The words you are searching are inside this book. To get more targeted content, please make full-text search by clicking here.

ATTACHMENT 3 BPA COW-%A-0123lMOD A001 BPA PRICE LIST ldcntix Booking Station System - TP 3OOOLD.ED 3rd Option Year: 03130106 THRU 09l29107 Ilem No. Descrlption GSA ...

Discover the best professional documents and content resources in AnyFlip Document Base.
Search
Published by , 2016-01-20 00:33:03

BPA PRICE LIST - Homepage | USCIS

ATTACHMENT 3 BPA COW-%A-0123lMOD A001 BPA PRICE LIST ldcntix Booking Station System - TP 3OOOLD.ED 3rd Option Year: 03130106 THRU 09l29107 Ilem No. Descrlption GSA ...

ATTACHMENT 3 BPA COW-%A-0123lMOD A001

BPA PRICE LIST

-ldcntix Booking Station System TP 3OOOLD.ED

3rd Option Year: 03130106THRU 09l29107

Ilem No. Descrlption GSA Price Discount YO BPA Prlce Est. Pty Unit Total Amount

Live Scan SysternslCuslom Soflware $1.087 MI
lnstallalionllnlegrationSewices 92,993.00
$1.995 00
RemoieSolhvare Upgrades 51.530 00
Hardware Maintenance (Annual) 161.530MI

Duringwarranty pericd NSP
Outside of warranti period

Technical Support (Holline) (Annual)

On-S~teTrain~ng

User Training

Syslems Adm~i~slratorrralnmg
System ReloCations(See Note Below)

Other Direct Costs ( O K s ) :
Sh~pping-Oomsslic 8. Overseas

Travet - Dornesl~c8 Overseas

Malerials

Equ~prnenTt rade-!? Credit - Year 4

Total Price for Item 3001 thm 3009

Nole: G&A Rate for ODC's.0%
Nole 1 . Maler~anl andlrng Fee Rate: 0%
GSA Schedule Contract €PA Rate. 0%

Exclude lransportalion cost. Transponation cost will be negollated b y each call
System rslocat~onwill inc!ube cos:s lo deinstallat13np. acking,8 ren$lallalion of system.

In order to comply with the requlremntsof the RFP we had bid to the mioirnuni levelof service pus value addea
sewices based on our h~storlcaCl uslom~zedCustomer Care Package Our BID pri:e contains the
Customized Customer Care Package for BCIS.

AUACHMENT 3 BPA COW-3-A-01 231MOD A001

4th Option Year: 9130107 THRU 9/29/08 BPA PRICE LIST 1-Feb-05
Total Amount
Item No. Descrlpllon -Identix Booking Station System TP BOOOLD-ED

GSA Price Discount % BPAPriar Eat. Qty Unit

Llve Scan Systems/Custom Software 51.097 Oil
Insfalaiiodlntegralion Services $2.993.W
Remote Sortware Upgrades 81,995.00
Hardware Maielenance(Annual) $1.530.00
$1,530.00
Ourrng warranty per~od
Outside ofwarranty permd NSP
Techn~caSl uppan (Hodine) (Annual)
4009 On-Slte Train#%

User Training
Syslems Adrn~nistratoTr rammg
System Re.ocations(See Note Beiovr)
Other Direct Costs (ODC5):

Shipping - Dornestfc& Overseas

Travel - Domestic 8 Overseas

-Materials

Equ~prnenTt rade-In Credll Year 4
Total Pricefor Item 4001 thru 4 0 W

Note G8A Rate for ODC's. G%
Mater~aHl andl~ngFee Rate 0%
Note 1 GSA Schedule Contract EPA Rate 0%

Exclude transportatlo?cost Transponat~oncost will be negobatedby each call
System relocationwill include costs for dein~lallal~opnacklng & re~ns:allatronof splem

In order to comply wlth the regu remnts of the RFP we had b ~ dto the mtnlmun levelot serv~ceplus value.
services based on our historca Custom~zedCustomer Care Package Our BID price Conlaifis the
Custornrzed Customer Care Package for BClS

MRY-Cll-2005 23: 05 1DENT 1X P.02-

I . C O ~ P + C TIDc o x PAGE bs 9 ~9
1
AMENDMENT OF S O L ~ C ~ T A T ~ O N N O D ~ ~ ~OCFACo~CO)NPTPI.ACT 2
1I

?. A M ~ D M E N T ~ 0 3 l F I C A T I N~ON 13, EFFECTzV6 CAT€ 14,R E C i i l S ~ T I O ( U W ~ C ~ ~ E R E 3 1 ~ 0 . 16. F R M C T PJO. (Map-!

I

POOOOS 10~/02/?005 ~ Rr /A ~ J pYfdwmdn r ~ r fnit ICODE lCIs
=OM \ C Z S
h I S ~ Y L DBv I ADMINIS-WEII

CIS Contracting 0:frce ~ 1 C9 o n t r a c t i n g O f f i c e
3epa:tment of Honelend S e c u r l r y
Deparmenr: of Eomeland security
7C Kmbrll Avenue 70 KLnbeL1 Avenue
Sauth B~rlin*on W 05401
S m t h G u r l i n g t o n VT 0 5 4 0 3

ZXNIIX IBCOR?OFATED

56CO ROtJLW3 ROAD

SUITE 2C5

cctwE,akim m 553434315

~475e~76tacoo FICIL~ a 3 5 09/30/2603

3% ~3 ~ Q H L T W ~ E S ~ I U L W U 0~6TS ~O C L ~ P . ~ ~
C cl:~ % r ~ n r ~ s ~ ~ ~ m ~ 4 1 ~ c1h o~~ amr dIm ~b Wl 3 ml a m~c s1l p ,l U ~
hmongd. nol u % d d 4

mlratamouleqlm W ~ L O I BIBmnanonprfartn bw ma ssfl +firs lo rm dewm a u mmR4 w 41c f UIQ krPrhsm*hm$:1481 "+ME
n t m a a m is, C~#W&M
~iscdmeancrrrmhl:Ouys ~ m f l ~ p n ~ p l o ! w m ~ 1 m m e ~ a . Y w o f i l r M l ~ 4 f f { ~ ) ~
-OM I W F f o b a, mwwilqnd4- rmmb F I R U R F S ~ O U A A C K H ~ W ~ E K I T ORLBZEEIVED 4 1
UPrlM. lDMrWY-*tilr

mE P U C E OSIWhTED FW Rle RECEIPIOF WER9 PAW4 TO THE HOUR AND DATE6Pt33FlePW Y RESULT U R&CTION WvOUR D m R W

u w d nk xmrrrn.rw pw a hlo m ~ l l ww ~ p iyu4]tnq rkmg. m y mW ay iusprancxi-3~1,provlaea umm m m n-!mhcrrn=Lrs
n-ca urnralllmuw rn a$m a n
and ir* r* b he c p n l M L W 3M dl* IWdPd.

71,ACCOuNTlW$ &WffrRaPRl~llCNb%Pf -1

:I /A

$3. T I 0 3 nD1APIUES ONWm UOWFC4ROrPP06COMTRA- IT I*)DIR6 WE W ~ ~ I o ~ hSR W .

ma' A , m6 WANBE ORDW6 8 ~PURSUsAN~TO~: ( S P~~ ~mY1~1 1 c w ~ o s s$67FORW P( n ~ l l 7 1ARC W E IN THE C O N ~ C ? -

WE A B W . k ~ h ( bCCi h~TRhCr13RDU) I S M O ~ I ~ I C D ~ R ~ E C ~ ~ ~ E * O I I ~ I S W T M (Cm~a~m~cXh~lnEl~S11M0 ~ Wc h .

Jrpopumrdus.uc) SF! FOR:n h I ~ E H 3.. ~ r l ~ ~ ~ u n ~ o r n E r ~ TOtFcrA3PR4l3n.lwb,.

1 O I I ~ O L~ k ~ l m 4 ~ ~ n ~ k d o - l a d m v ~ 1 capnrP#kWaoth=

t b ~ ~ 3 ~ nCatm:mdor

14 CESCRlPT~ONOF * M E w O ~ ~ ( ~ M D D I F I C I T(~O~ Nw M b y UCF- m d ~ hg#bdr# ~ P L t ~ m Q I w W mVwPe.'

G5A ConEraCL 4 : GS-07F-0112H

Tax ID Nwber: 411545069

CUSS fllr~her: 147596762
T h o purpose cf this modification is t o u w t e the BPA t e r n and the Stateme3t o f Fork.

a . Paragraph 2.7 of BPA tern8 and conditions 13 del=ted are$ replaced vlrh the following:

2.7 Ordering Ofrirers.

c a l i s will be placec: by C o n t r a c t i n g Officers assigned to:

Contlnu~d...

CONTlNUATlON SklEET R ~ F E I ~ E N NCOE OF DOCUMENT EEINGCCYTiNUEO PACE Or

NAUE CC OFFEROR OR CONTRACTOR ,,SCCG-~~-A-OC :I / P O Q C ~ ) ~ 2 2

FAR 144 CFK) 53 110

SECURITY REQUIREMENTS

GENERAL
1J.S. Citizenship & Immigration Services (USCIS) has determined that performance of
this contract requires that the Contractor, subcontractor(s), vendorts), etc, (herein known
as Contractor), requires access to sensitive but unclassified information, and that the
Contractor will adhere to the following.

SUITABILITY DEI'ERIJlINATION
llSCIS shall have and exercise full control over granting, denying, withholding or
terminating unescorted government facility and/or sensitive but unclass,fird information
access for Contractor employees, based upon the results of a background investigation.
(JSCIS may. as it deems appropriate, authorize and make a favorable entry on duty
(EOD) decision based on preliminary security checks. The favorable EOU decision
would allow thr employees to commence work temporarily prior to the completion of the
full investigation The granting of a favorable EOD decision shall not be considered as
assurance that a full employment suitability authorization will follow as a result thereof
Fhe granting of a favorable EOD decision or a fhll employment suitability determination
shall in no way prevent, preclude, or bar the withdra~aol r termination of any such access
by USCIS, at any time during the term of the contract. No employee of the Contractor
shall be allowed unescorted access to a USCIS facility without a favorable EOD decision
or suitability determination by the Office of Security & lnvestigations (OSI). Contract
employees assigned to the contract not needing access to sensitive but unclassified
information or recurring access to USCIS' facilities w11L not be subject lo security
suitability screening.

BACKGROUND INVESTIGATIONS
Contract employees (to include applicants, temporaries, part-time and replacement
employees) under the contract, needing access to sensitive but unclassified information,
shall undergo a position sensitivity analysis based on the duties, outlined in the Position
Designation Determination (PDD) for Contractor Personnel, each individual will perform
on the contract. The results of the position sensitivity analysis shall identify the
appropriate background investigalion to be conducted. All background investigations
will be processed though OS1. Prospective Contractor employees shall submit the
following cornpieled forms to OS1through the COTR no less than 30 days before the
starting date of the contract or 30 days prior to entry on duty of any employees. whether a
replacement, addition, subcontractor employee, or vendor:

1 Standard Form 85P, "Questionnaire for Public Trust Positions"

2. DlIS Form 11000-6, "Conditional Access to Sensitive But Unclassified
Information Non-Disclosure Agreement"

3 . F'D Form 258, "Fingerprint Card" (2 copies)

Attachnlent A, 11SSCCG-05-A-0051 Security Clause 85

4. Form DHS-11000-9, "Disclosure and Authorization Pertaining to
Consumer Reports Pursuant to the Fair Credit Reporting Act"

5 . Position Designation Determination for Contract Personnel Form

Required forms will be provided by USClS at the time of award of'the contract. Only
complete packages will be accepted by OSI. Specific instructions on submission of
packages will be provided upon award of the contract.

National Security Clearances O\JSC)granted by DSS will be accepted by USClS for
access to sensitive but unclassified infonnation. In lieu of security paperwork OSI will
accept a Visit Authorization Request (VAR) for a contract employee with an active NSC
granted within the last five years and an adequate background investigation completed
within the last five years. In addition to the VAR a Personal Data Form (PDF) and cover
sheet nust be submitted to the COTK.

Be advised that unless an applicant requiring access to sensitive but unclassified
infonnation has resided in the US for three of the past five years, OSI may not be able to
complete a satisfactory background investigation. In such cases, USCIS retains the right
to deem an applicant as ineligible due to insufficient background information.

Thc use of Non-U.S. citizens, including Lawful Permanent Residents (LPRs), is not
permitted in the performance of this contract for any position that involves access to or
developn~entof any DHS IT system. USClS will consider only U.S. Citizens and LPRs
for employment on this contract. USCIS will not approve LPRs for employment on this
contract in any position that requires the Z.PR to access or assist in the development,
operation, management or maintenance of DHS IT systems. By signing this contract, the
contractor agrees to this restriction. In those instances whcre other non-U requirements
contained in the contract can be met by using LPRs, those requircments shall be clearly
described.

EMPLOYMENT ELlGIBILITY
The Contractor must agree that each employee working on this contract will have a
Social Security Card issued and approved by the Social Security Administration. The
Contractor shall be responsible to USCIS for acts and omissions of his own employees
and for any Subcontractor(s) and their employees to include financial responsibility for
all damage or injury to persons or property resulting from the acts or onlissions of the
contractor's employees.

Subject to existing iaw, regulations and! or other provisions of this contract, illegal or
undocumented aliens will not be employed by the Contractor, or with this contract. The
Contractor will ensure that this provision is expressly incorporated into any and all
Subcontracts or subordinate agreements issued in support of this contract.

Attachment A , HSSCCG-05-A-0051 Security Cla11se$5

CONTINUED ELIGIBILITY
If a prospective employee is found to be ineligible for access to USCIS facilities or
information, the COTR will advise the Contractor that the employee shall not continue to
work or to be assigned to work under the contract.

OSI nlay require drug screening for probable cause at any time and/ or when the

contractor independently identifies, circumstances where probable cause exists.

1JSCIS reserves the right and prerogative to deny a n d or restrict the facility and
infonnation access of any Contractor employee u-hose actions are in conflict with the
standards of conduct, 5 CFR 2635 and 5 CFR 3801, or whom USCIS determines to
present a risk of compromising sensitive but unclassified information to which he or she
would have access under this contract.

The Contractor will report any adverse information coming to their attention concerning
contract employees under the contract to USCIS OSI. The subsequent termination of
employment of an employee does not obviate the requirement to submit this report. The
repon shall include the employees' name and social security number, along with the
adverse infonnation being reported.

OSI must be notified of all terminations/ resignations within five days of occurrence.
'The Contractor will return any expired USCIS issued identification cards and building
passes, or those of terminated employees to the COTR. If an identification card or
building pass is not available to be returned, a report must be submitted to the COTR,

referencing the pass or card number, name of individual to whom issued, the last known

location and disposition of the pass or card.

SECURITY MANAGEMENT
The Contractor shall appoint a senior official to act as the Corporate Security Officer.
'The individual will interface with OSJ through the COTR on all security matters, to
include physical, personnel, and protection of a11 Government information and data
accessed by the Contractor.

The COTR and OSI shall have the right to inspect the procedures, melhods, and facilities
utilized by the Contractor in complying with the security requirements wider this
contract. Should the COTR determine that the Contractor is not complying with the
security requirements of this contract, the Contractor will be informed in writing by the
Contracting Officer of the proper action to be taken in order to effect compliance with
such requirements.

1NFOKMATlON TECHNOLOGY SECURITY CLEARANCE
When sensitive but unclassified government information is processed on Department
telecommunications and automated infomiation systems, the Contractor agrees to
provide for the administrative control of sensitive but unclassified data being
processed and to adhere to the procedures governing such data as outtined in DHS IT
Sectrrify Program Ptrblica~ionDHS MD 4300.Pub.. Contractor personnel must have

r2ttachrnen~A. HSSCCG-05-A-005 I Security Clause #5

favorably adjudicated background investigations commensurate with the defined
sensitivity level.

Contractors who fail to conlply with Department security policy are subject to having
their access to Department 1'T' systems and facilities tcninated, whether or not the failure
results in criminal prosecution. Any person who improperly discloses sensitive but
unclassified information is subject to criminal and civil penalties and sanctions under a
variety of laws (e.g., Privacy Act).

INFORMATION TECHNOLOGY SECURITY TRAlNING AND OVERSIGHT
All contractor employees using Department automated systems or processing Department
sensitive but unclassified data will be required to receive Security Awareness Training.
This training will be provided by h e appropriate component agency of DHS.

Contractors who are involved with management, use, or operation of any IT systems that
handle sensitive but unclassified information within or under the supervision of the
Department, shall receive periodic training at least annually in security awareness and
accepted security practices and systems rules of behavior. Department contractors, with
significant security responsibiiities, shall receive specialized training specific to their
security responsibilities annually. The level of training shall be commensurate with the
individual's duties and responsibilities and is intended to promote a consistent
understanding of the principles and concepts of telecon~municationsand IT systems
security.

All personnel who access Department information systems will be continually evaluated
while perfom~ingthese duties. Supervisors should be aware of any unusual or
inappropriatebehaviol-by personnd accessing systems. Any un-~uthorizea0ccess,
sharing of passwords, or other questionable security procedures should be reported to the
local Security Office or Information System Security Officer (ISSO)

AMENDMENT OF S0LICITATIONIMODIFICATlONOF CONTRACT 1 CONTW\CT ID CODE PAGE OF PAGES

---P-- O 0 0 0 6 7 AOMINISTERED BY ( U d h o f m#em 61 COOE ---
6 ISSUE0 BY
C I S C ~ n t r a c t i r ~Ogf f i c e
CIS C o n t r a c t i n g 3ffice
Department of H o m e l a n d Security Department o f H o m e l a n d S e c u r i t y
70 K i m b a l l A v e n u e
S o u t h a u r l i n g t o n VT 0 5 4 0 3 70 Klmball A v e n u e

South Eurlicgton VT 05403

IDENTTX INCORPORATED
5600 RDWLAND ROAD

--- ___l_iI e-m
.1 ----
1475867620000 09/30/2003 --
7"1",":OLLLY~YnDYEmm
---- ---

- ---

n m m a b c v . ~ 1 1 1 ~ w d ~ m ~n s ~ a s s s ~ r ~ h 1n4 ~T eh r . n h a r ~ d ~ b ~ ~ ~ l a r ~ o ~ M DT n~ a~ x l ~~ t s n o l e m c d

0 1 1 u m ~ C b l o v 1 ~ ~ ~ o ( h ~ 1 s m n m a ~ p a l o ~ m n d d * ~ ~ h ~ fb oy ml odf (b w~ ~un up mma int r4wMx ( ~ ) 4 m n p r U n a

IansO.ndl5 a d r . h m m ~ - m p r d U u u n ~ ( b ) R ~ I ) m J u * d p l ~ r ~ d l h l a m M ~ o n . r h o o p ) o f ~ ~ awr(c-lEV

m m n W W w tebgrm u+whmu- Im h m x a bM.mtdt.ba, d rnamnrlmm%rs F A K W E OF V M R ACKWWEOGEMENT TO BE RECEMD AT
mE PlllCC ESIGFY\TEO FOFc l W U t C E P T O F OFFERS P R O ? TO THE tiOV4 AN0 OATE bPEClFIEO W l V RESULT INREjECTlON OF YOUU OFFER n e t

~ o l u r s m . r b n w l l ) w d r r n I o m ~ m n o r r w d r O I l y ~ m R l o b , r r t l ~ m q ~ m d a(~r ot r~dr. dHa~s dr , l d w m o r I ~ n u k * s --
mhrmm b Ih.a h a W O*sW,snd II r-vm b d n lo hmW n 4 h x r md611. v-hd

12 ACCOUNTING M APPROPRIATION DATA (IlrequrPd) -

See S c h e d u l e

n13. T H U ~ M O H L I APPLIES TO *OURUTK)H OF C O W ~ C W O W I E R ~ . u x m w~~ r n n n u n ~ o ~~o m0 . w~ m9 t m ~ IEuM 14

-----

- ' E V E A ? U S CHANGE D R M R IS IS5UEO PURSUANT TO ( S W b m#cmfyJ M E CIUNGES S T FORTH IN ITEM 14 ARE M*W IN M E COWTRACT
I OROEU NO H IfEM 1M.

B M E ABOVE M B E R E O CONTIUCTIOROER IS MODIFIED TOREFUCl THE AOUINIGTF4llVECMHGES [ w r s h v ~ m p p q O m C .

C 7lilS SUPPLEMENTAL AGREtMENT IS ENTERED WTOPVRSUANI TO AUTHORINOF

- -- , M----u---t u a l Agreement -- --
0 OTHER (SpstylvwO l d h c a m end rumOnIp)

- - ---r. lUP0R:~h-r.. . C d m u -S~srot Q8r~-bau.dm~mr-tu-b-a.-rst.pn ------- ~ 1 m b w h r m d f u -.--
14 M K R l P T ! O " I OF A U E N 3 U C M R ( O D H I C * T Oh I O w n r e d q i r t F Hcbmh.rdnp%I-
lolcle(#vbnladylWsCl nMb .baa h a m )

GSA C o n t r a c t W : GS-07F-0112H

DUNS Number: 1 4 7 5 8 6 7 6 2

The p u r p o s e o f t h i s m o d i f i c a t i o n is t o make changes i n t h e BPA terms.

a . P a r a g r a p h 2 . 8 O r d e r i n g P r o c e d u r e s , add:

"The p e r ~ o do f performance s h a l l be s p e c i f i e d on each c a l l . C a l l s awarded d u r r n g t h e
p e r i o d when the BPA 1 s i n effect may continue beyond t h e expiration d a t e , a t p r i c e s

speclfled i n t h e EPR, p r o v i d e d that t h e Call's perlod of p e r f o r m a n c e d o e s not exceed one
year. "

. . .Continued
-- on.hwfa1p ~ ~ h w .mIIsnms ard m n d b w of IMdosuman( 1 . l - o m d In)bn PA w 1M 4s hmrmbb
~ m e Y u u ~ hMLII0foru. n O s t * b .

--

l6C U T E SIGNED

N5N 754aM-1524010 -
ProMll * H L n u W a
STAM)*RD FORMW)(REV 1043)
P M a w by GSA

FAR (4ICFR) Y 143

REFERENCENO OF DOCUMENT BEINGCOlrlflNVEO A C E OF
CoNnNuAnON SHEET ~sscc~-os-~-oosl/~Oo006
22
NAME UF OFFEROROR CONTRACTOR
IVENTIX INCORPORATED AMOUNT
(F)
#TENNO. SUPPL1EYSERVICES QUANTITYUNiT UNIT PRICE
(A)
(el IC) ( 0 ) (EI

b. Paragraph 2.13 1s added to the BPA terms. as
follows:

"2.13 Advertisements. Publicizing Awards, and
News Relcases

A11 press releases or announcements about agency
programs, projects, and contract awards need to
be cleared by the Program Office and the
Contracting Officer. Under no circumstances
shall the Contractor, or anyone acting on behalf
of the Contractor, refer to the supplies,
services, or equipment furnished pursuant to the
provis~onsof thls contract in any publicity news
release or comrr,ercial advertising without first
obtaining expllcit written consent to do 50 from
the Program Office and the Contracting Officer.

The Conrractor agrees n o t to refer to awards in
commercial advertislnq in such a manner as to
state or lmply that the product or service
provided is endorsed or preferred by the Federal
Government or is considered by the Government to
be superior to other products or services."
Period of Performance: 09/30/2003 to 09/29/2008

)IW 7 H W t . I X W 7 -*-C U l l M U T ( F M X i l I ( Q )

FM W r n B (10

LWRIIO. 4IIRIM.)IIIIEfBet*C WQ. Office o f Field Operations

RSSCCG-08-F-00210 See Schedule LS-IDOREBI

s -=e--sol 20 Mars. Avo NU, 1 s t Floor
CIS Contracting Office nttn: nark Jeanmrira
Department of Hclulrnd Security
7 0 Kilball Avenue
South Burlington VC 05403

c QlY d STATE R ZPCOOt

Washington DC 20529

770 tWPVY
rWEOCC4NlRNX011
-lnrru~cn*sl rlYl+dF- rn( Im11w~n1
IDENTIX INCWPORATED REF€RENCEYOR: -
~.toulwwy
Eupl(Pbmo~Onk
5600 ROWlAND ROAD
SUITE 205 unnaW*mr*u4rt
~khl(ry~mW~
P*IILnlnkrllY.cOlrrrU
(IImldYCWIlCd ol*dl*brm~*W
wlohlmudCa.IPn
d-7-

Seo Schedule I - I 2F.0.B COIT

l ( . s l l U L O 8 C U I O I C A f l ) c (QWSpl#br(rU ~CD~U,UV*NTAOED C ] C ~ Destination
WLWU
~J~OMRWDYU ocm- YCIWK

O l u a u ~ I-Jrtunzm.

L~ ( y e c m tLC(*CIQ ILOOVCllll#T= NO. l5ELMRWF.OQ.P(Y(I (aD~SCOUY~

Destination lr~ C C ~ ~ ~ A I C C I mmwcm(p.bl 1 Net 30
\Dartination
I

i7.~osoummruarryaay

nw no. W~RJE~QI~S WUWI QUAWRn

0) (b) a, mm

GSR Contract I: Gs-07F-0112~ (D1

--

WNS Number: 147586762

Accounting Info:

EXF'D000 000 EX 200100000 1740000000000000

68253800 000000

Continued ... I

lrrarmNa- 9aOIKIQIIcmbw 10.wvola k0. TDTM
(epr
=-. b. ruy 21.WLImrOccrO. 31..719..120.00 Prr)
bSlllmbmm~
'TA*- bP.0. L.) Office of Field Operations 4

20 Mass. Ava. W , 1st floor I"t"~ n
Attn: nark J e a m i r a

ORMRFM JPQUL~ORXRVICES I= wpw*6

8CHA)ULE--m 2 15

I R m m. -s5€W%€a

W R
0001
Haintain Touchpxinter Sy8t6mrr in
accordance with the attached Statement of

Work. 3 1

ERequisitions:

Om-08-001B
OtS-OB-0055

Period of Pertoraancr: 06101/200B t o

.05/31/2009

The total mount o f award; $1,719,120.00-
,The obligation for t h i s award ia shorn in

box 11(1).

11

rn.*- m U e m * a , ~ m l I R I Y * p l H l ~ ~

--YI
UIwnm

Dcpartmnd ofH~~lreIandSecvrfry ~~Llva Scan

StatementOf Work

United States CitizenshipAnd Immigration Services

Appbtidn SnpportCenttr(ASC)
Toucbpri~terLive Sun System Maiateaance

U.S.CitizenshipandImmigration Snvices(USCIS) pnviouslyordered 581) modelTP

35OOLC/LC-ED,and TP3OOQLD-EDTouchprintemfrom ldcntix Incorporatedfor use at

Application SupportCcntas (ASCs). Touchprintmsystemsare wed todigitallympt\Pe

biomctricsandelcctnmiorUy submit applicant f e t hagesto the Federal Bureau of

Investigation(FBr). The hgqninban used to conductcriminal l m c k m d checksprior to the

USCIS mekinga dctemidcm whethato grant immigration b e f i t slo applits.

~~Touchpintcrsarc usadat approximately 136 USCIS Application Support Centas (ASCs) located
throughout theUnited States and the U.S. of Guam, the Virgin Islands, and Puerto

Riw.

This SOW quiresthe Contmbr toprovidemainttMnce servicesto the USCIS on 580
Touchprintersfrom Jmr 1,2008 through May 31.2W. All maintenma wveragc identified in
this SOW is in accordance with Blanket Purchase Agntmmt @PA) HSSCCG-05-A-005 1.
C o v d systcmJ are listed in Attachmmt 1.

3.0 Maintenance and TechnicalSupport Scrvlccr(Hotllac)

Tbc Contractorshall provide a system oftechnicalsuppoit for aliLivaScan systans
delivered by the Contmctor. Cmmt cowed Mansaclistad in Attaclnncnt 1. Tlmc
Contractorshall provide hotline support viaa toll-Eke n m k to be available as follows:

Sunday Clod.

Monday 9 am e.s.1- 5 pmp,s.t. (ET/PTIwhen applicable)
Tuesday .
-9 am c.s.t 5 pm p s i(ET(ETIPT,when Ilpplicable)
Wednesday
Thunday -9 am e.s.t 5 pm ps.t. (ETPT, when qrplicablt)
Friday
9 am e.s.1.-5 pm ps.t (ET/PT,when applicable)
-Y
-9 am c.at - 5 pn p.s.1. (ET/PT, whar applicable)

9 am e.s.t 5 pm p.s.t. (ET/PT, when epplicable)

See Attachment2 for specific opaating times foreach ASC.

The DHS HelpDcsk will use the hotlinetoreport technicalptobkms for all sites. The

Conmctor shaJl pawvide a tdcghonlcrssponse withinoac (I) bur,d which time a

resolutionor plan frrr resofuticmwill be provided.

The Con-r shall provide the most eflkctivcmehd of providing q m s i v t technical

~ b andmolution~ mprt, toincgludedid-in remott access support,if

applicable. If the Govemmcnt elects,at its d c discnetion,to implement the Contractor's

m o t e accesssupport plan, the 00- will providedial-up connectionsvia the usc

ofGovcmmcntissued S s m l D tolens.

The Contractor shall provideamonthlyutilizationrcprt toUSCIS. Thisrtport shall
detaii the numbcr of callsrcaivcd,timeto respondto messages, time of arrival if anon-

site maintc~acccall, technician's name, timc torcpoln, type ofproblem, solution,
corresposldingHelpDesk ticket number, locationof problem, and point of contact.

The Contracbris responsible fix hardwanand mfhvarcnui&mmx supportfor Live-

S~ensystcmslistedinAttachmmtl.7 h c C o n t r a c t o r ~ l p r o v i d c a l l m a i n ~

covwage mcaary tomeetthenquiranmtsofthts SOW. The Cmtnctorshall
coordinatewarranty idormation and wmmty serviceswiththe rnmufkturcr ofthe

hard- ow sohwc. Subject to sec\aity policies,regulath and proctdurcs,the
Govamneat will permit on-siteaccc~stotbc equipmentthat ia to be maintained.

m,The tor shall provideall ne~essaypmmd, materials, tools, diagnostic

wd test equipment, technicalmanddpublicatiunaand oPher 9trvk.sas may krequired
for tbe l m h r c maintenance support

Maintcaa~xsupportshaft includetechnical t r o u m t i n g , problem resolutionand

~~t repair in ordmto maintainand keeptbe tquipmcntcavatd under the

~~.order in full operatingd i m . A service

The ContrccborWl providedata conccrniagall maintenam
incidentreport (SZR)shall be awilsbkto the G o v m formy maintenance

twxkrcd by the Contractorundathis order.

Tbe Principa! Period ofMai&rmce (PPM) and Official Operation Hours fm equipment
covasdunder this order is rn shownonAttf~hmcn5t M&y through Friday or

T d y though Sstmday (five (5) days per week), excludingF e d d Holidays.

hcventivc M a i n t v is definedasregalarly schedu)ed activitiesto maintain
hardwsrein full ojxmtingmditia Pwmivt maintenance shall be performed
during remedial mabtamce calk and/ord h ga mturdly acceptabletime

h f h gthe ~pccificdPPM, unkssothawiscagreedto by the Contractor and the

h-.

2. P e m e d i a l M a i l l ~

Rsmedial msint.eslanct isdefined asidentifyingthesource ofaacquipmenior

sdhvarcm a l M m and c i k r q e h gol rep1ahg the mal-oned

c o m p o m n t o r s u ~ .Thecontractarshallprwidcthcpartsaodcq\rip"en~

requiredfor tbe diagtlbsisaml repairof dfmctionhg componentsof tht Live-

Scan system at Ihc most cost &ctive manna availablewhich will also minimize

thedowntinreofthesystem. Remedid mahemme Phall include bansportation,

labor, ad prmsnquiredfor ret\nn of a&d*g systemor equipmentto

fU1operating condition.

R c p a L o d W a n p ~ p e r t s a n d l a b m ~belwmmtedforLhestandard
~ i a l w a r m t y p a i o d f i o m t h e ~ t h e s w v i o e i s r m d t r t dIf.additional

calls arercquiddviag t h e ~ p a i o d , f o r t b we rarantedrepair, they shall
be made at no additional tothe G o v m t .

The Contracco~'srcqmsibilititsfaa remedialmaintenme shallinciude;

The & h i s t d o n rPId r n m a g ~ mof all warmties associatedwith the

Live-Scan systems.

Trackii lftc stam a d invokingthe use of all applicablewarmtics ofthe

Livo-Scmsystans.

Telephonic responsesto theoriginatorwithin 1hourof troublecall
Supjmrt within 4%hoursfor ASCswithin 100miles ofmaintamcc support

site

Support withia 72hornfor ASCs locatedbeyond lOO miks from the
maintenance support site.

Rcmcdial maintmanceshall be pdormcd s k r dficstion that Ibesystem is inoperative
(&m).The Contractorshall p v i d etheWanmart with a &si[plated point ofcmtnct

d make srrrangemm toenable itsmaiatcmm q n m t a t i v t to taxive such
notif- and provide ccmtinuom lelcphoac c o m e withinthe PPM to permit Ihe
Govwmnmt to make such contact(See Smth3.1, Technical Support Services
(Hotlime)). Withinone (1) hourofnotification,the Cmmctm&all p v i d e atelephonic

responsethat assessesthe sihdon, idmt%csthe paoblem, aud pmpmm the resdution
dthetiDKwfiXthe~lemk. ~ ~ - s i t e ~ a t U S C I S s ~ t e s ( ~ ~
fing#printingsites is not requhd.

Downtime isthat time inwhich the Cmhctor maintainedequipmentis iwpcrablc due to

a hard- d f u a c t i a If the fail= of- devk 0thdcvicesto be

inopmablc, these o t k QGviccsmay, at tbc Govcmmcot's option,be considendQwn

a h . A,detcnninationof h t i m c will k made solely by thc Govatunent. Downtime

for each failureshall start at tbtimetheG a v a m m t notifies tbe Contractor ofa failure

and shall nmuntil the fimikd equipmentis rehrmcdto full o p t i n g condition.

T h e Coatnetor shdl pprovide rP mariatnu~lceamrnprmrrrvto meet tbe

reqahmeats of tbb SOW, bo iPChda system perfarraw tegoinmclrts in SOW

Section 4.0.

The Govcnunenthas ddamined thatttlc Live-Scan equipnmk pravided undatbis BPA
will pcrfbm timctionsthatts~uirarssessmentofpaymentdahtiom if theContractor

fails to correcltechnical m c r l ~ o nwsithin the Govarnnatt's ilmdramesspecified
below.

The Contractor&dl provide all rnacdidactionnecessarytocorrect technical failures in
LivcScan equipmentat siteswitbin the 48 coatigrw,~Unitad Staleswithin tbrce(3)
bushes clays of the troorbk d l , mu3 within five (5) b e s sdaysof tbetrouble dfor
sitw o v a ~ w sand inAl* Hawaii, and US.tnriiorks. The Contmtorshall incur a
$100 pay deduction per dayper whine f icwhm c h c lhat mains down beyond
theserequiredtimefrrmes. The Contradmldrsll not incur deductionswhcn Acts of God
(e.&,weather), Gtjvcrnmcnt actions(e.g., denial of W t i e s ~ccebd),or other cvents
outsideofCoatmtw a m i dpmmtthe C o w hproviding remedid action
witbin the q u i d timtiiamcs.

1. &#&&&y

Tlw Contrador sbdl u# only new stamid prtsor refubishedpmls, d e d as
epdinpafomuDoetontwpasbbyrhtOriginJEqui~Manufhc~*r,h
perfonabdrt-. Pattdthetbaveken~shalItrecametbepropatyoflhe
Conhacm. The CMltracfor shaU mintain arcplPcanentpmts policy oonsistcnt

Wjthsupporting~paformsnccrequiraaentsassadbdinthisSOW.

2. Rot* of l n f w

IheC o n w w Mi pmnt km d M driveinfamatioaQring all

. .main- wcivitk by Wngsttpgtopow44,attheGcwammt's option,

~reasmcesary,anyi~on~hthe~cntbcingmslbtasnad.

The Coneedor is -ble tatheera& a wiping dinfomration from all

hard drives removed or replaoed bytheCamcm.HPd drives mustk wiped

DtpcPrmmr cf HodmdSnurlly Live Scon*ems

unde~the supervisionof the GovernmentComputer Systems Security Officer
(CSSO). The Contractor shall be nsponsiblefor notifying the Contmcthg
OfficersTechnical Repmcntative (COTR)ordesignatedr e ~ t e t i v icf a hard
drivecMltainiaginfbmmtion has^ bear mnovcd from a Government facility

without erasing the data contained on the hatd drive.

3. SaviceIncidenl (Sm

The Contractwshall maincainan electronicdatabaseof all SIRSto tespondto

Govwtuncntinquiries regardingspecificproblems and issues. The SIR shall

contain at aminimum,the followinginformation:

(1) Nameofpusonrcq~gsavice
(2) M ~ o nin, cludingo h , city and statclcountry

(3) Phone number of the person questing d c c
(4) Type of equipment
(5) Serial number and Government propaymtrol number(PCN) of

wmponemtk i n g serviced
(6) Date and time of q u w t for stTvice
(7) Typt of service
(8) M e and time of arrivalof rnaintenancspcnonntl (Kapplicablt)
(9) Date and time nplacemcntpart ddpped (ifapplicebk)
(10) Description ofproblem

(11) Parts nplaccd

(12) Date and time pmblan was resolved

(13) Reasonproblem not rtsolvsd wittin requid time- (ifapplicable)
(I 4) Any nquindfollow-upactiam

(15) Help Desk ticlret n u m k , and
(16) Name ofindividual at affeded sitc certifyingthe rcptirwas compldd

The contreetorshall provide reportd e l i v d e s asspecified in BPA calls. The contractorshall

pravidc the dclivcmbksin electronicformat to tkextent pawible. All docurntocldion
developed by the contractorshall be- the popmyof the governmentand shall not contain

p m mnrlriw~ .

Daliver8bk h e Dab TM~
Utilization Report Monthly (5' of enchfollowingmonth)
Asquired Para 3.1
Service Incident Report (SIR) Para.
7 3.2.1.4
3.21.6 Invokes

The Contractor Bhall h i t a monthly invoice d i i y tothe COTR by tbc 1@ warking day
following the end of tach monthly repoflingperiod. An electronic copy is aceptabje.

The Co- shall e m that the Live-Ran systamsmeet tbe fallowiagavailability

and reliability requinmarts:

Livescen Systans

95% a v m i i t y per machiat
Mean Time Betuleen F a h a of 4,000 hourspa machine

Adability is defined as B system that is tschaicallyo~aationaalnd suppMtingthe

mission of*it- applicants. ThtLivc-Scansystem is"uuavaiInb1e"if it is

engagedin anactivitytbat is not m dinct support of thefinlEerprintingmission (e.g.,

remedial or preventivemaintenance).

At tbe Govermncot'srequest, the Contmt~cshallreplaotsystemsthat do not me& the
Sataircquiremenlqabove, at no cost tothe Gavcmment.

The Contractorshall obaervtall internelbuildbgsaxrityngalationsthrd apply to my

and dl Madings conamcd with thiscbntract. TheCoptractorshall d y enter the facility
or building with continuouseacortsewice. When entainiwd &parting the Wty or
building eachContractar must dgn in sad out asmpimlat tbe site.

~~Equiptntnland Matnials Dimantling,Hand]- andlarHad& Tht shal!

comdinetetkmovimgofquipmeutand nvrtchds within tbefjrcility bcforcdsmantling,

haadlinga d o r Wnigsamc with UBCCOTRor admilied00-1 rqmsentotive.

The Contractorsball nolifythe COTR or auIbarizedGovcmw11t~~c to mch a

rnufu8ilyPcwg(ablt time and date ccrmctiveactMnwill be cdmp&t#f for work +red

iartspansetoan~cyorurgwrt~ctcallwithipthtrwpa~tkntsspacificd

hercia Tht Ooverraaefitiesenresthe right to inspect the equipment Wort,duringand

after m y work performed.

Temporray Ou&ges:The Conmtorsball coodime all acmpwaryautag~o~f any
equipmentwith the I30TRI~uthoMrepmentativenot less than 72 hours in advanceof

such outages.

Dcp~dHbnc&~d~~ Uvo Scan%stems

U.S. Citizarship& Irnmiption Services (USCIS) hasd c k m k d that performme of this
contract requiresthruthe C o n w r , s u b w ~ s ) w, dor(s), etc. (herein knownas

Contrsctor),requirw access to &the but unclassifiedinfibnnation,and that theContractor will
adhere to the hllowing.

USCIS shall haveand exercisefidl mtrol over gr;Pnting,denying,withbldi or terminating

aocessoftmescorted Contractoremployes to pvcmmnt firciliticsandloraccessof Contractor
employeesto sensitivebut unclassified i n f ibestdupon tbe d B ofa background
inwsti&atim.USCZS may, as it deaas applropriote,authorizesnd mskea fw&e enuy on duty

(EOD)decision based on prclimiasry security checks. Thefworablt EODdecisionwould allow
the emplayees to commencework tanpowilypriorto the corapletion of thefull investigatioa,
'Iht grantingof a favorableEOD decision shallnot becunsiducd asassuraacc that a full
employment suitabilityamhhtion will followas aresult tbemL The gmntingofa favmMe
EOD d c c i ar a full emphymcntW i t y detamination shall inoo way prevent, pslude,

or bar tbe witbdmwal or tamhiion ofany such aaxss by USCIS, at any time dllring tbe tenn of
thecontract. No employee of the C o ~ rhwallbe a l l d unesoolttd acccsato a USCIS
kility without a favombk EOD dccis'in or suitability dtterrnWonby the Office of Security Bt

Investigations (OS1).

Contractemployees (toincludeapplicants, temporariw,parbthneand replacun~e~m~pt ioyees)

underthe camact, needingaccessto sensitivebut unclassified infhmh, Mshrrilundergo a

positionsensitivityd y s i s bssbd on tht duties, dinedin the Podtion Designation

Determination(PDD) for ContractorPersonntl, each individual will perform on the contract.

Thc resultsofthe positionsensitivity analysis drali idcntifythe a p p p h k b @ & p d

hCd* Ca bC c0Id'WtCd. k @ O W d -@OM V d bc thro~fi0s1.
ProspecbveContractor employeesshall submitthe foliowingeompletedfarmsto OSI throush

hCOTR no kwthan 30 days b d i thstartingdatt ofthe contraa or30 daysprior toeMy on

duty ofany anployccs,wWbaa replacement, addition,-US cmploycc, or vendor:

1. StandardForm 85P,"Questionnaire for Public Trust Pobitiom''

2. DHS F m 11000-6,'Conditional Aecws to SensitiveBut Unclassified

Inkmation Nan--Agmncntn

4. Form DHSllOOtS9, disclosure and Autboridon Pertainingto Consumer
Repork Purs~anto tbeFair Crcdit Rep~dgAct"

S. PositionDesignationDetermination faContractPersonmlForm


Click to View FlipBook Version