WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.....

15
AMENDMENT OF SOLICITATIDNIMODIFICATION OF CONTRACT 1. CONTRACTIO CODE f PAGE OF PAGES 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) M001? ' 03/01/2015 See Schedule 6. ISSUED BY CODE iNRCHQ 7 ADMINISTERED BY (If other than Item 6) CODEl US NRC - HQ ACQUISITION MANAGEMENT DIV1SION MAIL STOP 3WFN-05--C64M1' WASHINGTON DC 20555-0001 8. NAME AND ADDRESS OF CONTRACTOR (Noa, aweet, seendy Stale atnd ZIP Cede VISTRON1X LLC ATTN LORI DIXON NA RESTON VA 201915423 (x) •IA. DAMENDM(EN TM OFSLIIAIOO ttB. DATED (SEE ITEM 11) x l0A. MODIFICATION OF CONTRACT/ORDER NO. NRC-HQ-11-C-33-0056 NRC-HO-1] 'T-33-D001 1OIDTD(E/E 3 CODE 786520767 SFACILITY CODE 44 'tHU ITFU AUg V haUl PU TA. I ICPJAUNNTU AC PAt IVNTATIAUR lqe llll• I jmTh above numbered solicitation is amended as set forth in Item 14, The hour and date specified for receipt of Offers ,'_ia extended. j'is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date speci/Bed in the solicitation or as amended ,by one of the following methods: (a) By completing Items B end 15, and retuining _______ copies of the amendment: (b) By acktnowledglng receipt of this amendment on each copy of the offer submItted ;or tc) By separate tatter or telegram which Includes a reference to the sotlcltatlon and amendment numbers. FAILURE OP YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFtED MAY RESULT IN REJECTION OF YOUR OFFER Ittby virtue of this amendment you desim to change an offer already submitted, such channe may be made by te/egrem or letter, provided each telegram or tetter makens reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING ANDAPPROPRIATION DATA (/frequirmd) Net Increase : $353, 000,.00 See Schedule 13. THIS ITEM ONLY APPLIES TO MODtFICATION OF CONTRACTsIORDERS. fT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A. THIS CHANGE ORDER IS ISSUED PUJRSUANTTO: (Speci6' authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM l0A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such en changes in paying off/ce, appprlopiatin date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OP FAR 43.103(b). C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ E. IMPORTANT: Contractor I] is no. itt1in required to sign this document and return 1 copies to the isnuing office. 14. DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UCF section headings, including solicitafionicontract subject matter w/ere feasible.) The purposes of this modification are to: 2. Revise the Statement of Work (SOW) and labor mix to include additional requirements and MOM FAl contract labor categories to allow the contractor to support performance metrics associated with the Rational Jazz environment, and the Alt. ISSO role, as reflected on the continuation pages to this modification; NOTE: This modification confirms the CO's verbal authorization to ron, nence utilizing revised labor categories (labor mix), effective March 1, 2015. 2. Revise the' PRICE/COST SCHEDULE to add option periods 4-7 and award terms I-Ill to allow the contractor and the NRC the option to continue MOM CE operations and support, including Continued .. . Except us provided hemein, all terms end conditions ol the document referenced in I/nm 9 Aor lEA, as hteretofore changed. remains unchanged end in full force and eltect, 15A.-NAME AND TITLE OF SIGNER (Type orprint) l6A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) •_• J f=- {• HERIBERTO COLON 158, CONTRACTORIOFFERE.9.,. 15C. DATE SIGNED 16B. UNITED STATES OP AMERICA 160. DATE SIGNED .(S/gnat•(4 s,•oem au thoried r ae gn) (Signatore nf Contractieg Ownier) NSN 7540-El-i152-8070 Previous edition unibsable STANDARD FORM 30 (REV. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 - Afla~nm % ~

Transcript of WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.....

Page 1: WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

AMENDMENT OF SOLICITATIDNIMODIFICATION OF CONTRACT 1. CONTRACTIO CODE f PAGE OF PAGES

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

M001? ' 03/01/2015 See Schedule6. ISSUED BY CODE iNRCHQ 7 ADMINISTERED BY (If other than Item 6) CODEl

US NRC - HQACQUISITION MANAGEMENT DIV1SIONMAIL STOP 3WFN-05--C64M1'

WASHINGTON DC 20555-0001

8. NAME AND ADDRESS OF CONTRACTOR (Noa, aweet, seendy Stale atnd ZIP Cede

VISTRON1X LLCATTN LORI DIXONNARESTON VA 201915423

(x)•IA. DAMENDM(EN

TM OFSLIIAIOO

ttB. DATED (SEE ITEM 11)

xl0A. MODIFICATION OF CONTRACT/ORDER NO.NRC-HQ-11-C-33-0056NRC-HO-1] 'T-33-D001

1OIDTD(E/E

3

CODE 786520767 SFACILITY CODE44 'tHU ITFU AUg V haUl PU TA. I ICPJAUNNTU AC PAt IVNTATIAURlqe llll•

I jmTh above numbered solicitation is amended as set forth in Item 14, The hour and date specified for receipt of Offers ,'_ia extended. j'is not extended.Offers must acknowledge receipt of this amendment prior to the hour and date speci/Bed in the solicitation or as amended ,by one of the following methods: (a) By completingItems B end 15, and retuining _______ copies of the amendment: (b) By acktnowledglng receipt of this amendment on each copy of the offer submItted ;or tc) By

separate tatter or telegram which Includes a reference to the sotlcltatlon and amendment numbers. FAILURE OP YOUR ACKNOWLEDGEMENT TO BE RECEIVED ATTHE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFtED MAY RESULT IN REJECTION OF YOUR OFFER Ittbyvirtue of this amendment you desim to change an offer already submitted, such channe may be made by te/egrem or letter, provided each telegram or tetter makens referenceto the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING ANDAPPROPRIATION DATA (/frequirmd) Net Increase : $353, 000,.00See Schedule

13. THIS ITEM ONLY APPLIES TO MODtFICATION OF CONTRACTsIORDERS. fT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PUJRSUANTTO: (Speci6' authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT

ORDER NO. IN ITEM l0A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such en changes in paying off/ce,appprlopiatin date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OP FAR 43.103(b).

C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O..

x FAR 52.212-'1(c) Changes0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

E. IMPORTANT: Contractor I] is no. itt1 in required to sign this document and return 1 copies to the isnuing office.

14. DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UCF section headings, including solicitafionicontract subject matter w/ere feasible.)

The purposes of this modification are to:

2. Revise the Statement of Work (SOW) and labor mix to include additional requirements

and MOM FAl contract labor categories to allow the contractor to support performance

metrics associated with the Rational Jazz environment, and the Alt. ISSO role, as reflected

on the continuation pages to this modification; NOTE: This modification confirms the

CO's verbal authorization to ron, nence utilizing revised labor categories (labor mix),effective March 1, 2015.

2. Revise the' PRICE/COST SCHEDULE to add option periods 4-7 and award terms I-Ill to allow

the contractor and the NRC the option to continue MOM CE operations and support, including

Continued .. .

Except us provided hemein, all terms end conditions ol the document referenced in I/nm 9 Aor lEA, as hteretofore changed. remains unchanged end in full force and eltect,

15A.-NAME AND TITLE OF SIGNER (Type orprint) l6A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

•_• € J f=- '¢ {• HERIBERTO COLON158, CONTRACTORIOFFERE.9.,. 15C. DATE SIGNED 16B. UNITED STATES OP AMERICA 160. DATE SIGNED

.(S/gnat•(4 s,•oem au thoried r ae gn) (Signatore nf Contractieg Ownier)

NSN 7540-El-i152-8070Previous edition unibsable

STANDARD FORM 30 (REV. 10-83)Prescribed by GSAFAR (48 CFR) 53.243

- Afla~nm % ~

Page 2: WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

REFERENCE NO. OF DOCUMENT BEING CONTINUEDpAE F

CONTINUATION.SHEET NRC-HQ-Il1-C-33-0056/NRC-HQ-li-T-33-•00011M00!712" I1

NAME OF OFFEROR OR CONTRACTOR

VI STRONIX LLC

ITEM NO.. SUPPLIES/SERVICES [ QUANTITYJUNIT] UNIT PRICE -AMOUNT

(A) (S) j(C) j(D)J (E) (F)

the additional requirements;

AS a result, the value, including all options end

award terms, of this task order is increased by$7,231,338.03, from $4,768,415.97 to$11,999,754.00.

3. Exercise Option Year 4 (11/1/2015 -

10/32/2016), thereby increasing Lhe ceiling by$1,653,107.03, from $4,768,415.97 to$6,421,523.00, and extending end date Period ofPerformance through 10/31/2016. __ _____________

4. Incrementally fund this task order by$353,000.00, thereby increasing the obligat~edamount of this task order from $4,768,415.97 to$5,121,415.97.

Additional applicable non-funding requisitions:ZEROREQ-OIS--15-0035 and ZEROREQ-OIS--15-0135

SUMMARY:

Obligations: $5, 121,415.97 (changed)Base and Exercised Options (Ceiling):$6,421,523.00 (Changed)

Base and All Options (Value): $21,999,754.00(Changed)Period of Performance: 11/1/2011 - 10/31/2016(Changed)

REFER TO ATTACHMENT CONTINUATION PAGES FOR MOREDETAILS (10 additional pages)

09508 OPTION YEAR 4 (Exercised) 1,653,107.03Total Obligated Amount$l, 653, 107 .03Incrementally Funded Amount: $353,000.00Requisition No: CFO-15-0061, 0IS-15-0189

Accounting Info:2015-X0200--FEEBASED-10--10D007-51-J--146-J1275-2574-.Funded: $233,000.00 :.

Accounting Info:2015-X0200--FEEBASED-7N-7ND001-51-G--156-6029-252AFunded: $60,000.00iAccounting Info:2015-X0200-FEEBASEO--7N-7ND001--51-G-156-6029-252AFunded: $60,000.00Period of Performance: 11/01/2015 to 10/31/2016

Continued .

NSN 7540-O1-152.80S7 OPTTONAL FORM 336 (4-6)

"... .! ! • , . .Sponsored ry GSA. ' .- , •. FAR 4BCFR) 53.110

* 'g4!

Page 3: WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES

11 132. AMENDMENT/MODIPICATION NO. 3. EFFECTIVE DATE [4. REOUISITION/PURCHASE RED. NO. 5. PROJECT NO. (If applicable)

M0017 03/01/2015 [See Schedul e6. ISSUED BY CODE NRCHQ 7. ADMINISTERED BY (If other than ItemS6) CODE

US NRC - HOACQUISITION MANAGEMENT DIVISIONWAIL STOP 3WFN:O5-C64NP

WASHINGTON DC 20555-0001

B. NAME AND ADDRESS OP CONTRACTOR (Es., street, coenty, State sad ZIP Cede) (x) BA. AMENDMENT OP SOLICITATION NO.

VISTRONIX LLCATTNN LORI DIXON gB. DATED (SEE ITEM I1)

RESTON VA 201915423---0A MOIIAINOF CONTRACT/ORDER NO.

INRC-HQ-II-T-33-0001

'lOB. DATED (SEE ITEM 13)CODE 786520767 FACILITY CODE 09/30/2011

11. THIS ITEM ONLY APPLIES To AM5END)MENTS OF SOLICITATIONS

•[_Tne above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [7.] is extended, I -its 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 completingItems B 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 mhich includes a reference to the solicitation and amendment numbers. FAtILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED ATTHE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OPPER If byvirtue of this amen~dment you desire to change an offer already submitted, such change may be made by telegram or seter, provided each telegram or letter makes referenceto 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 : $ 3 53, 000 0.0 00See Schedule

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN tTEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACTORDER NO. IN ITEM i0A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes/in pay/ng office,appropriation date. etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.1D3(b).

C. THIS SUPPLEMENTALAGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X FAR 52 .2 12 -4(C) ChangesD. OTHER (Specify type of modification and authority)

B. IMPORTANT: Contractor Li is not. WI is required to sign this document and return 1 copies to the issuing office.

14. DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)The purposes of thiy 'modifiCation are to:

i. Revise the Statement of Work (SOW) and labor mix to include additional requirementsadd MOM FAl contract labor categories to allow the contractor to support performancemetrics associated with the Rational Jazz environment, and the Alt. ISSO role, as reflected

on the continuation pages to this modification; NOTE: This modification confirms theCO's verbal authorization to commence utilizing revised labor categories (labor mix),

effective March 1, 2015.

2. Revise the PRICE/COST SCHEDULE to add option periods 4-7 and award terms I-IlI to allow

the contractor and the NRC the option to continue MOM CE operations and support, including

Continued ,..

Except as provided herein, all terms and conditions of the document referenced in Item g A or 10DA, as hereotofre changed, remains unchanged and in tull force and effect.

15B. CONTRACTOFPfOFFEROR 15C. DATE SIGNED i { / 1S.DTESGE

(Signaeure a/ paero authofized ts alga)

NSN 754D-O1-152-BO70Previous edition unusable

STANDARD FORM 30 (REV. 10-63)Prescribed by GSAFAR (46 CFR) 53.243

Page 4: WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

SREFERENCE NO. OF DOCUMENT BEING CONTINUED I'AGE OFCONTINUATION SHEETINRC-HQ-IC-33-0056/NRC-HQ-IT-33-0001/M0017 12 : 13

NAME OF OFFEROR OR CONTRACTOR

VI STRONIX LLC

ITEM NO [ SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

(A) (B) (C). D (E) (F)

the additional requirements;

As a result, the value, 'including all options and

award terms, of this task order is increased by$7,231,338.03, from $4,768,415.97 to$11, 999, 754.00.

3. Exercise Option Year 4 (11/1/2015 -

10/31/2016), thereby increasing the ceiling by

$1,653,107.03, from $4,768,415.97 to$6,421,523.00, and extending end date Period of

Performance through 10/31/2016.

4. Incrementally fund this task order hy$353,000.00, thereby-increasing the obligated

amount of this task order from $4,768,415.97 to$5, 121, 415. 97.

Additional applicable non-funding requisitions:ZEROREQ-OIS-15-0035 and ZEROREQ-OIS-15-0135

SUMMARY:

Obligations: $5, 121, 415.97 (Changed)Base and Exercised Options (Ceiling):$6,421,523.00 (Changed)Base and All Options (Value): $11,999,754.00(Changed)

* Period of Performance: 11/1/2011 - 10/31/2016(Changed)

REFER TO ATTACHMENT cONTINUATION PAGES FOR MORE

DETAILS (10 additional pages)

09508 OPTION YEAR 4 (Exercised) 1,653,107.03

Total Obligated AmountS1,653,107.03Incrementally Funded Amount-: $353,000.00Requisition No: CFO-15-0061, OIS-15-0189

•Accounting Info:2015-X0200-FEEBASED--10-10D007-51-J-146--JI275--2574Funded: $233, 000.00

IAccounting Info:2015-X0200-FEEBASED-7N-T7ND00-51--G-156-6029-252AFunded: $60,000.00Accounting Info:2015-X0200-FEEBASED-7N-7ND001-51-G--156-6029-252A

Funded: $60,000.00Period of Performance: 11/01/2015 to 10/31/2016

Continued ...

N5N 7540-01-152-8067 OPTIONAL FORM 336(486)

Sponso~ed by GSA

" FAR (48 CFR) 53.110

Page 5: WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

IREFERENCE NO. OF DOCUMENT BEING CONTINUED " 'AGE OFCONTINUATION SHEET NRC-HQ-IZ-C-33-0056/NRC-EQ-II--T-33-0001/M0017 3 I13

NAME OF OFFEROR OR CONTRACTOR

VISTRONIX LLC

ITEM NO 1 - " . SUPPLIES/SERVICES ."" QUANTITYIUNIT~ UNIT PRICE ' AMOUNT

(A) 4 , - : i , • .. (BS). .. ["< ,. (C) JD) ,(E) " (F)

095.0.9 .OPTION. YEAR'. 5",... -:.;•': .'. . '

(Option Line Item) .'. .Anticipated Exercise Date09/30/2016Total Obligated AmountS1,774,375.00

0 .00

09510

09511

09512

09513

Period of Performance: 11/01/2016 to 10/31/2017

OPTION YEAR 6Award Type: Time-and-materials(Option Line Item)Anticipated Exercise Date09/30/2017Total Obligated AmountS1, 827, 617.00

Period of Performance: 11/01/2017 to 10/31/2018

AWARD TERN IAward Type: Time-and-materials(Option Line Item)Anticipated Exercise Date09/30/2018Total Obligated AmnountS1,882,423.00

Period of Performance: 11/01/2018 to 10/31/2019

AWARD TERM IIAward Type: Time-and-materials(Option Line Item)Anticipated Exercise Date09/30/2019Total Obligated A\mountS93,816.00

Period of Performance: 11/01/2019 to 10/31/2020

AWARD TERN IIIAward Type: Time-and-materials(Option Line Item)Anticipated Exercise. Date09/30/2020Total Obligated AmountS0.00

Period of Performance: 11/01/2020 to 10/31/2021

0.00

0.00

0. 00

0.00

NSN 7540-01-152-8067 OPTIONAL FORM 336 14-86)Sponsored by GSAFAR (48 CFR) 53.110

Page 6: WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

NRC-HQ-1 I -C-33-0056NRC-HQ-11I-T-33-000'!

M00 17

PRICE/COST SCHEDULE

Labor Category Estimated Estimated Estimated Estimated Estimated Estimateditours Cost Hours Cost Htours Cost

Program ManagerSenfior AdministratorJunior AdmintistratorDatabase Adminfistrator/AnalystEnvironmen~t ManagerProcess Control SpecialistSenior Security SpecialistSecurity SpecialistSenior Rational Support SpecialistSen~ior Technical ConsultantTechnical Consultant

Other Direct Costs (OI)C)

Facility (Non-Recurring) $0ODC

Page 2 of 10

Page 7: WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

HNRC-HWV! 1 -C-33.,0056N•RC-HQ-i! 1 -1-33-0001

MO0t 7

P •I rlZ/r'O.•T •ir•l] •.lill I I .I•.

Labor Cateiory_

Programl M''lanager

Senior Admiulistrator

.h1 iior Adndinistrator

Database Administrator/Analyst

Environml~ent Manager

Process Conhol Specialist

Senior SecuitySeilsSecurity iySpecialist

Senior Rational Support Specialist

Senior Technical Consultant

Techiiical Consultantt

PRICI?/rfl5~T wsirnuir

EstinmatedHours

Estimated Estimated EtstinmatedCost Hours Cost

-S

SwibtdhtkLgbot _________________________________________

tither Ilirect Costs (UDC)

Facility (Recurring)

Facility (Non-R~ecurring).

ODC

$0

-- -. -. .-

Subt.otalsQ' .DIJC ; UloUd

r • I

i•%}-77:i7!:-•'•7:L:, 7•{i.}•i;?:1 ! -;;tli7 :it ! il. I •. $1,57B,242 I

- I S1571t242 I

1 ______________________________________________________________________________________ -4

Page 3 of !0

Page 8: WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

NRC-HQ-lI1-C-33-0056I\IRC-H t-I-l1 -- 33-O0 u

M~OO'I 7

PRICE/COST SCtl EllULE

Labor Categoryr

Plogrwn11 M\:an ager

Senior A-\diinistratorJunior Adini istratorDatabase Admiiniistrator/AuialystlEnviroinnent ManagerProcess Control SpecialistSenior Security SpecialistSecurity SpecialistSenior Rational Support SpecialistS e, io T1Iechniiical Consul taut-lechluical ConIsultaut

Estiiza ted1Ho urs

Estimated EstimatedCost H-ours

EstimatedCost

O)ther I)irect Costs (ODC')

DescriiitiFacility I Recurring)

Facility tNoi-Rec hiring)ODC

SubLtot_! ,.O.JC .. :] ..$!;

+Adhlstment

To"0tsil . :. ,,,• ':.,. •:,.... i•.: i_ o ;•i •1.i,::,,.)- i h I1Ii•h .{;." . ... .. $1,7•74,375

P'age 4 of AU

Page 9: WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

NRC-HQ-i i-C-33-0056NRC-HQ-1 I -T-33-000'!

M0017

, I~iICVIrnsr,• ,5IC'j-I•rIIIF,

L..a bo tes_.or,

Program MvaniagerSenior Administrator.inuiior Ad ,iniiistratorDatabase Administrator/AnalystEi vi roil! lent M anagerProcess Control SpecialistSenior Security SpecialistSecurity Specialist.Senior Rational Support SpecialistSenior Teclutical ConsultantTechnical Consultant

EstimatedII ours

Estimated EstimatedCost Hours

EstimlatedCost

Other l~irect Costs (OIJC)DestriljtionFacility (R•ecurit g1)

Facility (Non-Recuriung)ODC .$0

Palge 5 of 1!0

Page 10: WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

NRC-HO-I-II-C-33-0056NRC-HQ-i !-f-33-O00t

MOO 17

PI•ICE/COST SCIIEDULE__________________ ~ .'rix~iiiiii~u~imij~. ___ ___ ____

~ ~ ____

Labor Ca teg9.2H our~s

Estimated EstimatedCost H-ours

Esti na tedCost

Pt ograit ManagerSenior AdmitiiistratorJunior AdminishratorDatabase Administrator/AnalystB; virfomll net MIan agerProcess Control SpecialistSenior Security SpecialistSecurity SpecialistSenior Rational Support SpecialistSenior Techniical ConsultantTechnical Consultant

soOther Direct Costs (0 DC)

Descli'iptioiiFacility U(lecur ring) $

Facility (,Non-Recurring) $

ODC $0$o

Page 6 oi 1 0

Page 11: WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

NRC-HQ-11I-C-33-0056N RC-H Q-i 'i -T-33-tOOO1

M0017

2. The SOW is mnodified to add the following language:

"BACKGROUND

The IBM Rational Jazz software is an integral part of the MOMCE environment. As the MOMCE has grown arid matured, newrequirements have been added to support the Jazz environment. Additionally, the MOMCE support staff is now required to performAlternate Information Security Officer (Alt. ISSO) duties that require more in depth knowledge of systems security.

To provide maximum benefit to NRC and its development teams and to accommodate the new requirements and performancemetrics associated with the Rational Jazz environment and Alt. ISSO' role, the labor mix is hereby revised to include the followingMOM FAl contract labor categories to better support MOM CE operations moving forward.

Senior/Rational Support Specialist - A cleared individual will be available to provide expert level support for the labs andRational software. This individual shall have knowledge of legacy Rational products as well as expert level knowledge of theCollaborative Lifecycle Manager (CLM) suite that includes Rational Requirements Composer, Rational Quality Manager, andRational Teamn Concert.

Senior/Security Specialist - Information systems security officers (ISS0) researches, develop, implenient, test and reviewan organization's information security in order to protect information arid prevent unauthorized access. Officers inform usersabout security measures, explain potential threats, install softWare, implement security measures and monitor networks.Implements site procedures for marking, handling, controlling, removing arid destroying media/equipment containingclassified information.

OBJECTIVES

The objectives of this statemient of work (SOW) is to utilize additional labor categories ini the management of the Nuclear RegulatoryCommission (NRC), Modernization, Operations, and Maintenance Comment Enivironment's (MOMCE) suite of IBM Rational lifecyclemanagement software tools, WebSphere, Jazz products, and other IBM products, arid support continuous monitoring effort. TheMOMCE is a rapid paced test arid system integration environment that requires high availability of the tools that support thisenvironment.

Page 7 of 10

Page 12: WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

NRC-HQ-1 'I-C-3 3)00G6NRC-HQ-I '1-T.-33-0001

M0017

SCOPE

Task t - Strate g.ic, nd Achitectural Consultirq.Tlhe coiitractor shall assist thle NRC MOMCE technical support team in conducting support of the existing architecture, makerecommendations for changes as appropriate, and provide insight and guidance on future architecture.

Task 2 - Process and Conficjuration Sup~portThe contractor shall assist the NRC MOMVCE technical support team in resolving process related questions on Lutilizing the IBMRational software tools for lifecycle management. This task includes resolving specific application functionality questions, proposingbest practices for utilizing these software tools, and as required, reviewing existing setup and configuration and proposing anychianiges to the application setup to enhance efficiency arid effectiveness. This task also includes assistance in the configuration ofRational software development tools and mentoring for Jazz based-products.

The contractor shall assist the NRC MOMCE technical support team in resolving process related questions on utilizing the SecurityRisk Assessment, System Security Plan, Information System Security Control and Contingency Plan document. This task alsoincludes of responsibly for patching and hardening of all the systems at MOMCE and make sure Systems are up-to-date.

Task 3A - ppication _U~pgrade AssistanceThe contractor shall provide assistance to the NRC MOMCE technical support tearm in upgrade planning, preparation, execution, and

post-u~pgrade evaluation for IBM products, inclunding but riot limited to:

o DB2 _

Websphiereo Proxy server and LDAP integration.* Rational software development tools

Task 3B -Risk Assessment AssistanceThe contractor shall also provide assistance to the NRC MOMCE technical support team for Reviewing Security Risk Assessment,

System Security Plan, arid Information System Security Control. The contractor shall provide assistance on Nessuis Security Scan

Firidin gs:

Page 8 of '10

Page 13: WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

NRC-HQ-1 1-C-33-0056N RC-HQ-t 1-T-33-O000

M0017

SCOPE

Task 1 - Strategic and Architectural ConsultingThe contractor shall assist the NRC MOMCE technical support team in conducting support of the existing architecture, makerecommendations for changes as appropriate, and provide insight and guidance on future architecture.

Task 2 - Process and Configuration SupportThe contractor shall assist the NRC MOMCE technical support team in resolving process related questions on utilizing the IBMRational software tools for lifecycle management. This task includes resolving specific application functionality questions, proposingbest practices for utilizing these software tools, and as required, reviewing existing setup and configuration and proposing anychanges to the application setup to enhance efficiency and effectiveness. This task also includes assistance in the configuration ofRational software development tools arid mentoring for Jazz based products.

The contractor shall assist the NRC MOMOF technical support team in resolving process related questions on utilizing the SecurityRisk Assessment, System Security Plan, Information System Security Control and Contingency Plan document. This task alsoincludes of responsibly for patching and hardening of all the systems at MOMCE arid make sure Systems are up-to-date.

Task 3A - Application Upgrade AssistanceThe contractor Shall provide assistance to the NRC MOMCE technical support team in upgrade planning, preparation, execution, andpost-upgrade evaluation for IBM products, including but not limited to:

* DB2*Websphere

Proxy server and LDAP integration*Rational software development tools

Task 3B - Risk Assessment AssistanceThe contractor shall also provide assistance to the NRC MOMCE technical support team for Reviewing Security Risk Assessment,System Security Plan, and Information System Security Control. The contractor shall provide assistance on Nessus Security ScanFindings:

Page .8 of 10

Page 14: WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

NRC-HQ-11I-C-33-0056N RC-HQ-11I -T-33-0001

M0017

* Risk Assessment Approacho Security Controls* Threats, Threat-Sources, and Vulnerabilities

o Risk Assessment Results

Task 4 - Documentation AssistanceThe contractor shall assist in development and~documentation of processes for IBM Rational products and for System Security Plan,and Contingency Plan document. The contractor shall provide assistance sending the document to CSO when the patching iscomplete. Update document based on CSO comments and customer feedback. Imnplement changes and document upgrades.

*The contract effort goals and objectives; and* How the results or end products will be used.

Task 5A - Application Support/End User SupportThe contractor shall provide assistance to the NRC MOMCE technical support team supporting the NRC staff and any user in thesupport of the application which include, but not limited to:

oRTC Eclipse Client* Web RTC* Project creation I migration*End user support*User Training

TASK 5 B - Vulnerabilities Support/Patching SupportISSOs review systems in order to identify potential security weaknesses, recommend improvements to amend vulnerabilities. Thecontractor shall works closely with the System Administrator to maintain the system's security and accreditation status. Thecontractor shall provide assistance to the NRC MOMCE technical support team supporting the NRC staff and any user in the supportof the system which include, but not limited to:

* Nessus Scan Findings

Page 9 of 10

Page 15: WASHINGTON DC 20555-0001C:'THIS SUP PLE_,MENTAL AGREEMENT IS ENTEREDINTO PUJRSUANTTO AITHORITY' O.. x FAR 52.212-'1(c) Changes 0 . OTHER (Specef'.typaof,ttofdtltcatignoand autftontyJ

NRC-HQ-11I-C-33-0056NRC-HQ-11I -T-33-0001

M0017

*Plan of Action and Milestones (POA&M)*End user support*User Training..."

ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME

Page 10 of 10