Task Order 004, Program Level System Engineering · 2006. 9. 19. · HSSCHQ-04-D-00096f04-USV-004...
Transcript of Task Order 004, Program Level System Engineering · 2006. 9. 19. · HSSCHQ-04-D-00096f04-USV-004...
Task Order 0004
Program Level System Engineering
with Modifications I - 8
5. ISSUING OFFICE (Address correspondence to) Department of Homeland Security Office of Procurement Operations 245 Murray Drive Bldg. 410 Mickey Jones Washington DC 20528
ORDER FOR SUPPLIES OR SERVICES IMPORTANT: Mark all packages and papers with contract andlor order numbers
PAGE OF PAGES
b. STREET ADDRESS 245 Murray Drive Bldg. 410 ------------US-VISIT
ACCENTURE LLP
1
I. DATE OF ORDER
09/10/2004
7. TO:
a. NAME OF CONTRACTOR
b. COMPANY NAME
2
e. ZIP CODE
20528 c. CITY
Washington
f. SHIP VIA
8. TYPE OF ORDER
C a PURCHASE I iFi a DELIVERY
2. CONTRACT NO. (If 8ny) HSSCHQ-04-D-00096
d. STATE
DC
6. SHIP TO:
a. NAME OF CONSIGNEE
9. ACCOUNTING AND APPROPRIATIONS DATA
Department of Homeland Security 3. ORDER NO.
04-USV-004
Please furnish the following on the terms and conditions specified on both sides of
See Schedule
11. BUSINESS CLASSIFICATION (Check appropriate box(es)) T a. SMALL n b. om ER THAN SMALL
4. REQUISITIONIREFERENCE NO.
USV-4M-RQ0060
subject to hstrudions contained on this side only of this form and is
iswed subjed to the terms and conditions of the above-wnbered
10. REQUlSlTlONTNG OFFICE
Department of Homeland Security
C. DISADVANTAGED d WOMEN-OWNED -
12. F.O.B. POINT Destination
13. PLACE OF
14. GOVERNMENT BILINO.
d. INSPECTION Destination
b. ACCEPTANCE Destination
17. SCHEDULE (See reverse for Rqktions)
IS. DELIVER TO F.O.B. POINT ON OR BEFORE (Date)
16. DISCOUNT TERMS
Net 30
QUANTITY ACCEPTED
(9) ITEM NO.
(a)
QUANTITY ORDERED
(c)
SUPPLIES OR SERVICES
@I Tax ID Number: 720542904 DUNS Number: 858485758 Accounting Info: USVISIT 000 VI 30 20 00 000 30 05 0000 00 00 00 00 GE OE 2500 000000 Period of Performance: 09/10/2004 to Continued ...
17(h).
TOTAL (cont. pages)
4 17(i). GRAND TOTAL
4
UNIT
(dl
5,500,000.00
5,500,000.00
SEE BlU IN0 #STRUCTIONS ONWVERSE
22. UNITED STATES OF AMERICA
BY (Signature)
h
UNIT PRICE
(el
, 18. SHIPPING POINT
23. NAME (Typed)
Michael E. Jones TITLE- CONTRACTlNGlORDERlNG OFFICER
AMOUNT (fl
NSN 754401 -1528083 OPTKINAL FORM 347 (Rev. WS)
pREVlOUS EDITION NOT USABLE Pracnbcd by M A R (4(1 CFR) 53 213.)
19. GROSS SHIPPING WEIGHT 20, INVOICE NO.
21. MAIL INVOICE TO:
a. NAME Department of Homeland Security
b. STREET ADDRESS US-VISIT (or P.O. BOX) 1616 N. Fort Myer Drive
Suite 5000 Attention: Mr. Kevin Acotto
c. CITY
Arlington d. STATE
VA
e. ZIP CODE
22209
(b)(6)
TOTAL CARRIED FORWARD TO IST PAGE (ITEM 17(H)) NSN 754091-152-8082 YlYblOl OPTIONAL FORM 348 (Rw m)
ORDER FOR SUPPLIES OR SERVICES SCHEDULE - CONTINUATION
Rkib.d by GSP FAR (48 CFR) 53.21 Xc;
PAGE OF PAGES
2 IMPORTANT: Mark an packages and papers with contract andfor order numbers.
2
DATE OF ORDER
,09/10/2004
CONTRACT NO.
HSSCHQ-04-D-00096 ORDER NO.
04-USV-004
ITEMNO.
(A)
0001
QUANTITY ORDERED
(C)
' SUPPLIESISERWCES
(B)
09/09/2005
Increment Funding for Systems Engineering Task Order 004, SBA/ACCENTURE This delivery order partially funds and initiates Task Order 004, Program Level Systems Engineering, l i n e i tems OOOlA through OOOlC, under t h e US-VISIST Prime Cotract. Task Descriptions for Interns OOOlA through 0004C are attached.
Total amount of award: $5,500,000.00. The obligation for this award is shown in box 17 (i) .
UNIT
(Dl
UNIT PRICE (f 1
AMOUNT
(F)
5,500,000.00
QUANTITY ACCEPTED
(G)
4 I I 6. ISSUED BY 1 7. ADMINISTRATED BY (if ofher than Item 6)
AMENDMENT OF SOLICITATION/MODIFlCATlON OF CONTRACT
? O h MODIFICATION OF CONTRACTlORDER NO.
PAGE
1 1. CONf RACT ID CODE
Department of Homeland Security Office of Procurement Operations 245 Murray Drive Bldg 41 0 Washington, DC 20528
10B. DATED (SEE ITEM 13)
CODE 5/28/2004
OF PAGES
5
2. AMENDMEMIMODIRCATION NO. 04-USV-004/0001
Department of Homeland Security 245 Murra-- ------- US VISIT ------------ -------------- Washington, DC 20528
I I I 11. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATlONS
The above numbered solkltatfon Is amended as set forth in Item 14. The hour and date specified for recelpt of Offer Is extended * not extended.
3. EFFECTIVE DATE 911 3/04
8. NAME AND ADDRESS OF CONTRACTOR (No,, street, county, State ond ZIP Code)
Accenture, LLP 1 1951 Freedom Drive Reston, VA 201 90
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation on as amended, by me of the following methods:
(a) By completing Item 8 and 15, and returning copies of the amendment; (b) acknowfedging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the aolicitath and amendment numbers. FAILURE OF YOUR ACKNOWLEDG- MENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by tdegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hours and date specilied. 2. ACCOUNTING AND APPROPRIATION DATA (ffrequifed)
4. REQUISITION/PURCHASE REQ. NO.
&/p 13. 'THIS ITEM APPLIES ONLY TO MODIFICATIONS OF COMRACTSIORDERS. IT MODIFIES THE COMRACTIORDER NO.
5. PROJECT NO. (If applhble)
9A. AMENDMENT OF SOLICITATION NO.
ss. DATED (SEE ITEM 17)
AS DESCRIBED IN 1 E M 14. ( A. THlS CHANGE ORDER IS ISSUED PURSUANT TO: (Spec@aufhorlty) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACTlORDER NO. IN ITEM 10A.
I I 1
E. IMPORTANT: Contractor 0 is not, 0 IS required to sign Rls document and return copies to the issuing office. ,
1 4. DESCRI PTION OF AMEN DM ENTlMODiFlCATlON (Organized by UCF section headings, including solicii8tiordcontmct subject matter where feasible.)
I I
(XI
n
SEE PAGES TWO THROUGH FIVE
8. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes k psyhg Mie, a p p r q p r l a ~ dafa, etc.) SET FORTH IN ITEM 14,
C. M I S SUPPLEMENTAL AGREEMENT IS ENTERED INTO PU2SUANT TO AUTHORtTY OF:
I). O M ER (Spec@ fype d modtbtion and aufhxily]
OM6 Control No. 2120-0595
Except as provided herein, all terms and conditions of the document referenced In ltem 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.
V
(SF-30) FAA Template No. 1 I (8/97)
16k NAME AND TITLE OF CONTRACTING OFFICER (Type ofprint)
Michael E. Jones
16C. DATE SIGNED
15A. NAME AND TITLE OF SIGNER (Type of print)
15B. CONTRACTOWOFFEROR
- (Signature d person authorized lo sign)
15C. DATE SIGNED
(b)(6)
HSSCHQ-04-D-00096104-USV-004 Modification 000 1
Page 2 of 5
This Task Order 04-USV-004 to contract HSSCHQ-04-D-00096 is hereby modified to incorporate the following changes.
A. The following subline items are incorporated into the basic task order to reflect base and option year pricing:
Line Item 0001 - Task Order 0004, Program Level System Engineering - Base Year
CLIN Description Qty Unit Amount Subline 000 1 A Services (Estimated Cost) Lot 1 $12,693,023 Subline 0001 B Award Fee for Subline 0001 A Lot 1 $ 1,523,169 Subline OOOlC TraveVODC (Not to Exceed) Lot 1 $ 862,826
Total $1 5,079,018
Line ltem 0001 - Task Order 0004, Program Level System Engineering - Option Year 1
CLIN Description Qty Unit Amount Subline 1001 A Services (Estimated Cost) Lot 1 $15,397,989 Subline 1 OOlB Award Fee for Subline 1001A Lot 1 $ 1,847,763 Subline 1001 C TraveVODC (Not to Exceed) Lot I $ 513,399
Total $17,759,151
Line Item 0001 - Task Order 0004, Program Level System Engineering - Option Year 2
CLIN Description Qty Unit Amount Subline 2001A Services (Estimated Cost) Lot 1 $1 6,040,3 13 Subtine 200 1 B Award Fee for Subline 200 1 Lot 1 $ 1,924,837 Subline 2001 C TraveVODC (Not to Exceed) Lot 1 $ 513,399
Total $1 8,478,549
Line Item 0001 - Task Order 0004, Program Level System Engineering- Option Year 3
CLIN Description Qty Unit Amount Subline 300 1 A Services (Estimated Cost) Lot 1 $1 6,662,885 Subline 3001B Award Fee for Subline 3001A Lot 1 $ 1,999,546 Subfine 3 00 1 C TraveVODC (Not to Exceed) Lot 1 $ 513,399
Total $19,175,830
HSSCHQ-04-D-00096f04-USV-004 Modification 000 1
Page 3 of 5
Line Item 0001 - Task Order 0004, Program Level System Engineering - Option Year 4
CLIN Description Qty Unit Amount Subline 4001 A Services (Estimated Cost) Lot 1 $17,272,003 Subline 400 1 B Award Fee for Subline 4001 Lot 1 $ 2,072,640 Subline 4001 C TraveYODC (Not to Exceed) Lot 1 $ 513,399
Total $1 9,858,042
B. The following is to be incorporated in the basic task order:
STATEMENT OF WORK & DELIVERIES OR PERFORMANCE: Refer to attached Task Order 004 Program Plan for Line Item 0001- Program Level System Engineering.
Comments: Except as modified herein, this order is subject to the terms and conditions of the contract number HSSCHQ-04-D-0096 including all modifications thereto. Unless this order is modified, in writing, by the Contracting Oficer, the Contractor is not authorized to perform beyond the period of performance specified above or obligate the Govenunent in excess of the order total reflected above.
1 . Section A, Brief Description of Order. Task Order, 04-USV-004 provides the initial fbnding and authorizes the work for Task Order 004, Program Level System Engineering for the US-VISIT Prime Contract.
2. Section B, Schedule of Supplies or Services, for this Task Order is indicated below. The Contract type for this Task Order is Cost Plus Award Fee (CPAF). The CPAF clauses set in Section I of the contract apply.
CLIN/SLIN Description Qty Unit Amount 0001 Task Order 004 - Program Level System Engineering (CPAF)
000 1 A Services (Estimated Cost) 1 Lot $12,693,023 0001 B Award Fee for Task Order 004 1 Lot $ 1,523,169 0001 C Travel/ODC (No Fee) 1 Lot $ 862,826
$15,079,018
3. Section C, Statement of Work, for this Task Order - See Attachment 1.
4. Section F, Deliveries or Performance, for this Task Order is modified as follows: "The Contractor shall deliver the items listed in Attachment 2, Figure 7-1 Deliverables and delivery dates."
5. Section G, Contract Administration Data, for this Task Order is as follows: "hremental funding in the amount of $5,500,000 is provided with this initial issue of the task order. The $5,500,00 is applied as follows:
$4,3 19,9 15 is provided as incremental funding for SLIN 000 1 A
HSSCHQ-04-D-00096/04-USV-004 Modification 000 1
Page 4 of 5
$0 is provided as h d i n g for SLIN OOOlB - Award Fee and $1,18 1,085 is provided as full funding for SLIN 0001 C -Estimated ODCs/Travel
Pursuant to Section L1, Availability of Funds, 52.232-22, an additional $9,579,018 is required to fully fund this task order for the base year."
The Contractor shall notify the government when expenditures against this task order reach 75% of the incremental fhding provided.
The Con---------- --- ficer Technical Representative (COTR) for this task is Ms. Dana Schmitt (202- ------- --- - ,161 6 N. Fort Myer Drive, Rosslyn, VA 22209
The Task Order Manager for this effort is Chase Garwood, (202) 298------- , 161 6 N. Fort Myer Drive, Rosslyn, VA 22209.
Invoices containing the information listed in G.4 will be submitted to Director US-VISIT Procurement, Suite 1800, 161 6 N. Fort Myer Drive, Rosslyn, VA 22209.
6. Section H, Special Contract Requirements, for this Task Order'is as follows: "The Contractor is authorized to procure the Contractor-Acquired Property (CAP) as listed in Attachment 3. Upon purchase title to such CAP passes to the Government and shall be controlled and managed by the Contractor in accordance with the Government Property clauses set forth in the contract. The total amount of material to be procured under this task order, including all contractor loading through General and Administrative expenses, shall not exceed the ceiling amount specified in paragraph 2, Section B above."
The Key Personnel for this Task Order in accordance with H. 14 of the contract are:
------------- -------- ---- ------- ------- --- ------- ---------- --- -------- ------ --- --------- -------- ------------ ----- --------
Position Chief Architect Deputy Chief Architect SEIT PT Lead Deputy SEIT IPT Lead DDT IPT Lead Test Lead
The following subcontractors are authorized for on this Task Order in accordance with Section H. 1 1 of the base contract:
Titan Raytheon HPTi SRA
Costs incurred to reimburse Accenture employees or Accenture's subcontractors for expenses related to commuting to and fiom residences located outside or inside the Washington DC metropolitan area are not allowable or allocable under this contract.
(b)(6)
(b)(6)
(b)(6)
HSSCHQ-04-D-00096/04-USV-004 Modification 000 1
Page 5 of 5
When negotiated, the award fee plan will retroactively apply to this task order. The Award plan will be negotiated within 3 0 days of task order award.
The socio-economic goals contained in Section H.6 of the contract are applicable to this task order. The Accenture Small Business Subcontracting Plan dated January 22,2004, is incorporated into this Task Order.
C. All other terms and conditions remain unchanged and in full force and effect.
Attachment:
1. Task Order 004, Program Level System Engineering, Statement of Objective 2. Accenture Project Plan, Task Order 004 dated August 2,2004 (DOC: USVISIT-APMO-CONTHSSCHQO4DOOO96T004-PROP040001 R l -D)
3. Govemtnent Furnished Property - Contractor Acquired Property
AMENDMENT OF SOLlClTATlONlMODlFlCATlON OF CONTRACT 1. CONTRACT ID CODE PAGE OF PA- I
1 1 1 1 1 2. AMENDMPrrIMODiFICATlON NO. 3. EFFECTIVE DATE 4. REQUISYTIONIPURCI-IASE RM.NO. 5. PROJECT NO. (li appUcebe)
00002 6. M U E O BY 'ODE
ACCEN'TWRE U P 11951 FREEDOM DRIVE RESTON VA 201905640
8. NAME AND ADDRESS OF CONTRACTOR (No.. sbmt unmly, stale &UP Cod.)
QR DATED (SEE ITEM 11)
09/17/2004 DHS
QA. AMENDMENT OF SOLCITATION NO.
7. ADMINISTERED BY (lfolhar than Item 6) ~ D H S
Department of Homeland Security Office of Procurement Operations 245 Murray Drive Bldg. 410 Washington DC 20528
Item 8 and 15, and returning copies of the amandrnenk (b) By acknowledging receipt of thb amendment on each copY of tho offer submitted; or (c) By sepornte letter ar telewam which inchdw a reference to the sdldtatlOn and amendment nu*. FAILURE OF YOUR M;KNOWLEDGEXI(ENT TO 8E RECEIVED AT THE PLACE DESffiNATED FOR THE RECEIPT OF OFrrRS PRIOR TO THE HOUR AND DATE SPECFlED MAY RESWT IN REJECTlON W YOUR OmR If by virtue of %Is amsndment you &Ire to cham an dim d m submitted. w d ~ cfmge may be made by telegom or lettor, prodded each tefegarn or IeW makes reference to the solkitatlon and lhls amendment. end is received mior to ths
12. ACCOUNTING AND APPROP~IATION DATA Of wM)
Department of Homeland Security Off ice of Procurement Operations 245 Murray Drive Bldg. 410 Washington DC 20528
'O" 8584857580000
NON6 13. THIS ITEM APPLIES ONLY TO RODCICARONS OF C0NTRACTIIK)RDERS. IT MODIFIES THE CONTRACTDROER NO. AS DESCRIBED I lTEM 14.
FAClUM COOE 09/10/2004
11. THIS ITEM ONLY APf'l.E$ TO AMENDMENTS OF SOUClTAT1(3NS
nThe above numbered sdkttetion is amended ar set fodh h Hem 14. fhe hour and data specilkd for mmlpt of Onera r b axtended. n k not axtended Offen must admowledge receipt of thb amendment prior to the hour and dab spaclbd in the wUcHatbn or as amended. by one of the fdkwlng methods: (a) By canptellng
E. IMPORTAWT. Contractw IjIj is not. r is required to don Ulis document and return c a p i e s t o I h s ~ o i R c e .
14. DESCRIPTION OF AMENDMENTmADMFICA7lON (Ogdmd by UCF section hsvhgs, hdu&q sd- s w m e whtm f i e . )
( 1
X
Tax ID Number: 720542904
A. THIS CHANGE (XDER IS ISSUED PURSUANT TO: (speC@a~thorib) THE CHANGES SET FORTH IN ITEM 74 ARE MAD€ W THE CONTRACT ORDER NO. IN ITEM IOA.
6. THE ABWE NUMBERED C0MRACfK)RDER IS MODlFlED TO REFLECT THE ADMINISTRATIVE CHANGES (such as cbngm in pay* oftb, appopfietion date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORrrY OF FAR 43.103@).
C. THIS SUPPLUtENTM AGREWNT IS ENTEREO INTO PURSUANTTO THE AUTHORlM OF:
D. OTHER (Spedfym of- tW at/-
DUNS N u m b e r : 858485758
A. The period of performance is hereby changed from September 10, 2004 through September 09, 2005 to September 3, 2004 through September 2, 2005.
B. The Task Order number on the basic award is changed from 04-USV-004 to Task Order 04.
C. All other terms and conditions remain unchanged.
Except as provided herein, all terms end condltlons of the document refmnced in Item OA of 104 as heretofore chanasd, remain9 utwimQed and In full form and effect 1 5 ~ NAME WD TITLE OF SIGNER O e orpW 1 6 ~ w AND TlTLE OF CONTRACTING OFFICER m e c ~ p r i q )
1 ~ichael E . Jones
NSN 7640.01 -1 52-8070 STANDARD FORM 30 (REV. 10.83)
15B. COMRACTORIOFFEROR
f%W~ofpsr--~rlgr)
PreScrsadbyGSA FAR (48 CFR) 53.243
16C. DATE SIGNED
dw/oy
AMENDMENT OF SOLICITATION/MODIFICATlON OF CONTRACT I 1 1 1 2
Department of Homeland Security Office of Procurement Operations 245 Murray Drive Bldg. 410 Washington DC 20528
1. CONTRACT ID CODE
2. AMENDMENTIMODIFICATION NO.
0003 8. ISSUED BY 'ODE
Department of Homeland Security Office of Procurement Operations 245 Murray Drive Bldg. 410 Washington DC 20528
PAGE OF PAGES I
3. EFFECTIVE DATE 1 4. REQUISITION/PURCHASE REQ.NO. 15. PROJECT NO. (If applicable)
12/15/2004 DHS
ACCENTURE LLP 11951 FREEDOM DRIVE RESTON VA 201905640
USV-5M-RQ0016 7. ADMINISTERED BY (If other than ltem 6) ~DHS
8. NAME AND ADDRESS OF CONTRACTOR (No., stmet, county, State end ZIP Code)
I X I 10A MODIFICATION OF CONTRACTIORDER NO.
HSSCHQ-04-D-00096
9A. AMENDMENT OF SOLICITATION NO.
The above numbered sdi i t ion is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended. 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 folbwing 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 submiied; or (c) By
separate letter or telegram which indudes a reference to the solicitation and amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virhre of thii amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the soliibion and this amendment, and is received prior to the open in^ hour and date specilied.
12. ACCOUNTING AND APPROPRIATION DATA (fimqured.) Net Increase: $5,245,008.00 US-VISIT 000 VI 30-20-00-000 30-05-0000-00-00-00-00 GE-OE-25-37 000000
13. THlS ITEM APPLIES ONLY TO M0DIFICATK)NS OF CONTRACTWORDERS. IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN M E CONTRACT ' ORDER NO. IN ITEM 1OA.
B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO M E AUTHORITY OF:
D. OTHER (Specify type of modification and authority)
04-USV-004 10s. DATED (SEE ITEM 73)
09/10/2004 'ODE 8584857580000
E. IMPORTANT: Contractor [ilj is not is required to sign this document and return copies to the issuing office.
14. DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UCF section headings, including sdicitationlcontred subject matter where feasiible.)
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
FACILITY CODE
Tax ID Number: 720542904 DUNS Number: 858485758 This Delivery Order provides additional funds for Task Order 004, Program Level Systems
Engineering, line items OOOlA through OOOlC, under the US-VISIT Prime Contract.
Line Item 0001 - Task Order 0004, Program Level System ~ngineering - Base Year
Subline OOOlA Services (Estimated Cost) $12,693,023 Subline OOOlB Award Fee $1,523,169 Subline OOOlC Travel/ODC (Not to Exceed) $862,826
Continued . . . Except as provided herein, all terms and conditions of the document referenced in ltem 9A or 10A as heretofore changed, remains unchanged and in full force and effect.
Previous edition unusable Prescribed by GSA
15A NAME AND TITLE OF SIGNER (Type orprint)
Michael E. Jones 1 a
FAR (48 CFR) 53.243
16A NAME AND TITLE OF CONTRACTING OFFICER (Type orprint)
158. CONTRACTOR/OFFEROR
(Signature ofperson euthorhed to sign)
NSN 7540-01-1 528070 / t v STANDARD FORM 30 (REV. 10-83)
/ ysigneture/af conWng om-0
16C. DATE SIGNED
/A / I ~ / ~ Y
NAME OF OFFEROR OR CONTRACTOR
ACCENTURE LLP
CoNTINUATloN SHEET
NSN 7540-01-1528067
REFERENCE NO. OF DOCUMENT BEING CONTINUED
HSSCHQ-04-D-O0096/04-USV-004/0003
PAGE OF
OPTIONAL FORM 336 (488) sponsored by GSA FAR 148 CFR) 53.1 10
2
AMOUNT
(F)
5,245,008.00
2
UNIT PRICE
(El
5,245,008.00
ITEM NO.
(A)
OOOlA
SUPPLlESlSERVlCES
(B)
Total $15,079,018
Except as modified herin, this order is subject to the terms and conditions of the contract number HSSCHQ-04-D-0096 including all modifications thereto. LIST OF CHANGES: This Delivery Order provides additonal funding for Task Order 004- Program Level System Engineering
Total Amount for this Award: $15,079,018.00 Obligated Amount for this Modification: $5,245,008.00 New Total Obligated Amount for this Award: $10,745,008.00
Incremental Funded Amount changed: from $5,500,000.00 to $10,745,008.00
NEW ACCOUNTING CODE ADDED: Account code: US-VISIT 000 VI 30-20-00-000 30-05-0000-00-00-00-00 GE-OE-25-37 000000
Amount: $5,245,008.00 Delivery: 09/02/2005 FOB: Destination Discount Terms:
Net 30 Delivery Location Code: VA0901 NORTH MYER DRIVE 1616 NORTH MYER DRIVE ARLINGTON VA
Task Order 0004 - System Level Engineering
OOOlA Services (Not to Exceed)
QUANTITY
(C)
1
UNIT
(Dl
YR
1 1 1 4 2. AMENDMENTIMODIFICATION NO. 1 3. EFFECTIVE DATE 1 4. REQUISITION/PURCHASE REQ.NO. 15. PROJECT NO. (If applicable)
AMENDMENT OF SOLlClTATlONlMODlFlCATlON OF CONTRACT
Department of Homeland Security US-VISIT Acquisition Division OPO 1616 N. Ft. Myer Drive Suite 1800 Rosslyn va 22209
1. CONTRACT ID CODE
PO000 6. ISSUED BY CODE
DHS US-VISIT Acquisition Division 1616 N. Ft. Myer Drive Suite 1800 Arlington VA 22209
PAGE OF PAGES I
DHS /OPO/US-VISIT
ACCENTURE LLP 11951 FREEDOM DRIVE RESTON VA 201905640
See Schedule 7. ADMINISTERED BY (If otherthan Item 6) IDHS/OPO/US-VIS IT
8. NAME AND ADDRESS OF CONTRACTOR (No., street. county, State andZlP Code)
9B. DATED (SEE ITEM I f )
IOA MODIFICATION OF CONTRACTIORDER NO.
HSSCHQ-04-D-00096 04-USV-004 IOB. DATED (SEE ITEM 13)
(,) - 9A AMENDMENT OF SOLICITATION NO.
I lThe above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers r is extended, n is not extended. Offers must acknowledge receipt of this amendment prior to the how and date speded 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 G&%l&ging receipt of this amendment on each copy of the offer submitted; or (c) By
separate letter or telegram which includes a reference to the solicitation and amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR M E RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received wior to the openirrq hour and date specified.
12. ACCOUNTING AND APPROPRIATION DATA (If required.) Net Increase: $4,334,010.00 See Schedule
09/10/2004 'ODE 8584857580000
13. THlS ITEM APPUES ONLY TO MOMFlCATlONS OF CONTRACTSlORDERS. IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
11. THlS ITEM ONLY APPUES TO AMENDMENTS OF SOLICITATIONS
FACILITY CODE
E. IMPORTANT: Contractor is mt, r is required to sign this document and return copies to the issuing office.
14. DESCRIPTION OF AMENDMENTmAODlFlCATlON (Organized by UCF section headings, induding sdidtation/mntrad subject malter where feasible.)
Tax ID Number: 720542904
DUNS Number: 858485758
See Attachment LIST OF CHANGES: Total Amount for this Modification: $4,334,010.00
New Total Amount for this Award: $15,079,018.00
X
New Total Obligated Amount for this Award: $15,079,018.00
A. THlS CHANGE ORDER IS ISSUED PURSUANT TO: (Spedfyauthonty) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 1OA.
FAR 52.243-2 B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office,
appmptiation date, etc.) SET FORM IN ITEM 14, PURSUANT TO M E AUTHORITY OF FAR 43.103(b).
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO THE AUTHORITY OF:
D. OTHER (Specify type of mdfication and aufhority)
I~enneth Kreutter I
Continued ... Except as provided herein, all terms and conditions of the document referenced in ltem 9A or 104 as heretofore changed, remains unchanged and in full force and effed.
Previous edition unusable FAR (48 CFR) 53.243
15A NAME AND TITLE OF SIGNER (Type or print) 16A NAME AND TITLE OF CONTRACTING OFFICER (7ype or print)
NAME OF OFFEROR OR CONTRACTOR
ACCENTURE LLP
CoNT'NUAT'oN SHEET
OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.1 10
REFERENCE NO. OF DOCUMENT BEING CONTINUED
HSSCHQ-04-~-00096/04-~~~-004/~000~ f j )
ITEM NO.
(A)
PAGE OF
SUPPLIESISERVICES
(B 1 NEW ACCOUNTING CODE ADDED: Account code: USVIS5B V05 VJ 30-20-00-000 30-05-0000-00-00-00-00 GE-OE-25-00 000000 Amount: $4,334,010.00 Delivery: 09/02/2005 FOB: Destination Discount Terms:
Net 30 Period of Performance: 09/03/2004 to 09/02/2005 Delivery Location Code: DHS Department of Homeland Security 245 Murray Drive Bldg. 410 ------------US-VISIT Washington DC 20528
2 4
QUANTITY
(C)
AMOUNT
(F)
UNIT
(Dl
UNIT PRICE
(El
(b)(6)
CONTINUATION OF SOLICIATION/MODIFICATION OF CONTRACT
CONTRACT NO.: HSSCHQ-04-D-0096 PR NO.: See below ORDER NO.: 04-USV-004 PO004 PAGES: 4
Period of Performance: September 3,2004 through September 2,2005
Except as modified herein, this order is subject to the terms and conditions of the contract number HSSCHQ-04-D-0096 including all modifications thereto
The following are to be incorporated into the basic task order as previously modified:
1. Section A, Brief Description of Order, Task Order, 04-USV-004 PO004 provides additional incremental funding for Task Order 004, Program Level System Engineering for the US- VISIT Prime Contract.
2. Section B, Schedule of Supplies or Services, for this Task Order is modified as shown below. The Contract type for this Task Order is Cost Plus Award Fee (CPAF). The CPAF clauses set in Section I of the contract apply.
Order Total: $15,079,0 18.
CLINISLIN Description Qty Unit Total 000 1 Program Level System Engineering- Base Year
Period of Performance: September 3,2004 through September 2,2005 000 1 A Services (Estimated Cost 1 Lot $12,693,023 000 1 B Award Fee 1 Lot $1,523,169 000 1 C TravelIODC (No Fee)(Not 1 Lot $862,826
to Exceed) Total $15,079,018.
3. Section G, Contract Administration Data, for this Task Order is as follows: "Incremental funding in the amount of $4,334,010 is provided with this modification of the task order.
$12,693,023 is provided as full funding for SLIN 0001A- Services (Est. Cost) $1,523,169 is provided as full funding for SLIN 000 1 B - Award Fee and $862,826 is provided as full funding for SLIN 0001 C -Estimated ODCsITravel
The following is a summary of the Procurement Request and appropriation data provided with this Task Order:
Unless this order is modified, in writing, by the Contracting Officer, the Contractor is not authorized to perform beyond the period of performance specified above or incur costs in excess of the order total reflected above.
Date
91 1 012004
12/3/2004
4/5/2005
The Contractor shall notify the government when expenditures against this task order reach 75% of the incremental funding provided.
TO/ Mod Original
Mod 003
PO0004
Total Funding
PR Number
USV-4M-RQ0060
USV-5M-RQ00 16
USV-5M-RQ0074
$15,079,0 18
Appropriation
USVISIT 000 VI 3 0-20-00-000 30-05- 0000-00-00-00-00 GE-25-00 000000 USVISIT 000 VI 3 0-20-00-000 30-05- 0000-00-00-00-00 GE-OE-25-37 000000 USVISSB V05 VJ 30-20-00-000 30- 05-0000-00-00-00-00 GE-OE-25-00 000000
1
Amount
$5,500,000
$5,245,008
$4,334,010
I 1 1 1 4 2. AMENDMENTIMODIFICATION NO.
PO0005 6. ISSUED BY CODE
I
.. 110~. MODIFICATION OF CONTRACTIORDER NO.
8. NAME AND ADDRESS OF CONTRACTOR (No., street, comfy, State andZIP code)
ACCENTURE LLP 11951 FREEDOM DRIVE RESTON VA 201905640
3. EFFECTIVE DATE
06/27/2005 DHS /OPO/US -VI SIT
I I I 11. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
See Schedule 7. ADMINISTERED BY (If other than Item 6) CODE JDHS/OPO/US-VISIT
department of Homeland Security US-VISIT Acquisition Division OPO 1616 N. Ft. Myer Drive Suite 1800 Rosslyn va 22209
(x) -
The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended. 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: (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 includes a reference to the solicitation and amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE 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 you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the oDenina hour and date s~ecified.
12. ACCOUNTING AND APPROPRIATION DATA (If requid.)
4. REQUlSlTlONlPURCHASE REQ.NO.
DHS US-VISIT Acquisition Division 1616 N. Ft. Myer Drive Suite 1800 Arlington VA 22209
9A. AMENDMENT OF SOLICITATION NO.
9B. DATED (SEE ITEM 17)
04-usv-004 10s. DATED (SEE ITEM 13)
09/10/2004 'ODE 8584857580000
See Schedule 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS. IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
5. PROJECT NO. (If applicable)
FACILITY CODE
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO THE AUTHORITY OF:
, X
D. OTHER (Spec@ type of modification and authority)
A. THlS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.
FAR 52.243-2 B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office,
appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
E. IMPORTANT: Contractor is not. is required to sign this document and return copies to the issuing office.
14. DESCRIPTION OF AMENDMENTlMODlFlCATlON (Organized by UCF section headings, including so/icitation~contract subject matter where feasible.)
Task Order, 04-USV-004 PO005 replaces the program plan with the current version, USVISIT-APMO-CONTHSSCHQ04D0096T004-PROPO400-D of April 25, 2005, reallocates the estimated amounts for SLINs OOOlA through OOOlC for this task order, adds an Administrative Contracting Officer, and updates the key personnel list. Delivery: 09/02/2005 FOB: Destination Discount Terms: Net 30 Period of Performance: 09/03/2004 to 09/02/2005 Delivery Location Code: DHS Department of Homeland Security Continued . . . Except as provided herein, all terms and conditions of the document referenced in Item 9A or IOA, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER (Type orprint) 1 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
1 ~obert Richards
NSN 7540-01 -1 52-8070 Previous edition unusable
STANDARD FORM 3 (REV. 10 ) Prescribed by GSA f 8" FAR (48 CFR) 53.243
NAME OF OFFEROR OR CONTRACTOR
ACCENTURE LLP
CoNT'NUAT'oN SHEET
NSN 7540-01-1 52-8067
REFERENCE NO. OF DOCUMENT BEING CONTINUED
HSSCHQ-04-D-00096/04-USV-004/POOOO5
ITEM NO.
(A)
-
OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR 148 CFR) 53.1 10
PAGE OF
2 4
SUPPLlESlSERVlCES
(B)
245 Murray Drive ------ ----------------U S - V I S I T Washington DC 20528
-
QUANTITY
(C)
AMOUNT
(F)
- - - - -
UNIT
(Dl
UNIT PRICE
(El
--
(b)(6)
CONTINUATION OF SOLICIATION/MODIFICATION OF CONTRACT
CONTRACT NO.: HSSCHQ-04-D-0096 PR NO.: See below ORDER NO.: 04-USV-004 PO005 PAGES: 4
Period of Performance: September 3,2004 through September 2,2005
Except as modified herein, this order is subject to the terms and conditions of the contract number HSSCHQ-04-D-0096 including all modifications thereto
The following are to be incorporated into the basic task order as previously modified:
1 . Section A, Brief Description of Order, Task Order, 04-USV-004 PO005 replaces the program plan with the current version, USVISIT-APMO-CONTHSSCHQ04D0096T004- PROP04001 -D of April 25,2005, reallocates the estimated amounts for SLINs 0001A through 000 1 C for this task order, adds an Administrative Contracting Officer, and updates the key personnel list.
2. Section B, Schedule of Supplies or Services, for ,this Task Order is modified as shown below. The Contract type for this Task Order is Cost Plus Award Fee (CPAF). The CPAF clauses set in Section I of the contract apply.
Order Total: $15,079,0 18.
CLINISLIN Description From Change Total 0001 Program Level System Engineering- Base Year
Period of Performance: September 3,2004 through September 2,2005 000 1 A Program Level System $12,693,023 $440,000 $13,133,023
Engineering 000 1 B Award Fee $1,523,169 $52,800 $1,575,969 000 1 C TraveVODC (No Fee) $862,826 ($492,800) $370,026
Total $15,079,0 18. $ 0 $15,079,018
3. Section G, Contract Administration Data, for this Task Order is modified as follows: "
Add: The ------ nistrative Contracting Officer (ACO) for this task is Mr. Robert Richards (202) 298--- ------ 16 16 N. Fort Myer Drive, Rosslyn, VA 22209 (b)(6)
4. Section I, Contract Clauses, for this Task Order is modified as follows
The Key Personnel for this Task Order in accordance with 1.1 1 of the contract are:
-------------- -------- ---- ------- ------ ---------- --------- --- --------- ------ --- --------- ---------- -------- ---------- -------
Position Chief Architect Deputy Chief Architect SEIT IPT Lead Deputy SEIT IPT Lead DDT IPT Lead Test Lead
Unless this order is modified, in writing, by the Contracting Officer, the Contractor is not authorized to perform beyond the period of performance specified above or incur costs in excess of the order total reflected above.
The Contractor shall notify the government when expenditures against this task order reach 75% of the incremental funding provided.
Enclosure
USVISIT-APMO-CONTHSSCHQ04D0096T004-PROP0400 1 -D of April 25,2005
(b)(6)
I 1 1 1 6
Department of Homeland Security US-VISIT Acquisition Division OPO 1616 N. Ft. Myer Drive Suite 1800 Rosslyn va 22209
2. AMENDMENTlMODlFlCATDN NO.
PO0006 ISSUED BY CODE
DHS US-VISIT Acquisition Division 1616 N. Ft. Myer Drive Suite 1800 Arlington VA 22209
3. EFFECTIVE DATE 1 4. REQUISTION/PURCHASE REQ.NO. 15. PROJECT NO. (Ifapplicable)
8. NAME AND ADDRESS OF CONTRACTOR (No., sfreef county, State andZ/P w e ) 9 A AMENDMENT OF S0LICITATK)N NO.
08/29/2005 DHS/O~O/US-VISIT
ACCENTURE LLP 11951 FREEDOM DRIVE
USV-5M-RQ0137 7.ADMlNlSTEREDBY(Ifotherthanltem6) (DHS /OPO/US-VISIT
9B. DATED (SEE ITEM 11)
RESTON VA 201905640 I I I X I 1OA. MODIFICATION OF CONTRACTIORDER NO.
HSSCHQ-04-D-00096
n The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of mers r is extended. fl is not extended. Offers must ackncmledge recept of this amendment prior to the hour and date specified in the so l i t i on of as amended, by one of the following methods: (a) By completing Items 8 and 15, and retuning copies of the amendment; (b) By acknowledging recept ofthis amendment on each copy ofthe offer submeed; or (c) By
separate letter or telegram w h i i mdudes a refereme to the solicitation and amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECENED AT THE PLACE DESIGNATED FOR THE RECEIPT 0k OFFERS PRIOR TO THE HOW AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desre to change an offer ateady submitted, such change may be made by telegram or letter, provided each Blegram or letter makes reference to the solicitation and this amendment, and is received prior to the openinq hour and date spedfied.
12. ACCOUNTING AND APPROPRIATION DATA (If required.) Net Increase: $8,400,000.00
09/10/2004 'ODE 8584857580000
13. THIS ITEM APPUES ONLY TO MODlFlCATlONS OF CONTRACTWORDERS. IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
11. THlS ITEM ONLY APPLIES TO AMENDMENTS OF SOUCITATIONS
FACILITY CODE
E. IMPORTANT: Contracbr is not r is requied to sign this document and return copies to the issuing office.
x
14. DESCRIPTDN OF AMENDMENTIMODIFICATION (Organized by UCF section headings, indudng SdidtatiotVwntmd subject matter where hasible.)
Tax ID Number: 720542904 DUNS Number: 858485758 Task Order, 04-USV-004 PO006 exercises Option Year 1 for this task order. It incorporates the program plan for Blueprint Support. USVISIT-APMO-CONTHSSCHQ04D0096T004-PLN050040-F of July 19,2005 into the base year of the task order. See Attached. LIST OF CHANGES: New Total Amount for this Award: $87,127,818.00 Obligated Amount for this Modification: $8,400,000.00 New Total Obligated Amount for this Award: $23,479,018.00
A THlS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 1OA.
FAR 52.243-2 B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFED TO REFLECT THEADMINISTRATME CHANGES (swh as changes in paying office,
appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THEAUTHORITY OF FAR 43.1 qb ) .
C. THlS SUPPLEMENTAL AGREBAENT IS ENTERED NTO PURSUANT TOTHE AUTHORITY OF:
D. OTHER (Specify type of modification and authority)
FOB: Destination Continued . . .
1 ~obert Richards
Except as provided herein, all terms and conditions of the document referenced in ltem 9A or 1Oq as heretofore changsd, remains unchanged and in full force and effect.
1% NAME AND TITLE OF SIGNER (Type orprint)
Previous ed i i n unusable
16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
Presuibed by GSA / I
FAR (48 CFR) 53.243
16B
C
15B. CONTRACTORIOFFEROR
(Sigwtum of person authorized to siw)
NSN 7540-01 -152-8370 STANDARD FORM ~ R N . 1 ~ 8 $
15C. DATE SIGNED
NSN 7540-01-152-8067
CoNT'NUAT'oN SHEET
OPTIONAL FORM 338 (4-66) SpoMod by GSA FAR (48 CFR) 53.1 10
REFERENCE NO. OF DOCUMENT BEING CONTINUED
HSSCHQ-04-D-00096/04-USV-004/P00006
NAME OF
ICCENTURE
ITEM NO.
(A)
0002
0003
PAGE OF
2 6
AMOUNT
(F)
8,400,000.00
OFFEROROR CONTRACTOR
LLP
SUPPLIEWERVICES
(B
Discount Terms: Net 30
Period of Performance: 09/03/2004 to 09/02/2009 Delivery Location Code: VA0901 US-VISIT 1616 NORTH FT MYER DRIVE 18th Floor ARLINGTON VA 22209
Add Item 0002 as follows:
Program Level System Engineering--Option Year 1 Period of Performance: September 3, 2005 through September 2, 2006
lOOlA Program Level Engineering $23,058,148 lOOlB Material $3,655,960 lOOlC Award Fee $3,205,696 lOOlD Travel/ODC (No Fee) $377,805
Total $30,297,609 Fully Funded Obligation Amount: $30,297,609.00 Incrementally Funded Amount: $8,400,000.00 Incrementally Funded Through Delivery: 09/02/2006 Accounting Info: USVIS5B V05 VJ 30-20-00-000 30-05-0000-00-00-00-00 GE-OE-25-00 000000 Funded: $4,300,000.00 Accounting Info: USVIS5B V04 VJ 30-20-00-000 30-05-0000-00-00-00-00 GE-OE-25-00 000000 Funded: $4,100,000.00
Add Item 0003 as follows:
Program Level System Engineering--Option Year 2 Period of Performance: September 3, 2006 through September 2, 2007
2001A Program Level Engineering $16,040,313 2001B Award Fee $1,924,837 2001C Travel/ODC (No Fee) $513,399
Total $18,478,549 Amount: $18,478,549.00 (Option Line Item) Fully Funded Obligation Amount: $0.00 Incrementally Funded Through Delivery: 09/02/2007 Continued ...
UNIT
(Dl
YR
YR
QUANTITY
(C)
1
1
UNIT PRICE
(El
20,297,609.00
1.8,478,549.00
NSN 754001-152-8067 OPTIONAL FORM 338 (4-86) Sponsored by GSA FAR (48 CFR) 53.110
CoNT'NUAT'oN SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED
HSSCHQ-O4-D-O0096/04-USV-O04/P00006
PAGE OF
3
NAME OF
ICCENTURE
ITEM NO.
(A)
0004
0005
6
AMOUNT
(F)
OFFEROROR CONTRACTOR
LLP
SUPPLlESlSERVlCES
(B)
Accounting Info:
Add Item 0004 as follows:
Program Level System Engineering--Option Year 3 Period of Performance: September 3, 2007 through September 2, 2008
3001A Program Level Engineering $16,662,885 3001B Award Fee $1,999,546 3001C Travel/ODC (No Fee) $513,399
Total $18,478,549 Amount: $19,175,830.00 (Option Line Item) Fully Funded Obligation Amount: $0.00 Incrementally Funded Through Delivery: 09/02/2007 Accounting Info:
Add Item 0005 as follows:
Program Level System Engineering--Option Year 4 Period of Performance: September 3, 2008 through September 2, 2009
4001A Program Level Engineering $17,272,003 4001B Award Fee $2,072,640 4001C ~ravel/ODC (No Fee) $513,399
Total $18,478,549 Amount: $19,175,830.00 (Option Line Item) Fully Funded Obligation Amount: $0.00 Incrementally Funded Through ~roduct/Service Code: R425 ~roduct/Service Description: ENGINEERING &
TECHNICAL SERVICES Delivery: 09/02/2007 Accounting Info:
QUANTrPl
(C)
1
1
UNIT
(D)
YR
SR
UNIT PRICE
(El
19,175,830.00
19,175,830.00
CONTINUATION OF SOLICIATION/MODIFICATION OF CONTRACT
CONTRACT NO.: HSSCHQ-04-D-0096 PR NO.: See below ORDER NO.: 04-USV-004 PO006
Period of Performance: September 3,2004 through September 2,2006
Except as modified herein, this order is subject to the terms and conditions of the contract number HSSCHQ-04-D-0096 including all modifications thereto
The following are to be incorporated into the basic task order as previously modified:
1. Section A, Brief ~ e s c r i ~ t i o n of Order, Task Order, 04-USV-004 PO006 exercises the First Option Year for this task order. Additionally, this modification incorporates the Project Plan Task Order 004 - Program Level Systems Engineering dated July 19,2005 for blueprint^' activities in the base year.
2. Section B, Schedule of Supplies or Services, for this Task Order is modified as shown below.
Order Total: $45,376,627
CLINJSLIN Description Units QTY Total 000 1 Program Level System Engineering- Base Year
Period of Performance: September 3,2004 through September 2,2005 000 1 A Program Level Y R 1 $13,133,023
Management 000 1 B Award Fee $1,575,969 000 1 C Travel/ODC (No Fee) LT 1 $370,026
Total $15,079,018
CLIN/SLIN Description Unit QTY Total 1001 Program Level System Engineering- Option Year 1
Period of Performance: September 3,2005 through September 2,2006 100 1 A Program Level YR 1 $23,058,148
Management 1 00 1 B Material $3,655,960 100 1 B Award Fee $3,205,696 100 1 C TravellODC (No Fee) $377,805
Total $30,297,609
3. Section G, Contract Administration Data, for this Task Order is as follows: "Incremental fhding in the amount of $8,400,000 is provided with this modification of the task order.
$13,133,023 is provided as full fbnding for SLIN 000 1 A- Services (Est. Cost)
$1,575,969 is provided as full funding for SLIN OOOlB - Award Fee and $370,026 is provided as full funding for SLIN 000 1 C -Estimated ODCsITravel
$7,000,000 is provided as incremental funding for SLIN 1001A- Services (Est. Cost) $0 is provided as incremental funding for SLIN 1 00 1 B - Award Fee $1,000,000 is provided as incremental funding for SLIN 1001 C material and $400,000 is provided as incremental funding for SLIN 100 lD -Estimated ODCsITravel
Pursuant to Section 1.1, Availability of Funds, 52.232-22, an additional $21,897,609 is required to fully fund this task order."
The following is a summary of the Procurement Request and appropriation data provided with this Task Order:
The following is a summary of the Award Fee for this Task Order:
Date
911 012004
12/3/2004
4/5/2005
8/2/2005
8/2/2005
PR Number
USV-4M-RQ0060
USV-SM-RQOO 16
USV-5M-RQ0074
USV-5M-RQO137
USV-5M-RQO 13 7
TO/ Mod Original
Mod 003
PO0004
PO0006
PO0006
Total Funding
Rollover to next period
$1 14,238
$23,479,0 1 8
Appropriation
USVISIT 000 VI 30-20-00-000 30-05- 0000-00-00-00-00 GE-25-00 000000 USVISIT 000 VI 30-20-00-000 30-05- 0000-00-00-00-00 GE-OE-25-37 000000 USVIS5B V05 VJ 30-20-00-000 30- 05-0000-00-00-00-00 GE-OE-25-00 000000 USVIS5B V05 VJ 30-20-00-000 30- 05-0000-00-00-00-00 GE-OE-25-00 000000 USVISSB V04 VJ 3 0-20-00-000 3 0- 05-0000-00-00-00-00 GE-OE-25-00 000000
Period #
1
2
3
Amount
$5,500,000
$5,245,008
$4,334,010
$4,300,000
$4,100,000
Established Amount Available
$76 1,585
$814,384
Dates
9/3/2004- 313 112005 4/1/2005- 913 0/2005 1011 12005- 313 112006
Amount Awarded
$647,347
Rollover from previous period None
$1 14,238
Total Award Fee Pool
$76 1,585
$928,622
Unless this order is modified, in writing, by the Contracting Officer, the Contractor is not authorized to perform beyond the period of performance specified above or incur costs in excess of the order total reflected above.
The Contractor shall notify the government when expenditures against this task order reach 75% of the incremental funding provided.
Enclosure
USVISIT-APMO-CONTHSSCHQ04D0096T004-PLN050040-F of July 19,2005
AMENDMENT OF SOLlClTATlONlMODlFlCATlON OF CONTRACT I 1 1 ) 5
xpartment of Homeland Security ,-VISIT Acquisition Division OPO
1616 N. Ft. Myer Drive Suite 1800 Rosslyn va 22209
1 CONTRACT ID CODE
2. AMENDMENTIMODIFICATION NO.
PO0007 6. ISSUED BY CODE
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code)
PAGE OF PqGES I
ACCENTURE LLP 11951 FREEDOM DRIVE RESTON VA 201905640
3. EFFECTIVE DATE
09/12/2005 DHS /OPO/US -VI s IT
DHS US-VISIT Acquisition Division 1616 N. Ft. Myer Drive Suite 1800 Arlington VA 22209
4. REQUISITIONIPURCHASE REQ.NO. 5. PROJECT NO. (If applicable)
See Schedule 7. ADMINISTERED BY (If other than Item 6) IDHS/OPO/US-VISIT
9A. AMENDMENT OF SOLICITATION NO.
'ODE 8584857580000
9B. DATED (SEE ITEM 11)
FACILITY CODE
10A. MODIFICATION OF CONTRACTIORDER NO.
HSSCHQ-04-D-00096 04-usv-004 -- 10B. DATED (SEE ITEM 13)
09/10/2004 - DMENTS OF SOLICITATIONS 11. THlS ITEM ONLY APPLIES TO AME
The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers a is extended. 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: (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 includes a reference to the solicitation and amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE 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 you desire to change an offer already submitted, such change may be made by telegram or leher, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
12. ACCOUNTING AND APPROPRIATION DATA (If required.) Net Increase: $2,225,705.00 - -- - - - -
13. f HIS ITEM APPLIES ONLY TQ MODIFICATIONS OF CONTRACTSIORDERS. IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14
A. THlS CHANGE ORDER IS ISSUED PURSUANT TO: (Specrfy authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT, . ORDER NO. IN ITEM 1W..
G r i t R 3 - 2 ---- B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office.
I a p p W i d n o date, efc.) SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 43.lOJ(b). - I . ,.
C. THlS SIJPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO THE AUTHORITY OF: 7- D. OTHER (Specify type of modification and authority)
E. IMPORTANT: Contractor ,& is not. is required to sign this document and return copies to the Issuing office. ,
14. DESCRiPTlON OF 4MENDMENT/MODIFICATiON (Organized by UCF section headings, including solicitatiodcontract subject matter where feasible.)
Tax I D Number: 720542904 DUNS Number: 858485758 Task Order, 04-USV-004 PO0007 adds incremental funding to this order. See Attached. LIST OF CHANGES:
Obligated Amount for this Modification: $2,225,705.00 New Total Obligated Amount for this Award: $25,704,723.00
CHANGES FOR LINE ITEM NUMBER: 2 Obligated Amount for this modification: $2,225,705.00 Continued ... Except as provided herein, all terms and conditions of the document referenced in ltem 9A or IOA, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER (Type or print) 1 16A NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
obert Richards
NSN 7540-01 -1 5 Previous edition irnusable Prescribed by GSA
FAR (48 CFR) 53.243
NAME OF OFFEROR OR CONTRACTOR
ACCENTURE LLP
PAGE OF
2 5 CoNTINUATloN SHEET
NSN 7540-0'1-152-8067
REFERENCE NO. OF DOCUMENT BEING CONTINUED
HSSCHQ-04-D-00096/04-USV-004/POOOO7
OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR 148 CFR153.110
18th Floor ARLINGTON VA 22209
Change Item 0002 to read as follows(amount shown is the obligated amount) :
Period of Performance: September 3, 2005 through September 2, 2006
lOOlA Program Level Engineering $23,058,143 l0OlB Matcaricll $5,655,960 lOOlC AwGrd Fee $3,205,696 1001C Travell'ODC (No Fee) $377, F05
Total $30, /97.609 Fuily Funded Zbligaclon Amount: S30,297,609.00 Incrementally Funded Amount: $10,625,705.00 Incrementally Funded Through Requisition No: USV-5M-RQ0137, USV-5M-RQ0178 Accounting Info: USVISSB V05 VJ 30-20-00-000 3C-[IS-0000-00-CO-CO-00 GE-OE-25-00 000000 Funded: $0.00 Accounting Info: USVISSB V04 VJ 30-20-00-000 30-05-0000-O0-00-OO-C~ GE-OE-25-00 000000 Funded: $0.00 Accounting Info: USVIS5B V03 VJ 30-20-00-000 30-05-0000-00-00-OG-~~ GE-OE-25-00 000000 Funded: $1,000,000.00 Accounting Inf~: USVISSB V03 VJ 30-20-00-300 30-05-0000-00-00-0~)-O~ GE-OE-25-00 000000 Funded: $1,000,000.0C Accounting Info: USVIS5B V2A VJ 30-20-00-000 30-05-0000-00-00-00-00 GE-3E-25-00 000000 Continued . . .
UNIT PRICE
(El
I
ITEM NO
(A) 7
QUANTITY
( C )
AMOUNT
(F)
SUPPLlESlSERVlCES
(B)
Incremental Funded Amount changed from $8,400,000.00 to $10,625,705.00 Delivery: 09/02/2006 FOB: Destination Discount Terms:
Net 30 Period of Performance: 09/03/2004 to 09/02/2009 Delivery Location Code: VA0901 US-VISIT 1616 NORTH FT MYER DRIVE
UNIT
(Dl
NAME OF OFFEROR OR CONTRACTOR
ACCENTURE LLP
CoNT'NUAT'oN SHEET
NSN 7540-01-152-8067
REFERENCE NO. OF DOCUMENT BEING CONTINUED
H.SSCHQ-04-D-00096/04-USV-004/P00007
PAGE OF
OPTIONAL FORM 336 (4-86)
3
AMQUNT
( F )
Sponsored by GSA FAR 148 CFR) 53 11 0
5
ITEM NO.
(A)
-
QUANTITY
( C )
SUPPLIESISERVICES
(B )
Funded: $105,000.00 A c c o u n t i n g I n f o : USVIS5B V04 VJ 30-20-00-000 30-05-0000-00-00-00-00 GE-OE-25-00 000000 Funded: $120,705.00
UNIT
(D)
UNIT PRKE
( E l
:
CONTINUATION OF SOLICIATION/MODIFICATION OF CONTRACT
CONTRACT NO.: HSSCHQ-04-D-0096 PR NO.: See below ORDER NO.: 04-USV-004 PO007
Period of Performance: September 3,2004 through September 2,2006
Except as modified herein, this order is subject to the terms and conditions of the contract number HSSCHQ-04-D-0096 including all modifications thereto
The following are to be incorporated into the basic task order as previously modified:
1. Section A, Brief Description of Order, Task Order, 04-USV-004 P0007, provides incremental funding for this task.
2. Section G, Contract Administration Data, for this Task Order is as follows: "Incremental funding in the amount of $2,225,705 is provided with this modification of the task order. .
$13,133,023 is provided as full funding for SLIN 000 1A- Services (Est. Cost) $1,575,969 is provided as full funding for SLW OOOlB - Award Fee and $370,026 is provided as full funding for SLIN OOOlC -Estimated ODCs/Travel
$7,022,195 is provided as incremental funding for SLIN 1001A- Services (Est. Cost) $3,225,705 is provided as incremental funding for SLIN lOOlB material $0 is provided as incremental funding for SLIN lOOlC - Award Fee and $377,805 is provided as incremental funding for SLIN lOOlD -Estimated ODCsITravel
Pursuant to Section I. 1, Availability of Funds, 52.232-22, an additional $19,67 1,904 is required to fully fund this task order."
The following is a summary of the Procurement Request and appropriation data provided with this Task Order:
Date
91 1 012004
12/3/2004
4/5/2005
TO/ Mod Original
Mod 003
PO0004
PR Number
USV-4MRQ0060
USV-5M-RQOO16
USV-5M-RQ0074
Appropriation
USVISIT 000 VI 30-20-00-000 30-05 - 0000-00-00-00-00 GE-25 -00 000000 USVISIT 000 VI 30-20-00-000 30-05- 0000-00-00-00-00 GE-OE-25-37 000000 USVISSB V05 VJ 30-20-00-000 30- 05 -0000-00-00-00-00 GE-OE-25 -00 000000
Amount
$5,500,000
$5,245,008
$4,334,010
Unless the Contracting Officer modifies this order, in writing, the Contractor is not authorized to perform beyond the period of performance specified above or incur costs in excess of the order total reflected above.
Date
8/2/2005
8/2/2005
911 212005
9/12/2005
91 1212005
9/P2/2005
5 The Contractor shall notify the government when expenditures against this task order reach 75% of the incremental funding provided.
TO/ Mod PO0006
PO0006
PO0007
PO0007
PO0007
PO0007
Total Funding
PR Number
USV-5M-RQO137
USV-SM-RQO137
USV-SM-RQO178
USV-SM-RQ0178
USV-5M-RQO 178
USV-5M-RQO178
$25,704,723
Appropriation
USVISSB V05 VJ 30-20-00-000 30- 05-0000-00-00-00-00 GE-OE-25-00 000000 USVISSB V04 VJ 30-20-00-000 30- 05 -0000-00-00-00-00 GE-OE-25 -00 000000 USVISSB V03 VJ 30-20-00-000 30- 05-0000-00-00-00-00 GE-OE-25-00 000000 USVISSB V03 VJ 30-20-00-000 30- 05 -0000-00-00-00-00 GE-OE-25 -00 000000 USVISSB V2A VJ 30-20-00-000 30- 05 -0000-00-00-00-00 GE-OE-25-00 000000 USVIS5B V04 VJ 30-20-00-000 30- 05-0000-00-00-00-00 GE-OE-25-00 000000
Amount
$4,300,000
$4,1OO,OOO
$1,OOO,OOO
$1,OOO,OOO
$105,000
$-120,705
703351 4206 1616FtMyerDrl3W 11 :20:36 a.m. 02-09-2006 116 AMEN WENT OF S ~ J T ' A ~ O U F I C A T K I N OF CONTRACT 1 '. -'NYI'U- Ir- ";""
Department of Homeland Security US-VISIT Acquisition Division OF0 1616 N. Ft. Hyer Drive Suite 1800 Rosslyn va 22209
PO0008
DHS US-VISIT Acquisition Division 1616 N. Ft. Myer Drive Suite 1800 Arlington VA 22209
See Block 16C
I
IlOA MOOIFICATION CF C O N M / O R D E R NO.
RVST-06-00048 1 6.lSSUeDBY i ~ ~ ~ / ~ ~ / ~ ~ - ~ ~ ~ ~ ~
~ . N A M E A H D A D D R E ~ S W ~ O R ~ ~ ~ , ~ ~ ~ C ~ , S ~ ~ ( ~ ~ ~ U P ~ J
7.11*D($IERmEyp*wh6) [DHS/OPO/US-VISIT
ACCENTURE LLP 11951 FREEDOM DRIVE RESTON VA 201905640
~ g l c r r b n a n d h t r m ~ . n d h r ~ r u ( u b ~ ~ h a r $ I r l d ~ . 12. ACCOUUTlNo ANO APPROVlUAT70N MTA Y-JndJ N e t Increase: $9,350,000,00
QR DATED (SEE m ?f)
8584857580000 FACKlTY COOE h
See Schedule 11.MlSmY APPL# OHLY TO MWFEATIOYI OF rT MOW^ THE WTR*cTK)ROER MO. AS WIICRBEO IN ITEM 1L
04-USV-004 106. MTED (SEE ITEM I$
09/10/2004
8. MEAB(M NU)BERED C O H T l u t t m IS MOWFED TO REFLECTME AWIMRATIVE CHPNOES @& uchqps hp@g &ma w m drw, m k ) SET FORTH IN ITW 14, glRSUAMr0 lHEAUTMORlTYOF FAR U.los(b).
l t ~ m o m v A p W U T O ~ O C ~ A 1 D W 3
Tax ID Number: 720542904 WNS Number: 858485758 Task Order, 04-USV-004 P0008, provides a revised CLIN structure and costs far Option Year 1 as proposed in Accenture l e t t e r USVISIT-APMO-CONTHSSCUQO4D0096TOOI-CGE406018-F. See
X
Attached.
C. THIS WPPUWWALMREEMENT IS MERB) WTO PllRSUAHT TO M AWlORlTY OF:
D . O r W f R I S P # J L * d ~ W ~ I Mutual Aqreement o f t h e parties
LIST OF CHANGES: Total Amount for this Modification: -$4,568,097.00 New Total Amount for t h i s Award: $25,729,512.00 CHANGES FOR LINE ITEM NUMBER: 2 Unit Price changed from $30297609.00000 to $23637345.00000
Continued ... t E l d ~ p o u # r d ~ ~ k~OAff~M,~hmt~hdwngcd,nmrh3ndurg~wr4hful larcrudrlkd 15A.MMEANOTlTlEOFSKWE %4 NAME AND rmE OF CONfRACTWQ OFFICER (7Lp wpir4
Contract Management
NAME OF OFFEROR OR CONTRACTOR
ACCENTURE LLP
PAGE OF
2 6 CoNT'NUAT'oN SHEET
NSN 7540-01 -152-8067
REFERENCE NO. OF DOCUMENT BEING CONTINUED
HSSCHQ-04-D-00096/04-USV-004/PO0008
OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFRl53 110
AMOUNT
(F)
7,257,833.00
ITEM NO.
(A)
0002
SUPPLIESISERVICES
( B )
CHANGES FOR DELIVERY LOCATION: VA0901 Amount changed from $30,297,609.00 to $23,637,345.00
Delivery: 09/02/2006 FOB: Destination l7i s r n i l n t Terms:
Net 30 Period of Performance: 09/03/2004 to 09/02/2009 Delivery Location Code: VA0901 US-VISIT 1616 NORTH FT MYER DRIVE 18th Floor ARLINGTON VA 22209
Change Item 0002 to read as follows(amount shown is the obligated amount):
Program Level System Engineering--Option Year 1 Period of Performance: September 3, 2005 through September 2, 2006
lOOlA Program Level Engineering $20,767,446 1001B Material $0 1001C Award Fee $2,492,094 1001D Travel/ODC (No Fee) $377,805
Total $23,637,345 Fully Funded Obligation Amount: $23,637,345.00 Incrementally Funded Amount: $17,883,538.00 Incrementally Funded Through Accounting Info: USVISSB V05 VJ 30-20-00-000 30-05-0000-00-00-00-00 GE-OE-25-00 000000 Funded: $0.00 Accounting Info: USVISSB V04 VJ 30-20-00-000 30-05-0000-00-00-00-00 GE-OE-25-00 000000 Funded: $0.00 Accounting Info: USVISSB V03 VJ 30-20-00-000 30-05-0000-00-00-00-00 GE-OE-25-00 000000 Funded: $0.00 Accounting Info: USVISSB V03 VJ 30-20-00-000 30-05-0000-00-00-00-00 GE-OE-25-00 000000 Funded: $0.00 Accounting Info: USVIS5B V2A VJ 30-20-00-000 Continued . . .
QUANTITY
(C)
1
UNIT
(Dl
YR
UNIT PRICE
(El
23,637,345.00
NAME OF OFFEROR OR CONTRACTOR
ACCENTURE LLP
NSN 754061-1524067
PAGE OF
3 6
- -
OPTIONAL FORM 336 (4-86) Sponsored by GSA FAR (48 CFR) 53.110
CoNT'NUAT'oN SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED
HSSCHQ-O4-D-O0096/04-USV-O04/P000O8
CONTINUATION OF SOLICIATION/MODIFICATION OF CONTRACT
CONTRACT NO.: HSSCHQ-04-D-0096 PR NO.: See below ORDER NO.: 04-USV-004 PO008
Period of Performance: September 3,2004 through September 2,2006
Except as modified herein, this order is subject to the terns and conditions of the contract number HSSCHQ-04-D-0096 including all modi ficati ons thereto
The following are to be incorporated into the basic task order as previously modified:
1. Section A, Brief Description of Order, Task Order, 04-USV-004 P0008, provides a revised CLIN structure and costs for Option Year 1 as proposed in Accenture letter USVISIT- APMO-CONTHSSCHQ04D0096T00 1-CGENO6O 18-F.
2. Section B, Schedule of Supplies or Services, for this Task Order is modified as shown below. Order Total for Base and Rebaselined Option Year 1: $40,808.530
CLIN/SLIN Description Units QTY Total 0001 Program Level System Engineering- Base Year
Period of Performance: September 3,2004 through September 2,2005 000 1 A Program Level System YR 1 $13,133,023
Engineering - Labor/Material
000 1B Award Fee $1,575,969 OOOlC TravelIODC (No Fee) LT 1 $370,026
Total $15,079,018
CLINISLIN Description From Mod Change New Total PO0006 PO0008
1001 Program Level System Engineering Services- Option Year 1 Period of Performance: September 3,2005 through September 2,2006 Cost Plus Award Fee (CPAF)
100 1 A Program Level System $23,058,148 -$2,290,702 $20,767,446 Engineering - Labor
100 1 B Material $3,655,960 -$3,655,960 $ 0 1001B Award Fee $3,205,696 -$7 13,602 $2,492,094 lOOlC TravelJODC (No Fee) $377,805 $0 $377,805
Total $30,297,609 ($6,660,264) $23,637,345
Add "Option Year 1- CLIN 1002 Material" as follows:
CLINISLIN Description Unit QTY Total 1002 Program Level System Engineering ( Material) - Option Year 1
Period of Performance: September 3,2005 through September 2,2006 Cost Plus Fixed Fee (CPFF)
1002A Material $1 ,Y 55,296 10028 Fixed Fee $136,87 1
- -
Total Material $2,092,167
3. Section G, Contract Administration Data, for this Task Order is as follows: "Incremental funding of the task order in the amount of $35,054,723 is provided as follows:
Base Year $13,133,023 is provided as full funding for SLIN 000 1 A- Services (Est. Cost)
$1,575,969 is provided as full funding for SLIN OOO lB - Award Fee $370,026 is provided as full funding for SLIN OOOlC -Estimated ODCsfrravel
$15,079,0 18 Total Fundmg Provided to fully fund SLINs 000 1 A/000 1B1000 1 C
Option Year 1 - CLIN 1001 Services $15,013,639 is provided as incremental funding for SLIN 1001A- Services (Est. Cost)
$2,492,094 is provided as full funding for SLIN 100 lC - Award Fee $377,805 is provided as full funding for SLIN lOOlD -Estimated ODCslTravel
$17,883,538 Total Funding Provided
$5,753,807 is required to fully fund this CLIN, pursuant to Section 1.1, Availability of Funds, 52.232-22."
Option Year 1 - CLIN 1002 Material $1,955,296 is provided as full funding for SLIN 1002A - Material
$136,871 is provided as full funding for SLIN 1002B - Fixed Fee $2,092,167 Total Funding Provided to fully fund CLIN 1002
$ 0 is required to fully fund this CLIN, pursuant to Section 1.1, Availability of Funds, 52.232-22."
The following is a summary of the Procurement Request and appropriation data provided with this Task Order:
Unless the Contracting Officer modifies this order, in writing, the Contractor is not authorized to perform beyond the period of performance specified above or incur costs in excess of the order total reflected above.
Date
91 10/2004
12/3/2004
4/5/2005
8/2/2005
8/2/2005
9/12/2005
9/12/2005
9/12/2005
911 212005
113 112006
Total Funding
The Contractor shall notify the government when expenditures against this task order reach 75% of the incremental funding provided.
TO/ Mad Original
Mod 003
PO0004
PO0006
PO0006
PO0007
PO0007
PO0007
PO0007
PO0008
Amount
$5,500,000
$5,245,008
$4,334,010
$4,300,000
$4,1OO,OOO
$1,000,000
$l,OOO,OOO
$lOS,OOO
$120,705
$9,350,000
$35,054,723
PR Number
USV-4MRQ0060
USV-5M-RQOO 16
USV-5M-RQ0074
USV-5M-RQ0137
USV-5M-RQO137
USV-5M-RQ0178
USV-5M-RQ0 178
USV-5M-RQO178
USV-5M-RQO178
RVST-06-00048
Appropriation
USVISIT 000 VI 30-20-00-000 30-05- 0000-00-00-00-00 GE-25-00 000000 USVISIT 000 VI 30-20-00-000 30-05- 0000-00-00-00-00 GE-OE-25-37 m USVIS5B V05 VJ 30-20-00-000 30- 05-0000-00-00-00-00 GE-OE-25 -00 000000 USVIS5B V05 VJ 30-20-00-000 30- 05-0000-00-00-00-00 GE-OE-25-00 000~00 USVISSB V04 VJ 30-20-00-000 30- 05-0000-00-00-00-00 GE-OE-25-00 000000 USVISSB V03 VJ 30-20-00-000 30- 05-0000-00-00-00-00 GE-OE-25-00 000000 USVISSB V03 VJ 30-20-00-000 30- 05-0000-00-00-00-00 GE-OE-25-00 000000 USVIS5B V2A VJ 30-20-00-000 30- 05 -0000-00-00-00-00 GE-OE-25 -00 000000 USVIS5B V04 VJ 30-20-00-000 30- 05 -0000-00-00-00-00 GE-OE-25 -00 0~0000 USVIS6A V05VJ30-20-10-PCR 30- 05-0000-00-00-00-00 GE-OE-25-00 m o o