0% found this document useful (0 votes)
1K views18 pages

USCA21Q0014

This document is a solicitation/contract for IT support services for the Administrative Office of the U.S. Courts. It establishes a blanket purchase agreement (BPA) with a 5-year ordering period to provide a broad range of IT services and solutions to fulfill the IT needs of the judiciary nationwide. The BPA will award to at least 3 contractors and all orders under the BPA can be firm-fixed price, labor hour/time and materials, or a hybrid. The statement of work indicates the contractor will provide full IT services, expertise, solutions, and support to the Administrative Office and all parts of the Federal Judiciary.

Uploaded by

rman
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
1K views18 pages

USCA21Q0014

This document is a solicitation/contract for IT support services for the Administrative Office of the U.S. Courts. It establishes a blanket purchase agreement (BPA) with a 5-year ordering period to provide a broad range of IT services and solutions to fulfill the IT needs of the judiciary nationwide. The BPA will award to at least 3 contractors and all orders under the BPA can be firm-fixed price, labor hour/time and materials, or a hybrid. The statement of work indicates the contractor will provide full IT services, expertise, solutions, and support to the Administrative Office and all parts of the Federal Judiciary.

Uploaded by

rman
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 18

USCA21Q0014 - Page 1 of 18

SOLICITATION/CONTRACT/ORDER 1. REQUISITION NUMBER


ADT190004
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24 & 30
2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE
USCA21Q0014 DATE
04/01/2021

7. FOR INFORMATION CALL: a. NAME b. TELEPHONE NUMBER (No collect calls) 8. OFFER DUE DATE / LOCAL
Myisha Williams 202-502-2929 TIME
04/30/2021
14:00:00
9. ISSUED BY CODE PMD 10.
Procurement Management Division
Administrative Office of the United States Courts
One Columbus Circle, N.E.
Suite 3-250 NOT USED
Washington, DC 20544-0001

11. DELIVERY FOR FOB DESTINATION 12. DISCOUNT TERMS 13. 14. METHOD OF SOLICITATION
UNLESS BLOCK IS MARKED

NOT USED X RFQ RFP


SEE
SCHEDULE

15. DELIVER TO CODE ADT 16. ADMINISTERED BY (if other than Block 9) CODE
Department of Technology Services
Administrative Office of the United States Courts
One Columbus Circle, N.E.
Suite 3-170
Washington, DC 20544-0001
17a. CONTRACTOR/ CODE FACILITY 18a. PAYMENT WILL BE MADE BY CODE AO_COTR
OFFEROR CODE RUANNE A. JOHNSON
Administrative Office of the U.S. Courts
Vendor Management Staff, DTS
One Columbus Circle NE
Washington, DC 20544-0001

Telephone No.
18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS
17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN
OFFER CHECKED

19. ITEM NO. 20. SCHEDULE OF SUPPLIES/SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT

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

0001 ORDERING PERIOD - JITS - IT Support Services 1.000000 Each

Period of Performance: 08/01/2021 to 07/31/2026

25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only)

27. Applicable terms and conditions are as stated in the continuation pages.

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

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

30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF THE CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED

AUTHORIZED FOR LOCAL REPRODUCTION


PREVIOUS EDITION IS NOT USABLE
USCA21Q0014 - Page 2 of 18

19. 20. 21. 22. 23. 24.


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

32a. QUANTITY IN COLUMN 21 HAS BEEN

RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: _________________________________

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

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

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED 36. PAYMENT 37. CHECK NUMBER
CORRECT FOR
COMPLETE PARTIAL FINAL
PARTIAL FINAL
38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 42a. RECEIVED BY (Print)
41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE
42b. RECEIVED AT (Location)

42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS


USCA21Q0014 - Page 3 of 18

A-1 Blanket Purchase Agreement


Pursuant to GSA Federal Supply Schedule Contract Number ____________________, and Federal Acquisition
Regulation (FAR) 8.405-3 - Blanket Purchase Agreements (BPAs), the Contractor agrees to the following terms
of a BPA EXCLUSIVELY WITH: See Clause I-1000.

The BPA includes a five (5) year ordering period and will be reviewed annually.

This BPA expires at the end of the ordering period or at the expiration of the contractor's GSA MAS contract. If
the BPA extends beyond a contractor team in accordance with a GSA Schedule Contractor Team Arrangement
(CTA) pursuant to FAR 8.403(b), then the BPA will also expire at the expiration of any team member's GSA
MAS contract.

This requirement is to award at least three (3) Blanket Purchase Agreements (BPAs) for the Administrative Of-
fices of the US Courts (AO) for Information Technology (IT) Technical Support and Services.

All BPA Calls shall be Firm-Fixed Price, Labor Hour/T&M or Hybrid. The Government anticipates a prepon-
derance of Firm Fixed Price BPA Calls.

Descriptions/Specifications/Statement of Work

C-1 Statement of Work


C.1 Purpose
The AO seeks to establish a Judiciary IT Services (JITS) Multiple Award Blanket Purchase Agreement (BPA)
designed to offer a broad range of services and solutions to fulfill IT service needs.

C.1.1. Scope
The Contractor shall provide a full range of IT services, technical and management expertise, information tech-
nology solutions/capabilities, and shall support the judiciary nationwide (Administrative Office of the United
States Courts (AO) and all Judiciary entities to include the Federal Judicial Center (FJC), U.S. Courts, and other
entities within the Federal Judiciary). Contractors shall furnish the necessary personnel, materials, equipment,
facilities, travel, and other services required to satisfy the mission. The BPA is intended to satisfy a full range of
IT Infrastructure, including:
1. Leverage new technologies and applications, best practices, and IT infrastructure;
2. Create new applications and recommend new technologies as they emerge;
3. Provide expert support with configuring and managing computer equipment and networks, in training
users, and in improving systems and network security;
4. Architect, design, and develop solutions that enable the rapid realization of new or changed requirements;
5. Develop solutions that are secure in accordance with AO standards and industry best practices.
6. Provide recommendations on successfully measuring and continually improving customer service and sat-
isfaction.
C.1.2 Independent Verification and Validation (IV&V)
The scope of this BPA does not inlcude IV&V.

C.1.3 Background
The AO handles administrative business of the US Courts, including adopting life-cycle management policies
and procedures to promote the effective acquisition, development and management of Information Technology
(IT) Systems. Due to the AO's mission, shift work may be required for services. If applicable, such needs will
be identified at the BPA Call level.

C.2 Service Delivery and Program Support Services


USCA21Q0014 - Page 4 of 18

The Contractor shall provide the following type of support services. Specific requirements will be identified at
the BPA Call Level.

C.2.1 Service Development, Management, and Operations


Service Development, Management, and Operations includes the design and development of services and man-
agement processes by identifying and recommending the changes and improvements necessary to increase or
maintain value to customers over the lifecycle of services, the continuity of services, achievement of service
levels and conformance to standards, policies, and regulations.

C.2.2 IT Program Management Support


IT Program Management Support includes the development and maintenance of program and project plans,
standard operating procedures, contingency plans, continuity of operations, portfolio management, researching
and providing recommendations on best practices to improve areas within IT program management; evaluating
issues and providing recommendations related to program cost, schedule, and performance.

C.2.3 Project Management


Project Management support includes planning, organizing, motivating, and controlling resources to achieve
specific goals in accordance with the Information Technology Project Management Framework (ITPM) which
provides guidance and direction throughout the project lifecycle (initiating, planning, controlling, executing,
and closing for all phases of the system development life cycle for IT projects). (Reference Attachment 7 AO
ITPM Framework).

C.2.4 IT Planning
IT Planning includes identifying, evaluating, and recommending solutions that include modification and process
re-engineering of existing systems to encourage and facilitate the development of integrated systems, provide
added functionality and improve productivity, while taking into account all applicable federal standards and
procedures and the organization’s standards and policies; supporting enterprise architecture planning, migration
planning, implementation governance, and technology architecture.

C.2.5 Agile Development


Agile support activities include software design, development, integration, and implementation including,
concept development, planning, requirements definition and analysis, design and development, coding and test-
ing, documentation, integration, implementation following Agile software development approach where solu-
tions evolve through collaboration between self-organizing, and cross-functional teams. Agile practices apply to
all phases of the software development life cycle support through deployment.

C.2.6 Requirements Definition and Analysis


Requirements Definition and Analysis includes gathering, analyzing, and documenting functional and sys-
tem requirements and determining their relative importance to users.

C.2.7 Systems and Database Design


Systems and Database Design includes creating a design approach, alternative design and analysis, impact ana-
lysis, map and maintain traceability of the design to requirements; develop user interfaces; identify the major
components and interfaces of the system; determine impact on workflow processes; and develop testing
strategies, test cases and testing plans.

C.2.8 Database Administration


Database support includes data dictionary design and establishment, performance monitoring and timing, data-
base reorganization, database backup and recovery, DBMS service utilities, DBMS software maintenance, disk-
space management and software planning and evaluation.

C.2.9 Systems Programming


Programming standards established by the requesting office shall be followed which includes preparing test
plans that outline all of the testing to be done and correct changes identified through peer review which valid-
USCA21Q0014 - Page 5 of 18

ates each program and module is operating satisfactorily.

C.2.10 Systems Development and Testing


System Development and Testing includes translating system specifications and detailed design documentation
into system components and initial development of a prototype of the system to be tested and evaluated before
the systems development effort; develop code, conduct peer reviews and provide summary progress of the de-
velopment effort; establish and maintain the integrity of baseline configuration, software version descriptions
and related documentation; establishing test and verification procedures to ensure system integrity so the system
meets functional requirements; and, conducting unit, system and integration testing to validate the system's cap-
abilities. Conduct performance testing to verify the system meets specific response time requirements and user
acceptance testing to verify that target user groups concur that the business objectives are met.

C.2.11 Systems Documentation


Systems Documentation includes the development of all documentation, including manuals, e.g., operations,
system maintenance, user and training, and plans, (e.g., system integration and site implementation). Documents
modified to take advantage of new methodologies, techniques and tools and follows the latest approved stand-
ards at the time of development of the system.

C.2.12 Systems Configuration Management


System Configuration Management includes the review of all software, hardware, network and application
changes and the identification of potential issues, conflicts or problems relating to the proposed changes, or the
timing of the changes.

C.2.13 User Training


User Training includes formal classroom instruction, computer or web-based instructions, and written instruc-
tion for in-house and commercial applications.

C.2.14 Systems Installation and Acceptance


Systems Installation and Acceptance includes lifecycle support through the development of prototype installa-
tion test plans, installation test reports and the preparation of systems manuals including operations, mainten-
ance and user manuals customized by site location.

C.2.15 Systems Operations, Support and Maintenance


Systems Operations, Support and Maintenance includes IT Operations and Maintenance (O&M) solutions, pro-
cesses, and procedures necessary to consistently sustain the AO’s systems.

C.2.16 End-User Support


End-user support includes a range of technical support in all areas of computer knowledge. Administered by the
service desk, end user support involves direct user communication by phone, text, email and person to person
support services delivered by Judiciary systems. Requests are logged and tracked in systems and processes for
tracking, troubleshooting, and follow up with customer requests is required.

C.2.17 Information and Cyber Security


Information and Cyber Security services include cyber threat intelligence, digital forensics, penetration testing,
and incident response, and require enhancing the IT security of data residing in computer files or during trans-
mission, assessing IT risks relating to privacy, fraud and abuse, and the adequacy of internal controls to elimin-
ate and/or mitigate risks to systems being built and ensure contingency plans cover system failure and recovery
procedures; the development of written procedures in case of disaster or other conditions that may severely af-
fect the provision of timely and efficient system services which includes evaluating and implementing encryp-
tion, authenticating users on a system, providing for digital signatures to ensure integrity of electronic messages
and files; the transition and authentication of testing plans for installing products within the existing client or-
ganization technology infrastructure and conduct formal Certification & Accreditation (C&A) efforts such as
C&A Documentation Preparation and C&A Testing for both legacy and new systems in accordance with stand-
ard security requirements (e.g. NIST, NIACAP and AO Directives, etc.);and the drafting of security policies
USCA21Q0014 - Page 6 of 18

and procedures and assist with implementation of these policies.

C.2.18 Contingency Planning - Continuity of Operations


Contingency Planning - Continuity of Operations includes the identification of various disaster scenarios and re-
commending response options to these scenarios, the development and testing of response scenarios, the valida-
tion of existing COOP premises and evaluate operational tests of new and existing COOPs including outlining
proposed revisions for the COOP, analyzing impacts of revisions on organizational and technical issues; draft-
ing updated COOPs for internal technical review by client organization personnel; applying revisions to the
COOP based on this review; conducting a summary review of the revised COOP with the client organization;
providing technical support and related contingency orientation of client organization personnel before and dur-
ing execution of the test plan, and developing contingency test evaluation reports to include recommendations
for improvements to the test plan and the COOP.

C.2.19 Data Warehousing / Data Mining


Data Warehousing/Data Mining includes developing data warehouses to collect transaction data to allow for
easier and faster querying and reporting, designing an environment that allows non-technical personnel to write
and maintain queries and reports, and/or to provide a means to speed up the writing and maintaining of queries
and reports by technical personnel; recommending solutions to simplify the process required to query and report
data from multiple systems and/or external sources and/or data stored for query/report purposes only; develop-
ing data mining models to allow clients to make better use of the data in their databases by using a combination
of machine learning, statistical analysis, modeling techniques and database technology to find patterns and
subtle relationships in data and infers rules that allow the prediction of future results.

C.2.20 Records/Document Management and Information Distribution


Records/Document Management and Information Distribution includes management and distribution of records
and documents through the development of automated tools to gain control over revision cycles, track revision
history, set user authorizations, enable multiple department communications and data-sharing, and store
metadata about an organization’s documents to assist in search and retrieval. Automated tools may also provide
the ability to import, assemble, store, and reuse information from any source (data, text, spreadsheets, graphics,
images, CAD, voice, video); and, giving users intelligent access to information from any source for viewing or
virtually any computer platform.

C.2.21 IT Business Process Re-engineering


IT Business Process Re-engineering includes analyzing the processes used to generate desired outcomes with a
possible revamping of the entire approach, drafting feasibility studies, process modeling, business event model-
ing, organization design, business strategy, and change management documentation.

C.2.22 Systems and Information Engineering


System and Information Engineering includes support for operational systems oriented to enhancing operations
of hardware and software systems; collecting and analyzing systems information, diagnosing problems and de-
veloping recommendations to resolve problems, preparing and executing disaster recovery procedures; compil-
ing and aggregating data to produce statistical trend analysis reports; and developing and implementing an audit
strategy to ensure the integrity and confidentiality of data.

C.2.23 Data Conversion


Data Conversion includes migration services, moving data between existing client organization systems and
between existing and new systems across operating systems and/or hardware platforms or between different
databases; creating file inventories, developing procedures for, and conducting data conversions and ports, and
acceptance testing activities, developing procedures and proposed methods for performing file migration with
minimum disruption to end-users.

C.2.24 Systems Conversion


Systems Conversion support includes converting systems from current environments to new ones including
newer evolving/evolved web-based technologies, developing specifications, programs, tests and documentation.
USCA21Q0014 - Page 7 of 18

Legacy systems may also be selected for the development of new front-end user interfaces.

C.2.25 COTS Integration


COTS Integration includes recommending and implementing COTS solutions for configuring COTS database
tables, parameters, interfaces, designing, developing and testing reports, interfaces, conversions, extensions and
forms.

C.2.26 Systems Integration


Systems Integration includes analyzing the distribution of functionality across systems, developing system in-
terface concepts, designs and specifications, and developing specifications and standards for information trans-
fer between systems.

C.2.27 Interoperability Verification and Testing


Interoperability Verification and Testing includes ensuring access to existing mainframes and servers, compat-
ibility with operating systems, COTS software and client organization applications, and communications and
telecommunications systems and will be used to ensure interoperability with existing systems.

C.2.28 Technology Refreshment/Infusion


Technology Refresh/Infusion includes evaluating the organization’s operational use of Information Technology
and identify areas of aging technology or areas where current and upcoming state-of-the-art technology would
enhance the organization’s operation. This includes identification of the operational components evaluated, spe-
cific descriptions of the enhancements possible if the recommended technology were infused into the organiza-
tion, and identification of the technology available to realize the enhanced capability.

C.2.29 Telecommunications Operations, Administration and Management (OA&M)


Telecommunications OA&M includes providing network support by maintaining the system configuration, in-
ventory of software/equipment and assignment of network addresses; tracking performance data such as adher-
ence to SLAs and network capacity monitoring; diagnosing and repairing faults; maintaining secure network
operations, and coordination of all these functions.

C.2.30 Infrastructure Systems Support Services


Infrastructure Systems support services includes the operational and administrative systems for WAN/ LAN
routing and switching systems, security systems such as firewalls and intrusion detection/prevention systems,
load balancers, virtual resource managers (DNS, IP Addresses, DHCP, etc.), utility services (Time, DNS, Virus
Definition distribution, patching, system administration, logging, monitoring, management, common UI admin-
istration, etc.), virtual environment/machine management environments, database environments, application
hosting environments, common text and video messaging environments, common user/identity repositories, col-
laboration environments, trouble ticketing systems, file sharing environments and other systems which provide
a common infrastructure solution for multiple components.

Applicable Clauses

Clause(s) Incorporated By Reference, see Clause B-5


Clause Title Date
1-1 Employment by the Government JAN 2003
1-5 Conflict of Interest AUG 2004
1-10 Gratuities or Gifts JAN 2010
1-15 Disclosure of Contractor Information to the Public AUG 2004
USCA21Q0014 - Page 8 of 18

Clause Title Date


2-55 Privacy or Security Safeguards JAN 2003
2-80 Judiciary Property JAN 2003
7-1 Contract Administration JAN 2003
7-5 Contracting Officer's Representative APR 2013
7-20 Security Requirements APR 2013
7-25 Indemnification AUG 2004
7-30 Public Use of the Name of the Federal Judiciary JUN 2014
7-40 Judiciary-Contractor Relationships JAN 2003
7-45 Travel APR 2013
7-55 Contractor Use of Judiciary Networks JUN 2014
7-70 Judiciary Property Furnished "As Is" APR 2013
7-80 Competition in Subcontracting JAN 2003
7-130 Interest (Prompt Payment) JAN 2003
7-140 Discounts for Prompt Payment JAN 2003
7-205 Payment for Judiciary Holidays APR 2013
7-210 Payment for Emergency Closures APR 2013
7-235 Disputes JAN 2003

B-5 Clauses Incorporated by Reference OCT 2010


This procurement incorporates one or more clauses by reference, with the same force and effect as if they were
given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a
clause may be accessed electronically at this address:
http://www.uscourts.gov/procurement.aspx.
(END)

F-1 BPA Quarterly Status Report


The Contractor shall provide the BPA Status report in accordance with Attachment 10 Quarterly Status Report
for all issued BPA Calls. This report is due by the 10th business day of the month following the end of each
fiscal quarter.

G-1 BPA Administration


G.1 General
The Contractor shall be responsible for managing and overseeing the activities of the BPA including contractor
personnel, and subcontractor efforts in accordance with FAR 52.244-2, used in the performance of BPA Calls.
The Contractor’s management responsibilities shall include all activities necessary to ensure the accomplish-
ment of timely and effective support performed in accordance with Section C.2.

G.2 Project Managers and Task Manager


Depending on the nature, size, and complexity of the services required, the Contractor may be required to desig-
nate a Project Manager or Task Manager who shall be the primary point of contact for the respective BPA Call
CO and BPA Call COR, and responsible for ensuring BPA Call compliance and satisfactory performance, with
USCA21Q0014 - Page 9 of 18

the authority and ability to quickly resolve contractor personnel issues pertaining to contract administration and
BPA procedures.

Project Managers shall have a Project Manager Professional (PMP) certification or at least 5 years of equivalent
experience. Task Managers shall meet the requirements identified in Attachment 2 Labor Category Descrip-
tions.

G.3 BPA Point of Contact (POC)


The Contractor shall provide the Government with a POC for the CO and the BPA COR to contact for all ad-
ministrative matters of the BPA. The POC is not a labor category.

G.4 Contractor's Staff Trainings


(a) All Contractor personnel performing under this BPA shall complete the annual AO Security Aware-
ness Training. The AO Security Awareness Training course takes approximately one (1) hour to complete. The
Contractor shall perform ongoing assessments of their staff’s technical capability to ensure they are appropri-
ately trained and qualified to operate in the current environment at the U.S. Courts. This includes assess-
ments after any new tool(s) are introduced to the U.S. Court’s environment. The Government will not pay
for training for Contractor staff and will not pay for Contractor staff to attend training or
vendor conferences. Attendance at Government sponsored conferences (non-training related) may be required
as directed by the COR.

(b) The Contractor shall ensure (at no additional cost to the Government) that all Contractor personnel are
trained, credentialed, skilled, and otherwise fit to provide services in accordance with the requirement of each
BPA Call.

G.5 Contractor Screening Guidance, Onboarding, and Confidentiality Agreements


Prior to a contractor employee onboarding, an employee must complete forms as specified in Section I, Clause
7-20 Security Requirements. The forms required will be identified at the BPA Call level and will be identified
based on the level of access needed.

G.6 Staffing
(a) The Contractor shall provide only personnel who are properly vetted, qualified and competent to perform
their assigned work and who possess the basic qualifications for each labor category listed in Section J Attach-
ment 2 Labor Category Descriptions. In addition to the basic qualifications, specific expertise will be required at
the BPA Call level.

(b) Contractor employees must be authorized to work in the U.S.

(c) The identified Risk Levels for all positions under this BPA are considered Low Risk - Tier 1 and Medium
Risk - Tier 2 for services provided to the Administrative Offices only. Information regarding Risk Levels is
provided in Section J Attachment 8 Suitability Policy.

G.7 Hours of Operation and Place of Performance


Most work performed under this BPA will be off-site or at the contractor's own facility. Work may also be per-
formed at Judiciary facilities when it is determined by the Government to be necessary, appropriate, and within
the bounds of Judiciary IT Security Guidelines or other relevant management or technical considerations.

Due to the 24/7/365 mission, some services shall require shiftwork for AO work only. Shift workloads are sub-
ject to change based on business needs and resource availability. Support services shall be required during AO
holidays, Administrative days and when AO is closed for inclement weather. Such needs will be identified at
the BPA Call level.

In the event the Government grants administrative leave to its employees, the contractor shall continue perform-
ance.
USCA21Q0014 - Page 10 of 18

G.8 Government Furnished Property (GFP)


Any items of GFP, to be furnished by the Government will be identified at the BPA Call level.

G.9. BPA Call Report


The following reports may be required at the BPA Call Level:

a) BPA Call Status Report

b) Government Furnished Property Report

c) Monthly Status Report - see Attachment 11 Monthly Status Report Format

d) Incident Notification Report - see Attachment 12 Incident Notification Report Format

e) Funding Expenditure Report - see Attachment 13 Funding Expenditure Format (only for non-FFP BPA Calls,
and only for non-FFP CLINs on hybrid BPA Calls).

H-1 Ordering
Blanket Purchase Agreement (BPA) Calls will be placed by Contracting Officers at the judiciary organizations
detailed in § 110.40 (a) of Volume 14 of the Guide to Judiciary Policy. Orders will be placed against this BPA
via the issuance of written orders.

Use of the Government Purchase Card is not authorized.

This BPA does not obligate any funds.

The estimated value of all BPAs in the JITS program collectively is $1.5B across all BPAs awarded. Therefore,
for administrative purposes the estimated value for this specific BPA is also $1.5B.

All services under this BPA must be accompanied by written BPA Calls that must contain the following inform-
ation as a minimum:

(a) Name of Contractor;


(b) Contract Number;
(c) BPA Number;
(d) Contract Line Item Number (CLIN);
(e) Order Number;
(f) Date of Purchase;
(g) Price,
(h) Period of Performance or delivery date.

The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an in-
consistency between the clauses of this BPA and the BPA Call, the clauses of this BPA will take preced-
ence. Any BPA Call issued against this agreement shall become binding by written acceptance, or upon per-
formance by the Contractor.

Process of Awarding BPA Calls


The Judiciary intends for all BPA Calls to be competitively awarded. All BPA Calls shall be ordered in accord-
ance with FAR 8.405-3 (c)(2): Ordering from BPAs; Multiple-award BPAs. Any resulting BPA Call issued un-
der this BPA shall be in accordance with FAR 8.404.

I-1 Clause 7-35 Disclosure or Use of Information (DEVIATION)


USCA21Q0014 - Page 11 of 18

Item (a) under clause 7-35 Disclosure or Use of Information states: Judiciary information made available to the
contractor for the performance or administration of this contract shall be used only for those purposes and shall
not be used in any other way without the written agreement of the contracting officer. This clause takes preced-
ence over and is an explicit limitation to the rights enumerated in section (d)(2) of Clause 6-60, Rights in Data –
General. For this BPA and resulting call orders, the reference to section (d)(2) clause 6-60, Rights in Data-
General is replaced with FAR 52.227-14(d)(2). All other sections of Clause 7-35 remain the same.

2-65 Key Personnel APR 2013


(a) Individuals identified below as key personnel and accepted for this contract are expected to remain dedicated
to this contract. However, in the event that it becomes necessary for the contractor to replace any of the indi-
viduals designated as key personnel, the contractor shall request such substitutions in accordance with this
clause. Substitution of key personnel will be considered under the following circumstances only:
(1) All substitutes shall have qualifications at least equal to those of the person being replaced.
(2) All appointments of key personnel shall be approved in writing by the contracting officer, and no substitu-
tions of such personnel shall be made without the advance written approval of the contracting officer.
(3) Except as provided in paragraph (4) of this clause, at least 30 days (60 days if security clearance is required)
in advance of the proposed substitution, all proposed substitutions of key personnel shall be submitted in writ-
ing to the contracting officer, including the information required in paragraph (5) of this provision.
(4) The following identifies the requirements for situations where individuals proposed as key personnel be-
come unavailable because of sudden illness, death or termination of employment. The contractor shall within 5
work days after the event, notify the contracting officer in writing of such unavailability. If the event happens
after award, the contracting officer will determine if there is an immediate need for a temporary substitute and a
continuing requirement for a permanent substitute for the key personnel position. The contracting officer will
promptly inform the contractor of this determination. If the contracting officer specifies that a temporary substi-
tute is required, the contractor shall as soon as is practical identify who will be performing the work as a tem-
porary substitute. The temporary substitute will then start performance on a date mutually acceptable to the con-
tracting officer and the contractor. Within 15 work days following the event, if the contracting officer specifies
that a permanent substitute is required, the contractor shall submit, in writing, for the contracting officer's ap-
proval, the information required in (5) and (6) below, for a proposed permanent substitute for the unavailable
individual. The approval process will be the same as (7) below.
(5) Request for substitution of key personnel shall provide a detailed explanation of the circumstances necessit-
ating substitution, a resume of the proposed substitute, and any other information requested by the contracting
officer to make a determination as to the appropriateness of the proposed substitute's qualifications. All resumes
shall be signed by the proposed substitute and his/her formal (per company accepted organizational chart) direct
supervisor or higher authority.
(6) As a minimum (or as otherwise specified in the solicitation), resumes shall include the following:
(a) name of person;
(b) functional responsibility;
(c) education (including, in reverse chronological order, colleges and/or technical schools attended (with dates),
degree(s)/certification(s) received, major field(s) of study, and approximate number of total class hours);
(d) citizenship status;
(e) experience including, in reverse chronological order for up to ten years, area(s) or work in which a person is
qualified, company and title of position, approximate starting and ending dates (month/year), concise descrip-
tions of experience for each position held including specific experience related to the requirements of this con-
tract; and
(f) certification that the information contained in the resume is correct and accurate (signature of key person and
date signed, and signature of the supervisor or higher authority and date signed will be accepted as certifica-
tion).
(7) The contracting officer will promptly notify the contractor in writing of his/her approval or disapproval of
all requests for substitution of key personnel. All disapprovals will require re-submission of another proposed
substitution within 15 days by the contractor.
(b) The following individuals are designated as key personnel under this contract:
[Contracting Officer to add names upon contract award]
USCA21Q0014 - Page 12 of 18

(END)

7-10 Contractor Representative JAN 2003


(a) The contractor's representative to be contacted for all contract administration matters is as follows
(contractor complete the information):
Name: ___________________________________________________________________________
Address: ___________________________________________________________________________
Telephone: ___________________________________________________________________________
Email: ___________________________________________________________________________
Fax: ___________________________________________________________________________

(b) The contractor's representative shall act as the central point of contact with the judiciary, shall be respons-
ible for all contract administration issues relative to this contract, and shall have full authority to act for and leg-
ally bind the contractor on all such issues.
(END)

7-125 Invoices APR 2011


(a) Invoices shall be submitted to the address (physical or e-mail) specified in this contract and in accordance
with any schedule for payments set forth elsewhere under this contract.
(b) The office that will make payments due under this contract will be designated in the contract at the time of
contract award.
(c) To constitute a proper invoice, the billing document shall include the following information and/or attached
documentation:
(1) name of business concern and such business's Taxpayer Identification Number;
(2) period(s) covered by invoice and invoice date;
(3) purchase order or contract number or other authorization for delivery of property or services, e.g., delivery/
task order number for orders under indefinite delivery contracts;
(4) for each line item - general description of product delivered or services rendered, measured unit, and associ-
ated price;
(5) any applicable payment discount terms;
(6) total amount billed;
(7) a subtotal of any and all fees or credits applied to the invoice;
(8) an amount due (if any) or credit balance;
(9) name (where practicable), title, phone number, fax number, and complete mailing address of the responsible
official to whom payment is to be sent. The "remit to" address shall correspond to the remittance address in the
contract;
(10) other substantiating documentation or information as required by the purchase/delivery/task order or con-
tract;
(11) all follow-up invoices shall be marked "Duplicate of Original." Contractor questions regarding payment in-
formation or check identification shall be directed to the relevant paying authority specified in the contract.
(end)

7-125 Alt I Invoices JAN 2003


Substitute the following for paragraph (c)(4) of the basic clause:
(4) All invoices for services under this agreement shall indicate in detail the following:
(i) person performing service each day by hour and part of an hour;
(ii) services performed each day by hour and part of an hour;
(iii) rates and charges for each service so detailed; and
(iv) individual expenses charged, if allowed under this agreement.
Note: Minimum charges for portions of an hour may be allowed, if such a charging practice has been disclosed
before award of this agreement.
(END)
USCA21Q0014 - Page 13 of 18

List of Attachments

Identifier Title Date Number


of Pages
1 Attachment 1_BPA Pricing Workbook 04/01/2021
2 Attachment 2_Labor Category Descriptions 04/01/2021
3 Attachment 3_Sample BPA Call 1 EOC 04/01/2021
4 Attachment 4_Sample BPA Call 2 CMSO 04/01/2021
5 Attachment 5_Sample BPAC Pricing EOC 04/01/2021
6 Attachment 6_Sample BPAC Pricing CMSO 04/01/2021
7 Attachment 7_AO ITPM Framework 04/01/2021
8 Attachment 8_Suitability Policy 04/01/2021
9 Attachment 9_Software Hardware Products 04/01/2021
10 Attachment 10_Quarterly Status Report Template 04/01/2021
11 Attachment 11_Monthly Status Report Format 04/01/2021
12 Attachment 12_Incident Notification Report Format 04/01/2021
13 Attachment 13_Funding Expenditure Format 04/01/2021

Instructions to Offerors or Respondents

Provision(s) Incorporated By Reference, see Provision B-1


Clause Title Date
3-210 Protests JUN 2014
7-60 Judiciary Furnished Property or Services JAN 2003

B-1 Solicitation Provisions Incorporated by Reference OCT 2010


This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as
if they were given in full text. Upon request, the contracting officer will make their full text available. The of-
feror is cautioned that the listed provisions may include blocks that must be completed by the offeror and sub-
mitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify
the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also,
the full text of a solicitation provision may be accessed electronically at this address:
http://www.uscourts.gov/procurement.aspx.
(END)

L-1 Instructions, Conditions and Notice to Quoters


1. General Instructions and Information
This section provides general guidance for preparing quotations as well as specific instructions on format
and content. Quoters' quotations must include all information requested and must be submitted in accordance
with these instructions. It is the Quoter's responsibility to ensure the completeness of the quotation. Inconsisten-
cies among the parts of each quotation shall be explained. Any unexplained inconsistency may raise a funda-
mental question of the Quoter's understanding of the requirement and/or ability to perform. With respect to
price, the burden of proof for price credibility rests with each Quoter. Failure to furnish a complete quotation, at
the time of submission, may result in the quotation being eliminated from consideration for award.

IAW FAR 8.405-3(d)(3), Contractors may be awarded BPAs that extend beyond the current term of their GSA
Schedule contract, as long as there are option periods in their GSA Schedule contract that, if exercised, will
USCA21Q0014 - Page 14 of 18

cover the BPA’s period of performance. Therefore, if a quoter’s contract has period of performance, inclusive
of options, that is insufficient for the term of the BPA (as if all options were exercised), then that contractor will
be ineligible for award. This also applies to all teaming partners and to any subcontractors utilizing their GSA
schedule contract.

2. Questions and Point of Contact


Address all questions or concerns in writing and submit electronically by email to the Contract Specialist, My-
isha Williams at Myisha_Williams@ao.uscourts.gov and cc: Contracting Officer, Christina Carter-Kurant at
Christina_Carter-Kurant@ao.uscourts.gov. All inquiries must be made in writing and submitted electronically
to e-mail address by April 8, 2021 by 12:00:00 PM ET. Please make sure to annotate the solicitation number in
the subject line.

3. Quotation Submission Date


Unless otherwise amended, quotations are due no later than the time and date specified in the Solicitation Form
in Block 8 (Eastern Time), submitted in accordance with the instructions herein. All quotes must be submitted
electronically by email to the Contract Specialist, Myisha Williams at Myisha_Williams@ao.uscourts.gov and
cc: Contracting Officer, Christina Carter-Kurant at Christina_Carter-Kurant@ao.uscourts.gov. Late quotations
may be rejected from consideration. It is the Quoter's responsibility to confirm the Government has received the
quote.

Quotes: The Quoters' quotes shall include the following:


a) Signed copy of the Solicitation Form.
b) Signed copy of the Standard Form 30 if any amendments are issued against this RFQ.
c) Quoter's DUNS number, Cage Code, and Tax ID number.
d) Contractor Teaming Arrangements, if any.
e) Technical Volume.
f) Price Volume.

4. Quotation Clarity
The quote shall be clear, concise, and include sufficient detail for effective evaluation and for substantiating
the validity of stated claims. The quote shall not simply rephrase or restate the Government's requirements,
but rather shall provide convincing rationale to address how the Quoter intends to meet the requirements.
The Quoter shall assume that the Government has no prior knowledge of the Quoter's capabilities and experi-
ence, and will base its evaluation on the information presented in its quote. The Government intends to
make award on the basis of the initial quotations received, without conducting negotiations. Although, the Gov-
ernment reserves the right to conduct discussions, if deemed in the Government's best interest.

5. Restrictions on Disclosure and Use of Quote


A quote may include data, such as technical designs or concepts, financial data, or management plans that
the Quoter does not want disclosed to the public for any reason, or used by the Government for any purpose
other than quote evaluation and contract award. If the Quoter wishes to restrict the quotation, the Quoter shall
mark it accordingly.

6. Quotation Format/Information
6.1 Page Size and Limitation
Page size shall be 8.5 x 11 inches, not including foldouts. Pages shall be single-spaced. Except for the repro-
duced sections of the solicitation document, the text size shall be no less than Times New Roman 10 point. Use
at least 1-inch margins on all sides of each page. Pages shall be numbered sequentially by volume. The submit-
ted quote is limited to 30 pages in total including all attachments, and tables. The Solicitation Form, SF 30, the
quoters' GSA FSS Contract, and pricing schedule spreadsheet are exempted from the page limitation.

6.2 Electronic Submission


All quotations must be submitted electronically by the date and time indentified in the solicitation form. Quota-
tions must be valid at least 120 days after the due date for the receipt of quotations. The electronic copies of the
USCA21Q0014 - Page 15 of 18

quotation shall be submitted in a format readable and usable by Microsoft Office 365 suite (MS Word, MS Ex-
cel, PowerPoint); or an Adobe Acrobat PDF. Volume II -Price, is to be submitted completing the Attachment 1
BPA Pricing Workbook, Attachment 5 Sample BPAC Pricing EOC and Attachment 6 Sample BPAC Pricing
CMSO, in accordance with Quotation Content, Volume II. All price quotes submitted in MS Excel spreadsheets
shall be unlocked. Hidden fields, comments, macros, etc., shall be omitted. The files shall be consistent and uni-
formly named to allow for easy distinction by Volume, Tab, etc. Inclusion of company name or abbreviation is
acceptable. The use of hyperlinks in quotes is prohibited, including links to external data stores. The following
file extensions are not allowable and application materials/data submitted with these extensions cannot be con-
sidered: .bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, html, mhtml, and .zip files. The entire quote sub-
mission including all files shall not exceed 10 MBs.

6.3 Exceptions or Assumptions to Terms and Conditions


Quoters are advised that taking exception to any of the requirements specified in this solicitation may result
in the quotation being found unacceptable. Since the Government reserves the right to award without discus-
sions, Quoters run the risk of their quotations being found deficient as a result of exceptions to solicitation re-
quirements. Clarification of Government requirements and any contractor assumptions should be handled by
submitting a question/recommended change prior to the due date for said questions. All assumptions/clarifica-
tions must be finalized prior to award. If the Quoter still finds it necessary to take exception to any of the re-
quirements specified in this solicitation, clearly indicate each exception in the appropriate volume and section
along with a complete explanation of why the exception was taken and what benefit accrues to the Government.
All exceptions to the solicitation requirements and all attachments and supporting rationale shall be identified
as such and consolidated into an overview section of the subject volume. An overview section is only required
if the Quoter takes exception to any requirement in the solicitation.

7. Quotation Content
The submitted quote shall consist of two (2) volumes. The Volumes are I –Technical Quote, and Volume II -
Price.

VOLUME I: TECHNICAL QUOTE


Part 1: Sample BPA Call Technical Approach Enterprise Operations Center (EOC)
Part 2: Sample BPA Call Technical Approach Case Management Systems Office (CMSO)
Part 3: BPA Management Approach

VOLUME II: PRICE QUOTE


Part 1: Quoted Pricing for Enterprise Operations Center (EOC) (Sample BPA Call)
Part 2: Quoted Pricing for Case Management Systems Office (CMSO) (Sample BPA Call)
Part 3: Completed BPA Pricing Workbook

VOLUME I: TECHNICAL QUOTE


Part 1: Sample BPA Call Technical Approach Enterprise Operations Center (EOC)
The Quoter's technical approach for Sample BPA Call 1 (EOC) shall address the quoter's understanding of the
task and its approach to accomplishing the work provided in Attachment 3 Sample BPAC 1 EOC of the solicita-
tion . This approach should address meeting milestones and delivery schedules contained within the tasks as
well as labor mix to be used to accomplish the tasks.

Part 2: Sample BPA Call Technical Approach Case Management Systems Office (CMSO)
The Quoter's technical approach for Sample BPA Call 2 (CMSO) shall address the quoter's understanding of the
task and its approach to accomplishing the work provided in Attachment 4 Sample BPAC 2 CMSO of the soli-
citation. This approach should address meeting milestones and delivery schedules contained within the tasks as
well as labor mix to be used to accomplish the tasks.

The Sample BPA Calls will not be executed under the BPA, and will not be awarded concurrently with the
award of the BPA.
USCA21Q0014 - Page 16 of 18

Part 3 - BPA Management Approach


The Quoter shall provide responses to demonstrate and understanding of the general requirements noted in Sec-
tion C from a managerial perspective and describe in detail the proposed management processes, methodolo-
gies, and procedures for ensuring an effective communications strategy with the AO, include processes used for
identifying, analyzing, correcting and communicating issues. In doing so, the Technical Quote shall describe
and provide a high-level management plan for organizing, staffing, and managing contractor staff, and any sub-
contractors and consultants proposed for this BPA. Provide a BPA Management Plan for providing quality and
timely services, tools and procedures for ensuring qualified personnel will be available at the time of
BPA award and will be retained over the life of the BPA. Describe the tools and procedures for continuation of
services during personnel absences due to sickness, leave, and voluntary/involuntary termination from employ-
ment so that the impact to the AO is minimal and your plan/approach/policy for training, certifying, and devel-
oping personnel to support tasks under this BPA.

VOLUME II: PRICE QUOTE

All Price Quotes shall be submitted using the Excel spreadsheets in an unlocked format. The quoted labor rates
shall be the same labor rates as detailed on Attachment 1.

Part 1: Quoted Pricing for Enterprise Operations Center (EOC) (Sample BPA Call)
When submitting the scenario price quote please name it with your quoter name followed by Scenario 1 Price
Quote. For example, “CompanyABC Scenario 1 Price Quote”. The price quote in response to Sample BPA Call
1 (EOC) in Attachment 3 Sample BPAC 1 EOC, shall be Firm Fixed Price. The quoter shall submit their price
quote for the Sample BPA Call 1 (EOC) using the spreadsheet Attachment 5 Sample BPAC Pricing EOC. The
quoter shall provide firm fixed prices in the Pricing Tabs for CLIN series X001-X007 and the quoter shall
provide labor mix and level of effort in the Build Up Tabs for CLIN series X008. Failure to do so may result in
the quote being determined nonresponsive.

N.B. The Government will not entertain simply dividing the total quote by 12.

Part 2: Quoted Pricing for Case Management Systems Office (CMSO) (Sample BPA Call)
When submitting the scenario price quote please name it with your quoter name followed by Scenario 2 Price
Quote. For example, “Company ABC Scenario 2 Price Quote”. The price quote in response to Sample BPA Call
2 (CMSO) in Attachment 4 Sample BPAC 2 CMSO, shall be Labor Hour. The quoter shall submit their price
quote for the Sample BPA Call 2 (CMSO) using the spreadsheet Attachment 6 Sample BPAC Pricing CMSO.
The quoter shall provide a labor mix for each tab in the workbook. Failure to do so may result in the quote be-
ing determined nonresponsive.

Part 3: Completed BPA Pricing Workbook


The quoter shall complete the Attachment 1 BPA Pricing Workbook.

Evaluation of Quotes

M-1 Evaluation of Quotes


Basis for Award
The Government intends to award at least three (3) BPAs resulting from this solicitation, with award made to
the responsible Quoters who represent the best value to the Government. Best value shall be determined by us-
ing a tradeoff process. The following factors shall be used to evaluate proposals as part of the tradeoff process:

1. Sample BPA Call Technical Approach Enterprise Operations Center (EOC)


2. Sample BPA Call Technical Approach Case Management Systems Office (CMSO)
3. BPA Management Approach
USCA21Q0014 - Page 17 of 18

4. Price
In determining the best value, Factor 1 and 2 are approximately equal, and combined they are more important
than factor 3. Factors 1, 2 & 3, when combined are significantly more important than Factor 4 - Price.

Each Sample BPA Call Technical Approach, and the BPA Management Approach will be rated. The Govern-
ment may make tradeoffs between technical excellence and price when determining which quote provides the
best value. Trade-offs will be based on the Government's assessment of whether the technical excellence
offered provides added value, added capability, and/or reduced risk to the Government. The importance of price
in the evaluation will increase with the degree of equality of the technical proposals or when the price is so sig-
nificantly high as to diminish the value of the technical superiority.

Quoters are responsible, without prompting from the Government, for including enough detail to permit a com-
plete and accurate evaluation of their quote.

Each quote submitted in response to this solicitation shall undergo a technical evaluation, evaluation of the
management approach, and a price evaluation. The technical evaluation will consist of a review of the technical
quotes and the BPA Management Approach as stipulated in Volume I. The price evaluation shall consist of a
price analysis, utilizing the quotes as stipulated in Volume II.

Technical Evaluation

Sample BPA Call Technical Approach


The Government will evaluate the Quoter’s Technical Approach to the extent in which the quote addresses rel-
evant expertise to perform the work as listed in Volume 1 Part 1 and Part 2.

The Government will evaluate each Sample BPA Call Technical Approach to assess the extent to which
it demonstrates an understanding of the requirements and best practices to meet or exceed those requirements,
demonstrates an understanding of, and an efficient and effective approach to accomplishing the work and ob-
jectives set forth in the solicitation, and mitigates performance risk.

In addition, the Government will evaluate the level of effort quoted for each sample BPA Call.

BPA Management Approach


An evaluation will be made of the Quoter’s proposed BPA management approach. This includes an evaluation
of the narrative responses to request for information contained in Volume 1 Part 3. Subcontractor evaluations
will be evaluated in accordance with FAR 52.244-2.

The Government will evaluate the Quoter’s BPA Management Approach to the extent in which the quote ad-
dresses experience in the processes, methodologies, and procedures for ensuring an effective communications
strategy with the Government, processes used for identifying, analyzing, correcting, and communicating issues,
staffing qualified personnel and ensuring availability at the time of BPA award, and the retention plan over the
life of the BPA, and procedures for the following are adequate to perform successfully and indicate an under-
standing of this requirement to ensure continuation of services during personnel absences.

TECHNICAL RATINGS
As each technical volume is evaluated, the Government will identify findings, if relevant, to a quoter's submis-
sion, these findings may include strengths, weaknesses, deficiencies or uncertainties. Any assigned findings
shall roll up into one overall rating that will be assigned at the factor level, which are: Sample BPA Call Tech-
nical Approach Enterprise Operations Center (EOC), Sample BPA Call Technical Approach Case Management
Systems Office (CMSO), and the BPA Management Approach.

Findings. Findings are the strengths, weaknesses, deficiencies, and uncertainties that support a rating. The
findings are defined as follows:
USCA21Q0014 - Page 18 of 18

Strength – an aspect of an quoter’s quote that has merit or exceeds specified performance or capability require-
ments in a way that will be advantageous to the judiciary during contract performance.

Weakness – a flaw in the quote that increases the risk of unsuccessful contract performance.

Deficiency - a material failure of a quote to meet a judiciary requirement or a combination of significant weak-
nesses in a quote that increases the risk of unsuccessful contract performance to an unacceptable level.

Uncertainty – Any aspect of a quote for which the intent of the quoter is unclear (e.g., more than one way to in-
terpret the offer or inconsistencies in the quote indicating that there may have been an error, omission or mis-
take).

Each quote will be evaluated at the factor level. Each factor, each Sample BPA Call Technical Approach and
the BPA Management Approach, will be assigned an overall rating from the following table. The assigned rat-
ing from the table below shall be based on the findings, if any, that have been assigned to the Quoter's answers
to the various questions for that specific technical factor.

Rating Description
Outstanding Quote meets requirements and indicates an exceptional
approach and understanding of the requirements.
Strengths far outweigh any weaknesses. Risk of unsuc-
cessful performance is very low.
Good Quote meets requirements and indicates a thorough ap-
proach and understanding of the requirements. Quote
contains strengths that outweigh any weaknesses. Risk
of unsuccessful performance is low.
Acceptable Quote meets requirements and indicates an adequate
approach and understanding of the requirements.
Strengths and weaknesses are offsetting or will have
little or no impact on contract performance. Risk of un-
successful performance is no worse than moderate.
Marginal Quote does not clearly meet requirements and has not
demonstrated an adequate approach and understanding
of the requirements. The quote has one or more weak-
nesses which are not offset by strengths. Risk of un-
successful performance is high.
Unacceptable Quote does not meet requirements and contains one or
more deficiencies. Quote is unawardable.

Price Evaluation
The Government will evaluate price by adding the total quoted value of each Sample BPA Call and the BPA
Pricing Workbook, inclusive of all options, together to consider the lowest overall cost alternative. The Govern-
ment will also verify all quoted labor categories and hourly rates against quoter's GSA MAS contract. In ac-
cordance with FAR 8.404, the Government is seeking additional discounts off each Quoter’s GSA MAS con-
tract rates.

You might also like