Page 1
Page 1 of 14 Pages
16 Feb 2017
PERFORMANCE WORK STATEMENT (PWS)
for
AGENCY PROGRAM SUPPORT (APS)
as of 16 March 2017
Contract Number: TBD
Task Order Number: TBD
Tracking Number: 611700001
Follow-on to Previous Contract and
Task Order Number:
Multiple
1. Contracting Officer’s Representative (COR).
a. Primary COR.
Name: To be filled in at time of award
Organization: Defense Information Systems Agency (DISA)
BDC/BDL2
Department of Defense Activity
Address Code (DODAAC): HC1047
Address: 6910 Cooper Avenue
Fort Meade, MD 20755
Phone Number: To be filled in at time of award
Fax Number: To be filled in at time of award
E-Mail Address: To be filled in at time of award
b. Alternate COR.
Name: To be filled in at time of award
Organization: DISA
BDC/BDL2
DODAAC: HC1047
Address: 6910 Cooper Avenue
Fort Meade, MD 20755
Phone Number: To be filled in at time of award
Fax Number: To be filled in at time of award
E-Mail Address: To be filled in at time of award
2. Contract Title. Agency Program Support (APS).
3. Background. DISA is a Department of Defense (DoD) combat support agency under the direction of the
Assistant Secretary of Defense for Networks and Information Integration (ASD (NII)). DISA is responsible for
planning, engineering, acquiring, fielding and supporting of Global Net-Centric Solutions. These networks serve the
needs of the President, Vice President, Secretary of Defense, Joint Chiefs of Staff, Combatant Commanders and
other DoD components under all conditions of peace and war.
DISA also ensures the integration and interoperability of command and control, communications, computers and
intelligence (C4I) systems. As such, DISA acquisitions are subject to the management and oversight requirements
detailed in the DoD 5000 Series of acquisition directives. DISA programs are organized to provide mission-specific
support to DoD stakeholders, in such they require support in various functional areas: Acquisition and Contract
Management Support, Asset Management Support, Continuity Management Support, Directorate Security Support,
Financial Management Support, Information Resources Support and Program Management Support.
Prior to the Agency reorganization in 2015 and 2016, the Agency fulfilled these types of requirements using various
stand-alone contracts, General Services Administration (GSA) schedules, Government-wide Acquisition Contracts
Page 2
Page 2 of 14 Pages
16 Feb 2017
(GWACs), and other Component contract vehicles. A strategic goal of the Agency reorganizations was to
consolidate and streamline acquisitions with relevant requirements.
4. Objectives: The objective of this acquisition is to obtain a selection of qualified offerors that can provide
comprehensive support to DISA. DISA’s Programs, Projects, Acquisition of Service, Enterprise Services, and
Initiatives are at different phases of the Integrated Defense Acquisition Life Cycle for forthcoming Task Orders. The
contractor shall provide these services to the DISA Centers and Directorates.
5. Scope. The scope is Professional Support Services to meet the needs of the entire Agency. These services will
support programs, projects, and initiatives in the DISA portfolio and are as follows:
Task Area 1: Acquisition and Contract Management Support
Task Area 2: Asset Management Support
Task Area 3: Continuity Management Support
Task Area 4: Directorate Security Support
Task Area 5: Financial Management Support
Task Area 6: Information Resources Support
Task Area 7: Program Management Support
All Task Area labor category descriptions are located below in Exhibit A
The Government may require surge support during the period of performance for any of the Task Orders. Surge
modifications will be within the scope of the contract and provide increased support for the defined task areas of this
PWS and the specific PWS of the Task order.
6. Performance Requirements. The following section provides a listing of the individual contract requirements the
Government desires to be met with this acquisition. Individual Task Orders PWSs will specify the necessary
requirement for the individual orders. Orders may include a single requirement or a combination of any task areas in
paragraph 6.
ID/IQ Requirement Responsibilities:
The Contractor shall manage and provide status to proactively manage the ID/IQ and individual Task Orders.
Contractor’s Status and Management Report. The Contractor is responsible for ensuring all awarded Task
Orders are successfully executed per the Task Order, to include providing leadership and controls necessary to meet
timely deliverable requirements. The Contractor shall identify one Contracts Manager for all Task Orders that
interface with the Government regarding contractual issues. This person shall be identified in the proposal.
The Contractor Manager shall provide contract status reports on a quarterly basis broken down to a Task Order
Level. The status report should include, at a minimum, the financial status of each Task Order, the current staffing
of each Task Order, the status of deliverables, confirmation of compliance with FAR 52.219-14, Limitations on
Subcontracting and any issues, concerns or problems. This report shall be provided to the Contracting Officer as
well as each COR identified per Task Order.
Task Order Management. Each proposal for individual Task Orders will require the submission of a Task Order
Management Plan (TOMP). The TOMP shall describe the technical approach, organizational resources, and
management controls to be employed to meet the performance and schedule requirements throughout Task Order
execution. The TOMP, at a minimum, should address or include a staffing plan.
6.1 Task Area 1 – Acquisition and Contract Management Support
6.1.1 Subtask 1 - DoD Acquisition Support. The Contractor shall provide subject matter expert Acquisition
support for DISA programs. The Contractor shall provide acquisition expertise, acquisition support, acquisition
guidance, and assist in the drafting and/or review of acquisition documents. Acquisition documents may include,
but are not limited to, Market Research documents, Performance Work Statements, Independent Government Cost
Page 3
Page 3 of 14 Pages
16 Feb 2017
Estimate, Requests for Information (RFIs), Sources Sought Notices, and acquisition lessons learned documents. All
documents and information will be prepared and coordinated with Government input and direction, to ensure that
the documentation meets the goals and objectives of the supported office.
The contractor shall provide recommendations, support the implementation of improvements/efficiencies within the
acquisition process, and utilize multiple forums, including, but are not limited to, the Internet, Microsoft SharePoint,
and other electronic suppositories.
6.1.2 Subtask 2 – Support Agreement Memorandum of Agreement / Memorandum of Understanding
(MOA/MOU) Documentation. The Contractor shall draft support agreement (MOA/MOU) documentation and
Service Level Agreements (SLAs) to meet program requirements in accordance with DISA standard operating
procedures. This effort includes coordination with requesting agencies, Combatant Commands (COCOMs),
Program Management Offices (PMO), and DISA personnel. The Contractor shall ensure that program requirements
are accurately captured and shall track the status and provide status reports. The Contractor shall review support
agreement documentation to ensure proper technical and programmatic requirements are addressed. The Contractor
shall identify agreement gaps and communicate this to the Government. The Contractor shall have a process to
ensure appropriate support agreement documentation is in place for incoming and planned outgoing MIPRs prior to
need for receipt or distribution of the funding.
6.1.3 Subtask 3 – Statutory / Regulatory Documentation Review. The Contractor shall provide subject matter
expert support to the programs, projects, acquisition of services, and initiatives in various topics of the DoDI 5000
Series ensuring compliance with statutory and regulatory requirements, to include tailoring of these requirements, as
permitted. The Contractor shall provide subject matter expert reviews and associated feedback of acquisition
documentation back to the customer. This feedback shall be based upon document content and whether it complies
with statutes and regulations as delineated in the FAR, DFARS and DARS. The Contractor shall provide
constructive feedback to the customer on how to improve the quality of the acquisition process.
The Contractor shall review the references and provide recommendations to the Government for consideration of
potential policy, guidelines, guides, directives, instructions, and regulations updates or non-compliance issues.
6.1.4 Subtask 4 - Integrated Product Team Support. The Contractor shall provide subject matter expert support
to Integrated Product Teams and other ad hoc forums as required, and ensure that acquisition or programmatic
considerations are included as a part of the discussions. The Contractor shall provide necessary documentation
support to include development and coordination of reports, action items, briefing charts, etc. They shall also
support the draft development and review of acquisition documentation and reports across the Agency, prior to
submission to the Decision Authority for approval and/or release outside the Agency.
6.1.5 Subtask 5 – Contract Management Support. Contract Management occurs once a contract is awarded. The
Contractor, at the direction of the Government, will attend Internal Program Reviews.
The Contractor shall provide contract management support which includes, but is not limited to: track the funding of
each contract assigned, upload files for each contract to the appropriate repositories, draft PWS updates with a
drafted Independent Government Cost Estimate to the COR/ACOR for contract modifications, and provide support
to the Government as required. The Contractor shall review the program plan and current contracts regularly to
advise their customers of the appropriate timeline to ensure follow-on contract actions are initiated so as not to have
a gap in service. Contractor shall assist with requirements validations for contract consolidations.
The Contractor shall review and make suggestions as appropriate on all the required acquisition package documents.
These documents may include: Performance Work Statement (PWS), Severability Plans, and 508 documentation.
All document changes shall be made using “track changes” and presented to Government personnel for review
and/or action.
6.1.6 Subtask 6 Analysis of Alternatives (AoA). The contractor shall develop the AoA materiel solutions
documentation to satisfy the capability need documented in the approved Initial Capabilities Document (ICD). The
AoA also assesses critical technologies associated with each proposed materiel solution, including technology
Page 4
Page 4 of 14 Pages
16 Feb 2017
maturity, integration risk, manufacturing feasibility, and where necessary, technology maturation and requirements
for demonstration needs.
Deliverables: Specific deliverables for 6.1 Task Areas will be identified at the Task Order Level
The Government anticipates the following labor categories will be required to support this task:
Acquisition Specialist II
Acquisition Specialist III
Acquisition Specialist IV
Program Analyst I
Program Analyst II
Program Analyst III
Subject Matter Expert (SME) I
6.2 Task Area 2 – Asset Management Support
6.2.1 Subtask 1 – Acquisition Program Audit Management. The Contractor shall provide support to assist in the
control and management of the capital program asset life-cycle from procurement to retirement. This includes
applications, license agreements, IT systems and hardware, and IT support equipment. The Contractor shall comply
with requirements of the FAR for accounting for equipment. The Contractor shall assist Division Chiefs, Branch
Chiefs, and Program Managers with preparation of documents and reports pertaining to IT asset management and
accountability reflected in the Defense Property Accountability System (DPAS) maintaining strict compliance with
Defense Acquisition University (DAU) training guidance.
6.2.2 Subtask 2 - Requirement Analysis and Management. The Contractor shall support the Government with the
development and execution of a requirements analysis and management processes. The process shall provide for the
documentation of enterprise level workflow, business processes, data and services, and include a standard set of
artifacts for the purpose of understanding the program asset/software requirements of Program Managers.
6.2.3 Subtask 3 - Lifecycle Logistics Planning. The Contractor shall participate in developing long term program
asset acquisition accountability supportability approaches that further Government acquisition strategy goals and
objectives. The Contractor may be required to accomplish or review logistics support documentation that includes
the following: Integrated Logistics Support Plans, Technical Orders, Technical Manuals, Electronic Technical
Manuals, Illustrated Parts/components breakdowns, and work specifications to ensure the documentation meets
Government logistics support requirements. In addition, the Contractor shall participate in integrated logistics
support management team meetings, program management reviews, and other related meetings.
6.2.4 Subtask 4 - DISA Audit Capital Property Plant & Equipment Sub-Committee Review. The Contractor
shall attend DISA reconciliation committee review of acquisition contracts, Military Interdepartmental Purchase
Requests and program financial documentation. The Contractor shall provide accurate data/reports and meet task
order objectives, with emphasis on overall success and positive impact to the audit ability of the Programs
acquisition program and organizational mission.
6.2.5 Subtask 5 - Database Management. The Contractor is responsible for assisting the Division Chiefs, Branch
Chiefs and Program Managers with data collection and usage processes in the preparation of documents and reports
pertaining to property accountability of assets in DPAS and on sub hand receipt. In performance of these services,
the contractor shall:
a. Manage program Software, Capital and Non-Capital assets reflected in DPAS
b. Develop and maintain Government databases, spreadsheets, charts, graphics, and presentation slides
c. Brief IT capital asset management and accountability requirements to Agency Personnel
d. Provide Weekly Activity Report (WAR) summarizing transactions performed in DPAS
Page 5
Page 5 of 14 Pages
16 Feb 2017
6.2.6 Subtask 6 - Inventory Management. The Contractor shall outline location, physical ownership (who is in
control of the asset) and how the asset is being used in a quarterly asset inventory report. The Contractor shall
provide asset inventory and asset tracking services that track the financial aspects of an asset, to include cost and
depreciation, as well as contract management aspects, to include leases, maintenance agreements, service contracts
and location. The Contractor shall perform duties to support the Property Custodian (PC) following mandatory
DPAS/Defense Acquisition University training. Under the direction of the Government, the Contractor will support
and assist in the preparation of the hand-receipts or other Property Records.
6.2.7 Subtask 7 - Integrated Logistics Supportability Planning. The Contractor shall provide life-cycle
sustainment involving early planning, development, implementation, and management of a comprehensive,
affordable, effective performance driven logistics support strategy. It plays a key role during all phases of the life
cycle. The goal is to ensure sustainment considerations are integrated into all planning, implementation,
management, and oversight activities associated with the acquisition, development, production, fielding, support,
and disposal of IT systems across its life cycle. The Integrated Logistics Supportability Planning shall include but
not be limited to maintenance and warranty planning, property accountability support planning, training and training
support, and asset packing, handling, storage, and coordinating transportation.
Deliverables: Specific deliverables for 6.2 Task Areas will be identified at the Task Order Level
The Government Anticipates the following labor categories will be required to support this task:
Inventory Specialist
Logistics Analyst I
Logistics Analyst II
Logistics Analyst III
6.3 Task Area 3 - Continuity Management Support.
6.3.1 Subtask 1 - Change Management Support. The Contractor shall perform business analysis to develop and
implement standard methodologies and automated processes and to facilitate requirements for managing and
monitoring activities surrounding identified core business operations. The Contractor shall maintain stakeholder
distribution lists for appropriate change management organizations and bodies; review and post information; create
draft documents; create Knowledge Management (KM) folders for documents and draft meeting minutes; track,
review and post requests for additional information and action items; meeting minutes; and record attendance, vote
and Request for Change (RFC) disposition. The Contractor shall prepare documents for approval routing;
incorporate adjudicated comments; and maintain a documentation repository.
6.3.2 Subtask 2 - Configuration Management Support. The Contractor shall support the Government’s process to
control design changes associated with designated systems, architectures and programs. The process will include,
but not be limited to, receiving of test results and software/hardware configuration documentation of existing and
new products. The Contractor shall support the Government to ensure the proper tracking of new technology
documentation prior to its implementation. The Contractor shall support the development of monthly status reports
of technical issues/concerns with new hardware/software and processes so the Government can ensure full
compliance with appropriate standards. The Contractor shall support the delivery of weekly status reports of
database management changes, logistics management changes, configuration management changes, requirements
integration changes, and system interoperability changes. The Contractor shall support the tracking and providing
administrative assistance for the development of configuration management studies, performance analyses of
network and system changes and security management.
Deliverables: Specific deliverables for 6.3 Task Areas will be identified at the Task Order Level
The Government Anticipates the following labor categories will be required to support this task:
Page 6
Page 6 of 14 Pages
16 Feb 2017
Business Analyst I
Business Analyst II
Configuration Management Specialist I
Configuration Management Specialist II
6.4 Task Area 4 - Directorate Security Support.
The Contractor shall provide on-site support for Security Management initiatives. The initiatives may include the
verification of contractor security credentials to ensure the Contractor is cleared and authorized to work on-site and
remotely. The emphasis of these positions will focus on Personnel Security and compliance with facility and
CLASSIFIED area control.
The Contractor shall support the Government on reporting, preparing and sending visit request notifications,
ensuring that personnel have appropriate security investigation/clearances, and submitting clearance certificates to
corresponding official records management centers. The Contractor shall maintain security procedure
documentation and standard operating procedures for controlled rooms.
Deliverables: Specific deliverables for 6.4 Task Areas will be identified at the Task Order Level
The Government Anticipates the following labor categories will be required to support this task:
Security Specialist I
6.5 Task Area 5 - Financial Management and Budget Support.
6.5.1 Subtask 1 – Resource Management Office (RMO) Support
The Contractor shall provide financial execution, financial and programmatic support to DISA. These support
services will ensure that programs have consistent, viable, and expert financial support for program objective
memorandum and budget submissions, subscriptions services support and implementation activities in support of the
network infrastructure.
6.5.2 Subtask 2 – Budget Planning and Budget Estimate Submission (BES), Formulation and Reporting
Execution. The Contractor shall assist the Government in all aspects of Budget Planning, Budget Estimation
Submissions, Formulation and Reporting.
The Contractor shall support the Government in all aspects of DoD Planning, Programming, Budgeting, and
Execution (PPBE) processes. The Contractor shall support all phases of the Budget planning and programming to
include preparing Program Objective Memorandum (POM) inputs, Budget Exhibits, and supporting DISA
POM/Budget Formulation and Agency-level POM/Budget submissions. Additionally, the Contractor shall provide
budget support to include but not limited to the following documents: White Papers, Concept Papers, Courses of
Action (COA) Plans, Strategic Messages, Cost Estimates, Out-year Planning Documents, etc. The documentation
will be drafted and coordinated with Government input and direction, to ensure that the documentation meets the
goals and objectives of the supported office. This support may include: documenting proceedings, decisions and
action items, operating presentation systems, and providing copies of documents; development of written budget
exhibits , congressional justification support documentation, financial analysis and comparative data; attendance at
DISA, DoD and Federal meetings and reviews; independent analysis and development of constructive analyses of
task, project, and program level past, current and planned narrative, financial and staffing data; development of ad
hoc documentation required by the Program Manager.
The Contractor shall support the Government with both Appropriated (Research, Development, Test & Evaluation
(RDT&E), Procurement (PROC), and Operations and Maintenance (O&M)) and Defense Working Capital Fund
(DWCF) accounts.
Page 7
Page 7 of 14 Pages
16 Feb 2017
Support for both DWCF and Appropriated Status of Funds (SOF) Checkbooks may be required to include General
Funds Status Report and SOF Briefings.
6.5.3 Subtask 3 – Financial/Spend Plans. The Contractor shall collect data from the Government/Program points
of contact and review the data in accordance to the program’s Annual Operating Budget (AOB). Contractors shall
also make recommendations for updates and/or revisions for the Government to review and approve. A baseline
spend plan shall be compiled and reviewed by the Contractor and all comments and analysis shall be provided to the
Government at the beginning of each fiscal year and at the end of second quarter of the fiscal year (mid-year). In
addition to the beginning of the fiscal year and mid-year spend plans, all spend plans shall be updated weekly as
funding packages are processed. The Contractor shall post Government approved finalized spend plans in the
designated shared drive at the COR/Alternate COR’s direction.
6.5.4 Subtask 4 – Funding Packages. The Contractor shall ensure funding packages have appropriate supporting
documents and are consistent with current programmatic priorities. The Contractor shall ensure funding packages
have appropriate supporting documents and are consistent with current programmatic priorities.
6.5.5 Subtask 5 – Office of Management and Budget (OMB) Exhibit 300 Support and Select Cost Investment
Reports (SCIR) Support. The Contractor shall provide Subject Matter Expert support for initiating and updating
the Exhibit 300 A/B, Exhibit 53 A/B/C/D and the Select Capital Investment Report (SCIR). The Contractor shall be
familiar with and have proven past experience with the Office of the Secretary of Defense (OSD) Guidance, DoD
Financial Management Regulation (FMR) and OMB Circular No. A-11.
6.5.6 Subtask 6 – Program Objective Memorandum (POM) Mission Focused Requirements (MFR)
Submission for General Fund (GF) Accounts. The Contractor shall assist with the POM data collection from the
programs and development of the complete MFR package, to include mission requirement descriptions and impact
analyses, funding baseline and zero sum transactions, unfunded requirements, MFR scorings and prioritizations. The
POM is an annual budget on the appropriated side and occurs once a year, where the duration is approximately from
February through June. The duration depends on the guidance from the Comptroller.
6.5.7 Subtask 7 – Financial Analytical Services and Reconciliation. The Contractor shall provide Financial
Analytical Services relating to all aspects of the Financial and Budget process. This may include assistance with
constructing prices and analyzing trends and developments in DISA’s planning, programming, budget and execution
process concerning appropriations, funding priorities and workload management, which supports overall program
operations.
The Contractor shall provide assistance in reporting and analyzing the financial performance to include review of
fiscal year issued documentation and reconcile of financial accounts.
6.5.8 Subtask 8 – Tri-Annual Review, Unliquidated Obligations (ULO) and Negative Unliquidated
Obligations (NULOs) Resolution Support for both Appropriated and DWCF. The Contractor shall assist the
Government for clearing all DWCF and GF ULO/NULO transactions during the Triannual Review. The Contractor
shall review all transactions funded by appropriations that are expired and will cancel by September 30th of the
current fiscal year. The Contractor shall also verify the validity of unexpired obligations and amount recorded with
priority given to significant dollar amounts and aged transactions.
6.5.9 Subtask 9 – Life Cycle Cost Estimating Support (LCCE). The Contractor shall provide LCCEs using risk
tools, MS Office applications, Excel, and the Automated Cost Estimating Integrated Tools (ACEIT); additionally,
the Contractor personnel shall provide cost estimating methods such as Parametric, Engineering, Analogies, and
Actual costs. The Contractor shall provide Forecasting Techniques, Operating and Support Analysis, Outlier
Analysis, Learning Curve, and Risk Analysis. All models shall be available to DISA with editing capabilities. The
Contractor shall provide documentation to fully support the estimating methodologies and sources used.
6.5.10 Subtask 10 - Economic Analysis (EA) and Business Case Analysis Support. The Contractor shall support
the Government in documentation preparation, coordination, and control of each milestone decision. In addition to
the cost estimating support described above, further support shall be required for EA type support to include the
Page 8
Page 8 of 14 Pages
16 Feb 2017
following: Cost estimate revisions for Program Managers in Government provided format, LCCE for the program’s
efforts to include integration and total life cycle funding requirement. The Contractor shall also utilize the DISA
Strategic Plan to develop comprehensive business cases to support unfunded requests, issue papers, and support the
Program Managers in developing informed positions and decisions on the short and long term impacts of new
capabilities and evolving requirements to sustaining capabilities.
6.5.11 Subtask 11 - Independent Cost Estimate (ICE) and Component Cost Estimate (CCE). The Contractor
shall develop ICEs and CCEs to document the program’s acquisition and sustainment baseline. Additionally, the
Contractor shall provide support and inputs for presentations of findings and results to the perspective decision-
making authorities.
6.5.12 Subtask 12 - Independent Government Cost Estimates (IGCE). The Contractor shall support DISA at
all levels of IGCEs analysis. The Contractor shall estimate using costs to include direct costs such as labor,
products, equipment, travel, and transportation; indirect costs such as labor overhead, material overhead, and
general and administrative (G&A) expenses; and profit or fee.
6.5.13 Subtask 13 - Training/Guidance. The Contractor shall provide support with periodic training, when
DoD/DISA deploys new cost estimating tools or promulgate new guidance/practices and/or policies for cost
estimation techniques.
6.5.14 Subtask 14 - Program Cost Analysis Documentation. The Contractor shall develop, update, maintain,
and deliver Cost documentation required for Milestone A, B, C and all decision reviews and updates thereafter
as reported by DoD 5000. This documentation shall include Service inputs in addition to PMO inputs to result
in comprehensive Milestone documentation.
6.5.15 Subtask 15 - Benefits Analysis & Determination. The Contractor shall develop the Benefits Analysis
(sometimes called Consolidation and Bundling Benefit Analysis) to make cases for acquisition strategies that
consolidate and/or bundle requirements. It identifies, quantifies, and compares the benefits arising from the
strategy’s implementation to benefits that would result from alternative strategies relative to cost savings, quality
improvements, reductions in acquisition cycle times, better terms and conditions, etc., and is part of the
Acquisition Strategy. It includes market research to determine whether consolidation and/or bundling of the
requirements is necessary and justified.
Deliverables: Specific deliverables for 6.5 Task Areas will be identified at the Task Order Level.
The Government Anticipates the following labor categories will be required to support this task:
Financial Analyst I
Financial Analyst II
Financial Analyst III
Budget Analyst I
Budget Analyst II
Business System Analyst
Subject Matter Expert (SME) I
6.6 Task Area 6 - Information Resources Support.
The Contractor shall support the Government in tasks associated with the duties and responsibilities of Agency
Information Systems Security Managers (ISSMs) and Information Management Officer (IMOs).
All Vendor personnel supporting Certification and Accreditation (C&A), or other cybersecurity functions, will have
the appropriate Cybersecurity Certification in accordance with DoD 8570.1.
Page 9
Page 9 of 14 Pages
16 Feb 2017
6.6.1 Subtask 1 - Oversight of Information Systems Security. The Contractor shall provide on-site support to
assist the Government in the oversight, management, and compliance with DISA’s Cyber Security program.
Support to the Government may include reviewing Cyber Security policies and assist with monitoring the
compliance with the Cyber Security / Information Assurance (IA) program throughout DISA. This may include:
Information System Security Manager (ISSM) support, Federal Information Security Management Act of 2002
(FISMA) Support and C&A Program support.
The Contractor shall document all processes that are required for management and reporting. The Contractor may
be required to support the Government in the following areas: (a) Architecture; (b) System Requirements; (c)
Security Plan(s) including Program Protection Plan(s); System Protection Plan(s); Information Assurance
Vulnerabilities (IAVA) processes; IA objectives and policies.
Support may also include: reviewing, commenting, tracking, and maintaining the DISA repository for all IA C&A
documentation; ensuring that all systems associated IAVA and Security Readiness Reviews (SRR) results are
recorded and in the Continuous Monitoring Risk Scoring (CMRS); track and report on all IA management review
items; monitor IAVA compliance in CMRS and prepare weekly IAVA compliance reports per DOD 8570.01-M.
6.6.2 Subtask 2 - Information Resources (IR). The Contractor shall provide on-site support to DISA
Information Management Officer (IMOs) who serve as the focal point for directorate IR programs. The IMO's
duties and responsibilities include but are not limited to: developing and publishing Information Management
Plans (IMPs); Serve as Subject Matter Expert to the Government on IT issues, capabilities, and impacts that these
issues have on the organization's business processes, identifying, tracking, refining business processes, tracking IT
asset lifecycles, recommending automation equipment requirements; support general IR programs such as,
database management; and IT training; developing procedures to validate and manage information requirements;
communicating, collecting and reporting data calls related to DISA Task Management Tool (DTMT) suspense's,
track licenses for end user software, knowledge management, web development, first line for IT acquisition;
researching, responding, and reporting on Service Request Tracking System (SRTS).
6.6.3 Subtask 3 - Knowledge Management and Web Maintenance. The Contractor shall support the development
and maintenance of Agency and subordinate divisional presence in multiple online forums, which include but are
not limited to: the World Wide Web, DISA Workspaces, Microsoft SharePoint 2010, and other electronic
suppositories. The online presence is intended to provide both internal and external communication of information
related to the divisions programs and their impact for the DoD. For internal communication, the online presence is
intended to be a usable repository for information and documentation in both draft and final form. The Contractor's
development and maintenance efforts of these online assets shall facilitate ease of communication across interested
parties, while maintaining ease of use and preventing loss of data
Deliverables: Specific deliverables for 6.6 Task Areas will be identified at the Task Order Level.
The Government Anticipates the following labor categories will be required to support this task:
IT Specialist II
IT Specialist III
Information Systems Analyst I
Information Systems Analyst II
6.7 Task Area 7 - Program Management Support.
6.7.1 Subtask 1 - Direct Support. The Contractor shall provide programmatic support and expertise in the areas of
cost, schedule and performance related to any DISA program. This may include Information Technology,
specifically, Information Assurance and information security to the organizations tasks, projects, and programs. This
support shall include administrative meeting support and attendance at DoD, Federal meetings, working groups, and
reviews.
Page 10
Page 10 of 14 Pages
16 Feb 2017
6.7.2 Subtask 2 - Performance Metrics Support. The Contractor shall provide expertise in the analysis,
development and sustainment of a performance metric plan that will support the strategic goals and objectives of the
organization; and improve program efficiencies and effectiveness to produce results that will strengthen the health of
the program and improve reporting and budgeting requirements at the task, project, program and Agency-level. This
support shall also include administrative meeting support and attendance at DISA, DoD and Federal meetings, and
reviews.
The Contractor shall provide support for the capture and reporting of the Defense Information Systems Agency,
Acquisition Program and Portfolio Metrics Baseline for all Programs, Projects, Acquisition of Services, Enterprise
Services, and initiatives.
6.7.3 Subtask 3 - Critical Path Support. The Contractor shall coordinate and analyze Critical Path inputs received
from managers, schedulers, risk managers, and engineers. The Contractor shall also prepare minutes and track/close
out action items in a timely manner, identify overarching program issues related to cost, schedule, performance and
risk as well as issues specific to each product area that directly impact the program’s Integrated Master Schedule
(IMS). The Contractor shall also provide analysis support in reviewing the IMS and critical path to identify trigger
dates and events well in advance of the event occurring, and then ensure that the associated issues and/or risks are
managed appropriately.
6.7.4 Subtask 4 - Program Reviews. The Contractor shall draft and coordinate the development of program
briefing charts and attend forums such as Director’s Quarterly Program Review (QPR), Program or Project QPR,
Program or Project Integrated Baseline Reviews (IBR), Working Integrated Product Teams (WIPT), Preliminary
Design Review (PDR), Critical Design Review (CDR), Defense Acquisition Executive Summary (DAES) Report(s)
or equivalent, and other briefings as required. The Contractor shall also load materials into applicable tools such as
the project management tool Management and Information Decision Support (MIDS).
6.7.5 Subtask 5 - Integrated Master Schedule. The Contractor shall assist in constructing and managing the
Integrated Master Schedule. The Contractor shall update, manage, and analyze proposed schedule changes providing
the PMOs/Projects with an assessment of impacts to the IMS in accordance with program, project or initiatives
Work Breakdown Structures. The Contractor shall perform overall analysis of cost, schedule, risk, trigger dates,
resource management, discrepancies, conflicts, technical and performance on a basis to identify issues and items on
the critical path and overall IMS. The Contractor shall provide an IMS status report at Critical Path Meetings and
coordinate the agenda, development and execution of the presentation and IMS used during this meeting across the
portfolio and external stakeholders. The Contractor shall also prepare minutes and track/close out action items in a
timely manner. The Contractor shall identify overarching program issues related to cost, schedule, performance and
risk as well as issues specific to each product area that directly impact the IMS and highlight during the meeting.
The Contractor shall provide support with the development of IMS via the use of DISA selected tools which include
but are not limited to: Microsoft Project and Management and Information Decision Support (MIDS).
Deliverables: Specific deliverables for 6.7 Task Areas will be identified at the Task Order Level
The Government anticipates the following labor categories will be required to support this task:
Project Manager I
Project Manager II
Project Manager III
Program Analyst I
Program Analyst II
Program Analyst III
Earned Value Management (EVM)
Specialist
Subject Matter Expert (SME) I
7. Performance Standards. Performance Standards will be issued with each Task Order.
Page 11
Page 11 of 14 Pages
16 Feb 2017
8. Incentives. For both positive and negative performances, ratings shall be recorded in the Contractor Performance
Assessment Reporting System (CPARS) for Task Orders exceeding the required thresholds. Additional incentives
and disincentives may be addressed at the Task Order level.
9. Place of Performance. The place of performance will be identified in the specific PWS for each Task Order.
DISA anticipates the preponderance of the work will be in the National Capital Region (NCR). However, locations
could be located anywhere within the Continental United States.
Work locations may be at a Government site and/or Contractor facilities as defined per Task Order. If work is to be
performed at the Contractor’s facility, it shall be located close enough not to interfere with work performance,
schedules or deliverables.
Generally, classified work and the Governmental laboratory work will be conducted at DISA Headquarters located
on Fort Meade, MD.
If both on and off-site performance is authorized or required, the Contractor will propose the mix of work at each
location in the Task Order. The Government shall agree upon the appropriate staffing plan to satisfy the on-site
requirements prior to on-site work being accomplished.
The Contractor may be required to account for the whereabouts of their personnel should this information be in the
PWS or requested by the COR in writing.
Travel in and around the primary place of performance may be required throughout the period of performance.
Additional travel within CONUS may be required to support the requirements of this PWS. When required, a travel
plug number will be provided for proposal purposes. All travel shall be approved by the COR prior to the trip and
all travel shall support the task areas described above. Travel will be reimbursed in accordance with FAR 31.205-46.
Trip Reports. The Contractor shall provide Trip Reports upon completion of travel. At a minimum trip reports shall
include: attendees, topics, issues and actions assigned.
Alternate Place of Performance - Contingency Only. As determined by the Contracting Officer’s Representative
(COR), contractor employees may be required to work at an alternate place of performance (e.g., home, the
contractor's facility, or another approved activity within the local travel area) in cases of unforeseen conditions or
contingencies (e.g., pandemic conditions, exercises, government closure due to inclement weather, etc.). Non-
emergency/non-essential contractors should not report to a closed government facility. Contractor shall prepare all
deliverables and other contract documentation utilizing contractor resources. To the extent possible, the contractor
shall use best efforts to provide the same level of support as stated in the PWS. In the event the services are
impacted, reduced, compromised, etc., the Contracting Officer or the Contractor may request an equitable
adjustment pursuant to the Changes clause of the contract.
10. Period of Performance. The period of performance of the ID/IQs will be a five year ordering period with no
options. Specific periods of performance will be identified in the Task Orders and may contain optional periods.
11. Delivery Schedule.
PWS
Paragraph Deliverable Title Format Due Date
Distribution/
Copies
Frequency
and Remarks
6.0 Contract Status
Report
Excel
Spreadsheet
Last Day of the
Month, per Quarter KO, ID/IQ COR Quarterly
All other deliverables will be provided at the Task Order level.
12. Security Requirements. This section shall be considered a supplement to block 13 of the Government provided
DD 254, Contract Classification Specification. The following security requirements shall apply to this effort.
Page 12
Page 12 of 14 Pages
16 Feb 2017
References:
a. DOD 5200.2-R, DOD Personnel Security Program.
b. DISAI 240-110-36, Personnel Security.
c. DOD 5220.22-M, National Industrial Security Program Operating Manual.
d. DOD 5220.22-R, Industrial Security Regulation.
e. DODM 5200.01, Vol 1-4 Information Security Program, 24 February 2012
f. DISAI 240-110-8, Information Security
g. DISA Policy Letter, Unauthorized Connections to Network Devices, 11 Sep 2013
h. DISA Form 786
12.1 Facility Security Clearance. The work to be performed under this contract is up to the Secret level. Therefore
the company must have a final Secret Facility Clearance from the Defense Security Service Facility Clearance
Branch.
12.2 Security Clearance and Information Technology (IT) Level. All personnel performing on or supporting a DISA
contract in any way will be U.S. citizens. There is one level of personnel security requirements under this contract
covering all labor categories included in this PWS.
12.2.1 All positions under this contract require a final or an interim Secret IT-II eligibility when performance starts.
12.3 Investigation Requirements. All personnel requiring Secret access under this contract shall undergo a favorably
adjudicated Tier 3 Investigation formerly known as a National Agency Check, Local Agency Check and Credit
Check or Access National Agency Check and Inquiries as a minimum investigation. The Tier 3 Investigation will be
maintained current within 10-years and requests for Secret Periodic Reinvestigations will be initiated by submitting
a Tier 3R investigation prior to the 10-year anniversary date of the previous Tier 3 Investigation.
12.5 Visit Authorization Letters (VAL). Visit requests shall be processed and verified through the Joint Personnel
Adjudication System (JPAS) to SMO DKABAA10 and SMO DKADAL. JPAS visits for contracts are identified as
“Other” or “TAD/TDY” and will include the Contract Number and ADP/IT-Access level of the contract in the
Additional Information section. Contractors that do not have access to JPAS may submit visit authorizations by e-
mail in a password protected .pdf to the Contracting Officer Representative (COR) or government point of contact
(POC).
(To be filled in upon contract award)
Primary COR: Alternate COR:
Phone Number: Phone Number:
Email: Email:
Security Manager Contact Information:
Name:
Phone Number:
E-mail:
If JPAS is not available, the VAL must contain the following information on company letterhead
Company name, address, telephone number, assigned CAGE Code, facility security clearance
CAGE CODE
Contract Number
Name, SSN, date and place of birth, and citizenship of the employee intending to visit
Certification of personnel security clearance and any special access authorizations required for the visit (type of
investigation & date, adjudication date & agency, and IT access level)
Name of COR/POC
Dates or period the VAL is to be valid
12.6 Security Contacts. DISA Security Personnel can be contacted for security related questions as follows:
Page 13
Page 13 of 14 Pages
16 Feb 2017
For Industrial or Personnel Security related issues contact (301) 225-1235 or via mail at:
Defense Information Systems Agency
ATTN: MP61, Industrial Security
Command Building
6910 Cooper Ave.
Fort Meade, MD 20755-7088
Defense Information Systems Agency
ATTN: MP62, Personnel Security
Command Building
6910 Cooper Ave.
Fort Meade, MD 20755-7088
12.7 Information Security and Other Miscellaneous Requirements.
12.7.1 Contractor personnel must comply with all local security requirements including entry and exit control for
personnel and property at the government facility.
12.7.2 Contractor employees will be required to comply with all Government security regulations and requirements.
Initial and periodic safety and security training and briefings will be provided by Government security personnel.
Failure to comply with Government security regulations and requirements will require the company to provide the
Government with a written remediation/corrective action plan; furthermore, failure to comply with such
requirements can be cause for removal and the contractor will not be able to provide service on this contract.
12.7.3. Contractor employees with an incident report in JPAS will not be permitted to provide service on a DISA
contract.
12.7.4 The Contractor shall not divulge any information about DoD files, data processing activities or functions,
user identifications, passwords, or any other knowledge that may be gained, to anyone who is not authorized to have
access to such information. The Contractor shall observe and comply with the security provisions in effect at the
DoD facility. Identification shall be worn and displayed as required.
12.7.5 DISA retains the right to request removal of contractor personnel regardless of prior clearance or adjudication
status, whose actions, while assigned to this contract, clearly conflict with the interest of the Government.
12.7.6 Contractor personnel will generate or handle documents that contain For Official Use Only information at the
Contractor and/or Government facility. Contractor shall have access to generate and handle classified material only
at the location(s) listed in the place of performance section of this document. All contractor deliverables shall be
marked in accordance with DoDM 5200.1, Vol. 3, Vol. 4, Information Security, DoD 5400.7-R, Freedom of
Information Act Program, unless otherwise directed by the Government. The contractor shall comply with the
provisions of the DoD Industrial Security Manual for handling classified material and producing deliverables. The
contractor shall comply with DISA Instruction 630-230-19.
12.7.7 The Contractor shall afford the Government access to the contractor’s facilities, installations, operations,
documentation, databases and personnel used in performance of the contract. Access shall be provided to the extent
required to carry out a program of IT inspection (to include vulnerability testing), investigation and audit to
safeguard against threats and hazards to the integrity, availability and confidentiality of data or to the function of
information technology systems operated on behalf of DISA or DoD, and to preserve evidence of computer crime.
13. Government Furnished Property (GFP)/Government-Furnished Equipment (GFE)/ Government-Furnished
Information (GFI). The Government will identify any GFE and GFI being provided at the Task Order Level in the
PWS for the individual Task Orders.
Page 14
Page 14 of 14 Pages
16 Feb 2017
14. Other Pertinent Information or Special Considerations. The Government may also identify and include any
special considerations or unique requirements necessary at the Task Order Level in the PWS for the individual Task
Orders.
a. Identification of Possible Follow-on Work. Any additional work that may result from completion of any
Task Order, which may be added at a later date as a modification, or that may be helpful to the contractor in
determining the best overall approach for the Task Order will be identified in the Task Order PWS.
b. Identification of Potential Conflicts of Interest (COI). The Contractor shall identify any potential conflicts of
interest and provide documentation as to their remediation strategy in accordance with DARS 52.209-9000.
c. Identification of Non-Disclosure Requirements. All Contractor personnel must execute a DISA-provided
contractor non-disclosure agreement (NDA) for all services contracts regardless of award amount. The NDA
must be signed within one week of ID/IQ award and/or Task Order issued. The DISA Contractor is responsible
for obtaining and maintaining NDAs for each contractor employee assigned to the ID/IQ/CO.
NonDisclosure
Agreement Contractor June 2016.pdf
d. Packaging, Packing and Shipping Instructions. The Government will identify and include any specific
Packing, Packaging and Shipping Instructions necessary at the Task Order Level in the PWS for the individual
Task Orders.
e. Inspection and Acceptance Criteria. The Government will identify and include any specific Inspection and
Acceptance Criteria necessary at the Task Order Level in the PWS for the individual Task Orders.
f. Property Accountability. If property is to be delivered under a Task Order, the Government will identify this
in the specific Task Order PWS. If property is to be delivered under a Task Order it must be accounted for in
accordance with DISAI 270-165-8.
g. Privacy Act Data. The Contractor shall comply with all Privacy protocols. The FAR Privacy clauses are here-
by incorporated by reference into the contract (FAR 52.224-1 and 52.224-2). At contract termination, the
Contractor shall return to the Government any and all Privacy data obtained throughout the duration of the
contract.
h. Knowledge Management. DISA is a highly dynamic organization that practices knowledge management and
information sharing. In support of this practice, the Contractor shall support the maintenance of DoD
Knowledge and Records Management practices. In support of this practice, the Contractor shall provide DoD
Knowledge and Records Management practice by developing, creating, and updating documents maintained on
electronic applications and databases.
i. Digital Certificates. Contractor employees supporting this effort will be sponsored for a DoD Common
Access Card to meet this requirement, however some contractor employees may not be sponsored for a DoD
Common Access Card. The Contractor shall obtain DoD approved certificates to meet this requirement for
those employees not sponsored for a DoD Common Access Card. This requirement can be met through:
The External Certification Authority (ECA) program. Additional information can be found at:
http://iase.disa.mil/pki/eca/.
Using their own certificates if they are issued from one of the DoD-approved PKIs listed here:
http://iase.disa.mil/pki-pke/interoperability/
15. Section 508 Accessibility Standards. Any Section 508 Accessibility Standards required will be identified in the
PWS for the specific Task Orders.