quarter.

Payment by EFT/ACH: Please follow the instructions located at bfu.1s://weh.it'is.g.sa.goviitss/v4 I heipi:ll,L'.S.n~Ohclpguh.kme/G\VAC ACH lnf<l Payment by check: All GWAC checks must be made payable and remitted to the following address:

General Services Administration Government Wide Acquisition Contracts - GWACs PO Box 970027 St. Louis, MO 63197-0027 If necessary, the courier address is:

GSA federal Acquisition Service Government Lockbox SL-MO-C2GL 1005 Convention Plaza (PO Dox 970027)

St. Louis, MO 63197-0027 The Government reserves the right to unilaterally change such instructions as necessary, following notification to the Contractor.

Miscellaneous Provision/Clause Updutes/Additions

3) The following provisions in Section H.l PROVISIONS INCORPORATED BY REFERENCE AT THE ORDER LEVEL are hereby updated.

CLAl'SE~O. TITLE DA1'1, FP COST TM

.52.22.5-2* RIIY AMERICAN ACT CERTIFICATE FEB2009 X X X 52.225-4' BUY AMERICAN ACT FREE TRADE AGREEMDff - Jl!N 2009 X X X ISRA EI I TRADE ACT CI-.R'I IHCATI:

J

ALLlANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFlCA TION NUMBER: PS05

4) The following clauses in Section l.2 CLAUSES INCORPORATED BY REFERENCE (1998) are hereby updated.

CLAllSE NO. TITLE DATf. FP COST Tl\l 52.225-3 Bt:Y AMERICAN ACT- FRFF TRAOI' ACiRH'ME'\iTS- JUN 2009 X X _'(

ISRALI TRADf< ACT 52.225-5 lRADE AGREEMENTS AUG 2009 X X 52.232-16"" PROGRESS PAYMENTS JU_ 2009 X 5'.'.244-6 SUBCONTRACTS FOR COM1',1ERCIAL ITEMS AUG 2009 X X X 5} Create a new Section L2.l ACQUISITION OF COMMERCIAL ITEMS AT THE TASK ORDER LEVEL and add the following clauses by reference to I.2.1 1.2.1 ACQUJSITION OF COMMERCIAL ITEMS AT THE TASK ORDER LEVEL The following clauses apply only to task orders that are for the acquisition of supplies or sen1 ices that meet the definition of commercial items at FAR 2.101. If commercial acquisition procedures are used for any task order, the clauses will be incorporated in full text in the task order.

CLAUSE NO. - TJTLE DATF. FP COST Hi 52.212-4 CONTRACT TERMS AND CO'JDITIONS - COMMERCIAi MAR2009 X X ITEMS *-

51.212-4 ALTl!RNATI:' I OCT 2008 X X 52.'.1.12-5 CONTRACT TERMS AND CO:-IDITlO.'lS REQUIRED TO SEP 2009 ~ X IMl'LEME:-.IT SIATUTES OR [XECllTIVE ORDERS-COMrvrERCIAL lTEl\lS 5'l 712-5 ALTERNATE I FF.R'.WOO X )(

52.21.2-5 ALTERNATE 11 *-*-*-

MAY2009 X X All other contract terms and conditions remain unchanged.

4

I. CONTRA ~ ID CODE PAGC or PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT N/ A 1 2

2. A N I\ T MODIFICAITON NO. 3. EFFECTIVE DATC L. REQVISI I QNO. ~- PRO.'o(.f NO. (I ap ic *J l:'S06 See Block 1 6C N/ A N/A
6. ISSUED SY CODE 7. AlJMINISTERED BY rlforhetrhMl(em6) CODE U. S. Ge n era l Ser vices Ad~ inistr~ticn S~all Business GWAC Center - ~l li~nt SB 1500 East A~nnister Road Kansas City, MO 64131 OR rNn. ww. co,nry, rare an ZIP Cc e Ace , o }lc,t , Inc.

2600 Park Tower Or . , STE 1000 Vienna, VA 7.7.180 Feb 8, 2008 CODE D The Jbo""'e n...1mbc'rcd sollr it,Hion i~ drt1ended as sel forth ir- Item 14. ThE hour and d.att spe<lfted for re<eipt of Ot'~,s.

Offer, mu<t *<knowledge receipt of tt,,s *mondmeot pric* 10 the hour

  • nd dot* specified in the solicit.Ilion or * ' amended, by"'"' of the follcwing methods:

(a)8ycompletit'lg itemise and 15, and returninq rol')K',; of thti ,unemJment; (bl Ey acknovVledging *eceipt of this amendment on each <opy of th~ ofter ~\.l bmittcrl; or(<) Sy 1tp..ate lettero, t ele~1'm wh;r h 1nrl.u10<

  • trlo1eocr r<1 rhr ,olicit*tio11 and ame ndment rumbers. FAILURCOr YOUR ACKNOWI.EDGMH,TTO ~E RECEIVEfl f\T THF Pl ACF OFSIC.N/ITEO KJH THf RECEIPT OF OffEAS PRIOR TOTIIE HOUR AND DATESPECIFIED MAY RESULT 1N AFJFCTIOO Of YOUH Of FE~. lf by virtue al this amendmert yo<irdu ire 10 change an offor already submitted. such.dia11gt may be made.bl wegram OJ letter, ~tovid<>d ea, h 1Pl<>9ram o, letter makes reference to the solocitation aed this dmenc:Jmcr1t1 iJnct 1~rci;:P1vP.d p,1cr to t~e open ing ho~l ll!id a~,:e $pec1tieo.
12. ACCOl.'~TING AND APPROPIAATION DATA (/( requ;rfd)

N/A

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

TII[ AUTHORITY or rAI\ H.103(b).

0 AUTHORITY O :

1 E, IMPORTANT: Contractor is not, [El is required to sign this document and return copies t o the issuing office.

14. DESCRIPTION OF hMFNOMFNT.IMOIJl~IC.AIION I Organized byUCF section headings, ind1.1dmg solic1ration/contracts,Jbject mo:trr wh{'rr- IFfJ~ilJie.}

The purpos e ot this r'.lodif icc:1.Lio1: ii:: :

(1) ReplacR SRctioc C.3. 4. : :eleconn ~cication o/w~re:ess; (2) Replace Secl~on G.~.~(c)P~rciase Dat a con t i nui>rl on next uaqe .. ,

fx<.tpt a! ~rovlded herein, all term1 and conditions oltr* documeN referenced in Item 911 or 10A, a, 1,~r,1olore cha nged. remains unc, a nged and in full force ; nd e'fect.

15A. NJ\MF AND TITI.E OF SIGNER (Type or prfr1t) 16". NhMF ANO TITLE OH.ONIKA(TING uaF,crn (Typeorpr;nt)

µ~l(MZ. eot..At-.rrl: "2.0l'H'-'EB Greg D . l:!yrd

~ nLn:-K.A.r~ ...t:,M,t-1\S.1'2~

1 SC OAT IGNEO 16C.DA.

JAN 11 2010

~ SN 7540.01- 151*80/0 STANDARD FORM 30 ,:REV. 10.a;:

P1it'viou~ edition 1..mu5able Preit<::rib~cl by (;~A ~AA: (48 Cm) 53.243

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PS06 Continued from previous page ...

I) Delete Section C.3.4.l in its entirety and replace with the following:

C.3.4.1 Telecommunications/Wireless Orders which include requiremenls for Telecommunications, Wireless, and Satellite products and services may he fulfilled under the Basic Contract scope, provided the work to be perfonned is or part a larger IT initiative. If the sole purpose of the task order is for phone/voice services provided over landline and/or wireless, i.e., federal/slale tariffc<l phone service, then it would not be covered under the scope or this contract. Contractors are authorized to use government sources of supply in accordance with FAR 5 J.101 (i.e. Schedules, SATCOM, Networx ... ).

2) Delete Section G.9.7(c) in its entirety and replace with the following:

(c) Purchase Data The contractor shall report purchase data from each invoice within sixty (60) calendar days from the date the invoice is submitted for payment. Purchase data may include, but is not limited to:

( 1) Contractor Invoice Number (2) Date Issued

(.l) Itemized Charges categorized as follows:

(a) Fixed Price {fixed price task orders only)

(h) Cost (cost reimbursement task orders only)

(c) On-Site and Off-Site Labor Categories (including non-Alliant SB/specialized labor categories) (time & material and labor hour task orders only)

(d) Loaded Hourly Labor Rates (time & material and labor hour task orders only)

(e) Materials (time & material task orders only)

(t) Travel as applicable (g) Other Direct Costs (ODCs) as applicable (h) Award/Fixed/Incentive 1-ees as applicable (i) Contract Access Fee (applied to total cost/price of the task order)

Note: Hybrid blends, e.g., fixed price/time & material, should report those items above as it relates to each of the respective task order types.

All other contract terms and conditions remain unchanged.

2

I C.ONTRACT ID C.ODt' PA~

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT N/A 1 3 NN. J.

  • C \1£ [}ATE ~- N'.OJ[CT !IO, /1, QPP<k.. d PS07 See Block 16C N,'A N/A (ODE WOE U.S. General Services Admlnislration Small Business GWAC Center - Alliant SD 1500 East Bannister Road Same as Block 6 Kansas City, OCO 6413]
8. NAME_AND ADOflfSHlHONTRI\ OR ActioNet, Inc.

2600 Park Tower Dr., STE 1000 Vienna, VA 22180 Feb 8, 2008 0 The.abosenumbere<I solicitatio" ;..,m..,ded ** set forth in Item 14. Thehou, and date spetifie<I tor receipt of Ofle,s D '5 extended, 0 is ~,, "9dandecl.

Offers ""1.it *dMowkd~ receipr of !his amendmem p,io, ,., *he hour and d.il1e speofil!d in 1he 10lidalion or ** amended, by ooc of Ille following methods:

l~IRy <ompletir,g ilen1, 8 *PWI 15. and returning co pie> of the dmendm~n1; (bl By adnowledging ,eteipt af lhi, ~meodmenl "" ea<h <opy of tho offersubmitted;

<ir 4,;J By ,..,.,ah! kotl~r orielegr- wh,cl> mclude1 a ,_;;,;;;;;; th* solicitotior, ond ~mend"""'t m,mb41r.. F.t.lLUR~ OF YOUII ACl(NOWLl:OGM~ TO BE RREIVEO AT ll!E PLA<.~

DESIGNATED FOR THE RECEJl'T OF OFFERS PRIOR TO THI'. HOUR AND DAT!'. SPEClf 11'.D MAY RE~IJLTIN RE!ECTlON OF YOUII Of Hli. ,,..,, wrtue of lhlnmenm.ent I"'"' desi,~ to <han"" an of'..

abady 1i,brniu~d. <u<h,<h""9t may be made. by l~eqram qr leue,, ~~ovided each l<>egrilm or leRet' makes referetKe to the iolicieilrion and lhil

,1men<l"l£'nt. and is ,eceo*ea fl"Or t.:i lhe open,119 hoUl' anti ..are spe,:i. ,en.

12 AC'rOUNTING ANll Al'PFIOPIAATION DATA lll r,qui,m)

N/A

13. THIS ITEM ONLV APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO, AS DESCRI_BED IN ITEM 14.

CHECll'.ONE I"* Ttil5CHAN~ OllO~R ~ISSUf.Ul'URSUAMTO: (~~<,(),a~,_,,, rnE CHANC.EHETfOI\TS! IN ITEM 14 ME "'IIDl INTHECONTl!ACTORDEfl NO. 1111 ITI:M I llA.

n THf AllO\IE fflJMIIOIED CONTflACT~OER IS MODIFIED TO OO"LlCTTiiE AOMINISTAATIVE CHANGES oppro,,1/orlon 0011!; ere. ) !,ET FORTI-I*~ ITEM 14, PURSUAN1'TOTHE AUTHORITY Of FAR 43. 1Ol(b).

l. fl-irs SUPPlEME~TAL AGREEMENT IS EN1Eii!O INTO PURSUIINTTO i\UTttORITY OF:

IXI FAR 43.103(a)

p. Olllrn /Sp<<ifi1ypulmiiilili<a1I<>nanda11i&,1t~J n

E. IMPORTANT: Contraaor C is not, ISJ is required to sign this document and retum 1 copies to the issuing office.

1*_ DESCl!I i'T'ION OF i\MENOMENT/MODIFICATION ( Or9anized tJy UCF 1tttion hfoddlgs, includmg 1o.lic;totio/l/contra!I >,.-1 matte* ...ne,e lwi10k.1 The purpose of this modification is:

(1) In SF>,r.t.ion B.7.4.1 second para.graph, replace t.he word "clause" with "provision" continued on next page ..*

beep! ** pr,..ided hi*rein, ,11 temu ancf cc,,,diliofl< of rn. d<l<umeni refe,en(ed in lr..m 9A or JOA, ** hererafo,e ~h*n~, remains und1.anged and in full force ncl effe<t.

!SA,NAMEANOTm(Of-!iiGNEII (T)lpurp,inr/ ,... .... rill.-...- 1/iA.NAM .IINDTm[Of(Ol'HliACJlN<iOFRCER a~p,or~ri'IIJ QR.~*.....--..~ Greg D. Byrd M,.,ue,i,e;. 'R ~e;e > ,.'O..., oJ ~

1~( [)AT!:. <,ND MAY 12 2010 NSN 7540 01 152 80.0 STANDARD FORM 30 (R,v, 10-83) f reYiou, e<Jilion 11n11,able l'fesclibfd Ii), GSA f AR (48 CFll) 53.l43

ALLIANT SMALL BUSINESS GW AC BASIC CONTRACT MODIFICATION NUMBRR: PS07 Continued from previous page ...

(2) Add the following paragraph to lhe end of Section B. 7.4.1:

Commercial Items:

Pursuant to FAR 52.216-31. if price is expected to be based on commercial items.

separate Loaded Hourly Labor Rates are not required for Prime contractor labor, each Subcontractor, and/or Affiliate labor. The Contractor must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses, and profit.

The Contractor must specify whether the fixed hourly rate for each labor category applies to labor performed by the Prime Contractors, each Subcontractor, and/or each Division, Subsidiary, or Affiliate.

(3) fn Section II.I second paragraph, replace the word "clauses" with "provisions" (4) Add the following clause at H.9 (previously reserved)

H.9 UNIQUE PROFESSIONAL SKJlJ.S Unique professional skills are defined as those bona fide executive, adminislrative, or professional skills for which the expertise required or duties performed arc within the Basic Contract's scope, but are so specialized or rare that they are not explicitly defined in any labor category 1.k::.cription in Section J, Attachment 3. The OCO will determine whether circumstances warrant use of unique professional skills. Based on price or cost analysis, the OCO will negotiate a fair and reasonable labor rate with the Contractor at the Order level.

A Contractor may propose a new or diftcrcnt skill level category when proposing Ancillary Support consistent with this Section, provided that the Contractor complies with all applicable contract clauses and labor laws, including the Service Contract Act or the Davis Racon Act. as applicable.

Miscellaneous Provision/Clause Updates/ Additions/Mm:es (5J The following provisions in Section l.2 FAR 52.252-2 CLAUSES rNCORPORATED BY REFERENCE are hereby moved to Section H.1 PROVISIONS IN CORPORA TED BY REFERENCE AT ORDER LEVEL PROVISl01 NO. TlTLE llATE FP COST TM 52.216-29 Tllvlli-AND-MA TERIJ\LS/LAfiOR-HOL' R PROPOSAL FEB 2007 REQUIREMENTS-1\ON-COMM.ERCI AL ITEM ACQLnS ITIOI\ WITI I AUEQU ATE PRICE CO:\,IPF.T!TION X

(Note: lflJoU. use DFARS 252.216-7002 Alternate A(F[B 2007) in combination with FAR 52.216-29 {FEB 2007})

52.216-30 TIME-A~D-MA TERIAI.S/LABOR-HOUR PROPOSAL FEB 2007 REQUIREME~TS - NON-COMMERCIAL ITEM X

ACQUISITION \VITl!OUT ADEQUATE PRICE COMPEHTION 2

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PS07 (6) Add the following provision to H. l PROVISIONS INCORPORATED BY REFERENCE AT ORDER LEVEL PROVISION NO. TITLE DATE Fr COST TM 52.226-31 TIME-AND-MATERIALS/1,A ROR-HOUR PROPOSAL FEB 2007 REQUIREMENTS--f'OMMERCIAL ITEM X ACQUISITION (7) The following clauses in Section l.2 CLAUSES INCORPORATED BY REFERENCE (1998) are hereby updated.

CLAllSENO. T1TL£ DATE FP (_'OST TM 52.203-13 CONTRACTOR CODE OF BUSINESS FTHJCS At-:D APR 2010 X X X CONDUCT 52.222.36 J\FFIRMA Tl VF. ACTION FOR WORKERS WITH FT.R 2010 X X .,

OISAlllLITIES 52.244-6 SUBCONTRACTS FOR COMMERCIAL rTEMS DEC2009 Ji: ~ X (8) The following clauses in Section 1.2.1 ACQUISITION OF COMMERCIAL ITEMS AT THE TASK ORDER LEVEL arc hereby updated.

CLAliSl!.1\0. TITl,E DATE FP COST TM 52.212-5 CONTRACT TERMS ANO CONDITIONS REQUIRED TO FEB 20!0 X X IMl'LEMENT ST A Tl !TES OR EXECUTIVE ORDERS COMMERCIAL ITPMS 52.212-5 Al.TERNA.TE II DEC 2009 X  :,

3

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 0.

PS08 6.ISSUEOBY CODE 7. ADMINISTERED BY /If orher rhan /rem 6)

U.S. General Services Administration Small Business GWAC Center - Alliant SB Same as Block 6 1500 East Bannister Road Kansas City, MO 64131 B. NAME ANO ADDRESS OF CONTRACTOR 9A. AMENDMENT OF 50LICIATION NO.

ActioNet, Inc.

2600 Park Tower Dr., STE 1000 Vienna, VA 22180 IOA. MODIFICATION OF CONTRACT/ORDER NO.

toDe Feb e ,. 200a 1.

The above numbered solicitation i, amended asset forth in Item 14. The hour and date specified for receipt of Offers *is extended, D is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

<*)BY completing items a and 15, and returning copies oh he amendment; {b) By acknowledging re,eipt of thi.; amendment on each copy of the* offer submitted; or (cl By separate letter or telegram which includes a refEre nee to the s0licitalion and amendmeM numbers. FAILURE Of YOUR ACKNOWLEDGMENT TO SE RECEIVED ATTilE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment yo~r desire to change an offer alreadv submitted. such cha.ng, may be made.by 1elea111m o.r letter, RrllVided ea,h telegram or letter makes reference to the solicitaticn and this a

amendment, an Ts receive([ prior to the opening hour and date sp-ec1tiecl.

  • T2, ACCOUNTING AND APPROPIRATION DATA (lfrequi,.,d)

N/A

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS.

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Sprcify aur/Jority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO.IN ITEM 10A.

B.. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIEO TO REFLECT THE ADMINISTRATIVE CHANGES (such a, changes in paying office, appropriation dare. etc. I SET FORTli IN ITEM 14, PURSUANT TO THE AUTHORITY OFFAR 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT JS NT R IN 0 FAR 43 .103 (a) i icotion on our ority)

E. IMPORTANT: Contractor [ ] is not, mJ is required to sign this document and return _ _l_ _ copies to the issuing office.

14, OESCRll'TIOI-I OF AMENOMENT/MODIF ICATION ( Ofljani.ed by UCF Jection headin9s, includin9 solicitori~nkonrracr sul>jed morrerw/Jere fernil>/e,}

The purpose of this modification is:

(1) Revise URLs in sections E.l, F.l, H.1, and I. 2 (2 l Revise section F.5 DELIVERABLES (3) Revise section G.2 AUTHORIZED USERS (4) Revise Section G.9.5 Contract Access Fee (CAF) Remittance (5) Revise Section G.9.7 Contractor Administrative Reporting continued on next page ...

Except** provide<J herein, all term, and,onditions ohhe documEnt referenced in Item 9A er l OA, ** heretofore changed, remalni unchanged and In full force and effect.

16C, DATE SIGNED NSN 7540*01-152-8070 STANDARD FORM 30 - IREV.10*83)

Previous edition unusable Presc;ri~d by GSA FAA (48 CFR) 53,243

() (~

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PS08 Continued from previous page ...

(6) Miscellaneous Provision/Clause Updates/~dditions (1) Revise URLs in Sections E.1. F.1, H.1, 1.2 Delete http://acqnet.gov/far/index.html.

Replace with https:l/www.acquisition.gov/far/index. html Delete http://acqnet.gov/gsam/gsam.html Replace with htlps:llwww.acquisition.gov/gsam/gsam. html (2) Delete F.5 DELIVERABLES in its entirety and replace with the following:

F.S DELIVERABLES The following table contains deliverables required under the Basic Contract. fudividual Orders will have additional deliverables specified in each Order. The.Government does not waive*its right to request deliverables under the Basic Contract, even if such requirements are not specifically listed in this table.

ID SECTION DELIVERABLE' FREQUENCY DELIVER TITLE TO 1 G.9.7 Contract Order/Modification Data - Report all ACO Administrative orders/modifications within 30 days of Reporting order acceptance/award; Purchase Data - Report purchase data from each accepted invoice within 30 calendar days after the end of the reporting quarter; CAF Payment Data - Report within 30 calendar days after the end of the reporting quarter.

2 G.9.8.1 Annual Order Annual on anniversary of Basic ACO Close-out Report Contract award.

3 G.9.5 CAF Remittance Within 30 calendar days after the end GSA via of the reporting quarter. EFT 2

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PS08 (3) Delete G.2 AUTHORIZED USERS in its entirety and replace with the following:

G.2 . AUTHORIZED USERS Pmsuant to FAR 16.504(a)(4)(vi), only authorized users may place Orders under the Basic Contract. In order to qualify as an authorized user, a duly warranted Contracting Officer (as that term is -defined in FAR 2.1) in good standing must have an appropriate delegation of authority from the Administrative Contracting Officer (ACO). For purposes of this Basic Contract, these authorized users are identified as Ordering Contracting Officers (OCOs).

This Basic Contract is for use by all Federal agencies, authorized Federal contractors, and others as listed in General Services Administration (GSA) Order ADM 4800.2F, ELIGIBILITY TO USE GSA SOURCES AND SUPPLY, September 17, 2009, as modified from time to time.

(4) Delete G.9.5 Contract Access Fee (CAF) Remittance in its entirety and replace with the following:

G.9.5 Contract Access Fee (CAF) Remittance The Contract Access Fee (CAF) reimburses GSA for the cost of operating the Alliant SB Program. The CAF percentage is set at the discretion of GSA and GSA maintains the unilateral right to change the percentage at any time, but not more than once per year. GSA will provide I reasonable notice prior to the effective date of any change.

Contractors shall remit the CAP to GSA in U.S. dollars within 30 calendar days after the end of I the reporting quarter. Where payments for multiple invoices (on one or more Orders) are due, I Contractors may consolidate the CAF owed into one payment.

  • I Calendar Quarters are represented as:

1st Quarter: January 1 - March 31 2nd Quarter: April 1 - June 30 3rd Quarter: July 1 - September 30 4th Quarter: October 1 - December 31 CAP payments are to be remitted via Electronic Funds Transfer ("EFT"). Contractors are authorized to pay with a check only until the GMM has been updated to accept electronic payments. If paying by check, each check shall be annotated with the corresponding contract number and reporting quarter.

The procedures for electronic payment can be fom1d on the payment page in the OWAC Management Module at https://web.itss.gsa. gov/ gwac/tutorials/vendors.htm Payment by check: All GWAC checks must be made payable and remitted to the following address:

3

0 ()

. ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PS08 General Services Administration Government Wide Acquisition Contracts - GWACs P O Box 970027

  • St. Louis, MO 63197-0027 If necessary, the courier address is:

GSA Federal Acquisition Service Government Lockbox SL-MO-C2GL 1005 Convention Plaza (PO Box 970027)

I St. Louis, MO 63197-0027 The Government reserves the right to unilaterally change such instructions as necessary, I

following notification to the Contractor.

  • I I

Failµre to remit the CAF in a timely manner will constitute a Basic Contract debt to the United States Government under the terms of FAR 32.6.

(5) Delete G.9. 7 Contractor Administrative Reporting in its entirety and replace with the following:

G.9. 7 Contractor Administrative Reporting The following defines the administrative reporting requirements under the Basic Contract. The Contractor shall provide the following data electronically via the GWAC Management Module.

The GWAC Management Module can be accessed at http://itss.gsa.gov.

Calendar Quarters are represented as; 1st Quarter: January 1 -March 31 2nd Quarter: April 1 - June 30 Jrd Quarter: July 1- September 30 4th Quarter: October 1 - December 31 The types of reporting data required are as follows:

(a) Order Award- The contractor shall report all orders not issued by GSA in IT Solution Shop (ITSS) within thirty (30) calendar days of Order award. Award data includes, but is not limited tci:

(1) Basic Contract Nwnber (2) Order Nwnber (3) Order Description (i.e.~ Type of Project) 4

,r',

I I

'* I ALLIANT SMALL BUSINESS l;WAC BASIC CONTRACT

~ MODIFICATION NUMBER: PS0S.

(4) Predominant Contract Type (i.e., T&M, CPFF, FFP, etc.)

(5) Issuing Ordering Contracting Officer (OCO)

(6) Initial Period of Perfonnance (7) Award Date

  • (8) Award Obligated/Funded Amount Note: Order Award data issued by GSA through ITSS will automatically populate in the GWAC Management Module.

(b) Modification Data - The contractor shall report all modifications not issued by GSA in ITSS within thirty (30) calendar days from the date of each Modification. Modification data includes, but is not limited to:

(1) Basic Contract Number (2) Order Number (3) Modification Number (4) Modification Description (i.e.; Incremental Funding, Exercise Option, etc.)

(5) Issuing OCO i (6) Modification Period of Performance -1 (7) Modification Date *

(8) Modification Obligated/Funded Amount Note: Modification data issued by GSA through ITSS will automatically populate in the GWAC Management Module.

  • (c) Purchase Data - The contractor* shall report purchase data from each accepted invoice within 30 calendar days after the end of the reporting quarter. Purchase data may include, but is not limited to:

(1) Contractor Invoice Number (2) Date Issued *

(3) Itemized Charges categorized as follows:

(a) Fixed Price (fixed price task orders only)

(b) Cost (cost reimbursement task orders only)

(c) On-Site and Off-Site Labor Categories (including non-Alliant SB/specialized labor categories) (time & material and labor hour task orders only)

(d) Loaded Hourly Labor Rates (time & material and labor hour task orders only)

(e) Materials (time & material task orders only)

(f) Travel as applicable (g) 'Other Direct Costs (ODCs) as applicable (h) Award/Fixed/Incentive Fees as applicable Note: Hybrid blends, e.g., fixed price/time & material, should report those items above as it relates to each of the respective task order types.

5 I

ALLIANT SMALL BUSINESS *c;wAc BASIC CONTRACT MODIFICATION NUMBER: PS08 Note: The GWAC Management Module categorizes direct material and ODCs as defined in FAR 52.232-7 simp_ly as ODCs.

(d) CAF Payment Data_:_ The contractor shall report each CAF payment remitted to GSA within 30 calendar days after the end of the reporting quarter.

CAF payment data includes, but is not limited to:

(1) Trace Number (or Voucher Number)

(2) Total Remitted Amount (3) Remit Date (4) Amount applied to each Order Number (for the reported payment)

The Contractor shall convert all currency to U.S. dollars using the "Treasury Reporting Rates of Exchange," issued by the U.S. Department of Treasury, Financial Management Service."

(6) Miscellaneous Provision/Clause Updates/Additions/Corrections

CLAUSE NO. TI1LE DATE FP COST TM 52.203-15 WHISTLEBLOWER PROTECTIONS UNDER U:IE JUN2010 X X X AMERICAN RECOVERY: AND REINVESTMENT ACT OF 2009 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST- JUL20IO X X X TIER SUBCONTRA.CT AWARDS 52.204-11 AMERJCAN RECOVERY AND REINVESTMENT ACT- JUL2010 X X X REPORTING REQUIREMENTS 52.232-36 PAYMENT BY THIRD PARTY FEB20IO X X X 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS JUN20IO

( 199 8) is hereby corrected.

CLAUSENO*. TITLE DATE FP COST TM 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH JUN 1998 X X X DISABILITIES 6

()

ALLIANT SMALL BUSINESS\GWAC BASIC CONTRACT MODIFICATION NUMBER: PSOS The following clauses in Section 1.2.1 ACQUISITION OF COMMERCIAL ITEMS AT THE TASK ORDER LEVEL are hereby updated.

CLAUSE NO, TITLE DATE FP COST TM

-52.212-4 CONTRACT TERMS AND CONDITIONS -COMMERCIAL JUN 2010 ITEMS 52,212-5 CONTRACT TERMS AND CONDITIONS REQU[RED TO JUL2010 X X IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS 52.212-5 ALTERNATE II APR 2010 X l(

All other tenns and conditions remain unchanged.

      • END OF MODIFICATION***

i

  • i 7

AMENl:>MENT OF SOLICrTATIQN/MCi.J DIFICA'Fl8N*OF CONliRACT

~~.

PS09

6. 1S!;uecrBY coi!>E U.S. General Services Administration Small Business GWAC Center - Alliant SB 1500 East Bannister Road Same as Block 6 Kansas City, MO 64131 ActioNet, Inc.

2600 Park Tower Dr., STE 1000 Vienna, VA 22180 COOE Feb 8, 2008

~ ~ n11t11bentcl $Olkl1M/Q11 b tmendecl JS Mt hltlh In Item 1'4. l'lw hour and** Sf)Kllleclfot ,..;tip! of OHlfs Is~. I] b no! Nttncied.

Oflo(s ~" ~ ,eceipe Olllhis ~ prlor10 lhe I - and dale JPl(llitd In!he M>lldlMion °'"'~by OM of! h e ~ ~:

11111>' cc,mplellng lttmsII and' 15,e,,d Ntum"'1I copies of.the _,,d,ntnt lb) ly ,cllnowltcl9ii)g rtotlpt GI!his ~ 1 1 1 011,41.c:h copy ol lilt offer Sill:>mltttd:

o,(<lly_...MttMOflM9<omwhichlMkldos1rfft-;;;;;wsolldla1ionand~l>UfMlelS. FAILUN:QfYOUf!ACl<NOWl.£DGM(ffTlOl(N:Cfl\lEDATTHEl'li\CE OUIG!MltO'FOftlHE M<illf'TOf'l)ffEIIS l'IIIOIITO M l!tOUII AND ~TE SMOFIEO MAY ll'SUllilH IIUECOONOf YOUft Offfll If bywfnut olthll ~ ) ' O U I ~ toclllngunolltf

~ ~ ~ - , a ' 1 ' : = , = r : : i = : ~ o c h _ . . o m orlffler llllke<*""-'<* totht solldlallonanclthb "TI..-.ccbtffliNGAJ,th~"'rlON ......bA"'r"11---,/#r.,.,.;w=r::,::,r*--------------------------------

N/:A 1S. THIS mM ONL'r AN'UlS TO MODlfilCA1'1QN OF CONTllACTS/Ollh!RS.

rr MOORES THI CONTMCflOM>III NO. AS DEKIIIIED IN ITEM 14*

....,.----'TT"'-?'RXli'JR'"'d""""M,,.ls...ls"W'Et...>*jl()*Ns0"""'1..... 1Nf ft"-----l!,tc"""'ty ....,.,=--=.,.1-ffll!-"'tR'MIANQs""""stt"""FOl-mTIIIN.,..,.,M...M"IT

,11T1Nfill'TJM,Qj""'tn,INnm,ntr,t""OfflllACTIIM"""""ol&fi--------

1,io, 1N ITfM IIOA,

!, M AIOI/£ NUMIEIIEO COHTIIACl'/OIIOEII IS MOOlflfO TOlll!,~ECl'lHE AOlillNISlllAlM CHI\HG6

~ion*"-,<<;. )srr.FOlmtlN m!M 14, l'UIISUAHTTOntEAUTHOIWTYOf FAIi 43'10.Jlb).


~.+,,.--An1JIIPll1t.<<RtAL AoMMtNf IS Motto IFlfo l'OIIMNf TO AlffFIOlffi Clf:

FAR 43.103(a)


..lL-'--.~~"*JS, 11

=er-------------------'-------------

'"'i,,.,="ol"'modNk=mr.::-=,,;,;,=""t111"'i I. tMJIOlnANT: ,CoMrKtor D Is not, mJ Is required to sign this document..ind return 1

_-:::....__ copies to.the Issuing office.

1i. cifstNlmoN (Ill Ai111eNOJilRTl"MObff!"""""'lcA,..T10N..,..,.,(--..ar;.;;;="1;J=6y.,,.IJc""f""i<<i/,i,ij==,;;;;;;;;;:=~1nc=lvdltlf=~iiRdiiiiloi,.A=

  • :::::=,:::.,,~,_:::i,ck=r'='iiili/tc=:-:,mo1=111r=;;,i,.,.==rm=1M=,1r------------

The pu rpose o f this modification is:

(1) Revise Section H.21 OFF RAMP (2) Revise Section G . 2 AUTHORIZED USERS (2) Miscellaneous Provision/Cl ause Updat es/Additions continued on next page ...

STAND'ARG F0ftM*so 1~. 10,33)

Prtccrlb4!d by GSA F.t,lt (48 (!FA) S3.l<IJ

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODIFICATION NUMBER: PS09 Continued from previous pa!;e ...

(1) Delete H.21 O.FF RAMIP in its entirety and replace with the following:

H.21 OFF RAMP To ensure success of the Alliant SB Program, each Alliant SB Contractor is expected to participate in the Alliant SB Ordering process by submitting proposals in response to task order requests (TOR.s) for which the Alliant SB Contractor has a reasonable chance for award, to successfully perform the terms of their Orders, promptly improve performance when it does not meet the terms of the Orders, and comply with the terms of the basic contract, e.g.,

administrative reporting, CAF remittance, management of subcontracting limitations.

Additionally, the contracting officer retains the discretion to off ramp those contractors that have re-represented themselves, in accordance with FAR clause 52.219-28 Post-Award Small Business Program Rerepresentation (Apr 2009), as an other than small business. The government may "off-ramp" the Contractor by:

(a) Permitting such Contractor's Alliant SB Contract to expire instead of exercising the Option; or (b) Implementing a termination for convenience (if applicable and only if such action is in the Government's best interest); or (c) Implementing a termination for default, if applicable; or (d) Taking any other action which may be permitted under the Alliant SB Contract's terms and conditions.

(2) Replace the second paragraph in G.2 AUTHORJ.ZED USERS with the following:

This Basic Contract is for use: by all Federal agencies, authorized Federal contractors, and others as listed in General Services Administration (GSA) Order ADM 4800.2G, ELIGIBILITY TO USE GSA SOURCES AND SUPPLY, February 16, 2011, as modified from time to time.

(3) Miscellaneous Provision/Clause Updates/Additions/Corrections The following clause in Section 1.2 CLAUSES JNCORP.ORATED BY REFERENCE ( 1998) is hereby updated and tbe note is added to Alternate I.

CLAUSE NO. TITLE DATE Fl' COST TM 52.215-2 AUDIT AND RE1CORDS - NEGOTIATION OCT 2010 X X X 52.215-2 ALTERNATE] * (see note) MAR 2009 X X X

  • Alternate I only applies to orders funded in whole or in part by the American Recovery and Reinvestment Act of2009 (ARRA) 2

ALLIANT SMALL BUSINESS GWAC BASIC CONTRACT MODlFICATION NUMBER: PS09 Continued from previous page ...

The following clause date in Section 1.2 CLAUSES INCORPORATED BY REFERENCE

( 1998) is hereby added.

CLArnrnNO. TITLE DATE ll'P COST TM 52.209-9 UPDATES OF PUBLICLY AVAILABLE JNFORMATION JAN 2011 X X X REGARDING USP.ONSJBILITY MATTERS 52.209-9 ALTERNATE! JAN 2011 X X X

      • END OF MODIFICATION***

3

I N/A I l I 11 PSl0 See B.ock 11':C N/A IN/A CODE I

U.S. Gcnctll Service~ Ad:ninis'tr11tion Small Business GWAC Cent.er - Allian=. FB sar::l'! as Block 6 1500 East Bannister Road Kansas City, ~'.0 64131 ActioNet., lnc. -\ A/

2600 Park Tower Dr., STE 1000 i Vienna, VA 22180 GS*06F-0! 4 7.

~ ll>EE /TE~ I J)

COOE I Feb 8, 2008 D

N/A n

n fil FAR B.103(a) 1 Modification PS!O is hereby :ssued to reflect the following changes:

(:)P.evise S-==~ion G. 9 . i(cl ?llt 'lase Data . :i,1 ::ht:! first: paragraph r~placo th~ woids "at;CCpt"d invoice" with "pllid in-:01c-~ ";

continuea on nex t: page .. .

/Yle It ~.sq A- L..un<J D Gre9 D. Byrd

]), rr..f!..i-or of: f (} 1. /f'q cf.s ccntract1ng Officer

ALLIA:\11' S~IALI. BU INESS CW AC BASJC CO .TRACT IODlfl CA flON .\'UMBER: PSlO PAGE 2 or11 Continued from previous page .. .

(2) Add new Section G.8 Subcontracting and rc-dcsignatt.: Sl!ction G.8 to G.8 l Subcontract Reports:

(3) Delete clousc in Section E. 1. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE; (4) Add clause in Section F.1. FAR 52.252-2 CLAUSES )))CORPORATED BY

REFERENCE:

(5) Add provision in Section H. I. PROVISIONS INCORPORATED BY R_EFERENCE AT ORDER LEVEL:

(6) Updiitc provisions i.o Sl!ction H. I. PROVISJONS lNCORPORA TED BY REFER.ENCE AT ORDER LEVEL; (7) Add clauses in Section 1.2, FAR 52.252-2 CLAUSES INCORPORATED BY

REFERENCE:

(8) Updattl clauses in Secti,on 1.2 FAR 52.252-2 CLAUSES INCORPORATED BY

REFERENCE:

(9) Delete clauses in Section 1.2 FAR 52.252-2 CLAUSES INCORPORATED BY

REFERENCE:

(10) Updmi.!clauses in Section 12.1. ACQU ISITION OF COMMERClAL ITEMS AT THE TASK ORDER LEVEL:

( I l) Update the Pcrformanecd Ba::.ed Payments claust: for Orders in Section I 9. FAR 52.232-32 PERFORMA CE-BASED PAYMENTS. and;

( 12) Replace Section 1. 13, GSAM 552.232-72, FINAL PAYMENT (SEP I 999} with GSAM 552.232-72 FI.NAL PAYMENT UNDER BUILDfNG SERVICES CONTRACTS (NOV 2009)

End of sununary (1) Revise Section G.9.7(c) Purchase Da ta. l n the fi r si purngrnph replace the words "accep ted invoice" with *~paid invoice" as fo llO\\S:

..(c} PLJrchm,c Dntn - The contractor shall n.:port pllrChm,e data from ench paid ill\ oicc within 30 calendar days alter the encl of the rcpor1ing, quarter. Purchase data may indude, but is not limited LO:.. ...

1\ LLLA.'fl' SMALL Bl,S I .ES GW C BASlC CO NTRACT JODI FI CA no~ *u~IB ER: P 10 PAGE 3 of 11 (2) Add new Scclion G.8

  • BCONTRACTJNG und r e-designate Section G.8 to G.8.J Subcoutrnct Repor ts as follows:

"G.8 sunco T RACT! G ln ;iccordance with the I 3 CFR 125.6 and FAR Clause 52.219- 14. Limitation on Subcontracting, a small business conccm contnH.:ting for services will pcrfom1 at least 50 percent of crna of the con tract incuncd for pcrsonnd with its own employees. The contractor is responsible for managing the balance of workload being pe1fo1111ed under this contract The contractor is responsible for performing greater than 50% of the co::,t or the contract incun*cd for pcrsonnd with its own employees ar the contract level and 1101 necessarily on individual task orders. Notw lthstanding this. the contractor is required to pt:rfom1 a mt.:aningful amount of work on ~uch task order to prcvcm pass-throllgh situation~ whic.:h an:

prohibited under this contract.

Ordering Contracting Officer (OCO) const:nt to subconu*act may be implemented a1 the task order level in accordance with FAR 44.2 Consent to Subcontracts. and FAR 52.244-2.

Subcomracts. OCOs may rcquirn subconLrac1or responsibility de1~rminations of prospective subcontractors per FAR 9.103(b) and 9. J 04- 1. GWAC CO consent 10 subcontract is not required.

G.8.1 , ubcontract Reports*' ...

(3) Delete clau~c in Section E. 1, FARS2.252-2 CLAUSE INCORPORATED BY REFERE 'CE, as foll ows:

CLA (jSR NO. TITI. E DATE FP COST TM 52.211-11 LIQUIDATED DAMAGES SUPPUES, SEP 1000 X SERVlCES OR RESFARCH AND DEVELOl'MENT (4) Add clause in Section F. l , FAR 52.252-2 CLAUSES IN CORPORAT ED BY R EFER E 'CE, as follows :

CLAUSE NO. TITL£ DATE FP COST Tl\l 52.211-11 LIQUIDA J l::.D DAMAGES - SUPPLIES. SEP 2000 l\

SFRVIC~S OR RESEARCII AND DEVELOPMENT

ALLIANT SMALL BUSlNF.SS GWAC BASIC CONTRACT MODIFICATION , lJ~rnER: PS I()

PAC E -t of 11 (5) Add J>rovision under Section R. l , PRO\'L ' IONS I CORPORATED BY REFERE CE AT ORDER LEVEL, as follows:

l'ROVJSJON # TrTl ,E DATE Fr COST Tl\.l 52.215-22 LJMITA rtONS ON PASS-TIIROUGII Cl 1/\RGES- OCT 2009 X X X IDENTIFICAllON OF SUOCONTRAC'J I NG HFOR.T I (6) Update provisions under Section H.l , PROVIS JONS I 'CORPORATED BY REFERENCE AT ORDER LEVE L, as follo\\ s:

PROVISION # TITLE DATE FP COST T i'\1 52,215-20 REQUfRFMFNTS FOR COST OR PIUCING DATA OCT 2010 X X X OR INFORM/\ noN OTHER THAN COST OR PRICING DATA 52.215-20* ALTERNATE] OCT 20l0 X X X 52.215-20* ALTERNJ\TI.:. IV OCT 20 10 X. X X (Nnte: Pm11isin11 1111mb,*rs fol/owe,/ by m, m.rcrisk ("') req11ire fill-i11s by the OCO if dctermi11e,J applicable and iucnrporated illfn the Orr/er.)

(7) Add clauses in ection J.2, FAR 52.252-2 CLA USES I CORPORATED BY REFERENCE, as follows*:

CLAUSE NO. TITLE DATE FP COST Tl\1 52.2 l5-23 LHvffl ATIONS ON PASS-THROUGH CHARGES OCT 2009 X 1( X 52.219-J NOTICE OF TOTAL HUBZONE SFT-ASIDE OR \IOV2011 ,\ X }.

SOLF. SOURCE AWARD 52.2 I 9-13 NOTICE or SET-ASIDE OR ORDERS NOV 201 l X X X 52.219-27 NOTICE Of TOTA i SERVICE-DISABI ED NOV2011 X X X VFTFRAN-0\VNED SMALL BUSINESS SET-ASIDE 52.219-29 NO'I !C f* 01: TOTAL SCT-ASIDF FOR NOV 201 I X X X ECONOMIC'ALL Y DlSADV/\N'I AGED WOMEI\-OWNJ;D SMALL BUSINESS (EDWOSB) CONCERNS 52.219-30 NOTICI: OF TOTAL SET-ASIDE FOR WOMEN- NOV 2011 X OWNED SMALi BUSL\IESS CONCERNS EL1GffiLE LJN DFR THE WOMFN-OWNFD SMALL BUSlNESS PROGRAM

ALLIANT 'MALL BL SINESS GWAC BA IC CONTRACT l\lO l)IFICATION Ul\1B_E R: PS I0 PAGESofl J (8) Updntc clauses in Section J.2 FAR 52.252-2 CLAUSES I CORPORATED BY REFEREJ CE, as follows.:

C L At JSF. ~ O . T ITLE DATE FP COST T~I 52.204-4 PltlNTED OR. COP IED DOUBLE-SIDED ON MAY 2011 X X )(

RECYCLED l1APER 52.204-9 PERSONAi lDF.NTI 1-Y VERIFICATION or JAN 2011 X X X CONTRACTOR PERSONNEL 52.209-6 f'ROTEC'TlNG Tl{); GOVERNMENT'S Dl::C 2010 X X X rNTEREST WHEN SUBCONTRACTING WITII CONTRAC fORS Dli BARR.ED, SUSPl::NDED, OR PROPOSED FOR DEBARMENT 52.215-9 ALTERNATE I OCT 2010 X 52.215-9 /\L l c l{}.JATE 11 OCT 2010 X 52.215-1 0 PRICE REDUCTION FOR DEFECTIVI:. COST i\UG 2011 X X  :,.

OR PR ICING DATA 52.215-11 PRlC'I:. REDUCT10N FOR DEFECTfVE COST AUG 2011 X X X OR PRICING DATA - 'vlODIFICA l'IONS 52.216-7* ALLOWABLE COST AND PAYMENT JUN 201 1 X X 52.216-8 FIXl::D FH JUN 2011 X X 52.216-10 INCENTIVF FEF JtJN201 1 11. )(

52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET- NOV 20 1I .'{ X X ASIDE 52.219-4 NOTICE OF PRICE EVALUATION JAN 2011 X X X PREFERENCE FOR l lUBZONI: SMAI I RUS[}.ESS CONCFRNS.

52.2 I9-8 UTll.17.ATION OF SMALL BUSINFSS JAN 2011 X X X CONCERJ'\18 52.2 19-9 SMALL BUSINESS SUBCONTRAC' l ING PLAN JAN2011 X .'{ X 52.2 19-14 LIMITATIONS ON SUBCONTRACTING NOV 20 11 X X X 52.222-35 EQUAL OPPORTVNI I Y FOR SPECIAi. SEP 2010 X X X DISADLED VETERANS, VI 11 RANS or T l IE VlETNAM ERA. AND OTHER ELIGIBLE VETERANS 52.222-37 I E:VIPLOYMENT Rf-PORTS ON SPECIAL SEP 2010 X X X DJ ABT.ED VETERANS, VETERANS Of T!IE VlETNAM tRA, AND OTHER ELIGIBLE VETFRANS 52.223-5 POLLUTION PRFVl-:NTION AND RIG HT-TO- MAY 201 1 X .'{ X KNOW INFORMA1 ION. Al THlNA rL* I 52.223-5 Al TERNATI* I MAY 2011 X X .'{

52.223-5 ALTERNATF II MJ\Y 2011 X X .'{

52.123-10 WASTE REDUCTION PROGRAM MAY2011 X X 52.125-8 DUTY-FREE ENTRY OCT 2010 X X X 52.232-16* PROGRESS PAYMENTS AUG 20 10 X 52.2-14-1* SUBCONTRACTS I

-51.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS OCT 20 10 DEC 2010 X

X X

X X

X 52.245-1 GOVl:RNMl:.N'l PROPERTY AUG 20 10 X X X 52.245-2 GOVERNMENT PROPERTY JNSTALLATION AUG 2010 \ X X

OPERATION SERVICES

ALLIANT 'MALL BUSL ESS GWAC BASIC CO TRACT l\lODLFICATIOi'. ' l l\lBER: PSJO PAGE 6 of 11 CLA l lSENO. TITLE DATE FP COST TM 5'.U-15-9 USE AND CI-IARGFS AUG 1010 X X X 52.251-1 GOVERNMENT SUPPi Y SOURCr.S AUG 2010 .'\ X 'i (9) Delete ctnuse in Section 1.2 FAR 52.252-2 CLAUSES J CORPORATED BY REFERENCE, as follows::

CLAUSE NO. TJTLE DATE FP COST T~1 51.223-1-1 TOXIC CliEMlCAL RI-I EASE REPORTING AUG 2003 X X \

(10) pdatc clauses in Section 1.2.1, ACQUISITIO OF C'Ol\tM ERCIAL ITEM, AT THE TASK ORDER LEVEL, as follows:

CLAUSE ~O. TITLE DATE FP COST T\1 52.212-5 CONTRACT TERMS AN D CONDITIONS NOV 20 11 X 'i REQUIRED TO IMPLEMENTS l'A'JUTl*.S OR l:.XcCUTIVE ORDERS-COMMERCIA i. ITF.MS 52.212-5 AL'J ERNA'lE II DEC 2010 X X

( 11) Update the Pcrforrnanced- Based Payments clause- for Orders in ection 1.9, rAR 52.232-32 PERFORMA CE-BA ED PAYME TS, as foUo"s:

1.9 FAR 52.232-32"' PERFO R *IANCED-BASED PAYMENTS (AUG 2010) a) Amount of payments and limitations on payments. Subj ect to such 0L11cr limitations and condilions as are specified iu this contract and tl1is clause, the amount of payments nnd limitations on payments shall b1;; specified in the contract's description of the basis for payment.

(b) Contractor request for performance-based payment. The Contractor may subm it requests for payment of performance-based payments not more frequently than monthly. in a form and manner acceptable to the Contracti ng Oniccr. U11less otherwise authorized by the Contractiog Officer, all perfonmmce-bascd payments in any pc1iod for which payment is being requested shall be inclLtdcJ in a single n:qut:sl, appropriate)) i1emized and totaled. The Contractor's request shaJI contain I.he information auJ certification detailed in paragraphs (I) and (m) of this clause.

(c) A pproval and paymcm of requests.

(I) The Comractor shall not he cn1i1led 10 paymcm of a rcqucsL for perfomrnnce-bascd payment prior lo success fol uccomplishmem of die event or perfotmance criterion tor which payment is requested. The Contracting Oflicer shall detennine whether che event or per[o1mancc cri terion for which paymet1t is requested has been su<.:ccssfully accomplished in

ALLJA.'ff S~IA.LL BUSrNESS GWAC RASJC CONTRACT

\I ODI FICAT ION NUMBER: PSI IJ PAGF. 7 of 11 m:corduncc with the terms or lhc contract. The Contracting Olfo.:cr muy. at any tune, require the Contractor to substantiate tJ,c successful 1Jerfom1anee of any event or pcrfom1ancc criterion which has been or is rcpr~sented as hcing payable.

(2) /\ payment under this performance-based payment clause is a contract financing payment under the Prompt Payment clausl! of this contrm:La11d not subject to the interest penally provisions of the Prompt Paymi.:nt Act. The dcsibrnatcd payment ollice wiJI pay a1,provt.:d requests on the _ __ _ {Contracting Officer inserl day as prescribed by agency head; if not prescribed. inse,t "30th"] day an er receipt of the request for pcrfonnance-hased payment by the designated payment ollice. However. ll1e designated payment office is not required to pro,*ide payment if the Contracting Officer requires substantiation as providc.:d in paragraph (cl( 1) of thi::. clause. or inquires into the stattis of an c.:vcnt or pcrfonnanct c.:riterion, or into any orthe conditions listed in paragraph (c) of this clause, or into the Contract(>r ccrtilication. The payment period will not begin until tile Comracting Ofliccr approves the request.

(3) The approval by the Contracting Officer of a request for perfom1ance-based p ayment docs not constitute an acceptance by the Government and does not excuse the Contractor from perfonnance of obligations under this contract.

(d) Liquidation of performance-based payments.

( I) Pcrfonnanee-bm,c.:d finnm:e amounts paid prior to payment fo r delivery of nn item shall be liquidated by deducting a percentage or a designated dollar amount from the delivery payment If the perfo,mance-based finance payments are on a deli wry item basis. the liquidation amount fo r each such line item shall be the percent of that delivery item price that wus pn:viom,ly puid under perfonnance-based finance payment,; or the designntcd dollar nmount. If the perlbnnam:e-bascd finance payments an.: on a whole ccmtract basis. liquidation shall be by either predesignated liquidation amounts or liquidation percentage.

(2) If at any time Lhc amount of payments under thi s contract exceeds any limitati on in this contract, the Conu*actor shall repay to tlle Govcnuucnt the excess. Unless otherwise delermined by the Contra~ting Officer. such excess shaJI be credited as a reduction in the unl iquidated performancc-ba::.c.:d paymeot balance(s), a[i:er adjusuncn1 of invoice payments and bnlanccs for uny rctroac11ve price adjustmt:nts.

(c) Reduction or suspension of performance-based payments. The Contracting OITiccr may reduce or suspend pcrlormancc-based payments. liquidate pcrfonnancc-bnsed payments by deduction from any payment under the comract, or takt a combination of these actions c1fter linding upon substantinl ev,dem:e any of the following conditions:

(I) The Contractor failed to comply with any material requirement of Lhis contract (wruch includes paragraphs (h) and (i) of this clause).

(2) Performance of thi,; contract is cndc111gcrcd by the Contractor"s-(i) Failure to make progress; or

( ii) Unsatisfaclory fi nancial condition.

ALLJANT SMALL BUSIN'E S GWAC BA lC CO::\fTRACr IODIHCATION U 18.ER: PSI0 PAGE 8 of 11 (3) The Contractor is delinquent in payment of any suhcontrnctor or supplier unde1 this con1rac1 in the ordinary course ol"business.

(fl Title.

(I) Title to the property described in this paragraph (I) shall vest in the Government.

Vestitun.: shall be immedintely upon 1.he date of the first perfonnance-bascd payment under this contract. for property acquired or produced before that date. Otherwise. vcstiture shall occur wheo tlic property is or sliould have been allocable or properly chargeable lo thi:. contract.

(2) **Property:* as us\!d in this clnuse. includes al I of the folio\\ ing described items acquired or produced by the Contractor that arc or should be allocable or properly chargeable to th is contract under ::.ound and generally accepted accounting p1im:iples and practices:

(i) Parts. materials, inventories, and work in process:

( ii) Special toolin~ and special ll!st equipmen1 to which lht! Government is to acquire title; (iii) Nondurable (I.e., noncapiLal) tools.jigs. dies. fix tures. molds, pattcms. taps, gauges.

test equi pment and other sim ilar manufacturing aids. title to which would not be obtained as special toollllg under paraigraph {1)(2)(ii) of this clause: nn<l (iv) Drawings and technical data. to the extent the Contractor or subconu*actors are required 10 deliver them to the Government by other clauses of th.is contract.

(3) Although title to property is in the GO\cmment und(;r this clause. other applicable clauses of this contract (e.g., the termination clauses) shall dctcm1ine the handling and disposition of I.he property.

(4) The Contractor 1nay sell any .scrnp resulting from production under this contract,

\\ithout requesting the Contracting Officcr*s approval, provided that any signilicam reduction in tl1c value of the propc11y to which the Government hns title under tJ1is clause is reported io writing to the Contracting Officer.

(5) In order to acquire for its own use or dispose of prope11y to which title is vested in the Govemmelll under th is clause. the Contractor shall obtain the Contracting CJflicer's ud,ancc approval of Liu: action and the terms. lf approved, the ba~is for payment (the cvcnLs or performanc<.: criteria) to which the property is related shall be deemed LO be not in compliam:e with the tem1s of tl1e contract and not payable (if the property i::. part of or needed for perfonnancc), and the Con1rnc1or shall refund the rehitcd performam:c-based paymt:nts in accordance with paragraph (cl) o!"this clause.

(6) When the Cootra1.:1or completes all of the obl igations wider this co111ract. including liquidalion of all pcrfonnance-bascd payments, title shaJI vc!>t m the COLmactor for all property (or the proceeds thereoJ) mot (i) Ddivered 10. and accepted by. the Govemment under this contract: or (ii) Incorporated in supplies delivered to. and ac~cptcd hy, the Government under this contrnct and 10 which title is ,estcd in the Govcmmcnt under thi.s clau e.

ALLlA.; T SM ALL B Sl NESS GWAC RASIC co_ T KAC'T l\1O Dlftl CATION 1 uMBE R: PS I0 PAGE 9 of 11

( 7) The terms of this contract concerning liability for Government-furnished prope11y shall not apply Lo property to which the Gtwcmrncnt acquired title solely lmdcr this clause.

(g) Risk of loss. Before delivery to <1nd ncceptancc by the Government, the Contractor shnll bear the risk of loss for property. the title to which vests in the Govenuncnt under this clause, except to the extent tile Government expressly assumes the risk. If ru1y property is lost stolen, damaged. or destroyed, the basis of payment (the evl.!nls or pcrformancL.: c1iteria) to whfoh the propcny is related shall be deemed to be not in complianei.; with the tcnns of the comract and not payable (if the property is part of or needed fbr perlonnance), and the Contractor slrnll refund the related pcrfonnance-based payments in accordance with pant!:,rraph (d) ofthis clause.

(h) Records and controls. The Conu*actor shall maintain records and controls adequate for ac.lmini!>tration of this clause. The Co,iu-actor shall have no entitlement to performance-based pa)mcnts during an~ time Lhe C'ontrnctor's record!> or controls are determined by the Contracting Ollicer to he inadequate for administration of this claus1.:.

( i) Reports and Government access. The Contractor ~hall promptly furnish reports.

certificates. lina11cia l stati.:mcnls, and other pertinent infonnation requested by the Contracting Officer for the adminjstru tion of this clause and to dete1111inc tJrnt au event or mher criterion prompting a financi_ng payment has beerl successfull y accomplished. The C'onuc1etor shall give the Government rcason:ible opportunity 10 examine and verify the Contrnctor*s records and to exnmine and verify the Contractor*s performance of this coniracr for :idminblration orthb clause.

U) Special terms regarding default. If this contract is terminated under the Default clause,

( 1) the Contractor shall, on demand. repay to the Government the amount of W1liquidau:d perrormancc-ba~ccl payments, and (2) title shall vest in tlic Contnictor. on ful I liquidation of aJI pcrlbnnance-based payments. !"or all property for which thi! Gmemment elects not to require delivery undl!r th1,; Default clause of this contract. The Government shall be liable for no payment except as provided by the Default c:lause.

(k) Resenation or rights.

( I) No payment or vesting or tith: under this clause shall ti) Excuse the Contractor from perfrmnance or obligations under this contrnct. or (ii) Constitute a waiver of any of the rights or rcmcdie~ of 1he panics under the contrnct.

(2) The Government"s rights and remedies under this clause-(i) Shall not be exclusive. but rather shall be in addition to any oLher rights and remedies provided by law or this comrnct; and (ii) Shall not be affected by del<1ycd, pni1inl. or omitted exercise or any right. remedy.

power. or privilege, nor shall such exercise or any single exercise preclude or impair any fu11her exercise under this clt1use or the ex1.:rcisc of any othe1 right, power, or privilege of the Govcmment.

ALLIANT SMALL BC !NESS GWAC BASIC CONTRACT MODI FICATJON ~Ul\113.IW: PSlO PAGF. IO ofJ J (I) Content of Contractor's request for performance-based payment. The Contractor* s request for perfonuancc-basetl payment shal l contain thi.! fo llowing:

(I) The name and address of the Contractor; (2) The date ol"the request forµerformancc-basecl payment; (3) The contract number ancVor otl1cr identifier of the cont ract or order under which the request is made:

(-+) Such informatiom and documentation as b required b) the contnwt"s description of the basis for payment: and (5) A certification by a Contractor official authorized to bind the Contractor, ac; 1>pcci lied in paragraph (m} of this clause.

(m) Content of Contractor's certificat1on. As required in paragraph (1)(5) of this clause. Lhe Contractol' sliall make thl! foJlowiJ1g 1,;ertification in each request for pcrfonnance-based payment:

J certif) to the best of my knowledge and belief that-( l) Tilis rcqut:st for performance-based payment is true and con-eel: this request (ancl anachmcnts) has been prepared from the books and records of the C"ontrnctor, in accordallce with the contract and tl1e instructions of the Concracting Officer:

(2) (Except as reported i.11 writing on _ __ __ ), aJJ payments 10 subcontractors and suppliers under this contract h8\ c bee11 paid. or will be paid, currently. wben due in the ordinary cou rse of business; (3) There are no encumbrances (except as repo11cd in w1iting on _ _ __ ) against the property acquired or produced for. and al located or properly chargeable to. che contract which would affect or impair the Government's title:

(4) There has heen no materialJy adverse: change in the linancial condition of the Contractor 1>incc the submission by the Contrnctor to the Government of the;: most recent written infonnation dared _ __ __ _ ; and (5) After the making of this requested perfomrnnce-bascd payment. the amount of all payments for each deliverable item fo r which perfonnancc-based payments have been rc{1ucsted will not exceed any limitation in lhc contract, and Lilt: amount of all payments under the contracl wil l not exceed nny limitation in the co111rac1.

(End of Clause)

ALLIAl\'T SMALL BllS.INE GWAC BASIC CONTRACT 10 0IFICATION U nnm.: P 10 PAGE I I ofl l (12) Replace cction 1.13, CSAM 552.232-72 FINAL PA Yt\1F.NT (SEP 1999), with GSAM 552.232-72 Fl AL PAYMENT NDER BUILDI NG SERVICE C01 TRACTS (, OV 2009), in full text.

1.13 CSAM 552.232-72 FINAL PAYMENT U DER B lLDll G SERVICE CO TRACT ( OV 2009)

Before final payment is mndc. the Contrnctor shall famish the Contracting Oniccr with n release of all claims against U1c Govemmcnt rdating to 1his contract, other than claims in stated amounts that an: !>pccilical ly excepted by the Co11tractor from the release. IJ the Contractor's cl:iim 10 amounts paynblc under the contract has bcc11 assigned under tht Assignment of Claims Act of 1940, as amended (3 1 U.S.C. 3727. 41 U.S.C. 15), a rclet1se may also be required or the assig.nee.

( End of clause)

SECTION J, ATTACHMENT 3 COMPANY NAME: ActioNel, Inc.

SOLICITATION NO.: TQ2006MCB0002 CONTRACTOR SITE LABOR ID# LABOR CATEGO RY lOl C !Administration/Clerical IOIC-1 !Administration/Clerical (Entry Level_)_

I0IC-2 !Administration/Clerical (Journeyman)

IOIC-3 !Administration/Clerical (Senior) 102C !Applications De,,cloper 102C-I !Applications Developer (Entry Level)

I02C-2 !Applications Developer (Journeyman) 102C-3 !Applications Developer (Senior)

I02C-4 Applications Developer (Master) 103C Applica tions Systems Analyst I03C-I Applications Systems Analyst (Entry Level) (b)(4)

I03C-2 Applications Systems Analyst (Journeyman)

I03C-3 !Applications Systems Analyst (Senior)

I03C-4 !Applications Systems Analyst (Master)

!04C !Business Process Consultant J0SC !Business Systems Analyst I06C !Chief Information Securit_r_ Officer 107C !Com_e_uter Scientist 108C !computer Forensic and Intrusion Analyst I09C !Configuration Management Specialist 109C-I Configuration Management Specialist (Journeyman) (b)(4) 109C-2 Configuration Management Specialist (Senior)

J09C-3 !Configuration Management Specialist (Master)

I IOC Data Arc.hitect lllC Data Warehousing Specialist 11 IC-1 Data Warehousing Specialist (Entry Level) I (bl(4)

I I IC-2 Data Warehousing Specialist (Journeyman)

  • I I IC-3 !Data Warehousing Specialist (Senior)

I I IC-4 !Data Warehousing Specialist (Master)

I 12C !Database S__e_ecialist I J2C-I Database Specialist (Entry Level) (b)(4)

I 12C-2 Database Specialist (Journeyman)

I J2C-3 !Database Specialist (Senior)

I I 2C-4 Database Specialist (Master)

I 13C Disaster Recovery Specialist I l 3C-l Disaste r Recovery Specialist (Journeyman) (b) (4)

I I 3C-2 Disaster Recovery Specialist (Senior)

I I4C IEnteEe_rise Architect I !SC !ERP Anal1:st I 16C !ERP Business/Architectural S~cialist I I 7C IFinancial AnalEt I !8C IGIS Analyst/Programmer I I 9C !Graphics Specialist 120C !Gro~pecialist 121C !Ha rdwar e EnJ:incer 12JC-I !Hardware Engineer (Enny Level)

I2 IC-2 IHardware Engineer (Journeyman) 121C-3 IHardwareEn~neer {Senior)

I2 IC-4 Hardware Engineer (Master) 122C Helpdesk Specialist 122C-I Helpdes k Specialist (Entry Level) (b)(4) 122C-2 Helpdesk Specialist (Journey man) 122C-3 IHelpdesk Specialist (Senior)

SECTION J, ATTACHMENT 3 COMPANY NAME: ActioNel, Inc.

SOLICITATION NO.: TQ2006MCB0002 CONTRACTOR SITE LABOR ID# LABOR CAT EGORY 123C 11.orormation Assurance/Security Spcc.ialist.

J23C-I IInformation Assurance/Security Specialist (Entry Level) 123C-2 !Information Assurance/Security Specialist (Journeyman) 123C-3 !Information Assurance/Security Specialist (Senior) 123C-4 !Information Assurance/Security Specialist (Master) 124C !Information Specialist/Knowledge Engineer J25C Modeling and Simulat..ion Specialist J26C Network S£_ecialist J26C-I Network Specialist (Entry Level) (bl(4) 126C-2 Network Specialist (Journeyman) 126C-3 !Network Specialist (Senior) 126C-4 !Network Specialist (Master) 127C !Program Manager I28C IProject Manager J29C !Quality Assurance Specialist 129C-I Quality Assurance Specialist (Entry Level) (b)(4) 129C-2 Quality Assurance Specialist (Journeyman) 129C-3 !Quality Assurance Specialist (Senior) 129C-4 !Quality Assurance Specialist (Master) 130C !Research Anal_rst I31 C Strategic/Capital Planner 132C Subject Matte r Expert 132C-I Subject Matter Expen (Journeyman) (b)(4) 132C-2 Subject Matter Expen (Senior) 132C-3 !subject Matter Expen (Master) 133C !systems Engineer I34C !Technical Editor l3SC !Technical Writer 136C !Test Engineer I36C- I Test Engineer (Entry Level) (bl(4)

J36C-2 Test Engineer (Journeyman) 136C-3 Test Engineer (Senior) 137C Training Specialist 137C-I Training Specialist (Entry Level) (b)(4) 137C-2 Training Specialist (Journeyman) 137C-3 Training Specialist (Senior) l38C Voice/Data C ommunications En..£!necr 138C-I Voice/Data Communications Engineer (Entry Level) (b)(4) l38C-2 Voice/Data Communications Engineer (Journeyman)

J38C-3 !Voice/Data Communications Engineer (Senior) l38C-4 IVoice/Data Communications En~neer (Master) 139C !Web Content Anal_tst 140C !Web Des~ner

SECTION J, ATTACHMENT 2 COMPANY NAl'1E: ActioNet, Inc.

SOLICITATION NO.: TQ2006MCB0002 GOVERNMENT SITE LABOR ID# LABOR CATEGORY Year I Year 2 Year 3 Labor Rate I Labor Rate I Labor Rate Year 4 Labor Rate I Year 5 Labor Rate Year 6 Labor Rate I Year 7 Labor Rate I Year 8 Labor Rate Year 9 Labor Rate I Year 10 Labor Rate IOIG- 1 IO l G-2 IO l G-3 102G l02G- I l02G-2 102G-3 102G-4 103G !Applications Systems Analyst l03G- I A lications S stems Anal st (Entr Level) (b)(4) l03G-2 Applications Systems Analyst (Journeyman)

I03G-3 IApplications Systems Analyst (Senior) l03G-4 JApplications Systems Analyst (Master) 104G !Business Process Consultant I0SG !Business Systems Analyst 106G IChiefinfom1ation Security Officer 107G 108G Computer Forensic and Intrusion Analyst 109G Configuration Management Specialist l09G- I Configuration Management Specialist (Journeyman) l09G-2 Configuration Management Specialist (Senior) l09G-3 Configuration Management Specialist (Master)J

!JOG Data Architect 111G Data Warehousin:

I ll lG- 1 !Data Warehousing Specialist (Entry Level) l(b)(4)

I IIG-2 I llG-3 Data Warehousing Specialist (Senjor)

I IIG-4 Data Warehousing Specialist (Master) 112G Database Specialist I 12G- 1 I 12G-2 l 12G-3 I 12G-4 113G IDisast er Recovery Specialist I I l 3G- l IDisaster Recovery Specialist (Journeyman) I(b)(4) 113G-2 114G

SECTION J, ATTACHMENT 2 COMPANY NAl'1E: ActioNet, Inc.

SOLICITATION NO.: TQ2006MCB0002 GOVERNMENT SITE LABOR ID# LABOR CATEGORY Year I Year 2 Year 3 Labor Rate I Labor Rate I Labor Rate Year 4 Labor Rate I Year 5 Labor Rate Year 6 Labor Rate I Year 7 Labor Rate I Year 8 Labor Rate Year 9 Labor Rate I Year 10 Labor Rate ERP Business/Architectural Specialist 117G 118G 119G 120G 121G 12IG- I 121G-2 121G-3 121G-4 122G 122G- l *ell 122G-2 ,anl 122G-3 123G Information Assurance/Security Specialist 123G- l Information Assurance/Security Specialist (b)(4)

(Entry Level) 123G-2 Information Assurance/Security Specialist (Journeyman) 123G-3 Information Assurance/Security Specialist (Senior) 123G-4 Information Assurance/Security Specialist (Master) 124G 125G Modeling_ and Simulation Specialist 126G Network S1 I 126G- I !Network Specialist (Entry Level) pi)i'[,ii" 126G-2 l26G-3 126G-4 127G 128G 129G l 29G- l Qualit Assurance S ecialist (En Level) (b) (4)

I29G-2 Quality Assurance Specialist (Joumevmanl 129G-3 129G-4 Assurance S1 130G Research Analyst 131G Strategic/Capital Planner

SECTION J, ATTACHMENT 2 COMPANY NAl'1E: ActioNet, Inc.

SOLICITATION NO.: TQ2006MCB0002 GOVERNMENT SITE LABOR ID# LABOR CATEGORY Year I Year 2 Year3 Labor Rate I Labor Rate I Labor Rate Year 4 Labor Rate I Year 5 Labor Rate Year 6 Labor Rate I Year 7 Labor Rate I Year 8 Labor Rate Year 9 Labor Rate I Year 10 Labor Rate

! 132G !Subject Matter Expert ]

Qlf4 I 32G- I Joumeymanl 132G-2 (Senior) 132G-3 ISubiect Maner Expert (Master) 133G !Systems Enirineer 134G !Technical Editor 135G Technical Writer 136G 136G- l I 36G-2 I 36G-3 137G 137G- l I 37G-2 137G-3 138G Voice/Data Communications En2ineer 138G- l Voice/Data Communications Engineer (Entry l(b)(4)

Levell I 38G-2 Voice/Data Communications Engineer (Journeyman)

I 38G-3 Voice/Data Communications Engineer (Senior) 138G-4 Voice/Data Communications Engineer (Master) 139G Web Content Analyst 140G Web Designer