instructions to offerors3/4commercial items 52  · web viewif motor carrier (including ... that is...

265
NNG06123202R THIS PAGE LEFT BLANK INTENTIONALLY PAGE ONE OF THIS DOCUMENT IS FILE SF1449.DOC 1

Upload: doduong

Post on 28-Mar-2019

214 views

Category:

Documents


0 download

TRANSCRIPT

NNG06123202R

THIS PAGE LEFT BLANK INTENTIONALLY

PAGE ONE OF THIS DOCUMENT IS FILE SF1449.DOC

1

NNG06123202R

I. CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (52.212-4) (SEPT 2005)..........................8ADDENDUM 1- SCHEDULE AND ADDITIONAL PROVISIONS.........................................................................12

A.1.1. DELIVERABLE REQUIREMENTS (GSFC 52.211-90) (OCT 1988).....................................................12A.1.2. SUPPLIES AND/OR SERVICES TO BE FURNISHED..........................................................................12A.1.3. PROCEDURES FOR ORDERS................................................................................................................13A.1.4. ORDERING (52.216-18) (OCT 1995)......................................................................................................13A.1.5. INDEFINITE QUANTITY (52.216-22) (OCT 1995)...............................................................................13A.1.6. MINIMUM AND MAXIMUM QUANTITIES.........................................................................................14A.1.7. DISCOUNTS FOR TECHNOLOGY EQUIPMENT................................................................................14A.1.8. ACCEPTANCE--MULTIPLE LOCATIONS (GSFC 52.246-93) (MAY 1989)......................................15A.1.9. MATERIAL INSPECTION AND RECEIVING REPORT (1852.246-72) (AUG 2003).........................15A.1.10. TIME OF DELIVERY.............................................................................................................................16A.1.11. PARTIAL SHIPMENTS..........................................................................................................................17A.1.12. INDIVIDUALS AUTHORIZED TO ISSUE ORDERS..........................................................................17A.1.13. APPROVAL OF CONTRACT (52.204-1) (DEC 1989).........................................................................17A.1.14. EXTENDED WARRANTY....................................................................................................................17A.1.15. MISSION CRITICAL WARRANTY – NASA SITES...........................................................................17A.1.16. ELECTRONIC DATA AND REPORT INTERCHANGE.....................................................................17A.1.17. OTHER FEDERAL AGENCY UTILIZATION.....................................................................................18A.1.18. CERTIFICATE OF MAINTAINABILITY.............................................................................................18A.1.19. SUBSTITUTE/ENHANCEMENTS FOR SPECIALIZED EQUIPMENT/SOFTWARE TO ACCOMMODATE USERS WITH DISABILITIES...........................................................................................18A.1.20. TECHNOLOGY REFRESHMENT.........................................................................................................19A.1.21. ORDER LIMITATIONS (52.216-19) (OCT 1995).................................................................................20A.1.22. FAIR OPPORTUNITY AND REQUESTS FOR QUOTES...................................................................20A.1.23. INVOICES – SUBMISSION OF.............................................................................................................21A.1.24. DD 250 USAGE.......................................................................................................................................21A.1.25. F.O.B. DESTINATION (52.247-34) (NOV 1991)..................................................................................21A.1.26. DELIVERY AND OTHER CHARGES..................................................................................................22A.1.27. EXPORT LICENSES (1852.225-70) (FEB 2000)...................................................................................22A.1.28. CONTRACTOR COLLECTION OF AGENCY ADMINISTRATIVE HANDLING FEE...................22A.1.29. OMBUDSMAN (1852.215-84) (OCT 2003)--ALTERNATE I (JUNE 2000)........................................24A.1.30. SAFETY AND HEALTH (SHORT FORM) (52.223-72) (APR 2002)..................................................24A.1.31. MAJOR BREACH OF SAFETY OR SECURITY (1852.223-75) (FEB 2002)......................................25A.1.32. CONTRACTOR PERFORMANCE ASSESSMENT..............................................................................25A.1.33. RELEASE OF SENSITIVE INFORMATION (1852.237-73) (JUNE 2005).........................................25A.1.34. USE OF RURAL AREA SMALL BUSINESSES (1852.219-74) (SEP 1990).......................................27A.1.35. NASA 8 PERCENT GOAL (1852.219-76) (JUL 1997).........................................................................27A.1.36. SMALL BUSINESS SUBCONTRACTING PLAN AND REPORTS (GSFC 52.219-90) (OCT 1999)28A.1.37. SMALL BUSINESS SUBCONTRACTING REPORTING (1852.219-75) (MAY 1999).....................29A.1.38. SMALL DISADVANTAGED BUSINESS PARTICIPATION--CONTRACT TARGETS (GSFC 52.219-91) (AUG 2001) (FOR OFFEROR FILL-IN)..........................................................................................29A.1.39. SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (1852.204-76) (NOV 2004)..........................................................................................................30

II. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (52.212-5) (FEB 2006)......................................................................................32ADDENDUM 2 - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS....................................35

A.2.1. LIST OF ATTACHMENTS..........................................................................................................................35ATTACHMENT A TECHNICAL SPECIFICATIONS...............................................................................................36

LIST OF ABBREVIATIONS...................................................................................................................................361. INTRODUCTION....................................................................................................................................................38

1.1. BACKGROUND...............................................................................................................................................381.2. REQUIREMENTS STRUCTURE....................................................................................................................38

2

NNG06123202R

1.2.1. CATEGORY A STRUCTURE...................................................................................................................391.2.2. CATEGORY B STRUCTURE...................................................................................................................39

1.3. STRUCTURE OF THIS DOCUMENT.............................................................................................................391.3.1. CATEGORY A COMPUTER SYSTEM CLASSES.................................................................................401.3.2. CATEGORY B CLASSES.........................................................................................................................40

1.4. PERFORMANCE MEASUREMENT...............................................................................................................401.5. TERMINOLOGY..............................................................................................................................................40

1.5.1. PROVIDE / SUPPORT...............................................................................................................................401.5.2. DELIVERABLES.......................................................................................................................................401.5.3. MINIMUMS / DESIRABLES / ADVANCED TECHNOLOGY / ADDITIONAL TECHNOLOGY......41

1.6. ASSISTIVE TECHNOLOGY...........................................................................................................................411.6.1. SECTION 508 INFORMATION................................................................................................................41

1.7. ENVIRONMENTALLY PREFERABLE PURCHASING PROGRAM..........................................................421.8. DEFINITIONS...................................................................................................................................................42

2. CONTRACT DEFINITIONS...................................................................................................................................442.A. CATEGORY A: COMPUTER SYSTEM CLASSES......................................................................................44

2.A.1. CLASS 1: MASS STORAGE SERVER....................................................................................................442.A.2. CLASS 2: DATABASE SERVER.............................................................................................................442.A.3. CLASS 3: HIGH-PERFORMANCE VISUALIZATION COMPUTER SYSTEMS................................442.A.4. CLASS 4: HIGH PERFORMANCE COMPUTE SERVERS...................................................................452.A.5. CLASS 5: SCIENCE AND ENGINEERING GENERAL PURPOSE SYSTEMS...................................45

2.B. CATEGORY B: COMPLEMENTARY PRODUCTS CATEGORIES............................................................452.B.1. CLASS 6: SERVER SUPPORT DEVICES...............................................................................................452.B.2. CLASS 7: HIGH-END NETWORKING...................................................................................................452.B.3. CLASS 8: COMPUTER SECURITY SYSTEMS AND TOOLS..............................................................462.B.4. CLASS 9: MASS STORAGE DEVICES..................................................................................................462.B.5. CLASS 10: ADVANCED VIDEO AND CONFERENCE TOOLS..........................................................462.B.6. CLASS 11: MULTI-FUNCTIONAL PRINTERS.....................................................................................46

3. CATEGORY A: COMPUTER SYSTEM CORE SPECIFICATIONS....................................................................473.1. INTRODUCTION.............................................................................................................................................47

3.1.1. PURPOSE...................................................................................................................................................473.1.2. BACKGROUND........................................................................................................................................473.1.3. REQUIREMENTS......................................................................................................................................47

3.2. HARDWARE.....................................................................................................................................................473.2.1. CHASSIS AND CENTRAL PROCESSING UNIT (CPU) REQUIREMENTS........................................473.2.2. DATA STORAGE COMPONENTS..........................................................................................................483.2.3. COMMUNICATION INTERFACES.........................................................................................................483.2.4. HARDWARE USER INTERFACES.........................................................................................................483.2.5. OPERATING ENVIRONMENT................................................................................................................49

3.3. SYSTEM SOFTWARE.....................................................................................................................................493.3.1. OVERVIEW...............................................................................................................................................493.3.2. OPERATING SYSTEM.............................................................................................................................493.3.3. SYSTEM SOFTWARE LICENSE.............................................................................................................51

3.4. NETWORK CAPABILITY...............................................................................................................................513.4.1. GENERAL..................................................................................................................................................513.4.2. NETWORK INTERFACE..........................................................................................................................513.4.3. TCP/IP PROTOCOLS AND SOFTWARE................................................................................................513.4.4. OTHER NETWORK PROTOCOLS AND SOFTWARE..........................................................................52

3.5. DOCUMENTATION.........................................................................................................................................523.5.1. HARDWARE DOCUMENTATION.........................................................................................................523.5.2. SOFTWARE DOCUMENTATION...........................................................................................................523.5.3. OTHER MANUALS...................................................................................................................................52

3.6. SECURITY........................................................................................................................................................523.7. COMPUTER SYSTEMS SPECIALISTS.........................................................................................................53

4. CATEGORY A: COMPUTER SYSTEM CLASS SPECIFIC SPECIFICATIONS................................................554.1. CLASS 1: MASS STORAGE SERVERS.........................................................................................................55

3

NNG06123202R

4.1.1. PURPOSE...................................................................................................................................................554.1.2. HARDWARE CONFIGURATION............................................................................................................554.1.3. APPLICATION SOFTWARE....................................................................................................................564.1.4. PERFORMANCE BENCHMARKS..........................................................................................................57

4.2. CLASS 2: DATABASE SERVER COMPUTER SYSTEMS...........................................................................584.2.1. PURPOSE...................................................................................................................................................584.2.2. HARDWARE CONFIGURATIONS.........................................................................................................584.2.3. APPLICATION SOFTWARE....................................................................................................................604.2.4. PERFORMANCE BENCHMARKS..........................................................................................................60

4.3. CLASS 3: HIGH-PERFORMANCE VISUALIZATION COMPUTER SYSTEMS........................................614.3.1. PURPOSE...................................................................................................................................................614.3.2. HARDWARE CONFIGURATIONS.........................................................................................................614.3.3. GRAPHICS CONTROLLER AND MONITOR........................................................................................624.3.4. APPLICATION SOFTWARE....................................................................................................................634.3.5. PERFORMANCE BENCHMARKS..........................................................................................................63

4.4. CLASS 4: HIGH PERFORMANCE COMPUTE SERVERS...........................................................................644.4.1. PURPOSE...................................................................................................................................................644.4.2. HARDWARE CONFIGURATIONS.........................................................................................................644.4.3. HIERARCHICAL STORAGE MANAGEMENT SYSTEM.....................................................................654.4.4. ANALYST SUPPORT...............................................................................................................................664.4.5. PERFORMANCE BENCHMARKS..........................................................................................................66

4.5. CLASS 5: SCIENCE AND ENGINEERING GENERAL PURPOSE SYSTEMS..........................................684.5.1. PURPOSE...................................................................................................................................................684.5.2. HARDWARE CONFIGURATIONS.........................................................................................................684.5.3. APPLICATION SOFTWARE....................................................................................................................694.5.4. PERFORMANCE BENCHMARKS..........................................................................................................69

4.6. SUMMARY CLASS SPECIFIC REQUIREMENTS........................................................................................705. CATEGORY B: COMPUTER SYSTEM SUPPORT DEVICES............................................................................71

5.1. DISPLAY DEVICES.........................................................................................................................................715.1.1. CRT DISPLAY MONITOR.......................................................................................................................715.1.2. LCD DISPLAY MONITOR.......................................................................................................................715.1.3. PORTABLE LCD PROJECTOR................................................................................................................715.1.4. MANUAL SCREEN...................................................................................................................................725.1.5. INTERACTIVE WHITEBOARD..............................................................................................................72

5.2. PRINTERS.........................................................................................................................................................725.2.1. CORE PRINTER REQUIREMENT...........................................................................................................72

5.3. PLOTTERS........................................................................................................................................................735.3.1. COLOR LARGE-FORMAT PLOTTER....................................................................................................73

5.4. SCANNERS.......................................................................................................................................................745.4.1. HIGH SPEED/HIGH PERFORMANCE SCANNER................................................................................745.4.2. LARGE FORMAT SCANNER..................................................................................................................74

5.5. PERSONAL DIGITAL ASSISTANTS (PDA).................................................................................................745.6. COMPUTER PERIPHERALS..........................................................................................................................75

5.6.1. ERGONOMIC TRACKBALL...................................................................................................................755.6.2. ERGONOMIC MOUSE.............................................................................................................................755.6.3. ERGONOMIC KEYBOARDS...................................................................................................................765.6.4. OFFICE VIDEO CONFERENCING..........................................................................................................765.6.5. SPEAKERS.................................................................................................................................................76

5.7. UNINTERRUPTIBLE POWER SUPPLY........................................................................................................765.7.1. SMALL OFFICE ENVIRONMENT..........................................................................................................765.7.2. SMALL SERVER ROOM ENVIRONMENT...........................................................................................76

5.8. DOCUMENTATION.........................................................................................................................................775.8.1. HARDWARE DOCUMENTATION.........................................................................................................775.8.2. SOFTWARE DOCUMENTATION...........................................................................................................775.8.3. OTHER MANUALS...................................................................................................................................77

5.9. ADDITIONAL SUPPORT DEVICES TECHNOLOGY..................................................................................77

4

NNG06123202R

5.10. SUPPORT DEVICES SPECIALISTS.............................................................................................................776. CATEGORY B: HIGH-END NETWORK EQUIPMENT......................................................................................79

6.1. NETWORK CORE SPECIFICATION.............................................................................................................796.1.1. NETWORK TECHNOLOGY....................................................................................................................796.1.2. NETWORK MANAGEMENT...................................................................................................................806.1.3. EQUIPMENT CHARACTERISTICS........................................................................................................816.1.4. DOCUMENTATION..................................................................................................................................826.1.5. AUTO CONFIGURATION........................................................................................................................826.1.6. BRIDGING.................................................................................................................................................82

6.2. WIRELESS NETWORKING EQUIPMENT....................................................................................................826.2.1. WIRELESS ACCESS POINTS..................................................................................................................826.2.2. WIRELESS LAN MANAGER...................................................................................................................836.2.3. WIRELESS BRIDGE.................................................................................................................................83

6.3. WAVE DIVISION MULTIPLEXING (WDM) EQUIPMENT........................................................................836.3.1. COARSE WAVE DIVISION MULTIPLEXING (CWDM) DEVICE......................................................836.3.2. DENSE WAVE DIVISION MULTIPLEXING (DWDM) DEVICE.........................................................83

6.4. LAN SWITCHES..............................................................................................................................................836.4.1. HIGH END LAN SWITCHES...................................................................................................................846.4.2. LOW END LAN SWITCHES....................................................................................................................84

6.5. NETWORK INTERFACE CARDS (NICS)......................................................................................................846.6. NETWORK ROUTER.......................................................................................................................................85

6.6.1. SMALL NETWORK ROUTER.................................................................................................................856.6.2. MEDIUM NETWORK ROUTER..............................................................................................................856.6.3. LARGE NETWORK ROUTER.................................................................................................................856.6.4. ALL NETWORK ROUTERS.....................................................................................................................85

6.7. ATM SWITCHES..............................................................................................................................................876.7.1. LOW CAPACITY ATM SWITCH............................................................................................................876.7.2. MEDIUM CAPACITY ATM SWITCH.....................................................................................................876.7.3. ALL ATM SWITCHES..............................................................................................................................87

6.8. ISDN EQUIPMENT..........................................................................................................................................886.8.1. ISDN SWITCHING EQUIPMENT............................................................................................................886.8.2. TERMINAL EQUIPMENT........................................................................................................................886.8.3. TEST GEAR...............................................................................................................................................886.8.4. CIRCUIT TERMINATING EQUIPMENT................................................................................................89

6.9. VOICE OVER INTERNET PROTOCOL (VOIP) EQUIPMENT....................................................................896.9.1. IP TELEPHONY SYSTEM........................................................................................................................896.9.2. IP SOFT PHONES......................................................................................................................................90

6.10. ADVANCED NETWORK TECHNOLOGY..................................................................................................906.11. ADDITIONAL NETWORK TECHNOLOGY...............................................................................................906.12. NETWORK SPECIALISTS............................................................................................................................90

7. CATEGORY B: COMPUTER SECURITY TOOLS...............................................................................................927.1. SECURITY TOOLS CORE SPECIFICATION................................................................................................927.2. ANTI-VIRUS SOFTWARE..............................................................................................................................92

7.2.1. MANAGED VIRUS SCANNING..............................................................................................................927.2.2. VIRUS SCANNING FOR MACINTOSH.................................................................................................92

7.3. ANTI-SPAM APPLIANCE...............................................................................................................................937.4. ANTI-SPYWARE SOFTWARE.......................................................................................................................937.5. SERVER LEVEL INTRUSION PROTECTION AND DETECTION SOFTWARE.......................................947.6. VULNERABILITY ASSESSMENT SOFTWARE..........................................................................................947.7. ENTERPRISE-WIDE TWO FACTOR AUTHENTICATION MANAGER SOFTWARE.............................947.8. VIRTUAL PRIVATE NETWORKING APPLIANCE.....................................................................................957.9. BIOMETRIC SCANNING DEVICES..............................................................................................................967.10. SMART CARD READERS.............................................................................................................................967.11. ADDITIONAL SECURITY TECHNOLOGY................................................................................................967.12. INFORMATION ASSURANCE SPECIALISTS...........................................................................................96

8. CATEGORY B: COMPUTER SYSTEM STORAGE DEVICES...........................................................................99

5

NNG06123202R

8.1. STORAGE DEVICES CORE SPECIFICATION.............................................................................................998.2. STORAGE DEVICES CONFIGURATION.....................................................................................................998.3. STORAGE DEVICES SOFTWARE...............................................................................................................1018.4. ADDITIONAL STORAGE TECHNOLOGY.................................................................................................1018.5. STORAGE SPECIALISTS..............................................................................................................................101

9. CATEGORY B: ADVANCED VIDEO AND CONFERENCE TOOLS..............................................................1039.1. VIDEO ACQUISITION DEVICES.................................................................................................................1039.2. PRODUCTION AND POST PRODUCTION DEVICES...............................................................................1059.3. TRANSMISSION AND DISTRIBUTION DEVICES....................................................................................1069.4. AUDIO VIDEO MONITOR AND DISPLAY DEVICES..............................................................................1069.5. VIRTUAL ENVIRONMENT DEVICES........................................................................................................1079.6. ADDITIONAL VIDEO AND DISPLAY TECHNOLOGY...........................................................................107

10. CATEGORY B: MULTI-FUNCTIONAL PRINTERS........................................................................................10810.1. CORE MFP REQUIREMENTS....................................................................................................................108

10.1.1. CORE SCANNER FUNCTIONALITY.................................................................................................10810.1.2. CORE FAX FUNCTIONALITY............................................................................................................10910.1.3. CORE PRINT FUNCTIONALITY........................................................................................................109

10.2. MEDIUM VOLUME MONOCHROME MFP REQUIREMENTS..............................................................10910.3. HIGH VOLUME MONOCHROME MFP REQUIREMENTS....................................................................10910.4. MEDIUM VOLUME COLOR MFP REQUIREMENTS.............................................................................10910.5. MFP CONSUMABLES.................................................................................................................................110

11. REFERENCES.....................................................................................................................................................111ATTACHMENT B MANDATORY DELIVERABLES............................................................................................113

CLASS 1 (MASS STORAGE SERVERS) DELIVERABLE ITEMS...................................................................113CLASS 2 (DATABASE SERVERS) DELIVERABLE ITEMS............................................................................115CLASS 3 (HIGH PERFORMANCE VISUALIZATION COMPUTER SYSTEMS) DELIVERABLE ITEMS..116CLASS 4 (HIGH PERFORMANCE COMPUTE SERVERS) DELIVERABLE ITEMS.....................................117CLASS 5 (SCIENCE/ENGINEERING GENERAL PURPOSE COMPUTER SYSTEMS) DELIVERABLE ITEMS.....................................................................................................................................................................118CLASS 6 (SERVER SUPPORT DEVICES) DELIVERABLE ITEMS................................................................119CLASS 7 (HIGH END NETWORK EQUIPMENT) DELIVERABLE ITEMS....................................................120CLASS 8 (COMPUTER SECURITY SYSTEMS AND TOOLS) DELIVERABLE ITEMS...............................122CLASS 9 (MASS STORAGE DEVICES) DELIVERABLE ITEMS....................................................................123CLASS 10 (ADVANCED VIDEO AND CONFERENCE TOOLS) DELIVERABLE ITEMS...........................124CLASS 11 (MULTI-FUNCTIONAL PRINTERS) DELIVERABLE ITEMS.......................................................125

ATTACHMENT C STATEMENT OF WORK.........................................................................................................126C.1. STATEMENT OF WORK..............................................................................................................................126

C.1.1. OBJECTIVES..........................................................................................................................................126C.1.2. GOVERNMENT'S OPERATING PLAN................................................................................................129C.1.3. CONTRACTOR RESPONSIBILITIES...................................................................................................130C.1.4. GENERAL CONTRACT REQUIREMENTS.........................................................................................134C.1.5. WARRANTY...........................................................................................................................................135C.1.6. USED EQUIPMENT AND MATERIALS..............................................................................................137C.1.7. INSTALLATION.....................................................................................................................................137C.1.8. REHABILITATION ACT AMENDMENTS OF 1998 – SECTION 508 APPLICABILITY................137C.1.9. SECURITY..............................................................................................................................................138

C.2. STATEMENT OF WORK FOR CONTRACTOR SUPPLIED MFPS..........................................................139C.2.1. CENTRALIZED DATABASE AND REPORTS....................................................................................139C.2.2. SERVICE CALLS..............................................................................................................................139C.2.3. IDENTIFICATION STICKERS..............................................................................................................140C.2.4. SUPPLIES FOR CONTRACTOR-SUPPLIED MFPS............................................................................140C.2.5. TRAINING...............................................................................................................................................140C.2.6. METER READINGS...............................................................................................................................140C.2.7. RELOCATION OF MFD EQUIPMENT.................................................................................................140C.2.8. INTRODUCTION OF NEW MFD MODELS/TECHNOLOGY............................................................140C.2.9. DISCONTINUANCE OF SERVICE.......................................................................................................141

6

NNG06123202R

C.2.10. PHASE-IN OF A DELIVERY ORDER................................................................................................141C.2.11. PHASE-OUT OF A DELIVERY ORDER............................................................................................141

ATTACHMENT D CONTRACTOR / GOVERNMENT COMMUNICATION REQUIREMENTS......................143D.1. ON-LINE QUOTING.....................................................................................................................................143D.2. ORDERING....................................................................................................................................................143

D.2.1. DELIVERY ORDER PROCESSING......................................................................................................143D.2.2. CREDIT CARD ORDERS......................................................................................................................145

D.3. TECHNOLOGY REFRESHMENT REQUESTS..........................................................................................146D.3.1. MANUFACTURER REQUEST..............................................................................................................146D.3.2. TECHNOLOGY REFRESHMENT REQUEST......................................................................................147

D.4. POST-ORDER REPORTS..............................................................................................................................147D.5. ORDER STATUS REPORT...........................................................................................................................148D.6. ADMINISTRATIVE HANDLING FEE REPORT........................................................................................148D.7. ORDER MODIFICATIONS...........................................................................................................................148

III. INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (52.212-1) (JAN 2006)....................................148A.3.1. COMMUNICATIONS REGARDING THIS SOLICITATION (GSFC 52.215-96) (AUG 2000).........149A.3.2. OFFER ACCEPTANCE PERIOD...........................................................................................................149A.3.3. TYPE OF CONTRACT (52.216-1) (APR 1984).....................................................................................149A.3.4. SMALL DISADVANTAGED BUSINESS PARTICIPATION PROGRAM--TARGETS (52.219-24) (OCT 2000).........................................................................................................................................................149A.3.5. SERVICE OF PROTEST (52.233-2) (AUG 1996).................................................................................150A.3.6. PROPOSALS REQUESTED...................................................................................................................150A.3.7. PROPOSAL PREPARATION—GENERAL INSTRUCTIONS............................................................150A.3.8. PROPOSAL VOLUMES.........................................................................................................................152A.3.9. INSTRUCTIONS FOR OFFER VOLUME INCLUDING EXECUTED STANDARD FORM 1449, AND REPRESENTATIONS AND CERTIFICATIONS...................................................................................153A.3.10. SUMMARY OF EXCEPTIONS............................................................................................................153A.3.11. GENERAL MISSION SUITABILITY PROPOSAL INSTRUCTIONS..............................................154A.3.12. COMPLIANCE WITH MINIMUM MANDATORY SPECIFICATIONS (TABS 1 AND 2).............155A.3.13. MISSION SUITABILITY PROPOSAL SUBFACTORS (TAB'S 3-12)..............................................155A.3.14. GENERAL BENCHMARKING INSTRUCTIONS..............................................................................161A.3.15. PAST PERFORMANCE VOLUME.....................................................................................................163A.3.16. INSTRUCTIONS FOR PRICE PROPOSAL VOLUME......................................................................165A.3.17. PRICING EXHIBITS.............................................................................................................................169A.3.18. PROPOSAL MARKING AND DELIVERY.........................................................................................172A.3.19. LIST OF EXHIBITS.............................................................................................................................172A.3.20. SINGLE OR MULTIPLE AWARDS (52.216-27) (OCT 1995)...........................................................174

IV. EVALUATION-COMMERCIAL ITEMS (52.212-2) (JAN 1999)(MODIFIED)..............................................175A.4.1. EVALUATION PROCEDURES AND FACTORS- GENERAL...........................................................175A.4.2. COMPLIANCE WITH MINIMUM MANDATORY SPECIFICATIONS............................................176A.4.3. NO EVALUATION OF TRANSPORTATION COSTS 52.247-50 (APR 1984)...................................176A.4.4. PROSPECTIVE CONTRACTOR RESPONSIBILITY..........................................................................176A.4.5. PROMPT PAYMENT DISCOUNTS......................................................................................................176A.4.6. MISSION SUITABILITY EVALUATION SUBFACTORS..................................................................177A.4.7. PAST PERFORMANCE EVALUATION..............................................................................................181A.4.8. PRICE EVALUATION...........................................................................................................................182

V. OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (52.212-3) (MAR 2005)--ALTERNATE I (APR 2002) AND ALTERNATE II (OCT 2000)................................................................183

7

NNG06123202R

I. CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (52.212-4) (SEPT 2005)

(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its post-acceptance rights--

(1) Within a reasonable time after the defect was discovered or should have been discovered; and(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect

in the item.

(b) Assignment. The Contractor or its assignee may assign rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the contractor may not assign its rights to receive payment under this contract.

(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties.

(d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract.

(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.

(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.

(g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized,) to the address designated in the contract to receive invoices. An invoice must include--

(i) Name and address of the Contractor;(ii) Invoice date and number;(iii) Contract number, contract line item number and, if applicable, the order number;(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered;(v) Shipping number and date of shipment including the bill of lading number and weight of

shipment if shipped on Government bill of lading;(vi) Terms of any discount for prompt payment offered;(vii) Name and address of official to whom payment is to be sent;(viii) Name, title, and phone number of person to be notified in event of defective invoice; and(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice

only if required elsewhere in the contract.(x) Electronic funds transfer (EFT) banking information.

(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.

8

NNG06123202R

(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment of Electronic Funds Transfer--Central Contract Registration, or 52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Registration), or applicable agency procedures.

(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.

(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315.

(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings.

(i) Payment--(1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract.

(2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR 1315.

(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause.

(4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made.

(5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall immediately notify the Contracting Officer and request instructions for disposition of the overpayment.

(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon:

(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or(2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation

is f.o.b. destination.

(k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.

(l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided.

(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.

9

NNG06123202R

(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession.

(o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.

(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.

(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract.

(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C 327, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistle blower protections; 49 U.S.C 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity.

(s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order:

(1) The schedule of supplies/services;(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique

to Government Contracts paragraphs of this clause;(3) The clause at 52.212-5;(4) Addenda to this solicitation or contract, including any license agreements for computer software;(5) Solicitation provisions if this is a solicitation;(6) Other paragraphs of this clause;(7) The Standard Form 1449;(8) Other documents, exhibits, and attachments; and(9) The specification.

(t) Central Contractor Registration (CCR). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.

(2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name.

(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as

appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than

10

NNG06123202R

that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract.

(4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757.

(End of clause)

11

NNG06123202R

ADDENDUM 1- SCHEDULE AND ADDITIONAL PROVISIONS

A.1.1. DELIVERABLE REQUIREMENTS (GSFC 52.211-90) (OCT 1988)The Contractor shall perform and/or deliver the following:

Item Description Reference Schedule ShippingClassification

01 Annual Self-Certification

Section A.1.32 Annually IV

02 Small Business Subcontracting Reports (SF-294 & SF-295)

Section A.1.37 Semiannually IV

03 Information Technology (IT) Security Plan

Section A.1.39 30 Days After Contract Award

IV

04 Certificate of Maintainability

Section A.1.18 Within 20 days from request

IV

05 Post-Order Reports Attachment D (D.4) Weekly IV06 Administrative

Handling Fee ReportAttachment D (D.6) Quarterly IV

A.1.2. SUPPLIES AND/OR SERVICES TO BE FURNISHEDThis information will be removed at contract award:

*************************************************************This Request for Proposal (RFP) will result in the award of separate contracts. Therefore, it is necessary to keep this clause generic at this time. At contract award, the proposed equipment will be identified in this clause.*************************************************************

The Contractor shall provide all supplies and services in accordance with Attachment C, Statement of Work, and as described in Addendum 2, Attachments A (Technical Specifications) & B (Mandatory Deliverables) herein, at the following prices: (to be completed at time of award)

The contracts will be awarded by both Category and Class as follows:

Category A (Computer Systems/Servers) – NAICS 334111 Class 1 - Mass Storage Servers (2-3 awards)Class 2 - Database Servers (2-3 awards)Class 3 – High-Performance Visualization Computer Systems (2-3 awards)Class 4 - High Performance Compute Servers (2-3 awards) Class 5 - Science and Engineering General Purpose Systems (2-3 awards)

Category B (Complementary Products) – NAICS 541519Class 6 – Server Support Devices (Small Business Set-Aside) (4-6 awards)Class 7 – High-End Networking (2-3 awards)Class 8 – Computer Security Systems and Tools (2-3 awards)Class 9 – Mass Storage Devices (Service Disabled Veteran-Owned Small Business Set-Aside) (4-6 awards)Class 10 –Advanced Video and Conference Tools (2-3 awards)Class 11 –Multi-Functional Printers (2-3 awards)

(End of Text)

12

NNG06123202R

Note! All clauses within this contract apply to all Classes unless otherwise specified.

A.1.3. PROCEDURES FOR ORDERSSupplies or services to be furnished under this contract shall be specified by the issuance of firm fixed price delivery orders from any Government agency priced in accordance with Clause A.1.8 and Attachment F, Pricing Exhibits. Such orders may be issued from the effective date of the contract through the ordering period. Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the last date of the last item to be delivered in the issued delivery order schedule.

The issuing Contracting Officer may negotiate additional terms and conditions for a specific order. (e.g. The ordering Agency IT security policies, procedures and requirements or leasing of SEWP equipment may be included in individual orders.) This contract shall prevail in the event of conflict with any order.

Delivery orders will identify the exact destination for shipment and warranties, which is limited to the United States and its possessions. Shipments to United States Government installations located outside the U.S. and its possessions are per mutual agreement between the ordering Government Agency and Contractor.

The firm-fixed price for each delivery order may not be increased except when authorized by a modification to the delivery order. If the Contractor decreases the price of any item ordered, they shall notify the issuing Contracting Officer via e-mail within 2 business days.

The price of each item in a delivery order shall be no greater than the price in the SEWP database of record on the date the issuing Contracting Officer signs the order or the date of the order field if the signature date is not present.

All delivery orders shall be submitted directly to the SEWP Business Operations Workstation Laboratory (BOWL) whose functions are described in Addendum 2, Attachment C, prior to acceptance and processing of the delivery order by the contractor.

(End of text)

A.1.4. ORDERING (52.216-18) (OCT 1995)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the award date of this contract through a seven (7) year period afterwards (the effective ordering period).

(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.

(c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.

(End of clause)

A.1.5. INDEFINITE QUANTITY (52.216-22) (OCT 1995)

(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not guaranteed to be purchased by this contract.

13

NNG06123202R

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum."

(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.

(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the last date of the last item to be delivered in the issued delivery order schedule.

(End of clause)

A.1.6. MINIMUM AND MAXIMUM QUANTITIES

As referred to in the "Indefinite Quantity" clause of this contract, the minimum amount ordered shall be $2,500 per class.

The Government guarantees to issue one or more orders for a total amount not less than the minimum. There will be no further obligation on the part of the Government to issue additional orders thereafter.

The maximum ordering value of each contract shall not exceed $ 5,600,000,000.

(End of text)

A.1.7. DISCOUNTS FOR TECHNOLOGY EQUIPMENT The Contractor shall offer a discount which will be applied against a commercial list price. The discount(s) proposed will be applied to all Technology Equipment purchases for the life of the contract(s). The Government requires that all items be available to order throughout the life of this contract, if available from the Original Equipment Manufacturer (OEM).

The price of all CLINs in Attachment F, Pricing Exhibits must be equal to or less than the price for the same offering on the Contractor’s current GSA Schedule after discounting for any GSA or other Government fee such as the 0.75% GSA fee. If the product is not available on the Contractor’s current GSA schedule, then the SEWP contract price must be equal to or less than the same offering on the Contractor’s current commercial price list. The Contractor shall notify the SEWP Contracting Officer and the ordering Agency Contracting Officer, within seven working days, of changes to commercial prices and GSA prices below the offering price listed in this contract. If the Contractor's current GSA Schedule Contract price list after discounting any GSA or other Government fee or the Contractor's current commercial price list is lower than the above discounted price, the Government retains the right to order at the lesser amount.

Category A – COMPUTER SYSTEMS/SERVERS:

Pricing across all Category A computer systems, which fall within the same product family as the mandatory base systems, including systems added during the contracts ordering period, shall be discounted with the same discount as initially proposed for those base mandatory systems.

14

NNG06123202R

Category A and Category B - PRODUCT CLASSIFICATIONS

All items offered under the contract, whether mandatory products, additional technology or available components shall be associated with a Product Classification Group and Classification Description Subgroup. The valid set of Product Classifications is pre-defined as listed in Attachment F, Pricing Exhibits and cannot be added to or deleted from or otherwise changed. One Classification Description Subgroup is predefined with an associated Classification Subgroup Discount of 0%. The Contractor may propose additional Classification Description Subgroups and an associated price discount. The discount for each item on contract will be automatically assigned based on the Product Classification Group and Classification Description Subgroup associated with that item. Additionally, for Category A, products falling within the Product Classification Computer Systems Base A and Classification Description Subgroup Base A Family, will be automatically assigned the discount of the mandatory Base A system, and similarly for products falling within the Base B family.

These discounts shall remain constant over the life of the contract, and the applicable Classification Subgroup discount shall be used when adding new equipment to the contract.

Training and DocumentationTraining and Documentation (both on-line and hardcopy) CLINS may be provided if the training and documentation directly relates to the product CLINs provided on the contract.

Service RestrictionsAgencies may utilize SEWP contracts to purchase integration and analyst services using the Service CLINs on the contract provided that the services are firm fixed price and directly support the site planning, installation and initial implementation of associated equipment/product purchased either on that delivery order or purchased previously and referenced on that delivery order. For site planning services, the delivery order for those services must include a clear Statement of Work describing the technology requirements to be acquired based on the site planning.

Labor services other than site planning, installation and initial implementation may be purchased using the Service CLINs on the contract provided that all such services are firm fixed price and directly support the associated equipment purchased on that delivery and provided that these additional services do not exceed 10% of the price of the associated equipment/products. This labor shall not be purchased separately from the related product purchase.

(End of text)

A.1.8. ACCEPTANCE--MULTIPLE LOCATIONS (GSFC 52.246-93) (MAY 1989)

The issuing Contracting Officer or authorized Government representative, as identified on the order, will accomplish acceptance as specified on each order.

The issuing Contracting Officer may designate other Government agents as authorized representatives. The Contractor will be notified by a written notice or by a copy of the delegation letter if other agents are authorized.

Acceptance shall be deemed to have occurred constructively--for the sole purpose of computing an interest penalty that might be due the Contractor under the Prompt Payment Act--on the 7th day after the Contractor has delivered the supplies or services in accordance with the terms and conditions of the contract. In the event that actual acceptance occurs within the constructive acceptance period, the determination of an interest penalty shall be based on the date of the actual acceptance.

(End of text)

A.1.9. MATERIAL INSPECTION AND RECEIVING REPORT (1852.246-72) (AUG 2003)

NOTE: This clause is applicable to GSFC and Wallops delivery orders only.

15

NNG06123202R

(a) At the time of each delivery to the Government under this contract, the Contractor shall furnish a Material Inspection and Receiving Report (DD Form 250 series) prepared in an original copy and sufficient other copies to accomplish the following distribution:

(1) Via mail and marked "Advance Copy", one copy each to the Contracting Officer, the Contracting Officer's Technical Representative (if designated in the contract), and to the cognizant Administrative Contracting Officer, if any.

(2) Via mail, the original and 1 copy (unfolded) to the shipment address (delivery point) specified in Section F of this contract. Mark the exterior of the envelope "CONTAINS DD FORM 250". This must arrive prior to the shipment.

(3) With shipment in waterproof envelope (one copy) for the consignee.(4) If the shipment address is not directly to the Goddard Space Flight Center (Greenbelt) or Goddard

Space Flight Center (Wallops) central receiving areas, then one copy of the DD Form 250 must be provided (via mail) to one on the following addresses depending upon whether this contract is with GSFC Greenbelt or GSFC Wallops:

Receiving and Inspection (Code 239), Goddard Space Flight Center, Greenbelt, MD 20771.

Receiving and Inspection (Bldg. F16), Wallops Flight Facility, Wallops Island VA 23337.

(b) The Contractor shall prepare the DD Form 250 in accordance with NASA FAR Supplement 18-46.6. The Contractor shall enclose the copies of the DD Form 250 in the package or seal them in a waterproof envelope, which shall be securely attached to the exterior of the package in the most protected location.

(c) When more than one package is involved in a shipment, the Contractor shall list on the DD Form 250, as additional information, the quantity of packages and the package numbers. The Contractor shall forward the DD Form 250 with the lowest numbered package of the shipment and print the words "CONTAINS DD FORM 250" on the package.

(End of clause)

A.1.10. TIME OF DELIVERY

The Government requires delivery to be made in accordance to the following schedule(s):

1. Standard Delivery: Items shall be delivered within 30 days of receipt and processing of the Delivery Order at the SEWP BOWL, for non-credit card orders, and within 30 days of placement of credit card orders unless otherwise noted and mutually agreed upon as described below for Expedited and Non-standard Delivery.

2. Expedited Delivery: An expedited delivery schedule of less than 30 days delivery, mutually agreed upon by the Ordering Agency and Contractor, may be added to Delivery Orders.

3. Non-standard Delivery: A delivery schedule other than the 30 day standard delivery time may be proposed on an individual CLIN (item) basis or at the time a quote is provided to the Government. Upon acceptance by the Government, the non-standard delivery schedule for that item shall be included in the Attachment F, Pricing Exhibits.

4. If an item cannot be delivered within the delivery time for that item, the Contractor shall notify the issuing Contracting Officer and the SEWP BOWL within two business days of receipt of order of the expected delivery date for the ordered item(s). Upon notification, the Ordering Agency may choose to cancel the order or request due consideration for the delay.

(End of text)

16

NNG06123202R

A.1.11. PARTIAL SHIPMENTS

A partial shipment is any shipment that does not include all items specified in the order.

Partial shipments will not be accepted unless authorized on the delivery order or by the issuing Contracting Officer prior to the time of delivery. The Government reserves the right to return partial shipments to the Contractor, transportation charges collect.

(End of text)

A.1.12. INDIVIDUALS AUTHORIZED TO ISSUE ORDERS

Any Government Contracting Officer or duly authorized representative is authorized to place delivery orders against the contract. Credit card orders may be issued by agency designated ordering officials.

(End of text)

A.1.13. APPROVAL OF CONTRACT (52.204-1) (DEC 1989)

This contract is subject to the written approval of the Associate Director for Acquisition and shall not be binding until so approved.

(End of clause)

A.1.14. EXTENDED WARRANTY

The Contractor shall provide an extended warranty, which can be purchased and begin at any time during the standard commercial warranty period up to and including the end of the commercial warranty period. Extended warranty packages may be invoiced and paid at the start of the warranty period. This extended warranty shall provide coverage based on the commercial warranty period. This warranty is in accordance with Addendum 2, Attachment C, Section C.1.5.

At the Government’s discretion, the Government may order, at any time during a warranty period, monthly maintenance at the Discounted Monthly Extended Warranty amount in accordance with Addendum 2, Attachment F, Pricing Exhibit, in lieu of the extended warranty.

(End of text)

A.1.15. MISSION CRITICAL WARRANTY – NASA SITES

The Contractor shall make mission critical warranties available for NASA sites where such warranties are commercially available. Mission Critical warranties may be made available to other Federal Agencies upon mutual agreement between the Contractor and the issuing Contracting Officer.

In addition to both the standard commercial warranty and the extended warranty, the offeror shall provide a mission critical warranty, which provides coverage with a 2 hour response time. This mission critical warranty shall be ordered in no less than 1 month increments and may be orderable through the life of the contract. This mission critical warranty is in accordance with Addendum 2, Attachment C, Section C.1.5.

(End of text)

A.1.16. ELECTRONIC DATA AND REPORT INTERCHANGE

17

NNG06123202R

Electronic Data and Report Interchange shall apply in accordance with Attachment D (Contractor/Government Communication Requirements).

(End of text)

A.1.17. OTHER FEDERAL AGENCY UTILIZATIONOther Federal Agencies, and authorized Contractors, will be allowed to utilize this contract, on a non-mandatory basis, to satisfy Information Technology (IT) requirements. ***

(End of text)

***NOTE! Non-Federal Governments are not authorized to use this contract unless mandated by Congress.

A.1.18. CERTIFICATE OF MAINTAINABILITY

A "Certificate of Maintainability" is not required for equipment acquired and maintained under this contract unless it is specifically requested by the issuing Contracting Officer. If it is requested, the Contractor shall issue the certification within twenty working days of the request.

The certificate shall state that preventive maintenance in accordance with the specifications of the Original Equipment Manufacturer (OEM) has been performed and that the equipment is performing in accordance with the OEM's specifications such that the OEM (or the OEM's successor in interest, if such exists at the time of the commitment) commits that it would assume maintenance of the equipment (or the OEM certifies that the equipment is eligible for maintenance, including but not limited to repair or inspection charges) if such maintenance were assumed effective the date after the Contractor's performance ceases. The Certificate of Maintainability shall also state that the equipment is at the most current OEM's revision level. The Contractor is responsible for bearing all costs associated with obtaining such certification at no charge to the Government.

Should the Contractor fail to issue the required Certificate of Maintainability in accordance with this clause, or should any equipment fail to perform in accordance with the certification, the Contractor shall be liable to the Government for any reasonable costs incurred by the Government for the purpose of bringing the equipment up to the required maintainable level.

If equipment is acquired under this contract without maintenance, the Contractor shall issue a Certificate of Maintainability for such equipment if requested by the issuing Contracting Officer. The certificate shall list each item delivered by a component identification number (i.e. serial number) and state that the equipment is in such condition that the OEM commits that it would assume maintenance of the equipment (or the OEM certifies that the equipment is eligible for maintenance). All charges required to obtain the requisite performance of the equipment, shall be borne by the Contractor. The fact that the equipment may have been acquired with a warranty does not relieve the Contractor of its obligations under this subparagraph.

(End of text)

A.1.19. SUBSTITUTE/ENHANCEMENTS FOR SPECIALIZED EQUIPMENT/SOFTWARE TO ACCOMMODATE USERS WITH DISABILITIES

The Contractor is encouraged to offer equipment or software that becomes available after contract award and offers improvements in technology and that better suits the needs of users with disabilities. If the Government elects to do so, it may evaluate the equipment/software, and substitute the equipment for the equipment covered in the contract but not yet delivered. Any such proposal should contain the general information required by the “Technology Refreshment” clause A.1.20 in this Section.

When substitution of such specialized technology is made without charge to the Government, or as a planned part of the contract (e.g. planned upgrade), manuals and publications as required by the contract shall be provided to all

18

NNG06123202R

addresses (in the stated quantities) affected by the change without charge to the Government (unless other payment arrangements are made by the ordering agency).

(End of text)

A.1.20. TECHNOLOGY REFRESHMENT

The Government shall have the right to require, at any time, that the Contractor offer under this contract hardware and software components available to the Contractor's commercial customers. In this way the Government seeks to ensure that it can obtain the benefits of new design enhancements and technological updates or advances for equipment currently on the contract. When requested or offered, the Contractor shall provide, within 30 calendar days of receipt of request, a refreshment proposal including the components so identified at the technology discount as indicated in Clause A.1.7.

In the event that the Contractor is no longer able to provide the products proposed (because they are no longer being manufactured, for example), the Contractor may, with the Government's approval, remove the products from the contract. For products in the mandatory deliverable lists, the Contractor shall provide substitute products which shall have the functional capabilities of the products originally provided and shall meet or exceed the original products' rated performance characteristics, at the appropriate discount as indicated in Clause A.1.7.

On an annual basis, the Contractor shall provide the Government either with a self-certification that the mandatory deliverable items currently on the Contract are state-of-the-art technology, or a technology refreshment proposal updating the mandatory deliverable items. The Government will review the Contractor self-certification and/or technology refreshment proposal for acceptability in terms of scope and the current state of technology.

For Category A Contracts: Prior to refreshing a base computer system, the Contractor must provide the Government with a report detailing the family of products to which the base system belongs to ensure the discount structure for that family of products is maintained.

Any new technology which will upgrade, extend or enhance the components shall be evaluateded if the Contractor submits a proposal outlining the proposed technology. Included in this proposal shall be pricing data (i.e., current published commercial price list) and other technical information as listed below. With the receipt of a proposal from the Contractor, the Government shall have the right to approve any or all of the proposed CLINs and to unilaterally modify the contract to provide for ordering of the new technology. The criteria for acceptance of the new technology proposal are as follows:

1) For mandatory deliverable items, each item must satisfy all original mandatory requirements in the technical specifications of this contract.

2) Each item must correspond with an appropriate existing contract product class code and its corresponding price discount.

At a minimum, the technology proposal shall include the following header information: TR Number (unique tracking number) Description of the proposed TR Contract Number Contact Name Contact Phone Number Contact E-mail address

At a minimum, the technology proposal shall include the following information for each product proposed: Contract Line Item Number (CLIN) (unique for this contract) Name of Original Equipment Manufacturer Business size of Original Equipment Manufacturer Original Equipment Manufacturer’s Model Number

19

NNG06123202R

Class Code Base/Mandatory/Available Component Flag Full Item Description List Price SEWP Price

A.1.20.1. SPECIALIZED CONTRACT LINE ITEM NUMBERSThe following CLINs and their descriptions will be added to the Contract to cover non-product line items which have a varying price associated with them:

1) OPEN-Z: Open Market CLIN to be used for items totaling under $2,500 per order; within scope of SEWP contract but not available as a separately orderable item

2) TRAVEL-Z: Travel expenses based on the current Government rates for per diem and transportation. Any other travel cost related to an order fulfillment e.g. installation, shall be negotiated on a per order basis

3) SEWP-Z: SEWP IV Contract Administration Fee (Surcharge)4) CREDIT-Z: Credit Discount5) DELIVERY-Z: Delivery Fee

A.1.20.2. BUNDLED LINE ITEMSThe Contractor may propose a single line item which bundles together a number of separate products into one CLIN provided that:

1) each of the products are available as separate CLINs in the Contract2) the description for the bundled line item include the list of separate CLINs included3) the bundled CLIN is firm fixed price

(End of text)

A.1.21. ORDER LIMITATIONS (52.216-19) (OCT 1995)

a) Minimum order – All Classes: When the Government requires supplies or services covered by this contract in an amount of less than $2,500, the Contractor is not obligated to furnish those supplies or services under the contract.

b) Maximum order : The Contractor is not obligated to honor--(1) Any order for a single item in excess of $2 million;(2) Any order for a combination of items in excess of $10 million;(3) A series of orders from the same ordering office within 30 days that together call for quantities

exceeding the limitation in subparagraph (1) or (2) above.

(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above.

(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within .seven (7) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.

(End of clause)

A.1.22. FAIR OPPORTUNITY AND REQUESTS FOR QUOTES

Contractors will be provided fair opportunity at the individual order level through the WWW search capabilities and other appropriate market research procedures, including the SEWP Online Search and RFQ tools. No documentation for the order selection is required to be submitted with the order. All such documentation is to be maintained by the end user.

20

NNG06123202R

In support of the fair opportunity requirement, the SEWP BOWL will utilize Technology Refreshment and Contractor provided reports in accordance with Attachment D to provide the database record of all available CLINS, descriptions, product features and prices for all items available through all SEWP contracts, along with past performance data, and shall provide search and quote tools to query across contracts.

The Contractor shall not market, quote or otherwise offer for sale, under this contract, any products not listed in Attachment F, Pricing Exhibits until the said products are included in the SEWP database, and available to all Government end-users.

If the Government issues a Request For Information (RFI) as part of market research, the Contractor may provide items not yet listed on their SEWP contract as part of a market research quote if:

1. all such items are clearly marked as not yet available on their SEWP contract;2. the contractor submits a technology refreshment request to add those products to their contract

If the Government issues a Formal / Final Request For Quote (RFQ), the Contractor may only respond with items available on their Contract. If the Contractor has insufficient items on their contract to fully respond to the Formal RFQ, the Contractor must respond with a No Bid.

When the Contractor markets, quotes or otherwise offers for sale a product under this contract, the price of each item shall be the no greater than the price in Attachment F, Pricing Exhibits at the time the quote is issued.

When submitting a quote to a Government end-user, the contractor must clearly state the length of time the quote is valid. The contractor shall honor any order submitted within the stated time period of a quote.

When responding to an RFI or RFQ issued from the NASA SEWP BOWL on-line quoting system, the Contractor must respond as outlined in Attachment D, Section D.1. On-line Quoting.

(End of text)

A.1.23. INVOICES – SUBMISSION OF

All invoices shall be submitted to the "Designated Billing Office" and/or "Designated Payment Office" address specified in each delivery order. (End of text)

A.1.24. DD 250 USAGE

The Contractor may utilize a DD 250 in lieu of an invoice.

(End of text)

A.1.25. F.O.B. DESTINATION (52.247-34) (NOV 1991)

(a) The term "f.o.b. destination," as used in this clause, means--(1) Free of expense to the Government, on board the carrier's conveyance, at a specified delivery

point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located, and

(2) Supplies shall be delivered to the destination consignee's wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including

21

NNG06123202R

"piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight". When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the Contractor uses rail carrier or freight forwarder for less than carload shipments, the Contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee.

(b) The Contractor shall--

(1) (i) Pack and mark the shipment to comply with contract specifications; or(ii) In the absence of specifications, prepare the shipment in conformance with carrier

requirements;(2) Prepare and distribute commercial bills of lading;(3) Deliver the shipment in good order and condition to the point of delivery specified in the contract;(4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by

the consignee at the delivery point specified in the contract;(5) Furnish a delivery schedule and designate the mode of delivering carrier; and(6) Pay and bear all charges to the specified point of delivery.

(End of clause)

A.1.26. DELIVERY AND OTHER CHARGES

All deliverable line item prices shall be inclusive of all charges that are included in the line item’s commercial list pricing. If the delivery price is not included in the commercial list price, then the Contractor may charge a delivery fee using the Contract’s Delivery-Z CLIN, in Attachment F.

Items returned prior to the Government’s acceptance are not subject to restocking fees or other charges.

(End of text)

A.1.27. EXPORT LICENSES (1852.225-70) (FEB 2000)

(a) The Contractor shall comply with all U.S. export control laws and regulations, including the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through 130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, in the performance of this contract. In the absence of available license exemptions/exceptions, the Contractor shall be responsible for obtaining the appropriate licenses or other approvals, if required, for exports of hardware, technical data, and software, or for the provision of technical assistance.

(b) The Contractor shall be responsible for obtaining export licenses, if required, before utilizing foreign persons in the performance of this contract, including instances where the work is to be performed on-site at any Government installation, where the foreign person will have access to export-controlled technical data or software.

(c) The Contractor shall be responsible for all regulatory record keeping requirements associated with the use of licenses and license exemptions/exceptions.

(d) The Contractor shall be responsible for ensuring that the provisions of this clause apply to its subcontractors.

(End of clause)

A.1.28. CONTRACTOR COLLECTION OF AGENCY ADMINISTRATIVE HANDLING FEE

An Agency Administrative Handling Fee, not to exceed 3/4 % of the total price of the delivery order, shall be applied to all orders under the SEWP IV contracts. The SEWP IV website will post the Agency Administrative

22

NNG06123202R

Handling Fee percentage, and the Contractor shall be notified via email by the SEWP Business Operations Workstation Laboratory (BOWL). The handling fee’s collection shall be done in accordance with the procedures outlined below.

Contractor Responsibilities:

(a) Each contract shall include a CLIN called SEWPZ which will be referenced by customers on all orders where the handling fee applies. This CLIN should be an editable CLIN.

(b) In providing quotations to agencies, the Contractor shall be responsible for referencing the CLIN with the applicable dollar amount. The CLIN may be rounded to the nearest whole dollar.

(c) The CLIN will apply to all such orders. These include, but are not limited to, original orders, modifications to orders, product orders, and service orders. On modifications that reduce the fixed price of orders, a credit for the handling fee may be expressed as a negative CLIN. - if a fee cap exists, the cap applies to each order and each separate modification to the original order.

(d) Alternatively, the contractor can calculate the fee and then add the calculated amount to the price of product CLINs if:

- the quote identifies that the fee is included in the price of the CLINs- the quote includes a comment indicating the amount of the fee in the quote- the total order amount does not exceed the sum of the SEWP prices for each CLIN plus the applicable fee.

(d) The Contractor shall invoice the ordering agency for the entire amount of the order (including the handling fee). When invoicing for monthly services, Contractors should include the CLIN on the first invoice. It should reflect the handling fee for the entire period of service. The same is true for partial shipments. The Contractor should include the CLIN, reflecting the handling fee for the entire order, on the invoice coinciding with the first shipment.

(e) Quarterly, the Contractor shall be responsible for sending a payment to NASA/Goddard Space Flight Center, SEWP, Code 704, reflecting the total administrative handling fee collected during that period. The Contractor will be only responsible for forwarding payment on handling fees actually collected. The Contractor shall determine the timing of the quarterly payment. The payment is to be made by check payable to NASA/Goddard Space Flight Center, at the following address: NASA/Goddard Space Flight Center, Attention: SEWP/Code 704, Greenbelt, MD 20771.

(f) Coinciding with the payment, the Contractor must send an “Agency Administrative Handling Fees Collected” report to NASA GSFC, Code 704, Attn: Resource Analyst, Greenbelt, MD 20771. The report must list the SEWP Control Number and/or Agency Order number, the Total Order Amount, and the administrative handling fee collected for each order reflected in the total payment. The report must be sorted by SEWP Control Number or by Agency Order number. The report must have totals for the Total Order Amount and the Agency Administrative Handling Fee Collected. This report must be submitted on hard copy and electronically. Electronic reports should be submitted as described in Attachment D, Contractor /Government Communications Requirements, Section D.6.

(g) In the event that the Contractor has invoiced for the fee per paragraph d) above and an ordering agency does not pay the applicable handling fee to the Contractor, the Contractor shall not be held responsible for ensuring the agency pays the handling fee. If this occurs, the Contractor shall notify the Contracting Officer's Technical Representative immediately.

Ordering Agency Responsibilities:

(a) The ordering agency is responsible for correctly including the Agency Administrative Handling Fee. The Contractor may hold or reject an order because of an incorrectly calculated handling fee. In this case, the Contractor must inform the ordering agency that a modification to the order or a new order is required to correct the handling fee amount and process the order. If the Contractor accepts an order with an incorrectly calculated handling fee, the Contractor assumes responsibility for invoicing, retrieving and paying the correct fee amount.

23

NNG06123202R

(End of text)

A.1.29. OMBUDSMAN (1852.215-84) (OCT 2003)--ALTERNATE I (JUNE 2000)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution.

(b) If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman, Dorothy C. Perkins at:

Goddard Space Flight Center Mailstop 100 Greenbelt, MD 20771Business Phone: 301 286-5066Fax Number: 301 286-1714E-mail address: [email protected]

Concerns, issues, disagreements, and recommendations, which cannot be resolved at the installation, may be referred to the NASA ombudsman, the Director of the Contract Management Division, at 202-358-0445, facsimile 202-358-3083, e-mail [email protected]. Please do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer or as specified elsewhere in this document.

(c) If this is a task or delivery order contract, the ombudsman shall review complaints from contractors and ensure they are afforded a fair opportunity to be considered, consistent with the procedures of the contract.

(End of clause)

A.1.30. SAFETY AND HEALTH (SHORT FORM) (52.223-72) (APR 2002)

(a) Safety is the freedom from those conditions that can cause death, injury, occupational illness; damage to or loss of equipment or property, or damage to the environment. NASA's safety priority is to protect: (1) the public, (2) astronauts and pilots, (3) the NASA workforce (including contractor employees working on NASA contracts), and (4) high-value equipment and property.

(b) The Contractor shall take all reasonable safety and occupational health measures consistent with standard industry practice in performing this contract. The Contractor shall comply with all Federal, State, and local laws applicable to safety and occupational health and with the safety and occupational health standards, specifications, reporting requirements, and any other relevant requirements of this contract.

(c) The Contractor shall take, or cause to be taken, any other safety, and occupational health measures the Contracting Officer may reasonably direct. To the extent that the Contractor may be entitled to an equitable adjustment for those measures under the terms and conditions of this contract, the equitable adjustment shall be determined pursuant to the procedures of the Changes clause of this contract; provided, that no adjustment shall be made under this Safety and Health clause for any change for which an equitable adjustment is expressly provided under any other clause of the contract.

24

NNG06123202R

(d) The Contracting Officer may notify the Contractor in writing of any noncompliance with this clause and specify corrective actions to be taken. In situations where the Contracting Officer becomes aware of noncompliance that may pose a serious or imminent danger to safety and health of the public, astronauts and pilots, the NASA workforce (including Contractor employees working on NASA contracts), or high value mission critical equipment or property, the Contracting Officer shall notify the Contractor orally, with written confirmation. The Contractor shall promptly take and report any necessary corrective action. The Government may pursue appropriate remedies in the event the contractor fails to promptly take the necessary corrective action.

(e) The Contractor (or subcontractor or supplier) shall insert the substance of this clause, including this paragraph (e) and any applicable Schedule provisions, with appropriate changes of designations of the parties, in subcontracts of every tier that exceed the micro-purchase threshold.

(End of clause)

A.1.31. MAJOR BREACH OF SAFETY OR SECURITY (1852.223-75) (FEB 2002)

(a) Safety is the freedom from those conditions that can cause death, injury, occupational illness, damage to or loss of equipment or property, or damage to the environment. Safety is essential to NASA and is a material part of this contract. NASA's safety priority is to protect: (1) the public; (2) astronauts and pilots; (3) the NASA workforce (including contractor employees working on NASA contracts); and (4) high-value equipment and property. A major breach of safety may constitute a breach of contract that entitles the Government to exercise any of its rights and remedies applicable to material parts of this contract, including termination for default. A major breach of safety must be related directly to the work on the contract. A major breach of safety is an act or omission of the Contractor that consists of an accident, incident, or exposure resulting in a fatality or mission failure; or in damage to equipment or property equal to or greater than $1 million; or in any "willful" or "repeat" violation cited by the Occupational Safety and Health Administration (OSHA) or by a state agency operating under an OSHA approved plan.

(b) Security is the condition of safeguarding against espionage, sabotage, crime (including computer crime), or attack. A major breach of security may constitute a breach of contract that entitles the Government to exercise any of its rights and remedies applicable to material parts of this contract, including termination for default. A major breach of security may occur on or off Government installations, but must be related directly to the work on the contract. A major breach of security is an act or omission by the Contractor that results in compromise of classified information; illegal technology transfer; workplace violence resulting in criminal conviction; sabotage; compromise or denial of information technology services; equipment or property damage from vandalism greater than $250,000 or theft greater than $250,000.

(c) In the event of a major breach of safety or security, the Contractor shall report the breach to the Contracting Officer. If directed by the Contracting Officer, the Contractor shall conduct its own investigation and report the results to the Government. The Contractor shall cooperate with the Government investigation, if conducted.

(End of clause)

A.1.32. CONTRACTOR PERFORMANCE ASSESSMENT

The Contractor's performance under this contract shall be assessed annually in accordance with the requirements of FAR subpart 42.15, and the policy and procedures specified in the NFS subparts 1842.1502 and 1842.1503. End users of products and services shall be periodically contacted to provide input for this assessment.

(End of text)

A.1.33. RELEASE OF SENSITIVE INFORMATION (1852.237-73) (JUNE 2005)

25

NNG06123202R

(a) As used in this clause, “sensitive information” refers to information, not currently in the public domain, that the Contractor has developed at private expense, that may embody trade secrets or commercial or financial information, and that may be sensitive or privileged.

(b) In accomplishing management activities and administrative functions, NASA relies heavily on the support of various service providers. To support NASA activities and functions, these service providers, as well as their subcontractors and their individual employees, may need access to sensitive information submitted by the Contractor under this contract. By submitting this proposal or performing this contract, the Contractor agrees that NASA may release to its service providers, their subcontractors, and their individual employees, sensitive information submitted during the course of this procurement, subject to the enumerated protections mandated by the clause at 1852.237-72, Access to Sensitive Information.

(c)(1) The Contractor shall identify any sensitive information submitted in support of this proposal or in performing this contract. For purposes of identifying sensitive information, the Contractor may, in addition to any other notice or legend otherwise required, use a notice similar to the following:

Mark the title page with the following legend:

This proposal or document includes sensitive information that NASA shall not disclose outside the Agency and its service providers that support management activities and administrative functions. To gain access to this sensitive information, a service provider's contract must contain the clause at NFS 1852.237-72, Access to Sensitive Information. Consistent with this clause, the service provider shall not duplicate, use, or disclose the information in whole or in part for any purpose other than to perform the services specified in its contract. This restriction does not limit the Government's right to use this information if it is obtained from another source without restriction. The information subject to this restriction is contained in pages [insert page numbers or other identification of pages].

Mark each page of sensitive information the Contractor wishes to restrict with the following legend:

Use or disclosure of sensitive information contained on this page is subject to the restriction on the title page of this proposal or document.

(2) The Contracting Officer shall evaluate the facts supporting any claim that particular information is “sensitive.” This evaluation shall evaluate the time and resources necessary to protect the information in accordance with the detailed safeguards mandated by the clause at 1852.237-72, Access to Sensitive Information. However, unless the Contracting Officer decides, with the advice of Center counsel, that reasonable grounds exist to challenge the Contractor's claim that particular information is sensitive, NASA and its service providers and their employees shall comply with all of the safeguards contained in paragraph (d) of this clause.

(d) To receive access to sensitive information needed to assist NASA in accomplishing management activities and administrative functions, the service provider must be operating under a contract that contains the clause at 1852.237-72, Access to Sensitive Information. This clause obligates the service provider to do the following:

(1) Comply with all specified procedures and obligations, including the Organizational Conflicts of Interest Avoidance Plan, which the contract has incorporated as a compliance document.

(2) Utilize any sensitive information coming into its possession only for the purpose of performing the services specified in its contract.

(3) Safeguard sensitive information coming into its possession from unauthorized use and disclosure.(4) Allow access to sensitive information only to those employees that need it to perform services under

its contract.(5) Preclude access and disclosure of sensitive information to persons and entities outside of the service

provider's organization.(6) Train employees who may require access to sensitive information about their obligations to utilize it

only to perform the services specified in its contract and to safeguard it from unauthorized use and disclosure.(7) Obtain a written affirmation from each employee that he/she has received and will comply with

training on the authorized uses and mandatory protections of sensitive information needed in performing this contract.

26

NNG06123202R

(8) Administer a monitoring process to ensure that employees comply with all reasonable security procedures, report any breaches to the Contracting Officer, and implement any necessary corrective actions.

(e) When the service provider will have primary responsibility for operating an information technology system for NASA that contains sensitive information, the service provider's contract shall include the clause at 1852.204-76, Security Requirements for Unclassified Information Technology Resources. The Security Requirements clause requires the service provider to implement an Information Technology Security Plan to protect information processed, stored, or transmitted from unauthorized access, alteration, disclosure, or use. Service provider personnel requiring privileged access or limited privileged access to these information technology systems are subject to screening using the standard National Agency Check (NAC) forms appropriate to the level of risk for adverse impact to NASA missions. The Contracting Officer may allow the service provider to conduct its own screening, provided the service provider employs substantially equivalent screening procedures.

(f) This clause does not affect NASA's responsibilities under the Freedom of Information Act.

(g) The Contractor shall insert this clause, including this paragraph (g), suitably modified to reflect the relationship of the parties, in all subcontracts that may require the furnishing of sensitive information.

(End of clause)

A.1.34. USE OF RURAL AREA SMALL BUSINESSES (1852.219-74) (SEP 1990)

(a) Definitions.

"Rural area" means any county with a population of fewer than twenty thousand individuals.

"Small business concern," as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding under this contract, and qualified as a small business under the criteria and size standards in 13 CFR 121.

(b) NASA prime and subcontractors are encouraged to use their best efforts to award subcontracts to small business concerns located in rural areas.

(c) Contractors acting in good faith may rely on written representations by their subcontractors regarding their status as small business concerns located in rural areas.

(d) The Contractor agrees to insert the provisions of this clause, including this paragraph (d), in all subcontracts hereunder that offer subcontracting possibilities.

(End of clause)

A.1.35. NASA 8 PERCENT GOAL (1852.219-76) (JUL 1997)

(a) Definitions."Historically Black Colleges or University", as used in this clause means an institution determined by the Secretary of Education to meet the requirements of 34 CFR Section 608.2. The term also includes any nonprofit research institution that was an integral part of such a college or university before November 14, 1986."Minority institutions", as used in this clause, means an institution of higher education meeting the requirements of section 1046(3) of the Higher Education Act of 1965 (20 U.S.C. 1135d-5(3)) which for the purposes of this clause includes a Hispanic-serving institution of higher education as defined in section 316(b)(1) of the Act (20 U.S.C. 1059c(b)(1))."Small disadvantaged business concern", as used in this clause, means a small business concern that (1) is at least 51 percent unconditionally owned by one or more individuals who are both socially and economically disadvantaged, or a publicly owned business having at least 51 percent of its stock unconditionally owned by one or more socially and economically disadvantaged individuals, and (2) has its management and daily business controlled by one or

27

NNG06123202R

more such individuals. This term also means a small business concern that is at least 51 percent unconditionally owned by an economically disadvantaged Indian tribe or Native Hawaiian Organization, or a publicly owned business having at least 51 percent of its stock unconditionally owned by one or more of these entities, which has its management and daily business controlled by members of an economically disadvantaged Indian tribe or Native Hawaiian Organization, and which meets the requirements of 13 CFR 124."Women-owned small business concern", as used in this clause, means a small business concern (1) which is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women, and (2) whose management and daily business operations are controlled by one or more women.(b) The NASA Administrator is required by statute to establish annually a goal to make available to small disadvantaged business concerns, Historically Black Colleges and Universities, minority institutions, and women-owned small business concerns, at least 8 percent of NASA's procurement dollars under prime contracts or subcontracts awarded in support of authorized programs, including the space station by the time operational status is obtained.(c) The contractor hereby agrees to assist NASA in achieving this goal by using its best efforts to award subcontracts to such entities to the fullest extent consistent with efficient contract performance.(d) Contractors acting in good faith may rely on written representations by their subcontractors regarding their status as small disadvantaged business concerns, Historically Black Colleges and Universities, minority institutions, and women-owned small business concerns.

(End of clause)

A.1.36. SMALL BUSINESS SUBCONTRACTING PLAN AND REPORTS (GSFC 52.219-90) (OCT 1999)Note: This clause does not apply to Classes 6 and 9.

a. Subcontracting Plan (Contractor)

FAR clause 52.219-9, "Small Business Subcontracting Plan" is included in this contract. The agreed to Subcontracting Plan required by the clause is included as an attachment to the contract.

b. Subcontracting Plan (Subcontractors)

In accordance with FAR clause 52.219-9, the Contractor must require that certain subcontractors adopt a plan similar to the Plan agreed to between the Contractor and the Government.

c. Reporting to Contracting Officer (SF 294--Semi-annual and Final)

The Contractor shall prepare and submit Standard Form 294 (Rev. 12-98), "Subcontracting Report for Individual Contracts" in accordance with the instructions on the back of the form.

The SF 294 must be submitted to the Contracting Officer on a semi-annual basis. This report must be received no later than April 30 and October 30 each year for the reporting periods ending March 31 and September 30, respectively. A final SF 294 must be submitted after contract completion. The final SF 294 submittal must be received no later than the due date for what would have been the next semi-annual report.

d. Reporting to NASA Headquarters (SF 295--Semi-annual)

The Contractor shall prepare and submit Standard Form 295 (Rev. 12-98), "Summary Subcontract Report" in accordance with the instructions on the back of the form and in accordance with NASA FAR Supplement clause 1852.219-75, "Small Business Subcontracting Reporting" of this contract.

28

NNG06123202R

The SF 295 must be submitted to "NASA, Office of Procurement, Code HS, Washington, D.C. 20546-0001" on an semi-annual basis no later than April 30 and October 30 each year for the reporting periods ending March 31 and September 30, respectively.

e. Subcontractor Reporting

FAR clause 52.219-9 and NASA FAR Supplement clause 1852.219-75 require that the Contractor ensure that SF 294 and SF 295 reports are submitted by those subcontractors that have been required to adopt a Subcontracting Plan under the terms of the clause. These subcontractor reports must be submitted as required by paragraphs (c)and (d) above. The reports may be submitted though the Contractor or submitted directly. Regardless, the Contractor is responsible for ensuring proper and timely submittal of the required reports.

(End of clause)

A.1.37. SMALL BUSINESS SUBCONTRACTING REPORTING (1852.219-75) (MAY 1999)Note: This clause does not apply to Classes 6 and 9.

(a) The Contractor shall submit the Summary Subcontract Report (Standard Form (SF) 295) semiannually for the reporting periods specified in block 4 of the form. All other instructions for SF 295 remain in effect.

(b) The Contractor shall include this clause in all subcontracts that include the clause at FAR 52.219-9.

(End of clause)

A.1.38. SMALL DISADVANTAGED BUSINESS PARTICIPATION--CONTRACT TARGETS (GSFC 52.219-91) (AUG 2001) (FOR OFFEROR FILL-IN)NOTE: This clause applies to Classes 7, 8, 10, and 11 only.

(a) This clause does not apply to, and should not be completed by, Small Disadvantaged Business (SDB) offerors unless the SDB offeror has waived the price adjustment evaluation adjustment [see para (c.) of FAR clause 52.219-23].

(b) FAR 19.1202-4(a) requires that SDB subcontracting targets be incorporated in the contract. Targets for this contract are as follows:

*NAICS IndustrySubsectors Dollar Target Percent of Contract Value

Total

*North American Industry Classification System (NAICS) Industry Subsectors as determined by the Department of Commerce

(c.) FAR 19.1202-4(b) requires that SDB concerns that are specifically identified by the offeror be listed in the contract when the extent of the identification of such subcontractors was part of the SDB evaluation subfactor. SDB concerns (subcontractors) specifically identified by the offeror are as follows:

Name of Concern(s)

29

NNG06123202R

The contractor shall notify the Contracting Officer of any substitutions of firms that are not SDB concerns.

(d) If the prime offeror is an SDB that has waived the price evaluation adjustment, the target for the work it intends to perform as a prime contractor is as follows:

Dollars Percent of Contract Value

(End of clause)

A.1.39. SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (1852.204-76) (NOV 2004)

(a) The Contractor shall be responsible for Information Technology security for all systems connected to a NASA network or operated by the Contractor for NASA, regardless of location. This clause is applicable to all or any part of the contract that includes information technology resources or services in which the Contractor must have physical or electronic access to NASA's sensitive information contained in unclassified systems that directly support the mission of the Agency. This includes information technology, hardware, software, and the management, operation, maintenance, programming, and system administration of computer systems, networks, and telecommunications systems. Examples of tasks that require security provisions include:

(1) Computer control of spacecraft, satellites, or aircraft or their payloads;(2) Acquisition, transmission or analysis of data owned by NASA with significant replacement cost should

the contractor's copy be corrupted; and(3) Access to NASA networks or computers at a level beyond that granted the general public, e.g.

bypassing a firewall.

(b) The Contractor shall provide, implement, and maintain an IT Security Plan. This plan shall describe the processes and procedures that will be followed to ensure appropriate security of IT resources that are developed, processed, or used under this contract. The plan shall describe those parts of the contract to which this clause applies. The Contractor's IT Security Plan shall be compliant with Federal laws that include, but are not limited to, the Computer Security Act of 1987 (40 U.S.C. 1441 et seq.) and the Government Information Security Reform Act of 2000. The plan shall meet IT security requirements in accordance with Federal and NASA policies and procedures that include, but are not limited to:

(1) OMB Circular A-130, Management of Federal Information Resources, Appendix III, Security of Federal Automated Information Resources;

(2) NASA Procedural Requirements (NPR) 2810.1, Security of Information Technology; and(3) Chapter 3 of NPR 1620.1, NASA Security Procedural Requirements.

(c) Within 30 days after contract award, the contractor shall submit for NASA approval an IT Security Plan. This plan must be consistent with and further detail the approach contained in the offeror's proposal or sealed bid that resulted in the award of this contract and in compliance with the requirements stated in this clause. The plan, as approved by the Contracting Officer, shall be incorporated into the contract as a compliance document.

(d)(1) Contractor personnel requiring privileged access or limited privileged access to systems operated by the Contractor for NASA or interconnected to a NASA network shall be screened at an appropriate level in accordance with NPR 2810.1, Section 4.5; NPR 1620.1, Chapter 3; and paragraph (d)(2) of this clause. Those Contractor personnel with non-privileged access do not require personnel screening. NASA shall provide screening using standard personnel screening National Agency Check (NAC) forms listed in paragraph (d)(3) of this clause, unless contractor screening in accordance with paragraph (d)(4) is approved. The Contractor shall submit the required forms to the NASA Center Chief of Security (CCS) within fourteen (14) days after contract award or assignment of an individual to a position requiring screening. The forms may be obtained from the CCS. At the option of the government, interim access may be granted pending completion of the NAC.

30

NNG06123202R

(2) Guidance for selecting the appropriate level of screening is based on the risk of adverse impact to NASA missions. NASA defines three levels of risk for which screening is required (IT-1 has the highest level of risk):

(i) IT-1--Individuals having privileged access or limited privileged access to systems whose misuse can cause very serious adverse impact to NASA missions. These systems include, for example, those that can transmit commands directly modifying the behavior of spacecraft, satellites or aircraft.

(ii) IT-2--Individuals having privileged access or limited privileged access to systems whose misuse can cause serious adverse impact to NASA missions. These systems include, for example, those that can transmit commands directly modifying the behavior of payloads on spacecraft, satellites or aircraft; and those that contain the primary copy of "level 1" data whose cost to replace exceeds one million dollars.

(iii) IT-3--Individuals having privileged access or limited privileged access to systems whose misuse can cause significant adverse impact to NASA missions. These systems include, for example, those that interconnect with a NASA network in a way that exceeds access by the general public, such as bypassing firewalls; and systems operated by the contractor for NASA whose function or data has substantial cost to replace, even if these systems are not interconnected with a NASA network.(3) Screening for individuals shall employ forms appropriate for the level of risk as follows:

(i) IT-1: Fingerprint Card (FC) 258 and Standard Form (SF) 85P, Questionnaire for Public Trust Positions;

(ii) IT-2: FC 258 and SF 85, Questionnaire for Non-Sensitive Positions; and(iii) IT-3: NASA Form 531, Name Check, and FC 258.

(4) The Contracting Officer may allow the Contractor to conduct its own screening of individuals requiring privileged access or limited privileged access provided the Contractor can demonstrate that the procedures used by the Contractor are equivalent to NASA's personnel screening procedures. As used here, equivalent includes a check for criminal history, as would be conducted by NASA, and completion of a questionnaire covering the same information as would be required by NASA.

(5) Screening of contractor personnel may be waived by the Contracting Officer for those individuals who have proof of--

(i) Current or recent national security clearances (within last three years);

(ii) Screening conducted by NASA within last three years; or(iii) Screening conducted by the Contractor, within last three years, that is equivalent to the NASA

personnel screening procedures as approved by the Contracting Officer under paragraph (d)(4) of this clause.

(e) The Contractor shall ensure that its employees, in performance of the contract, receive annual IT security training in NASA IT Security policies, procedures, computer ethics, and best practices in accordance with NPR 2810.1, Section 4.3 requirements. The contractor may use web-based training available from NASA to meet this requirement.

(f) The Contractor shall afford NASA, including the Office of Inspector General, access to the Contractor's and subcontractors' 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, investigation and audit to safeguard against threats and hazards to the integrity, availability and confidentiality of NASA data or to the function of computer systems operated on behalf of NASA, and to preserve evidence of computer crime.

(g) The Contractor shall incorporate the substance of this clause in all subcontracts that meet the conditions in paragraph (a) of this clause.

(End of clause)

[END OF ADDENDUM 1]

31

NNG06123202R

II. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (52.212-5) (FEB 2006)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78)

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

_X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4) [Reserved] _X_ (5)(i)  52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (Applies to Class 6 Only)

__ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6.

__ (6)(i)  52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7.

_X_ (iii) Alternate II (Mar 2004) of 52.219-7. (Does Not Apply to Classes 6 and 9)_X_ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). _X_ (8)(i)  52.219-9, Small Business Subcontracting Plan (July 2005) (15 U.S.C. 637(d)(4).

__ (ii) Alternate I (Oct 2001) of 52.219-9. X_ (iii) Alternate II (Oct 2001) of 52.219-9.

__ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). _X_ (10)(i)  52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns

(SEPT 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (Applies to Classes 7, 8, 10, and 11 Only)__ (ii) Alternate I (June 2003) of 52.219-23.

_X_ (11) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (Applies to Classes 7, 8, 10, and 11 Only)

__ (12) 52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).

_X_ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). (Applies to Class 9 Only)

__ (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (15) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). _X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and

Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212).

32

NNG06123202R

_X_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and

Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004)

(E.O. 13201). __ (22)(i)  52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products

(Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)).

__ (23) 52.225-1, Buy American Act—Supplies (June 2003) (41 U.S.C. 10a-10d). __ (24)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (JAN 2006)

(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3.

_X_ (25) 52.225-5, Trade Agreements (Jan 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (26) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes

administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (27) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). __ (28) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). __ (29) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f),

10 U.S.C. 2307(f)). __ (30) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f),

10 U.S.C. 2307(f)). __ (31) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003)

(31 U.S.C. 3332). _X_ (32) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration

(May 1999) (31 U.S.C. 3332). __ (33) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (34) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (35)(i)  52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)

(46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64.

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

__ (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and

41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and

Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Feb 2002)

(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to

Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this

paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation.

33

NNG06123202R

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—

(i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other

Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004)

(E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all

subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C.

Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of clause)

34

NNG06123202R

ADDENDUM 2 - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS

A.2.1. LIST OF ATTACHMENTSThe following attachments constitute part of this contract:

Attachment Description

A TECHNICAL SPECIFICATIONS

B LIST OF DELIVERABLES C STATEMENT OF WORK

D CONTRACTOR/GOVERNMENT COMMUNICATIONS REQUIREMENTS

E COMMERCIAL SUBCONTRACTING PLAN (To be proposed)

F PRICING EXHIBITS

G IT SECURITY PLAN (To be provided)

(End of clause)

[END OF ADDENDUM 2]

35

NNG06123202R

ATTACHMENT A TECHNICAL SPECIFICATIONS

LIST OF ABBREVIATIONSAC Alternating Current ANSI American National Standards Institute

ASN Abstract Syntax Notation

ATM Asynchronous Transfer Mode

CAD Computer Aided Design (sometimes seen as CAD/CAM)

COTS Commercial Off-the-Shelf

CPU Central Processing Unit

CRT Cathode Ray Tube

DAT Digital Audio Tape

DBMS DataBase Management System (rdbms for Relational)

DPI Dots per Inch DS3 Digital Signal (level) 3

EIA Electronic Industries Association

FIPS Federal Information Processing Standards

GByte Gigabyte

GIS Geographic Information System

GUI Graphical User Interface

HPGL Hewlett Packard Graphics Language

Hz Hertz (cycles per second)

ICMP Internet Control Message Protocol

IEEE Institute of Electrical and Electronics Engineers

IETF Internet Engineering Task Force

I/O Input/ Output

IP Internet Protocol

ISO International Standards Organization

LAN Local Area Network

36

NNG06123202R

MAC Medium Access Control

MByte Megabyte

Mbps Megabits per Second

MFLOPS Millions of Floating Point Operations Per Second

MIB Management Information Base

MFP Multi-functional printer

MIPS Million Instructions Per Second

msec Milliseconds

NASA National Aeronautics and Space Administration

NFS Network File System

NI Network Interface

NTP Network Time Protocol

NTSC National Television Standards Committee

OEM Original Equipment Manufacturer

OODBMS Object-Oriented Database Management System

OC3 Optical Carrier 3 (155 Mbps SONET rate)

OSI Open System Interconnect

Pbyte Petabyte

PC Personal Computer

PHY Physical Layer Protocol

PMD Physical Media Device

RAM Random Access Memory

RDBMS Relational Data Base Management System RFC Request For Comments RFP Request For Proposal

RMON Remote Monitor/Monitoring ROM Read-Only Memory

SAC Single Attached Concentrator

37

NNG06123202R

SAS Single Attached Station

SMP Symmetric MultiProcessing

SONET Synchronous Optical NETwork

SPEC Standard Performance Evaluation Corporation

SQL Structured Query Language TBD To Be Designed/Determined

TByte Terabyte

TCP Transmission Control Protocol UDP User Datagram Protocol

VC Virtual Circuit

VHS Video Home System (VCR)

VP View Processor

WAIS Wide Area Information Server WAN Wide Area Network

WORM Write Once, Read Many time 1. INTRODUCTION

Section 1 provides a general overview of the structure of these technical specifications.

1.1. BACKGROUND The computer facilities at NASA are being systematically enhanced by incorporating the latest in state-of-the-art computer system technologies. These improvements will enable NASA to remain at the leading edge in scientific and engineering processing performance and capabilities and to provide the user community of researchers and engineers with the most advanced and powerful computer tools available. In support of this activity NASA is establishing Indefinite Delivery/Indefinite Quantity contracts of scientific and engineering computer systems and supporting equipment. The computer systems will provide computational and graphics capability to the scientific engineering and other technical disciplines supporting NASA’s core missions. The specifications presented in this document represent a comprehensive set of requirements intended to provide a complete environment for computational analysis by NASA engineers and scientists.

1.2. REQUIREMENTS STRUCTUREThe very broad range of NASA’s functions in space, earth science, aeronautics, manned flight, mission operations and other activities, results in an equally broad range of computational requirements and consequently a requirement for a broad range of computer systems and support equipment. The requirements are structured in a way that clarifies NASA’s needs and categorizes the requirements on the basis of application functions. This structure is defined through two categories: Category A consists of a set of functional computer system classes; Category B consists of complementary products and services that enhance and support the computer system functions.

38

NNG06123202R

This procurement is for 11 competition areas consisting of 5 Category A computer system classes, and 6 Category B supporting equipment classes. Each of the classes has specific requirements and functional tasks that must be met by the offerings in that class. However, the potential usage of any class is broad and may be based on a variety of applications beyond the specific class definition. These class groupings are to ensure that the Government has a sufficient set of the best available tools for given tasks. The class groupings do not imply either exclusive product offerings by the contractor nor do they restrict the Government from making best value judgments as to which class to use to meet their specific requirements.

1.2.1. CATEGORY A STRUCTUREThe prelude to the requirements includes the definitions of each computer system class used to identify the general set of applications or environments that distinguish each class. The class definitions intentionally have overlap to ensure that there are no major gaps in requirements. Class definitions are given in Section 2 of this document.

Each of the five computer system classes is still broad and may represent a variety of applications beyond the specific class definition, yet these groupings produce enough commonality of requirements that applications in a class can share the same hardware platform. Some of the classes are clearly linked to specific functional tasks such as Visualization. Other classes may be more general purpose in nature and are distinguished through a number of factors, including performance requirements.

Each class represents not a single specific computer system, but instead represents a family of systems with a range of capabilities. In order to simplify requirements, each class is represented by two base systems. Within each class, the two systems are differentiated by factors specific to the class with each referred to as a subclass. These subclasses are identified as a and b and are always referred to with the class number. For example, class 3/b is computer system Class 3, subclass b. These base systems are generally distinguished by performance, upgradability and growth potential and define the minimum range of family of systems that should be provided on the contract. It is anticipated that systems will be made available on the contract through the Available Components list which are compatible with the base systems but which also both fill in and expand upon the requirements fulfilled through the base systems.

To ensure a certain level of commonalty exists across all platforms in all computer system classes and to maximize the Open Systems Environment, a set of general requirements referred to as the “Core Specifications” have been developed. The core specifications apply to all classes and must be met by all computer system class proposals, unless an exception is noted within a Class specification. The class specific requirements are combined with the core specifications to produce the five separate computer system specifications

In general, application software such as CAD packages, databases, visualization software, etc. must be supported on the computer systems, but need not be provided (i.e. are not mandatory deliverables) unless specifically noted in the mandatory deliverables list in Attachment B. These are referred to as non-mandatory software.

A set of mandatory add-on equipment and upgrades is identified in each class to allow for system enhancements. Each class also includes an available components list consisting of desirable items and other software and hardware which provides depth and breadth to the vendor’s offerings, such as computer systems in ranges of sizing and functions that complement the basic subclass systems and non-mandatory software.

1.2.2. CATEGORY B STRUCTUREThe Category B classes consist of a set of capabilities that span across all computer system classes. This requirement creates six additional competition areas in this contract: 6) Server Support Devices, 7) High-End Network Devices, 8) Computer Security Systems and Tools, 9) Mass Storage Devices, 10) Advanced Video and Conference Tools, 11) Multi-Functional Printers. Each class has a set of mandatory specifications. In addition, each class includes an available components list consisting of desirable items and other software and hardware that provide depth and breadth to the contract.

39

NNG06123202R

1.3. STRUCTURE OF THIS DOCUMENTThis section describes the section layouts of the technical specifications

1.3.1. CATEGORY A COMPUTER SYSTEM CLASSESThe Core Specifications, which apply to all Category A classes, are presented in Section 3. The specific requirements associated with each class and derived from the applications to be supported are presented in Section 4.

1.3.2. CATEGORY B CLASSESRequirements for this category are described in separate sections. Category A requirements do not apply to these classes. Server Support Devices requirements are described in Section 5. High-end Networking requirements are described in Section 6. Computer Security Tools requirements are described in Section 7. Mass Storage Device requirements are described in Section 8. Advanced Video and Conference Tools requirements are described in Section 9. Multi-Functional Printers requirements are described in Section 10.

1.4. PERFORMANCE MEASUREMENTPerformance benchmarks are used to evaluate the appropriateness of the proposed equipment. These performance requirements represent a minimum sizing of the requirement for a class and are based on the estimated performance levels required by applications in the class, and in part based on our best estimate of general technology levels that are expected to be available in the time frame of this solicitation.

A minimum performance is specified in terms of a variety of benchmarks which may include: NASA specific benchmarks, a CPU performance benchmark (SPEC Benchmark Suite) and others as determined. In summary, the benchmarks are designed/selected to focus on the particular strengths required of individual classes rather than being applied in blanket form across all classes.

For most subclasses a SPECmark and SPECrate value is given. In those cases, the SPECmark value refers to uniprocessor systems and the SPECrate value to multi-processor systems.

1.5. TERMINOLOGYKey terms are described in this section and more general definitions are provided in Section 1.6.

1.5.1. PROVIDE / SUPPORTTwo key terms in the technical specifications are: provide and support. Use of the term “provide” indicates a product, service, or capability that is either a mandatory or, if modified by the term “desirable”, a desirable deliverable item. All mandatory deliverable products, services and capabilities are identified in the Delivery Lists in Attachment B. A mandatory deliverable is either part of the base system, a separate add-on line item, or a separate upgrade line item. If an item is identified in the technical section as needing to be provided and is not listed in Attachment B as a separate add-on or upgrade line item, it is included as part of the Base system.

Note that the term “provide” implies an item is either a part of every delivered base system or is a separately orderable line item. This distinction is made in the Delivery Lists in Attachment B. For example, a C++ compiler must be provided (as indicated in Section 3.3.2.5.a.). But the Delivery Lists indicate that the C++ compiler is a separately orderable line item and it is estimated that only a certain percentage of the base systems will be purchased with a C++ compiler over the life of the contract.

Use of the term “support” indicates a product, service, or capability that the systems must be capable of fully utilizing, but which are not part of either the mandatory or desirable deliverable list. When support is used in reference to a software product, a version of the product that can execute on the system must be available in the commercial and/or public domain arena. Supported products, services, or capabilities can be part of the available components list.

40

NNG06123202R

1.5.2. DELIVERABLESThe delivery lists use abbreviated terminology for clarity in enumerating delivery items. The complete specifications for these delivery items are fully described in Sections 3 through 11. As an example, the delivery list identifies the operating system as a deliverable and the full set of specifications for that operating system is given in Section 3 as amended by Section 4. This includes items such as file system, system administration, shells, etc.

Deliverables are divided into mandatory and non-mandatory categories:

1.5.2.1. MANDATORY DELIVERABLESEach of the separate class specifications produces a separate set of mandatory deliverables for each class. These delivery requirements are specified in Attachment B of this contract. The deliverables are divided into a Base Deliverable, and Add-on / Upgrade Deliverables. The Base Deliverables represent the minimum system configuration to be delivered for each equipment category. Add-on deliverables are mandatory line items that may be added to the Base deliverable at the discretion of the end-user. Upgrade deliverables are mandatory line items that upgrade; the Base deliverables at the discretion of the end-user, e.g. additional disk and/or memory.

1.5.2.2. NON-MANDATORY DELIVERABLESNon-mandatory deliverables are items that go beyond the mandatory deliverables. Non-mandatory deliverables are identified through the available components list and include desirable features, additional technology and other software and hardware that provide depth and breadth to the offering.

1.5.3. MINIMUMS / DESIRABLES / ADVANCED TECHNOLOGY / ADDITIONAL TECHNOLOGYAll technical specifications fit into one of four categories: minimum mandatory; desirable feature; advanced technology, or additional technology.

If a technical specification is not explicitly identified as advanced technology, additional technology or a desirable feature, it identifies a minimum mandatory that must be met. Alternatively, if a technical specification is identified as advanced technology, additional technology or a desirable feature, it is not a minimum mandatory but a technology, item or feature that the Government deems to have value if available.

If a technical section contains the term “desirable”, then the section identifies a feature that the Government desires but which the vendor is not required to provide or support.

If a technical section contains the term “advanced technology”, then the section identifies advanced capabilities that provide the Government with significant added benefit. These are typically features that are either at the cutting edge of technology or for which standards (industry or de-facto) are still forming.

A technical requirements section may contain the term “additional technology”. This designation identifies a basic capability that is intended to provide the Government with added value if the additional technology is provided in the Available Components list. Typically, “additional technology” indicates broad grouping of technology that, if included in the Contractor’s offerings, will provide the opportunity for one-stop solution shopping. For example, network technology is an additional technology in the Mass Storage Devices class as network products are an integral feature of many mass storage systems.

1.6. ASSISTIVE TECHNOLOGYAll computer systems available and procured through this Contract must be technically capable of supporting commercially available and appropriate technology to ensure that Federal employees with disabilities will have access to and use of that technology unless a department or agency exception to this requirement exists.

1.6.1. SECTION 508 INFORMATIONAll IT equipment available through this contract that fit the criteria as electronic and information technology (EIT) as defined in Section 508 of the Rehabilitation Act of 1973 as amended by the Workforce Investment Act of 1999, shall have information available to the Federal Government regarding how that technology meets the applicable Section 508 standards. This will preferably be provided through the applicable Voluntary Product Accessibility Templates (VPATs) as described on the Section 508 website (www.section508.gov and

41

NNG06123202R

related sites). The VPATs or similar information may either be provided on the contractor’s website, on demand based on request for quotes and/or through link on the SEWP Website. Section C.1.8. outlines the compliance and information requirements associated with the Section 508 standards.

1.7. ENVIRONMENTALLY PREFERABLE PURCHASING PROGRAMAll federal procurement officials are required by Executive Order 13101 and Federal Acquisition Regulation (FAR) to assess and give preference to those products and services that are environmentally preferable. Therefore all institutional purchasers who evaluate and select computer desktops, laptops, and monitors available and procured through this Contract should to the greatest extent possible meet the evolving standards associated with the Environmentally Preferable Purchasing Program (EPP) and the IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products as described on the website (http://www.epeat.net)). The Contractor shall have the ability to respond to specific requests and requirements centered on the EPP such as requests based on the Electronic Product Environment Assessment Tool (EPEAT) and identifying EPEAT registered products on their contract.

1.8. DEFINITIONSTo clarify meaning of some terms used in this specification, some definitions are given here.

Add-ons: Add-ons are mandatory line items which may be added to the Base deliverable at the discretion of the end-user.

Additional Technology A basic capability that is intended to provide the Government with added value if the additional technology is provided in the Available Components list.

Advanced Technology Advanced capabilities that provide the Government with significant added benefit.

Available Bus Slots: The number of unused bus slots available for expansion after satisfying the requirements of the minimum mandatory deliverables and the maximum disk storage requirements for the base computer system.

Available Components Non-mandatory deliverables including desirable features, additional technology and other software and hardware that provide depth and breadth to the offering.

Binary Compatibility: Within a class (and across subclasses in the class), source code, object code, libraries, and linked or loaded executables, which are not device dependent, that can be freely transported from any computer system in the class to any other system in the class and execute successfully without modification.

Base Systems The systems which must meet the minimum mandatory specifications and be provided for on the Contract

Category: A grouping of classes based on similar objectives and/or overall structure Class: A grouping of technological requirements based on common functionality

Class Specific Specifications Set of technical specifications that are specific to the given class

Computer Room Environment: Facilities in which special environmental factors are maintained, such as controlled temperature and humidity, where noise is not limited by office

42

NNG06123202R

requirements, and in which reliable power systems are available and/or are at levels other than the standard 110 volt, 60 Hz.

Computer System: A computer workstation or server

Core Specifications Set of technical specifications that are included in all requirements within the specified category, class, or group

Desirable Feature A feature that the Government desires but which the vendor is not required to provide or support

Mandatory Deliverables Products that must be included in the Contract in order to meet the mandatory requirements of the class

Mandatory Specifications Set of technical specifications that must be meet by the mandatory offerings

Non-Mandatory Deliverables Products that go beyond the mandatory deliverables, are identified through the available components list and include desirable features, additional technology and other software and hardware that provide depth and breadth to the offering.

Non-Mandatory Desirable Feature: A capability that is desired by the Government but not required.

Office Environment: A human work area providing moderate environmental conditioning but with limited capacity to support or provide unusual power or temperature/humidity requirements, and one that may be easily upset by equipment emitting excessive heat and/or noise.

Open Bus Architecture: A bus with multivendor support. This means that there is an industry

published specification to enable third party connectivity. Open Systems Environment: The comprehensive set of interfaces, services, and supporting formats, plus

user aspects, for interoperability or for portability of applications, data, or people, as specified by information technology standards and profiles. Source: IEEE P1003.0 POSIX Committee.

Provide: Indicates a product, service, or capability that is either a mandatory or, if

modified by the term “desired”, a desirable deliverable item. SPECmark: The SPEC benchmark suite measures overall system CPU performance.

such as: The term “such as” is used to list example products that are known to meet the stated capability, and for which products that also meet the stated capability may be substituted.

Support Indicates a product, service, or capability that the systems must be capable of fully utilizing, but which are not part of either the mandatory or desirable deliverable list.

Upgrades: Upgrades are mandatory line items that upgrade the Base deliverables at the discretion of the end-user; e.g. additional disk and/or memory.

Virtual File System A virtual file system is an abstraction of a physical file system implementation. It provides a consistent interface to multiple file systems,

43

NNG06123202R

both local and remote. This consistent interface allows the user to view the directory tree on the running system as a single entity even when the tree is made up of a number of diverse file system types. The interface also allows the logical file system code in the kernel to operate without regard to the type of file system being accessed

2. CONTRACT DEFINITIONSSection 2 provides general paragraph descriptions of the various SEWP classes.

2.A. CATEGORY A: COMPUTER SYSTEM CLASSESThis Section provides general paragraph descriptions of the SEWP classes in Category A.

Category A (Computer Systems/Servers) Class 1 - Mass Storage ServersClass 2 - Database ServersClass 3 - High-Performance Visualization Computer SystemsClass 4 - High Performance Compute Servers Class 5 - Science and Engineering General Purpose Systems

2.A.1. CLASS 1: MASS STORAGE SERVERThese computer systems will be used to run high-end hierarchical mass storage systems, storing and retrieving hundreds of gigabytes to tens of terabytes of data each day, 24 x 7. Fast networking such as Gigabit Ethernet and Inifiniband will be used to access the data from other hosts. Data will be stored initially on high-performing RAIDed disk subsystems and then copied to lower levels in the storage hierarchy. These lower levels must also be high performing and could include lower-cost disk arrays, massive arrays of idle disks (MAID), tapes or other removable media within robotic libraries or optical jukeboxes. Data is staged back to primary RAIDed disk automatically upon retrieval. Users expect stores and retrieves to be accomplished within seconds. These systems are anticipated to be used in conjunction with mass storage devices as defined in Class 9.

2.A.2. CLASS 2: DATABASE SERVERThese computer systems will be used to house large data volumes and large databases. Applications are typically based on commercial DBMS packages. Historically these DBMS’s have been relational (RDBMS) but this system should also support object oriented databases (OODBMS). Typical use of this class would be to maintain a data base of spacecraft mission parameters, catalogs of telemetry data sets, catalogs of derived science data sets, and ancillary data. In addition, this class would typically provide capability for document scanning and archival and digital libraries. When used with a DBMS, this class would most typically operate in a client/server architecture with this class providing the server function. The client function would be provided by other computer system classes, and existing servers and workstations on the NASA LANs.

The critical features of this class are: high rate of transactions per second, high volume of network traffic, fast disk access, large amounts of memory (RAM), high volume of memory to disk transfers, and large amounts of secondary storage. It is perceived that the Data Server will most likely reside away from the users work area in a location easily accessible to many LAN users. System should be capable of running Internet information servers, examples would be WAIS and World Wide Web (WWW).

2.A.3. CLASS 3: HIGH-PERFORMANCE VISUALIZATION COMPUTER SYSTEMSThese computer systems will be used to provide the highest quality in the visual representation of data to the user. Typical applications from the Earth and Space science communities are manned and unmanned spacecraft studies, launch and deployment sequences, and data analysis. Earth and space scientists require the ability to transform volumetric data at high rates to view different perspectives quickly. Additionally, photo realistic representations of data such as the planet Earth with full texture maps are needed to accommodate the overlay

44

NNG06123202R

of geophysical parameters obtained from spacecraft observations. Three dimensional simulations of the Earth system that generate many gigabytes of data are performed on NASA supercomputers. Visualization and understanding of these simulations on high performance 3D graphics computer systems is mandatory to review the expected data volumes generated from the simulations and correlated with large amounts of data obtained from spacecraft sensors. Applications from the robotics communities include modeling the space station and robotic assembly and the space shuttle and arm assembly, and virtual reality. A critical need to support the real-time modeling of these vehicles is the high speed animation of these vehicles and their antennas (or arms), where the antennas (or arms) move independently of each other. Computer systems must be able to display large numbers of polygons per second to meet the animation needs of the robotics community as well as provide a high degree of graphical representation of the objects displayed.

2.A.4. CLASS 4: HIGH PERFORMANCE COMPUTE SERVERSThe Compute Server class of systems and services will be used to provide systems able to perform very compute-intensive traditional optimized applications such as modeling, and mathematical analysis. Applications include, but are not limited to, atmospheric and oceanographic modeling, ocean color or crustal dynamics studies, ozone and sea-ice mapping, radio astronomy, high-energy astrophysics applications, flight dynamics computations, and fluid flow dynamic process modeling.

The critical features of this class are high compute capability, fast primary storage and network communications, and large data storage capability. 128-bit arithmetic may be needed to support these requirements. This class of system will most likely reside away from the user’s work area and be accessed primarily over the network.

This class will include hardware systems and peripherals, software and software licenses, and hardware and software maintenance services including analyst support.

2.A.5. CLASS 5: SCIENCE AND ENGINEERING GENERAL PURPOSE SYSTEMSThe General Purpose class of systems and services will provide systems to support scientific and engineering research tasks. The critical features of this class are high compute capability, fast primary storage, high-speed network communications, and large data storage capability. The systems will be able to perform compute and I/O intensive optimized applications such as modeling, data processing, mathematical analysis, data conversion and data plotting. Applications include, but are not limited to, simulating the Earth’s climate, modeling a variety of processes in the atmosphere, ocean, or land, processing large quantities of spacecraft data and reducing them to usable information, and assimilating spacecraft data into models.  This class will include hardware systems and peripherals, software and software licenses, and hardware and software maintenance services.

2.B. CATEGORY B: COMPLEMENTARY PRODUCTS CATEGORIESThis Section provides general paragraph descriptions of the SEWP classes in Category B

Category B (Complementary Products) Class 6 – Server Support DevicesClass 7 – High-end NetworkingClass 8 – Computer Security Systems and ToolsClass 9 – Mass Storage Devices Class 10 – Advanced Video and Conference ToolsClass 11 – Multi-functional Printers

2.B.1. CLASS 6: SERVER SUPPORT DEVICESThis class consists of Input and Output peripherals and other equipment that support and complement the full implementation of computer systems throughout NASA. These items may be purchased by the Government separately from the computer systems but rely on standards and standard interfaces to ensure interoperability with the computer systems. Included in this class are: printers, multifunction machines and plotters for outputting textual and graphical files; display terminals and systems and other low-end client systems to allow

45

NNG06123202R

user connectivity to a full range of computer systems; scanners to allow inputting of information from hard-copy forms; and PDAs (Personal Digital Assistants) to allow mobile access to individual’s computing needs.

2.B.2. CLASS 7: HIGH-END NETWORKINGThis class consists of a range of network equipment in support of the full implementation of UNIX based computer systems in the NASA network environment. These items may be purchased by the Government separately from the computer systems but rely on standards and standard interfaces to ensure interoperability with those systems. The base technologies for NASA LANs are Ethernet and ATM. Hardware, including hubs, switches, routers, NFS routers, concentrators and diagnostic tools, and software including network management are included in this class. Due to the wide range of the current installed NASA network systems and the variety of function and performance requirements, a key requirement in this class is the depth and breadth of the available equipment.

2.B.3. CLASS 8: COMPUTER SECURITY SYSTEMS AND TOOLSThis class consists of security oriented hardware and software needed to securely support a full implementation of computer systems and infrastructure in the NASA information technology environment. These items may be purchased by the Government separately from the computer, but rely on standards and standard interfaces to ensure interoperability with the computer systems and the supporting networks. Items in this class will include virus and spyware detection tools, two and three factor authentication tools, firewalls, auditing tools, intrusion detection systems, encryption capabilities, monitoring tools, and secure remote access tools.

2.B.4. CLASS 9: MASS STORAGE DEVICESThis class consists of storage devices; e.g. Hard disks and Tape systems which can be used by computer systems in Category A. While it is anticipated that products in this class will be purchased for use with any of the Category A systems, this class is particularly concerned with providing mass storage I/O devices for use with Mass Storage Servers as defined for Class 1: Mass Storage Server.

2.B.5. CLASS 10: ADVANCED VIDEO AND CONFERENCE TOOLSThis class consists of a range of equipment in support of digital television image production and related imaging and display tools. The Government may purchase these items separately from computer systems, but rely on standards and standard interfaces to ensure interoperability with those systems. The hardware in this class includes High Definition (HD) and Standard Definition (SD) Digital TV (DTV) equipment for video acquisition, production, post-production, distribution, and display. It is essential that this class include products which meet the Digital Television Standards for NASA (NASA-STD 2818, dated April 4, 2000). Additionally, the increasing complexity and volume of scientific data benefit from paradigms for interaction and visualization that are much closer to normal human interaction in the physical world.  These paradigms require immersion and stereoscopic viewing for three-dimensional data, tracked and/or haptic devices with high degrees of freedom, and audio processing systems for data sonification.  Where appropriate, these devices may act as input/output peripherals to developmental computer systems.

2.B.6. CLASS 11: MULTI-FUNCTIONAL PRINTERSThis class consists primarily of Multi-functional printers (MFP) which are single devices that serve several functions, including printing, scanning, faxing and photocopying. While other SEWP classes, notably Class 6, contain some of these products, this class is distinguished by a single specific requirement and the availability of service options in acquiring devices as outlined in Attachment C, Statement of Work. While purchase of the devices in this class either singly or in bulk, is an option, NASA anticipates usage of this class to include a servicing structure wherein the devices remain the property of the Contractor, with Government payment for the usage, servicing and provisioning of those devices.

46

NNG06123202R

3. CATEGORY A: COMPUTER SYSTEM CORE SPECIFICATIONSSection 3 provides the core technical specifications for all Category A: Computer System Class Equipment.

3.1. INTRODUCTIONThis section provides a general overview of the core specifications.

3.1.1. PURPOSEThe purpose of this section is to define the Core Specification requirements for high performance computer systems to support technical scientific or engineering tasks at NASA facilities.

3.1.2. BACKGROUNDOne of the key objectives of this procurement is to support and enhance the established UNIX based Open Systems Environment within NASA. That Open Systems Environment must extend over five different computer system classes. The potential exists to award contracts for computer systems to at least five different vendors and could result in five (or more) different operating systems. To minimize the potential diversity in the computer system environments, a Core Specification is provided to maximize the uniformity (and Openness) of environments across all classes.

The Core Specifications apply to the base and mandatory products for all classes of computer systems, unless a deviation to the Core Specifications is noted in the Class Specific Sections. Each class will also have its own unique specifications that are identified in Section 4.

3.1.3. REQUIREMENTSThe vendor computer system base and mandatory offerings shall meet all mandatory specifications provided in this Section (3) unless a deviation to the Core Specifications is noted in the Class Specific Section (4). These systems are intended to meet the NASA requirements over the life of the contract. The use of an indefinite quantity contract will enable acquisition of systems and services, as required, via delivery orders.

3.2. HARDWAREThis section describes the core hardware specifications.

3.2.1. CHASSIS AND CENTRAL PROCESSING UNIT (CPU) REQUIREMENTSThe number of CPUs is based on the number of complete execution units. Multiple CPU requirements may be met either by provision of multiple single CPU chips or the equivalent number of multiple cores on multi-core chipsets. For example, a 2 CPU requirement may be met by either a system with 2 single CPU chips or one dual-core chipset.

Each system shall provide:

a. all required peripherals, memory and I/O subsystems as specified in the core and class specific requirements.

b. the ability of the system to automatically reboot itself following a system crash or power interruption.c. a minimum CPU word size of 64 bits.

1. advanced CPU technology, including higher order bit architecture, (advanced technology).d. for multiprocessor computer systems, the technology associated with the multiprocessing functions;

e.g., symmetric versus non-symmetric, memory utilization (advanced technology).e. floating point arithmetic hardware for 32-bit and 64-bit floating point numbers with a format in

compliance with the IEEE floating point standard [IEEE 754-1985(R1990)].f. Advanced memory management capabilities (including address space) (advanced technology).g. the following error condition handling:

1. all possible operation codes shall produce documented results.

47

NNG06123202R

2. the CPU shall be capable of detecting floating point arithmetic overflows/underflows in compliance with the IEEE 754 floating point standard. It shall be possible to disable and enable the floating point arithmetic overflow/underflow interrupts.

3. the CPU shall be capable of detecting memory access violations, illegal instruction execution, and privileged instruction usage by non-privileged users. The CPU or OS shall interrupt program execution on detection of any of these conditions.

h. detection and reporting of memory errors.i. a power-up self test that as a minimum checks the processor, memory and configurable peripherals and

reports any problems.j. flexibility and expandability, each computer system shall have an Open Bus Architecture.

1. Advanced forms of Bus Architecture providing improved topology, performance, load-handling, advanced memory interconnectivity, robustness, high performance connectivity and/or other features which improve functionality, flexibility, and expandability (advanced technology).

k. All system unit upgrades shall be field installable.l. Whenever required expansion capacities exceed the capability of the system unit chassis (memory,

disk, processors, tape units, etc.), a compatible expansion chassis shall be provided. Expansion chassis shall have similar physical appearance to system unit chassis and provide power for expansion elements when appropriate.

m. Advanced error reporting and handling techniques for any or all system components (advanced technology).

3.2.2. DATA STORAGE COMPONENTSa. Hard disk storage shall be provided with each system. The storage requirements are class specific.b. Each system shall provide at least 1 Ultra320 SCSI-3 SPI-4 controller [ANSI INCITS 362-2002] or

Fibre Channel controller which fully supports connection to internal and external SCSI devices. Add-on SCSI devices which must be provided are noted in the class specific sections.

1. An option for either Fibre Channel or SCSI connections (desirable) 2. Advanced versions of SCSI and other standard I/O controller technologies capable of greater

configuration flexibility and higher throughput, can replace SCSI/Fibre Channel controllers whenever SCSI/Fibre Channel is required (advanced technology).

c. Each system shall provide at least one digital linear tape (SDLT) 600 drive with at least 1. 36 MB/sec throughput2. 300GB capacity

d. Each system shall provide at least a 8X DVD-ROM / CD-RW drive.e. All storage devices shall be field installable.f. All storage devices shall provide hard error detection (resulting in a non-recoverable failure) and all

such errors shall be reported to the system logs.1. All storage devices shall provide detection of all errors (recoverable and non-recoverable)

(desirable).

3.2.3. COMMUNICATION INTERFACESa. Each computer system shall provide the network interfaces as defined in Section 3.4.b. Each computer system shall provide at least one free RS-232 serial interface port with the

following capabilities:1. use one of the following standard or commonly accepted connectors:

a. 25 pin [EIA RS-232-C];b. RJ-11;c. DB-9; ord. DIN-8.

2. Communication I/F - 56 Kbs RS-232 interface.

3.2.4. HARDWARE USER INTERFACESEach computer system shall provide a keyboard, mouse and graphic monitor with the following capabilities:

48

NNG06123202R

a. keyboard - A detachable and ANSI compatible [ANSI X3.64/R1990] keyboard.b. mouse - A mouse with three buttons. This device shall permit the user to address individual screen

pixels.1. alternate pointing devices such as a trackball available as a separately orderable option to the

mouse (desirable).c. a graphics controllerd. a graphics monitor with at least the following capabilities:

1. vertical scanning frequency of at least 72 Hz non-interlaced.2. capable of being powered down without disrupting the system.3. all subclass b systems must provide an optional 19 inch or greater or greater monitor.4. all subclass a systems must provide an optional 21-inch or greater monitor.5. Energy Star compliant (desirable).

3.2.5. OPERATING ENVIRONMENTa. Power requirements:

1. all office environment computer systems shall operate on 108 to 125 volts single-phase at 60 Hz (+/-1%) with a maximum amp rating of less than 15 Amps.

2. computer systems identified for computer room environments shall be capable of operating on 108 to 125 volts or 216 to 240 volts single-phase at 60 Hz (+/-1%).

3.3. SYSTEM SOFTWAREThis section describes the core system software specifications.

3.3.1. OVERVIEWThis section describes required functions and features that normally are performed by the system software. The operating system software shall support the hardware. The system software shall support a set of development tools and utilities to augment the capabilities of the operating system and the required language processors. These software tools shall provide fast, efficient mechanisms to develop application programs, backup and restore files, debug programs, and supply other useful system functions.

3.3.2. OPERATING SYSTEMThe operating system shall be:

a. either UNIX 98 branded with delivery of a copy of the Open Group branding certificate provided with the proposal, or Linux Certified including the Linux Standard Base (LSB) Runtime Environment Version 1.3 certified with a copy of the LSB Conformance Statement provided with the proposal1. UNIX 03 Certification (desirable)

b. POSIX [POSIX 1003.1-2004]; compliant. The Government will accept the vendor’s self certification for POSIX compliance.

The operating system shall include the capabilities, functions and services as specified in the following sections.

3.3.2.1. FILE SYSTEMThe operating system shall provide a sophisticated local file system and a network file system. The following specific file systems shall be provided:

a. a file system with the following minimum capabilities:1. hierarchical structure.2. file system control; e.g. inodes (disk file information), and user data information shall be

interleaved on the disk.3. redundant storage of critical file system structure information on the disk.4. asynchronous, non-blocking file I/O.5. non-buffered (synchronous) file I/O.6. blocked file I/O.

49

NNG06123202R

b. Compatible file systems which support the above requirements in part a) with demonstrable advanced capabilities and/or performance (advanced technology)

c. the Network File System (NFS) Version 3 [RFC 1813]; d. other advanced multiplatform networked file systems, such as the Network File System (NFS) Version

4 [RFC 3530], Andrew file system (AFS) and Common Internet File System (CIFS), or capabilities which improve the basic NFS functions (advanced technology).

3.3.2.2. SOFTWARE USER INTERFACESThe operating system shall provide all of the following user interfaces and user interface tools:

a. the System V Bourne Shell, Berkeley C Shell, and the Korn Shell.1. the XFree86 or X.org X Window System Version 11, Release 6 or greater.

b. Open Software Foundation’s Motif or CDE Motif, Motif Window Manager (MWM) or Desktop Window Manager (DTWM), Motif widgets and widget functions, and the Motif X-Toolkit with C programming language bindings.

c. graphical system user interface (often referred to as a “Desktop”) such as CDE, VUE, GNOME, KDE or equivalent

3.3.2.3. PROGRAMMING ENVIRONMENTEach system shall provide:

a. An ISO compliant C++ compiler (ISO/IEC 14882:1998) which shall include:1. run-time libraries.2. a C++ source language compatible symbolic debugger with capability to read core dumps. Shall

display source code, program variables (including register contents), debugger commands, and debugger output. Display of original names of source code variables.

3. a one (1) user licensea. an optional site license (desirable)

b. a Fortran 95 standard (ISO/IEC 1539-1:1997)1. run-time libraries.2. a Fortran source language compatible symbolic debugger with capability to read core dumps.

Shall display source code, program variables (including register contents), debugger commands, and debugger output. Display of original names of source code variables.

3. a one (1) user licensea. an optional site license (desirable)

c. Graphics debug interfaces and other tools or capabilities which enhance the coding, testing, and execution of FORTRAN, C, and/or C++ programs (advanced technology).

d. The ability to create and add custom device drivers. 1. The ability to dynamically configure and load custom device drivers into the kernel without

requiring the system to be rebooted (desirable). 2. Access to functional source code and examples (desirable).

e. A source code control system such as the Revision Control System (RCS) or Source Code Control System (SCCS).

f. A Postscript file previewer to allow the review of postscript files on the graphics monitor prior to printing (desirable).

3.3.2.4. SYSTEM ADMINISTRATIONEach computer system shall provide:

a. the complete backup of all secondary storage (any device containing a file system which is mounted and run by the system) including raw (non-file structured) disk partitions to a tape drive (as specified in 3.2.2.c.) with the additional capability for incremental backup of file structured disk partitions

b. the ability to manage the system remotely, including the ability to:1. install the complete operating system and computer system software from a local tape or DVD

drive or from over the network.2. restore the system disk from a copy stored on a remote system. (desirable)3. perform unattended scheduled automatic system backup.

50

NNG06123202R

c. delivery and installation of software from tape (as specified in 3.2.2.c) or DVD (as specified in 3.2.2.d.)

3.3.3. SYSTEM SOFTWARE LICENSEEach computer system shall be a multiuser system. The operating system license shall be available in two licensing levels for all systems:

a. a 2-user license defined as allowing 2 users, one possibly remote, to be logged in simultaneouslyb. an unlimited license defined as allowing an unlimited number of users to be logged in simultaneously,

where 1 or more may be logged in through the console and the rest are connected through an Ethernet connection (as required in section 3.4.2.a.)

In addition to the operating system license, each computer system shall provide:c. a central license manager.

3.4. NETWORK CAPABILITYThis section describes the core network capability specifications.

3.4.1. GENERALEach of the systems will be connected to Local Area Networks. All computer systems shall support an Ethernet interface. Network interfaces compatible with campus network technologies shall be supported. Native support of Internet Protocols (IP) is required for compatibility with existing network and computing platforms.

3.4.2. NETWORK INTERFACEThe network interface shall include a controller/interface necessary to provide the physical and media access interface between the computer system and the NASA LANs.

Each system shall:

a. provide an IEEE 802.3, ISO 8802/3 100Base-T Ethernet interface in the base systems. 1. an embedded interface (i.e. it does not require an external transceiver) in the base systems

(desirable)2. Options for other physical Ethernet interfaces (desirable).

3.4.3. TCP/IP PROTOCOLS AND SOFTWAREInternet protocols (IP) and network software necessary to utilize the network interface discussed above and compliant with the following specifications shall be provided:

a. Internet Protocol (IP) [RFC 791], with full routing capability including subnettingb. The Internet Control Message Protocol (ICMP) [RFC 950].c. Transmission Control Protocol (TCP) [RFC 793].d. Application program interface to TCP and IP layer protocols.e. File Transfer Protocol (FTP) [RFC 959].f. TELNET Virtual Terminal Protocol [RFC 854].g. Address Resolution Protocol (ARP) [RFC 826].h. User Datagram Protocol (UDP) [RFC 768].i. Simple Mail Transport Protocol (SMTP) [RFC 821].j. MIME [RFC 2046].k. Host extensions for IP multicasting [RFC 1112].l. TCP extensions for high performance [RFC 1323].

The following protocols shall be supported:

m. gated with OSPF V2 or later

51

NNG06123202R

3.4.4. OTHER NETWORK PROTOCOLS AND SOFTWAREAll computer systems shall provide the following additional protocols and network software:

a. A sufficient set of the Simple Network Management Protocol (SNMP) [RFC 1157] to act as a network agent and conforms the structure for Management Information Bases (MIB) [RFC 1155] that would allow a network connected SNMP management station to query the status and condition of the system.

The following protocols shall be supported:

b. Point-to-Point (PPP) Protocol [RFC 1661]; 1. Compliance with RFC 1332 , RFC 1662 and RFC 1663 (desirable).

3.5. DOCUMENTATIONThe contractor shall provide complete sets of operator, programmer, software system, utility, installation, and user manuals. The contractor shall also provide other necessary documentation for all hardware and software delivered under this contract in accordance with the contractor’s product line documentation standards. If the contractor’s software and/or hardware documentation is written other than described below, an alternative set of manuals shall be provided. The manuals shall include, but not be limited to, the documentation described in the following paragraphs.

All provided documentation shall be available either on line or in hardcopy. On-line documentation must be readable via a GUI interface with intelligent search capabilities and must have the ability to be easily printed in readable form on a local Postscript printer.

Documentation be available both on-line and in hardcopy form (desirable).

3.5.1. HARDWARE DOCUMENTATION The hardware documentation shall include:

a. System hardware manuals detailing specifications for system architecture, CPU, memory, and peripheral devices

b. Interface manuals detailing all electrical and mechanical aspects of system interfaces, e.g. I/O channels, peripheral devices, and communication interface devices.

3.5.2. SOFTWARE DOCUMENTATIONThe software documentation shall include:

a. Reference manuals detailing all elements and operations of all delivered language processors, text editors, I/O handlers, operating system, system generation, system architecture, software tools and utilities, configuration management, and performance measurement software.

b. Reference manuals detailing command language, communication software, input/output system, error handling, and diagnostic software.

c. Computer reference and system programmer manuals detailing every machine instruction and all programming considerations.

d. Problem determination and debugging guides.e. A guide to writing device drivers.f. Documentation of known problems and/or suspected system errors.g. Introductory manuals for new users to the operating system and computer system environment.h. An on-line introductory tutorial for new users (desirable).

3.5.3. OTHER MANUALSThe contractor may include any other manuals and program descriptions that would be considered helpful to the Government.

52

NNG06123202R

3.6. SECURITYAll computer systems must provide the following security related technology:

a. port-blocking software such as tcp-wrappers and portmapper b. sending all system level logs to a centralized log-host server

All computer systems must support the following security related technology:

c. Secure shell client and server software, protocol 1 and protocol 2 such as F-Secure1. public domain versions of secure shell such as OpenSSH (desirable)

d. Intrusion detection software such as TripWiree. PGP email encryption or software based on the open PGP Internet standardf. enhanced methods of identification and authentication (such as biometric and physical card-keys)

(advanced technology)g. fine-grained access control features for operating system services such as C2 security (and more

stringent security standards) (advanced technology)h. security audit tools (advanced technology)i. enhanced password change software, including the capability to add a user defined dictionary,

minimum requirements for password rules, etc (advanced technology)j. anti-theft and tracking tools such as CompuTrace (desirable)

3.7. COMPUTER SYSTEMS SPECIALISTSTo assist in product recommendations, installation, and support of computer systems products the following specialists shall be provided:

a. Operations Systems Security Specialist1. Provides technical knowledge and analysis of information assurance, to include applications;

operating systems; Internet and Intranet; physical security; networks; risk assessment; critical infrastructure continuity and contingency planning; emergency preparedness; security awareness and training. Provides analysis of existing system’s vulnerability to possible intrusions, resource manipulation, resource denial and destruction of resources. Provides technical support and analysis to document organizational information protection framework, and supports policy and procedures preparation and implementation..

2. Bachelor’s degree from an accredited college or university with a curriculum or major field of study which provides substantial knowledge useful in operating large, complex IT projects to support integrated systems.

3. Experience Requirements: Seven years of substantial experience in systems operations.b. Computer Systems Engineer

1. Tests and analyzes all elements of the computer systems facilities including power, software, mass storage devices, communications devices, computer systems and terminals and for the overall integration of the enterprise network. Responsible for the planning, design, installation, maintenance, management and coordination of the storage systems. Monitors and controls the performance and status of the storage resources. Utilizes software and hardware tools, identifies and diagnoses complex problems and factors affecting storage performance. Maintains technical currency and studies vendor products to determine those which best meet client needs. Provides guidance and direction for less experienced storage support technicians.

2. Educational Requirements: Bachelor’s degree from an accredited college or university in computer science, information systems, engineering or a mathematics-intensive discipline or an applicable technical training certificate from an accredited training institution.

3. Experience Requirements: Seven years of increasingly complex and progressive experience in computer system/network engineering. Includes two years of specialized experience related to the task.

c. Technician 1. Provides high level functional and IT analysis, design, development, integration, documentation,

and implementation assistance on problems which require a thorough knowledge of the related technical subject matter for effective system deployment. Participates in all phases of systems

53

NNG06123202R

development. Applies principles and methods of the functional area to difficult problems in technical areas to arrive at automated solutions. Designs and prepares technical reports and related documentation, and makes charts and graphs to record results. Prepares and delivers presentations and briefings as required by the task order.

2. Educational Requirements: High school graduate or equivalent. 3. Experience Requirements: Ten years of intensive and progressive experience in functional or IT

analysis/programming of subject matter closely related to the work to be automated.

54

NNG06123202R

4. CATEGORY A: COMPUTER SYSTEM CLASS SPECIFIC SPECIFICATIONSFor each class, contractors are required to meet both the core requirements defined in the “Computer System Core Specification”, ( Section 3) and the additional mandatory requirements defined for that class (provided in each of the subsections that follow).

If there is a conflict in requirements between the Class Specification and the Core Specification, the Class Specification shall always take precedence.

4.1. CLASS 1: MASS STORAGE SERVERSThis section describes the Mass Storage Server class specific requirements.

4.1.1. PURPOSEThe purpose of this section is to define the specific requirements for the mass storage servers as described in Section 2. The following hardware and software specifications are required of these Class 1 computer systems over and above, or in place of the core specifications defined in Section 3.

4.1.2. HARDWARE CONFIGURATIONThis class of computer systems is comprised of a 1/a computer system and a 1/b computer system. These systems are differentiated mainly by capacity. Both systems need to support mass storage devices.

4.1.2.1. CLASS 1/A AND 1/B COMPUTER SYSTEMSAll Class 1 computer systems (Class 1/a and 1/b) shall provide the following minimum capabilities, unless noted as a desirable:

a. binary compatibility between 1/a and 1/b systems.b. operation in a computer room environment.c. option for either Fibre Channel or SCSI Controllers (replaces 3.2.2.b.1.).

All Class 1 computer systems (Class 1/a and 1/b) shall support the following minimum capabilities, unless noted as a desirable:

d. Hierarchical Mass Storage Systems with the ability to at least:1. locate, mount, read and write(except CD-ROMs) tapes or disks in the jukeboxes.2. support UNIX native file system user calls and commands, e.g. “ls”, “touch”, etc.3. support access at hard disk storage speed to the most frequently/recently accessed files. 4. ‘vault’ media and provide a means of notifying the operator to retrieve a ‘vaulted’ media when an

‘old’ file is requested. 5. employ a ‘nameserver’ and ‘tapeserver’ or similar means for locating files on media.6. utilities for backup and recovery of critical databases.7. repacking function (repack tapes to remove deleted files).8. logging major activities of software components for system monitoring.9. write multiple tape copies of a file.10. scalable up to at least 10 Pbyte, providing the user a way to build up to full use of the mass storage

system.e. Ultra-SCSI and fibre-attached disk and RAID arrays. f. STK 9840C, STK 9940B, IBM 3590 E1A, LTO Ultrium 3, tape drives.

1. Other Ultra-SCSI and fibre-attached tape drives (desirable).g. STK 9310 (Powderhorn), STK SL 8500, ADIC Scalar 10000 and IBM 3494 robotic libraries.

1. Other robotic libraries (desirable).h. Optical jukeboxesi. SAN Technologyj. multiple server capabilities (server functions spread over multiple machines) as described in the IEEE

Mass Storage Reference Model; support for higher scalability (e.g. storage capacity up to 100 Pbyte)

55

NNG06123202R

and other advanced functions / capabilities for the hierarchical storage management system (advanced technology)

4.1.2.2. CLASS 1/A COMPUTER SYSTEMThe Class 1/a computer system shall provide the following minimum capabilities, unless noted as a desirable:

a. a minimum memory of at least 16 GBytes1. memory expandable to at least 96 GBytes

b. 1 TB of RAID 3 or RAID 5 diskc. Internal hard disk storage with a minimum of 128 GBytes of available user space remaining after

installation of all minimum required software as specified in the delivery list (operating system, system swap space, on-line system documentation, linker, drivers, X windows, etc.).1. internal disk storage shall be expandable to at least 500 GBytes. This requirement is exclusive of

the requirement for a mass storage and RAID disk system.2. Disk storage shall have mirroring capability

d. at least 16 available bus slots.e. 8 CPUs

1. expandable to at least 12 CPUsf. In addition to the core network interfaces described in section 3.4.2., class 1/a systems shall provide

the following network interfaces:1. Gigabit Ethernet

g. Class 1/a systems shall optionally provide the following network interfaces either in place of or in addition to the Gigabit Ethernet requirement:1. 10 Gigabit Ethernet2. ATM OC12

4.1.2.3. CLASS 1/B COMPUTER SYSTEMSThe Class 1/b computer system shall provide the following minimum capabilities, unless noted as a desirable:

a. a minimum memory of at least 8 GBytes1. memory expandable to at least 64 GBytes

b. 300 GB of RAID or JBOD diskc. Internal hard disk storage with a minimum of 128 GBytes of available user space remaining after

installation of all minimum required software as specified in the delivery list (operating system, system swap space, on-line system documentation, linker, drivers, X windows, etc.).1. internal disk storage shall be expandable to at least 500 GBytes. This requirement is exclusive of

the requirement for a mass storage and RAID disk system.2. Disk storage shall have mirroring capability

d. at least 8 available bus slots.e. 4 CPUs

1. expandable to at least 8 CPUsf. In addition to the core network interfaces described in section 3.4.2., class 1/b systems shall provide

the following network interface: Gigabit Ethernet

4.1.3. APPLICATION SOFTWAREAll Class 1 computer systems (Class 1/a and 1/b) shall support the following software:

a. database client libraries (allowing database applications to run on the computer systems while accessing remote database servers) on both class 1/a and 1/b computer systems including, but not limited to1. Sybase2. Oracle

b. database servers (running the actual database instance on the system) on Class 1/a computer system including, but not limited to:1. Sybase2. Oracle

56

NNG06123202R

4.1.4. PERFORMANCE BENCHMARKSThis section describes the performance values required for the Class 1 computer systems.

4.1.4.1. PERFORMANCE FOR CLASS 1/Aa. The minimum base SpecRate values for the class a computer system is:

1. 85 SPEC CINT2000rate2. 110 SPEC CFP2000rate

4.1.4.2. PERFORMANCE FOR CLASS 1/Ba. The minimum SpecRate values for the class b computer system is:

1. 55 SPEC CINT2000rate2. 70 SPEC CFP2000rate

Table 1: CLASS 1 Performance and Capacity Requirements

PERFORMANCE:CINT2000 CFP2000

Subclass(a) 85 (Rate) 110 (Rate)Subclass(b) 55 (Rate) 70 (Rate)

CAPACITY:Mem. Mem.

ExpandDisk Disk

ExpandSlots CPUs CPU

expandSubclass(a) 16 GB 96 GB 128GB 500GB 16 8 12Subclass(b) 8 GB 64 GB 128GB 500GB 8 4 8

57

NNG06123202R

4.2. CLASS 2: DATABASE SERVER COMPUTER SYSTEMSThis section describes the Database Server Computer Systems class specific requirements.

4.2.1. PURPOSEThe purpose of this section is to define the specific requirements for the Database Server Computer Systems as described in Section 2. The following hardware and software specifications are required of these Class 2 computer systems over and above, or in place of the core specifications defined in Section 3.

4.2.2. HARDWARE CONFIGURATIONSThis class of computer systems consists of a class 2/a database server and a class 2/b database server (2/b). These machines are differentiated by the system and database performance and the amount of mass storage supported.

4.2.2.1. CLASS 2/A AND 2/B COMPUTER SYSTEMSAll Class 2 computer systems (Class 2/a and 2/b) shall provide the following minimum capabilities, unless noted as a desirable:

a. have scalable processing (user can incrementally add processing power).b. Error Detecting/Correcting (ECC) Memory.c. at least 256 simultaneously displayable colors from a palette of at least 16 million available colors

(True Color) and monitor with a minimum of 1.0 million displayable pixels.d. Option for either Fibre Channel or SCSI e. Network File System (NFS) hardware and/or software performance enhancement (desirable).f. binary compatibility between 2/a and 2/b systems (desirable)g. a virtual file system manager (desirable).h. DVD Read / Write (RW) Drives (desirable)

4.2.2.2. CLASS 2/A COMPUTER SYSTEMThe Class 2/a computer systems shall provide the following minimum capabilities:

a. minimum memory of at least 16 GBytes.1. memory expandable to at least 32 GBytes2. memory expandable to at least 512 GBytes (desirable)

b. Internal hard disk storage with a minimum of 1 TBytes of available user space remaining after installation of all minimum required software as specified in the delivery list (operating system, system swap space, on-line system documentation, linker, drivers, etc.).

c. at least 2 SCSI III, Fibre Channel or higher performance host adapter interfaces.d. at least 16 available bus slots (15 available slots if Ethernet connection is embedded in the system).e. at least 4 64-bit CPUs

1. minimum 1.5 GHZ processors2. expandable to at least 8 CPUs

a. expandable to at least 16 CPUs (desirable)f. at least 1 RAID devices (supporting RAID levels 0, 1, 10, or 5) with at least a 2 TB disk array

1. advanced fault tolerance, additional redundancy (e.g., redundant drive controllers, power supplies, SCSI controllers, etc.), disk swap capabilities (e.g., the ability to hot-swap/replace a failed drive without shutting down, the ability to easily swap out drives with higher capacity drives, etc.), and the extent to which implementation is software, hardware based (advanced technology), or software and hardware based (i.e., plaiding, RAID 100, 50, etc.)

g. at least 1 RAID device (supporting RAID levels 6) with at least 4 TB disk arrayh. dual-ported (i.e., connectivity to 2 or more host systems) external peripheral storage devices

(desirable).

4.2.2.3. CLASS 2/B COMPUTER SYSTEMThe Class 2/b computer systems shall provide the following minimum capabilities, unless noted as a desirable:

58

NNG06123202R

a. minimum memory of at least 2 GBytes.1. memory expandable to at least 16 GBytes2. memory expandable to at least 32 GBytes (desirable)

b. internal hard disk storage with a minimum of 256 GBytes of available user space remaining after installation of all minimum required software as specified in the delivery list (operating system, system swap space, on-line system documentation, linker, drivers, etc.).

c. at least 1 RAID device supporting RAID levels 0, 1, 10, or 5) with at least 2 TB disk arrayd. an optional second SCSI III, Fibre Channel or higher host adapter interfacee. at least 5 available bus slots (4 available slots if Ethernet connection is embedded in the system).f. at least 2 64-bit CPUs

1. minimum 1.5 GHZ processors2. expandable to at least 8 CPUs (desirable)

4.2.2.4. MASS STORAGE SYSTEMSIn some instances, this Class will be configured to host large digital archives or as large file servers. To meet this requirement, storage management systems that integrate with the computer system and support multiple mass storage systems as noted in 4.2.2.4.a through 4.2.2.4.d must be supported.

a. The subclass 2/b computer systems must support the following storage systems:1. digital linear tape (DLT) drives and L25 tape library

b. The subclass 2/a computer systems must support (including availability of functions described in Section 4.2.2.4.d.) the following mass storage systems:1. magneto-optical disk drives and jukeboxes2. DVD-ROM disk drives and jukeboxes3. Super digital linear tape (SDLT) drives, and jukeboxes

c. The subclass 2/a computer systems must support one or more of the following mass storage systems (desirable):1. LTO Ultrium Gen 2/3 robotic device2. SDLT 600 robotic device3. multiple media types (e.g. ADIC) jukebox4. other state-of-the-art drives and jukeboxes

d. The jukeboxes must attach to the computer systems with at least a SCSI III interface. The following sizes of jukeboxes must provide support for magneto-optical or DLT media:1. for a large library system with a storage capacity of at least 1 TB, expandable to at least 40 TB;

and2. for all supported jukeboxes, a small library system with a storage capacity of at least 3 TB,

expandable to at least 10 TB.e. the file management storage system must be hierarchical, such as SAM-FS or Data Migration Facility.

The hierarchical storage management software must have the ability to:1. locate, mount, read and write(except DVD-ROMs) tapes or disks in the jukeboxes. 2. support UNIX native file system user calls and commands, e.g., “ls”, “touch”, etc.3. support access at hard disk storage speed to the most frequently/recently accessed files. 4. ‘vault’ media and provide a means of notifying the operator to retrieve a ‘vaulted’ media when an

‘old’ file is requested. 5. employ a ‘nameserver’ or similar means for locating files on media.6. utilities for backup and recovery of critical databases7. repacking function (repack tapes to remove deleted files)8. logging major activities of software components for system monitoring.

f. The hierarchical storage management system should be scalable up to at least 50 TB providing the user a way to build up to full use of the mass storage system.

g. dual (or multiple) tape copies of a file; multiple server capabilities (server functions spread over multiple machines) as described in the IEEE Mass Storage Reference Model; support for higher scalability (e.g. storage capacity up to 1 Pbyte) and other advanced functions / capabilities for the hierarchical storage management system (advanced technology).

59

NNG06123202R

4.2.3. APPLICATION SOFTWAREIn many cases this Class would operate a relational data base management system in a client/server architecture. This system may be configured to operate only as a data server supporting clients on other network nodes, or with both client and server on the same computer system. Therefore, the Class 2 computer systems shall support:

a. relational database servers (running the actual database instance on the system) on Class 2/a computer system including, but not limited to:1. Sybase2. Oracle

4.2.4. PERFORMANCE BENCHMARKSThis section describes the performance values required for the Class 2 computer systems.

4.2.4.1. PERFORMANCE FOR CLASS 2/Aa. The minimum allowed TPC tpmC value for the class a computer system is 175,000.b. The maximum times for NASA Sybase based database on the class a computer system are:

1. 280 sec for the small database load time for tables and indices2. 3900 ms for the small database query time3. 1700 sec for the large database load time for tables and indices4. 10600 ms for the large database query time

c. The minimum base SpecRate values for the class a computer system is:1. 50 SPEC CINT2000rate2. 70 SPEC CFP2000rate

4.2.4.2. PERFORMANCE FOR CLASS 2/Ba. The minimum allowed TPC tpmC value for the class b computer system is 50,000.b. The maximum times for NASA Sybase based database on the class b computer system are:

1. 770 sec for the small database load time for tables and indices2. 3900 ms for the small database query time3. 6700 sec for the large database load time for tables and indices4. 19000 ms for the large database query time

c. The minimum base SpecRate values for the class b computer system is:1. 30 SPEC CINT2000rate2. 40 SPEC CFP2000rate

Table 2: CLASS 2 Performance and Capacity Requirements

PERFORMANCE:tpmC Small db

bcp loadSmall db query

Large db bcp load

Large db query

CINT2000

CFP2000

Subclass(a) 175,000 280 sec 3900 msec

1700 sec

10600 msec

50 (Rate)

70 (Rate)

Subclass(b) 50,000 770 sec 3900 msec

6700 sec

19000 msec

30 (Rate)

40 (Rate)

CAPACITYMem. Mem.

ExpandDisk Disk

ExpandSlots CPUs CPU

expandSubclass(a) 16 GB 32 GB 1 TB - 16 4 8Subclass(b) 2 GB 16 GB 256 GB - 5 2 2

60

NNG06123202R

4.3. CLASS 3: HIGH-PERFORMANCE VISUALIZATION COMPUTER SYSTEMSThis section describes the High Performance Visualization Computer Systems class specific requirements.

4.3.1. PURPOSEThe purpose of this section is to define the specific requirements for the High Performance Visualization Computer Systems as described in Section 2. The following hardware and software specifications are required of these Class 3 computer systems over and above, or in place of the core specifications defined in Section 3.

4.3.2. HARDWARE CONFIGURATIONSThis section describes the computer system hardware configurations required for the Class 3 systems. Two basic system configurations are required: a 3/a system and a 3/b system. Table 2 defines the performance and disk/memory capacity requirements for this class.

4.3.2.1. CLASS 3/A AND 3/B COMPUTER SYSTEMAll Class 3 computer systems (Class 3/a and 3/b) shall provide the following minimum capabilities, unless noted as desirable:

a. binary compatibility between Class 3/a and 3/b.b. a second SCSI III, Ultra-SCSI, Fibre Channel compatible interface optionally ordered for one of the

available bus slots c. at least 16 million simultaneously displayable colors and a monitor with a minimum of 1.2 million

displayable pixels.d. a 3-D graphics system supporting double-buffered 24 bit images with a 24 bit Z-buffere. support for Windows NT OS as an orderable option to UNIX / Linux (desirable)

4.3.2.2. CLASS 3/A COMPUTER SYSTEMThe Class 3/a computer system shall provide the following minimum capabilities, unless noted as desirable:

a. a minimum memory of at least 2 Gbytes1. memory expandable to at least 96 GB.

b. internal hard disk storage with a minimum of 160 Gbyte of available user space remaining after installation of all minimum required software as specified in the delivery list (operating system, system swap space, on-line system documentation, linker, drivers, etc.).

c. 2 CPUs 1. minimum 1.2 GHz2. expandable to at least 8 CPUs.

d. a second 3-D graphics display capability (desirable).e. at least 8 available bus slots.f. Error Detecting/Correcting (ECC) Memory (desirable).g. operation in a computer room environment.

4.3.2.3. CLASS 3/B COMPUTER SYSTEMThe Class 3/b computer system shall provide the following minimum capabilities, unless noted as desirable:

a. a minimum memory of at least 1 Gbytes 1. memory expandable to at least 24 GB.

b. internal hard disk storage with a minimum of 70 Gbyte of available user space remaining after installation of all minimum required software as specified in the delivery list (operating system, system swap space, on-line system documentation, linker, drivers, etc.).1. internal hard disk storage expandable to at least 160 GByte

c. at least 3 available bus slotsd. 1 CPU

1. minimum 1.2 GHz2. expandable to at least 2 CPUs.

61

NNG06123202R

e. operation in an office environment.

4.3.3. GRAPHICS CONTROLLER AND MONITORThis section describes the technical requirements for the computer systems’ graphics controller and monitor.

4.3.3.1. CLASS 3/A AND 3/B COMPUTER SYSTEM GRAPHICSAll Class 3 computer systems (Class 3/a and 3/b) shall provide the following minimum graphics capabilities, unless noted as a desirable or advanced technology:

a. 24 bit z buffering.b. Gouraud and flat shading.c. four sample (jittered or regular) anti-aliasing.d. an overlay plane.e. diffuse, ambient, emission and specular lighting characteristics with a minimum of 5 simultaneous

lights.f. digitizing graphics tablet.g. RGB (red, green, blue) 60 or 72 hz video output that will allow the use of video projectors and the

adaptation of other video equipment.h. advanced graphics and image generation capabilities in such areas as: texture mapping,

lighting/shading/shadowing, underlays/overlays, hidden surface removal, object primitives, display lists, antialiasing, transparency, surface properties, etc (advanced technology)

i. video capability for virtual reality imaging (e.g., support for booms, head mounted displays, etc.); advanced multimedia capabilities such as inputting, outputting, and editing MPEG, audio, and “raw” video; flexible and programmable video outputs (e.g., resolution, format/timing, number of graphics channels, stereo, composite, etc.) (advanced technology)

j. advanced graphics peripherals such as complex/advanced input devices (e.g., spaceball, 3D-mouse, dial box/button box); output devices (e.g., 16 bit stereo audio support); display technologies (i.e. beyond standard CRT); 3D and stereographic systems such as Fakespace BOOM, non-VGA head-mounted displays, head-tracked and non-head-tracked stereo glasses (advanced technology)

k. 16-bit stereo audio processing card with voice quality speakers (desirable):

4.3.3.2. CLASS 3/A HIGH-END COMPUTER SYSTEM GRAPHICSThe high-end system (3/a) shall additionally provide the following minimum capabilities, unless noted as a desirable:

a. alpha-blending (color blending).b. a minimum of 32 bit color planes with full double buffering.

1. 48 bit color (RGBA) planes (desirable)c. minification / magnification filters for texture mapping (linear, constant and smooth) with texture sizes

of at least 512 x 512.d. Field sequential (180hz) video signal output (desirable)e. At least a 32 bit z buffer (desirable)f. at least 8 bit alpha planes (desirable)g. draw at least 1,000,000 randomly oriented 10 pixel polylines per second in floating point coordinates

transformed, scaled, clip tested, and anti-aliased.h. draw at least 400,000 polygons per second based on 100 pixel polygons, Gouraud shaded with at least

one light source, transformed, clipped, and 24 bit Z buffered using floating point coordinates (excluding back faced, culled polygons).

4.3.3.3. CLASS 3/B LOW-END COMPUTER SYSTEM GRAPHICSThe low-end system (3/b) shall additionally provide the following minimum capabilities, unless noted as a desirable:

a. a minimum of 24 bit color planes with at least 12 bit double buffering.b. minification / magnification filters for texture mapping (linear, constant and smooth) with texture sizes

of at least 256 x 256

62

NNG06123202R

c. draw at least 500,000 randomly oriented 10 pixel polylines per second in floating point coordinates transformed, scaled, clip tested, and anti-aliased.

d. draw at least 150,000 polygons per second based on 100 pixel polygons, Gouraud shaded with at least one light source, transformed, clipped, and 24 bit Z buffered using floating point coordinates (excluding back faced, culled polygons).

4.3.4. APPLICATION SOFTWAREThis section describes the commercial application software packages that are required to run on the Class 3 computer system systems. The following Visualization software packages shall be supported:

a. Performer or other commercially available data visualization software productb. IDLc. OPEN GL

4.3.5. PERFORMANCE BENCHMARKSThis section describes the performance values required for the Class 3 computer systems.

4.3.5.1. PERFORMANCE FOR CLASS 3/A AND 3/BBoth the class 3/a and class 3/b systems must meet or exceed the following SPEC GL benchmark values:

a. From clear times:1. (Immediate, RGB, full screen, color buffer, depth buffer): 337 M pixels / sec2. (CallList, RGB, full screen, color buffer, depth buffer): 336 M pixels / sec

b. From fill rates:1. Quads (CallList, RGB, Z, 3D, smooth) 381M pixels/sec2. Quads (CallList, RGB, Z, 3D, 64x64 RGB trilinear modulated texture, smooth) 412M pixels/sec

c. From TexImage.rgb:1. TexImage (Immediate, RGB, ubyte, 2048x2048) 130M texels/sec2. TexImage (Immediate, RGBA, ubyte, 2048x2048) 106M texels/sec3. TexImage (Immediate, RGB, ubyte, 2048x2048, mipmapped) 128M texels/sec4. TexImage (Immediate, RGBA, ubyte, 2048x2048, mipmapped) 96.5M texels/sec

d. From OPClist.rgb, BgnEnd.rgb, or Triangles.RGB:1. Triangle Strip (Immediate, RGB, Z, smooth, 3D): 7.39M triangles/sec2. Triangle Strip (Immediate, RGB, Z, 1 infinite light, smooth, 3D): 7.34M3. Triangle Strip (Immediate, RGB, Z, 1 infinite light, textured, smooth, 3D): 4.59M triangles/sec

4.3.5.2. PERFORMANCE FOR CLASS 3/Aa. The minimum Base Spec rate values for the class a computer system is:

1. 24 SPEC CINT20002. 37 SPEC CFP2000

4.3.5.3. PERFORMANCE FOR CLASS 3/Ba. The minimum Base Spec values for the class b computer system is:

1. 1000 SPEC CINT20002. 1500 SPEC CFP2000

Table 5: CLASS 3 Performance and Capacity Requirements

PERFORMANCE:CINT2000 CFP2000

Subclass(a) 24 (rate) 37 (rate)Subclass(b) 1000 1500

CAPACITY

63

NNG06123202R

Mem. Mem. Expand

Disk Disk Expand

Slots CPUs CPU expand

Subclass(a) 2 GB 96 GB 160 GB - 8 2 8Subclass(b) 1 GB 24 GB 70 GB 160 GB 3 1 2

4.4. CLASS 4: HIGH PERFORMANCE COMPUTE SERVERSThis section describes the High Performance Compute Servers class specific requirements.

4.4.1. PURPOSEThe purpose of this section is to define the specific requirements for the Computer Servers as described in Section 2. The following hardware and software specifications are required of these Class 4 computer systems over and above, or in place of the core specifications defined in Section 3.

4.4.2. HARDWARE CONFIGURATIONSThis class of servers is comprised of a family of two subclasses: a top-of-the-line Compute Server subclass (4/a) and a high-end Compute Server subclass (4/b). These systems, while differentiated by performance and capacity are both intended for use by highly compute intensive code.

4.4.2.1. CLASS 4/A AND 4/B COMPUTER SERVERSAll Class 4 computer systems (Class 4/a and 4/b) shall provide the following minimum capabilities, unless noted as a desirable:

a. X/Open Base 95 branded with delivery of a copy of the X/Open branding certificate with proposal. [replaces core specification 3.3.2.a]1. UNIX98 or UNIX03 branding and may be substituted for the Base 95 requirement (desirable).

b. The base system must either provide full console management support directly, or through a remote console management system which must be provided as part of the base system configuration. The following core specifications must be met either by the base system directly or through the remote console management system:

3.2.2.c. 3.2.2.d. 3.2.4.

c. [Core specification 3.2.1.b. replaced by]: the ability of the system to automatically reboot itself following a system crash or power interruption. (desirable)

d. the capability of performing 64-bit and 128-bit floating point arithmetic [replaces core specification 3.2.1.e]1. be capable of reading/writing IEEE 754 floating point standard values.2. perform 64-bit and 128-bit floating point arithmetic in hardware (desirable)

e. [Core Specification 3.2.3.b is not required for Class 4]f. binary compatibility between Class 4/a and 4/b (desirable).g. operate in an computer room environment.h. In addition to Resource Management Core Specifications (Section 3.3.2.1) Class 4/a and 4/b servers

must provide:1. Any process shall be able to access at least 80% of physical memory within a shared memory node

in which a node is defined to be a unit of 1 to N central processing units directly attached to some amount of physical memory.

2. Batch queuing systema. POSIX 1003.2d compliance (desirable)

3. Techniques for system resource; memory; and batch program management including batch queuing and scheduling, priority and resource control; and executing program management including dynamic priority handling.

i. [Core Specification 3.3.2.3.a.3. replaced by]:

64

NNG06123202R

1. a C++ compiler unlimited system licensej. [Core Specification 3.3.2.3.c replaced by]:

1. Advanced versions of compilers and advanced compiler features which enhance architecture specific performance, software tuning, modularity, functionality, etc.; and tools or capabilities (such as graphics debug interfaces) which enhance the coding, testing, and execution of programs Advanced versions of compilers may be substituted for the mandatory versions (advanced technology).

k. [Core Specification 3.3.2.3.f deleted]:l. [Core Specification 3.3.3.a , and 3.3.3.c deleted]:m. [Core Specification 3.4.2.a.1.and 3.4.2.a.2 replaced by]:

1. an embedded interface (i.e. it does not require an external transceiver) in the base systems.

2. Options for other physical Ethernet interfaces up to 1000 Mb/s3. Options for 10000 Mb/s Ethernet interfaces (desirable).

n. [Core Specification 3.4.4.b is not required for Class 4]:o. [Core Specification 3.6.e. is not required for Class 4]:p. Error Detecting/Correcting (ECC) Memory.

4.4.2.2. CLASS 4/A COMPUTE SERVERThe Class 4/a compute server shall provide the following minimum capabilities, unless noted as a desirable:

a. minimum memory of at least 512 GBytes1. memory expandable to at least 1024 GByte.

b. internal hard disk storage with a minimum of 500 GByte of available user space remaining after installation of all minimum required software as specified in the delivery list (operating system, system swap space, on-line system documentation, linker, drivers, etc.). 1. internal disk storage expandable to at least 1000 GByte.

c. minimum of 256 CPUs1. expandable to at least 512 CPUs.

4.4.2.3. CLASS 4/B COMPUTE SERVERThe Class 4/b compute server shall provide the following minimum capabilities, unless noted as a desirable:

a. minimum memory of at least 256 GBytes1. memory expandable to at least 512 GByte.

b. internal hard disk storage with a minimum of 200 GByte of available user space remaining after installation of all minimum required software as specified in the delivery list (operating system, system swap space, on-line system documentation, linker, drivers, etc.). 1. internal disk storage expandable to at least 500 GByte.

c. minimum of 128 CPUs1. expandable to at least 256 CPUs.

4.4.3. HIERARCHICAL STORAGE MANAGEMENT SYSTEMa. In some instances, this Class will be configured to host large digital archives or as large file servers.

To meet this requirement, a hierarchical storage management systems (HSM), such as SAM-FS or Data Migration Facility that integrate with the server and support multiple mass storage systems must be provided. the software must have the ability to: 1. locate, mount, read and write tapes or disks in the jukeboxes. 2. support UNIX native file system user calls and commands, e.g. “ls”, “touch”, etc.3. support access at hard disk storage speed to the most frequently/recently accessed files. 4. ‘vault’ media and provide a means of notifying the operator to retrieve a ‘vaulted’ media when an

‘old’ file is requested. 5. employ a ‘nameserver’ or similar means for locating files on media.6. utilities for backup and recovery of critical databases7. repacking function (repack tapes to remove deleted files)

65

NNG06123202R

8. logging major activities of software components for system monitoring.9. dual (or multiple) tape copies of a file; multiple server capabilities (server

functions spread over multiple machines) as described in the IEEE Mass Storage Reference Model; and other advanced functions / capabilities (advanced technology).

b. The servers must support the following mass storage systems:1. 9840/9940 tape drives, and jukeboxes

c. The servers must support one or more of the following mass storage systems (desirable):1. D3 (e.g. STK) drives, and jukeboxes2. VHS tape drives, and jukeboxes3. NTP (e.g. IBM) drives, and jukeboxes4. multiple media types (e.g. ADIC) jukebox5. other state-of-the-art drives, and stackers (desktop jukeboxes)6. other state-of-the-art jukeboxes

d. large library systems with storage capacity of at least 5 Tbytes, expandable to at least 100 Tbytes must be supported

e. The hierarchical storage management system should be scalable up to at least 1 PB providing the user a way to build up to full use of the mass storage system.1. scalability up to the 10 Pbyte range (advanced technology)

4.4.4. ANALYST SUPPORTAn option for on-site analyst support shall be provided:

a. Applications Systems Analyst/Programmer1. Formulates and defines system scope and objectives. Prepares detailed specifications for

programs. Designs, codes, tests, debugs and documents programs. Works at the highest technical level of all phases of applications, systems analysis and programming activities. Provides guidance and training to less experienced analysts/programmers.

2. Educational Requirements: Bachelor’s degree from an accredited college or university with a curriculum or major field of study which provides substantial knowledge useful in managing large, complex AIS projects, is closely related to the work to be automated, and/or in a computer science, information system, a physical science, engineering or a mathematics-intensive discipline.

3. Experience Requirements: Seven years of increasingly complex and progressive experience in performing systems analysis, development, and implementation of business, mathematical, or scientific setting using a variety of information technology resources. Has experience with current technologies and, where required for the task, emerging technologies.

4.4.5. PERFORMANCE BENCHMARKSThis section describes the performance values required for the Class 4 computer systems.

4.4.5.1. PERFORMANCE FOR CLASS 4/A AND 4/BThe benchmarks provided include a set of optimized application codes from several NASA sites. These codes represent the type of work which will be performed on systems in this class. Three sets of benchmarks are provided. The benchmarks and the minimum base measurements for each are listed in the tables below:

Table 4: CLASS 4 Performance and Capacity Requirements

PERFORMANCE:HPCC Benchmark (Base Measurement is the same value for subclass a and b systems):

HPCC Test Variable Unit Base Measurement

PTRANS A = A + B^T (MPI on whole system) PTRANS_GBs GB/sec 10.000

66

NNG06123202R

HPL (MPI on whole system) HPL_Tflops Tflops 60% of PeakDGEMM (embarrassingly parallel) StarDGEMM_Gflops Gflops 5.000DGEMM (single CPU) SingleDGEMM_Gflops Gflops 5.000STREAM Copy (embarrassingly parallel) StarSTREAM_Copy GB/sec 0.750STREAM Scale (embarrassingly parallel) StarSTREAM_Scale GB/sec 0.750STREAM Add (embarrassingly parallel) StarSTREAM_Add GB/sec 0.750STREAM Triad (embarrassingly parallel) StarSTREAM_Triad GB/sec 0.750STREAM Copy (single CPU) SingleSTREAM_Copy GB/sec 0.750STREAM Scale (single CPU) SingleSTREAM_Scale GB/sec 0.750STREAM Add (single CPU) SingleSTREAM_Add GB/sec 0.750STREAM Triad (single CPU) SingleSTREAM_Triad GB/sec 0.750Random Access (embarrassingly parallel) MPIRandomAccess_GUPs GUPS 0.020Random Access (MPI on whole system) StarRandomAccess_GUPs GUPS 0.004Random Access (single CPU) SingleRandomAccess_GUPs GUPS 0.004MPI-FFTE (MPI on whole system) MPIFFT_Gflops Gflops 2.500FFTE (embarrassingly parallel) StarFFT_Gflops Gflops 0.350FFTE (single CPU) SingleFFT_Gflops Gflops 0.350MPI Max Ping-Pong Latency (small messages) MaxPingPongLatency_usec usecs 7.000MPI Ave Ping-Pong Latency (small messages) AvePingPongLatency_usec usecs 6.000MPI Min Ping-Pong Latency (small messages) MinPingPongLatency_usec usecs 3.500MPI Max Ping-Pong Bandwidth (large messages) MaxPingPongBandwidth_GBytes GB/sec 0.200MPI Ave Ping-Pong Bandwidth (large messages) AvePingPongBandwidth_GBytes GB/sec 0.200MPI Min Ping-Pong Bandwidth (large messages) MinPingPongBandwidth_GBytes GB/sec 0.200MPI Random Ordered Ring Latency (small messages) RandomlyOrderedRingLatency_usec usecs 25.000MPI Random Ordered Ring Bandwidth (large messages) RandomlyOrderedRingBandwidth_GBytes GB/sec 0.200MPI Naturally Ordered Ring Latency (small messages) NaturallyOrderedRingLatency_usec usecs 25.000MPI Naturally Ordered Ring Bandwidth (large messages) NaturallyOrderedRingBandwidth_Gbytes GB/sec 0.200

IO Benchmark (Base Measurement is the same value for subclass a and b systems):

Test DescriptionMPI

Processes File SizeBlock Size

Base Measurement

  # Bytes Bytes MB/secSmall Single Stream Writes, One Process 1 1,048,576 65,536 10Medium Single Stream Writes, One Process 1 10,485,760 65,536 50Large Single Stream Writes, One Process 1 524,288,000 65,536 100Small Single Stream Writes, Intermediate Processes 16 1,048,576 65,536 50Medium Single Stream Writes, Intermediate Processes 16 10,485,760 65,536 250Large Single Stream Writes, Intermediate Processes 16 524,288,000 65,536 500Small Single Stream Writes, Many Processes 32 1,048,576 65,536 100Medium Single Stream Writes, Many Processes 32 10,485,760 65,536 300Large Single Stream Writes, Many Processes 32 524,288,000 65,536 600

NAS Class C Parallel Benchmarks:

67

NNG06123202R

BT MPI / Mop/s

CG MPI / Mop/s

FTMPI / Mop/s

LU MPI / Mop/s

MGMPI / Mop/s

SPMPI / Mop/s

Subclass(a) 256 / 30,000 256 / 10,000 256 / 25,000 256 / 24,000 256 / 40,000 256 / 22,000Subclass(b) 121 / 30,000 128 / 10,000 128 / 25,000 128 / 24,000 128 / 40,000 121 / 22,000

CAPACITY:Mem. Mem.

ExpandDisk Disk

ExpandCPUs CPU

expandSubclass(a) 512 GB 1204 GB 500GB 1000GB 256 512Subclass(b) 256 GB 512 GB 200 GB 500GB 128 256

4.5. CLASS 5: SCIENCE AND ENGINEERING GENERAL PURPOSE SYSTEMS This section describes the Science and Engineering General Computer Systems class specific requirements.

4.5.1. PURPOSEThe purpose of this section is to define the specific requirements for the Science and Engineering Research Computer Systems as described in Section 2. The following hardware and software specifications are required of these Class 5 computer systems over and above, or in place of the core specifications defined in Section 3.

4.5.2. HARDWARE CONFIGURATIONSThis class of computer systems is comprised of a subclass 5/a and subclass 5/b. These systems are differentiated by capacity, software capabilities and mandated OS. Both computer systems need to support a wide suite of software tools a variety of operating environments.

4.5.2.1. CLASS 5/A AND 5/B COMPUTER SYSTEMAll Class 5 computer systems (Class 5/a and 5/b) shall provide the following minimum capabilities, unless noted as a desirable:

a. operate in an office environmentb. [Core Specification 3.2.4.d.3. and 3.2.4.d.4. replaced by]: a flat panel monitor with a minimum size of

17” and with a minimum of 1600x1200 resolutionc. 3-D graphics card with a minimum of 128 MB VRAMd. Gigabit Ethernet optione. Error Detecting/Correcting (ECC) Memory (desirable)f. DVD Read/writable drive as option to Core requirement 3.2.2d. DVD/ROM (desirable)

4.5.2.2. CLASS 5/A COMPUTER SYSTEMThe Class 5/a computer system shall provide the following minimum capabilities, unless noted as a desirable:

a. 2 CPU1. minimum 1.28 GHz2. expandable to at least 4 CPUs.

b. a minimum memory of at least 4 GByte1. memory expandable to at least 32 GBytes.

c. internal hard disk storage with a minimum of 160 GByte of available user space remaining after installation of all minimum required software as specified in the delivery list (operating system, system swap space, on-line system documentation, linker, drivers , etc.).1. internal disk storage expandable to at least 584 GBytes2. internal disk storage expandable to at least 640 GBytes (desirable)

d. 6 full-length 64-bit PCI slots (at least three shall be 33/66 MHz, the other three may be 33 Mhz)e. optionally rack-mountable and run “headless” (with serial console and no keyboard/monitor required)

68

NNG06123202R

The Class 5/a computer system shall support the following minimum capabilities, unless noted as a desirable:

f. hot-swappable RAID disk arraysg. LTO or SDLT jukeboxes or other suitable large volume backup devices

4.5.2.3. CLASS 5/B COMPUTER SYSTEMThe Class 5/b computer system shall provide the following minimum capabilities, unless noted as a desirable:

a. 1 CPU1. minimum 1 GHz2. dual CPU (desirable)

b. a minimum CPU word size of 32 bits [replaces core specification 3.2.1.c.]c. 56 Kbps fax/data modem capabilityd. a minimum memory of at least 512 MBytes

1. memory expandable to at least 4 GBytes.e. internal hard disk storage with a minimum of 160 GByte of available user space remaining after

installation of all minimum required software as specified in the delivery list (operating system, system swap space, on-line system documentation, linker, drivers, etc.).1. internal disk storage expandable to at least 320 GBytes

f. minimum of 3 full-length 64-bit PCI slotsg. minimum of 3 USB 2.0 ports

4.5.3. APPLICATION SOFTWAREThis section describes the commercial application software packages that are required to run on the Class 5 computer system systems.

4.5.3.1. CLASS 5/A AND 5/B APPLICATION SOFTWAREThe Class 5/a and 5/b computer systems shall support the following software:

a. IDL Interactive Data Languageb. ESRI’s ARC/INFO GIS software.c. ESRI’s ARCView software.d. IMSL Math Library (MATH, STAT and special functions for both C++ and FORTRAN)e. Matlabf. Mathematicag. database client libraries (allowing database applications to run on the computer systems while

accessing remote database servers) including, but not limited to:1. Sybase 2. Oracle

h. Database servers (running the actual database instance on the system) on Class 5/a computer system including, but not limited to:

1. Sybase 2. Oracle

4.5.4. PERFORMANCE BENCHMARKSThis section describes the performance values required for the Class 5 computer systems.

4.5.4.1. PERFORMANCE FOR CLASS 5/Aa. The minimum Base SpecRate values for the class a computer system is:

1. 17 SPEC CINT2000rate2. 28 SPEC CFP2000rate

4.5.4.2. PERFORMANCE FOR CLASS 5/Ba. The minimum Base Spec values for the class b computer system is:

69

NNG06123202R

1. 700 SPEC CINT20002. 1000 SPEC CFP2000

Table 5: CLASS 5 Performance and Capacity Requirements

PERFORMANCE:CINT2000 CP2000

Subclass(a) 17 (rate) 28 (rate)Subclass(b) 700 1000

CAPACITY:Mem. Mem.

ExpandDisk Disk

ExpandSlots CPUs CPU

expandSubclass(a) 4 GB 32 GB 160 GB 584 GB 6 2 4Subclass(b) 512 MB 4 GB 160 GB 320 GB 3 1 -

4.6. SUMMARY CLASS SPECIFIC REQUIREMENTSTo clarify relationships between classes, many (but not all) of the requirements are summarized in the following tables.Table 6: Binary Compatibility within Class Class 1 2 3 4 5Desirable - X - X -Mandatory X - X - - Table 7: Office Environment Requirements Class 1 2 3 4 5Subclass (a) - - R - RSubclass (b) - - R - R

D = Desirable R = Required

Table 8: Memory Error Detection/Correction (ECC) Requirements Class 1 2 3 4 5Subclass (a) - R D R DSubclass (b) - R - R D

D = Desirable R = Required

Table 9: Capacity Requirements Summary Mem Mem.

ExpandDisk Disk

ExpandSlots CPUs CPU

Expand1(a) 16 GB 96 GB 128GB 500GB 16 8 121(b) 8 GB 64 GB 128GB 500GB 8 4 8

2(a) 16 GB 32 GB 1 TB - 16 4 82(b) 2 GB 16 GB 256 GB - 5 2 2

70

NNG06123202R

3(a) 2 GB 96 GB 160 GB - 8 2 83(b) 1 GB 24 GB 70 GB 160 GB 3 1 2

4(a) 512 GB 1204 GB 500GB 1000GB 256 5124(b) 256 GB 512 GB 200 GB 500GB 128 256

5(a) 4 GB 32 GB 160 GB 584 GB 6 2 45(b) 512 MB 4 GB 160 GB 320 GB 3 1 -

5. CATEGORY B: COMPUTER SYSTEM SUPPORT DEVICESThis section specifies equipment needed to support a full implementation of computer systems in the NASA network environment. These items may be purchased by the Government separately from the computer systems but rely on standards and standard interfaces to ensure interoperability with the computer systems.

5.1. DISPLAY DEVICESComputer display devices are computer peripheral devices capable of showing still or moving images generated by a computer. These devices include but are not limited to desktop CRT and LCD monitors, wall-mounted plasma displays, and projector systems onto passive screens and interactive whiteboards.

5.1.1. CRT DISPLAY MONITORA desktop 19 inch CRT monitor shall be provided and must include the following minimum capabilities:

a. Color device supporting 16 million colorsb. 18 inch viewable screenc. Flat-screen monitord. Anti-glare and anti-static screen treatmente. Multiple resolutions and refresh rates including at least:

1. 1024X768@100Hz2. 1280X1024@80Hz 3. 1600X1200@75Hz

f. .23mm horizontal dot pitchg. .27mm diagonal dot pitchh. RGB Analog video input signali. Intel PC and Apple Macintosh compatibility j. Energy Star compliant

5.1.2. LCD DISPLAY MONITORA desktop 17 inch LCD monitor shall be provided and must include the following minimum capabilities:

a. Color device supporting 16 million colorsb. 17 inch viewable screenc. Flat-panel displayd. Anti-glare panel e. Native resolution at least 1280X1024 f. Typical brightness of 250 cd/m2

g. Image contrast ratio of 450:1h. RGB video input signali. Intel PC and Apple Macintosh compatibility j. Energy Star compliant

71

NNG06123202R

5.1.3. PORTABLE LCD PROJECTORA portable LCD projector shall be provided and must include the following minimum capabilities:

a. 800X600 native resolutionb. 1280X1024 maximum resolutionc. Brightness of 2000 lumens (ANSI)d. Speakers (mono) e. PC and Macintosh compatiblef. Maximum throw distance of 29 feetg. Aspect Ratio of 4:3 (SVGA)

5.1.4. MANUAL SCREENA manual wall screen shall be provided with the following specifications:

a. 50inches X 50inches screen sizeb. Matte white fabricc. Wall and ceiling mountable

5.1.5. INTERACTIVE WHITEBOARDAn Interactive Whiteboard (a dry-erase whiteboard writing surface which can capture writing electronically and allows interaction with a projected computer image) shall be provided with the following minimum requirements:The touch-sensitive display connects to your computer and digital projector to show your computer image. You can then control computer applications directly from the display, write notes in digital ink and save your work to share later.

a. 48 inch diagonal active screen areab. Touch resolution of 4000X4000c. 4 color (black, blue, red and green) pens

1. automatic detection of pen in used. erasere. Software to support:

1. computer display2. note taking3. capture and save of all notes / images

f. MS Windows and Macintosh compatibleg. Mobile floor stand

5.2. PRINTERSThree printers shall be offered. Capabilities shall be as specified in the following sections. Each printer shall meet the Core Printer Specification and the unique requirements in the printer specific section.

5.2.1. CORE PRINTER REQUIREMENTEach of the 3 printers shall provide the following capabilities:

a. Adobe Postscript Level 3.0 formatted print files.b. Metric A4-size paper with a usable image area of at least 200mm x 271mm and a usable image area of

at least 8” x 10” for American Letter-size (8.5” x 11”).c. two interfaces: USB 2.0, and 10/100Base-TX Ethernet

1. simultaneous availability of the two interfaces; e.g. automatic port sensing/switchingd. Simple Network Management Protocol (SNMP) agent [RFC 1157; RFC 1213] for remote monitoring.e. Energy Star compliance.f. PCL5 and PCL6 support

5.2.1.1. MONOCHROME LASER PRINTERIn addition to the Core Printer Specification, the Monochrome Laser Printer shall also provide:

72

NNG06123202R

a. print speed shall be at least 35 pages per minute.b. resolution of at least 1200x1200 dpi.c. minimum memory of 32 MBytes,

1. memory shall be expandable to at least 288 MBytes. d. a duty cycle of at least 75,000 pages per month.

1. duty cycle of at least 100,000 pages per month (desirable)e. at least 136 Postscript fonts and 45 scalable PCL fonts.f. support paper sizes from 3”x5” to 8.5”x14” (legal)g. support media weight of 16 to 53 lb. card stock from a standard tray.h. Standard input capacity of 850 sheets i. Standard output capacity of 250 sheetsj. Image processing of 400Mhz

5.2.1.2. HIGH SPEED MONOCHROME MULTI-FUNCTIONAL LASER PRINTERIn addition to the Core Printer Specification, the High Speed Monochrome Laser Printer shall also provide:a. print speed shall be at least 45 pages per minute.b. resolution of at least 1200x1200 dpi.c. minimum memory of 256 MBytes,

1. memory shall be expandable to at least 512 MBytes.d. a duty cycle of at least 200,000 pages per month.e. at least 136 Postscript fonts and 45 scalable PCL fonts.f. support paper sizes from 3”x5” to 8.5”x14” (legal)g. support media weight of 16 to 53 lb. card stock from a standard tray.h. Standard input capacity of 1000 sheets i. Standard output capacity of 500 sheetsj. Image processing of 500Mhzk. optional “B” size (11” x 17”) paper (desirable)l. UNIX and LINUX OS support (desirable)

The High Speed Monochrome Laser Printer must also provide multifunctional capability:m. Digital devices that allow work group environments to utilize a single device to copy, print, fax, and scan.5.2.1.3. MULTIFUNCTIONAL COLOR PRINTERIn addition to the Core Printer Specification, the Color Printer shall also provide:

a. print speed shall be at least 30 pages per minute (color)b. color resolution of at least 600x600 dpi.c. minimum memory of 256 MBytes,

1. memory shall be expandable to at least 512 MBytes.d. a duty cycle of at least 200,000 pages per month.e. at least 158 Postscript fonts and 84 scalable PCL fonts.f. support paper sizes from 3”x5” to 8.5”x14” (legal)g. support media weight of 16 to 53 lb. card stock from a standard tray.h. Standard input capacity of 1000 sheets i. Standard output capacity of 500 sheetsj. optional “B” size (11” x 17”) paper (desirable)k. UNIX and LINUX OS support (desirable)

The Multifunctional Color Device must also provide multifunctional capability:

l. Digital devices that allow work group environments to utilize a single device to copy, print, fax, and scan.

5.3. PLOTTERSOne large-format color plotter shall be offered.

73

NNG06123202R

5.3.1. COLOR LARGE-FORMAT PLOTTERThe Color Large-Format Plotter shall provide:

a. 42 inch wide paper1. Media rolls up to 300 ft.2. manual sheet feed supporting sizes starting from B/A3-size3. standard bin holding at least up to 50 E/A0-size prints.

b. HP-GL/2, HP-RTL and Adobe Postscript Level 3 language supportc. Fast Ethernet (10/100Mbps) and FireWire (IEEE-1394a) connectivityd. Energy Star compliance e. 2400x1200 optimized dpi color1. 1200x1200 dpi color on glossy mediaf. minimum memory of 256MB (main) and 96MB(imaging)

1. main memory expandable to 512 MBytes.g. Maximum print length of at least 295 ft.h. Hard disk drive of at least 40 GBi. in fast quality mode, the printer should have the ability to run at least 100 D/A1-size prints per hourj. Automatic cutterk. Handle the following media types: plain, inkjet, heavyweight coated, super heavyweight coated, semi-

gloss, glossy, translucent bond and photol. operation in a Windows or Macintosh environment

5.4. SCANNERSTwo scanners shall be offered. Capabilities shall be as specified in the following sections.

5.4.1. HIGH SPEED/HIGH PERFORMANCE SCANNERThe High Speed/High Performance Scanner shall provide:a. Ultra-SCSI and USB 2.0 connectivityb. scanner speed of 57 pages per minute simplex at 200 dpi resolution for 8.5x11 inch monochrome document

in portrait modec. at least 600 dpi resolution (color and monochrome)d. Automatic document feeder

1. 200 page capacitye. duplex (two sided) scanningf. monochrome and color mode

1. 24 bit color2. 256 level grey scale

g. Energy Star complianceh. document size up to at least 12X18 inchesi. OCR software driver

5.4.2. LARGE FORMAT SCANNERThe Large Format Scanner shall provide:

a. handle up to 50” wide originalsb. up to 800 dpi resolution

1. variable resolution starting at 50 dpic. ability to scan up to 12mm thick originals

1. 15mm thick originals (desirable)d. 24 bit color scan mode

1. 36 bit color scan mode (desirable)e. Color scan speed at 400 dpi of 3 inches per secf. Automated color calibrationg. FireWire (IEEE-1394a) connectivity

74

NNG06123202R

h. OCR software driver

5.5. PERSONAL DIGITAL ASSISTANTS (PDA)Personal Digital Assistant (PDA) must provide the following:

a. pen based user interface.1. optional PC keyboard

b. at least 64MB storage capacity1. 55MB user accessible

c. under 8 ozd. built-in camera

1. 640X480 resolution2. 8-bit color

e. wireless connectivity 1. Bluetooth2. WLAN 802.11b

f. Wireless phone capabilityg. High speed wireless access to Internet and e-mailh. 3.5 in. multi-color display

1. 64K colorsi. ability to develop and install custom NASA programs / applications developed for the provided PDA.j. hand writing recognition.k. Industry standard expansion slotl. Audio

1. Integrated microphone, receiver, speaker2. stereo headphone jack

m. the following additional functionality:1. scheduling / calendar / clock2. task list3. address book4. general note taking5. calculator6. Synchronization with desktop computers

5.6. COMPUTER PERIPHERALSPeripheral computer component providers are expected to provide fully “Plug & Play solutions”. All hardware, connector cables, power cords, software, and enablement cards to make the system fully functional are to be provided.

5.6.1. ERGONOMIC TRACKBALLThree button, ergonomic trackball device will include:

a. Elevated hand support for maximum stress reductionb. Detachable wrist restc. Programmable feature for left or right hand usersd. Windows and Macintosh versionse. Optical trackingf. USB and PS/2 compatible

5.6.2. ERGONOMIC MOUSEErgonomic mouse device will include:

a. Elevated hand support for maximum stress reductionb. Detachable wrist restc. Programmable feature for left or right hand users

75

NNG06123202R

d. Windows and Macintosh versionse. Up to 1100 dpi cursor controlf. USB and PS/2 compatibleg. cordless

5.6.3. ERGONOMIC KEYBOARDSFully functional keyboard with focus to align the wrist of the user in a comfortable position. Split keyboards, and standard configurations applicable.

a. Contoured split key designb. Cordless

1. FCC Class B and CE approved c. Integrated trackball and mouse buttonsd. Built-in wrist supporte. Dual ALT, SHIFT and CONTROL keysf. PC and MAC versiong. Wireless infrared (desirable) "or bluetooth"

5.6.4. OFFICE VIDEO CONFERENCINGOffice video conferencing to include:

a. Inclusive video conferencing system b. 17 inch LCD Monitorc. Camera

1. 60 degree field of view2. 100 degree total field of view

d. Microphonee. All necessary cablingf. Speakersg. IP connection with calls up to 2 Mbps

1. Option for ISDN connection (desirable)h. CD quality soundi. Embedded encryption using Advanced Encryption Standard softwarej. SNMP support

5.6.5. SPEAKERSHigh quality multi-media stereo speakers to include:

a. Speaker controls to include volume and sound qualityb. Minimum of 5Wc. Headphone output option

5.7. UNINTERRUPTIBLE POWER SUPPLYTwo Uninterruptible Power Supply (UPS) units must be provided for small office environment and small computer server room server environments

5.7.1. SMALL OFFICE ENVIRONMENTThe Small Office Environment Uninterruptible Power Supply (UPS) units must provide:

a. Output power capacity of up to 1000 VA and 600 Wattsb. Nominal output voltage of 110/120 VAC and 220/230/240 VAC (user selectable)c. On line voltage range of +20% for nominal voltage at full loadd. Frequency of 50/60 Hz auto-sensinge. Runtime at 600 W of 5 minutesf. Recharge time of 3 hours (to 90% after full discharge)

76

NNG06123202R

g. Startup with UPS batteriesh. Replaceable battery (desireable)

5.7.2. SMALL SERVER ROOM ENVIRONMENTThe Small Server Room Environment Uninterruptible Power Supply (UPS) units must provide:

a. Output power capacity of up to 4500 VA and 3500 Wattsb. Nominal output voltage of 120 VAC and 208-240VACc. Frequency of 50/60 Hz auto-sensingd. Runtime at 1400 W of 30 minutese. Recharge time of 3 hours (to 90% after full discharge)f. Startup with UPS batteriesg. Hot-swappable batteries

5.8. DOCUMENTATIONThe contractor shall provide in the Available Components list complete sets of operator, programmer, software system, utility, installation, user manuals and other necessary documentation for all hardware and software delivered under this contract in accordance with the contractor’s product line documentation standards. If the contractor’s software and/or hardware documentation is written other than described below, an alternative set of manuals shall be provided. The manuals shall include, but not be limited to, the documentation described in the following paragraphs.

5.8.1. HARDWARE DOCUMENTATIONHardware documentation shall include:

a. System hardware manuals describing system architecture, CPU, memory, and peripheral devices.b. Interface manuals detailing all electrical and mechanical aspects of system and network interface

devices.

5.8.2. SOFTWARE DOCUMENTATIONSoftware documentation shall include:

a. Reference manuals detailing all elements and operations of all delivered software, system generation, system architecture, system tools and utilities, and configuration management.

b. Reference manuals detailing error handling, and diagnostic software, problem determination and debugging guides.

c. Documentation of known problems and/or suspected system errors.

5.8.3. OTHER MANUALSThe contractor may include any other manuals and program descriptions that would be considered helpful to the Government. A list shall be provided in the proposal.

5.9. ADDITIONAL SUPPORT DEVICES TECHNOLOGYBasic network equipment in support of supporting systems technology (additional technology)Basic storage equipment in support of supporting systems technology (additional technology)Devices running client-oriented OS’s such as Windows, Macintosh, etc. to allow direct monitoring of supporting technology (additional technology)Systems security technology (additional technology)

77

NNG06123202R

Image and display tools in support of supporting technology considerations and configurations (additional technology)

5.10. SUPPORT DEVICES SPECIALISTSTo assist in product recommendations, installation, and support of computer systems products the following specialists shall be provided:

a. Information Assurance Specialist 1. Analyzes general information assurance-related technical problems and provides basic engineering

and technical support in solving these problems. Supports the integration of information assurance solutions and technologies into supporting IT equipment with particular attention to protocols, interfaces, and system design. Analyzes and defines security requirements for supporting IT systems. Designs, develops, engineers, and implements solutions that meet systems security requirements. Responsible for integration and implementation of the security solution. Performs vulnerability/risk analyses of computer systems and applications during all phases of the system development life cycle. Configures test beds and conducts testing, records and analyzes results, and provides recommendations for improvements for the products/systems under test. Analyzes and defines security requirement for computer systems which may include mainframes, workstations, and personal computers. Designs, develops, engineers, and implements solutions that meet security requirements. Responsible for integration and implementation of the computer system security solution. Gathers and organizes technical information about an organization’s mission goals and needs, existing security products, and ongoing programs in computer security. Performs risk analyses of computer systems and applications during all phases of the system development life cycle. Applies principles, methods, and knowledge of security to specific areas task order requirements. Test developed systems at each point of entry for ease of unregulated entry; systems resources denial; system information corruption; unlawful use of system resources; vulnerability to electronic disruption.

2. Educational Requirements: Bachelor’s degree from an accredited college or university in electrical, electronic or computer engineering, computer science, or a related field.

3. Experience Requirements: This position requires a minimum of seven years of substantial experience in system security analysis and implementation; design assurance or testing for information assurance products and systems; integration or testing for information assurance products and systems. Experience in heterogeneous computer networking technology and work in protocol and/or interface standards specification is recommended.

b. Network/Hardware Support Technician 1. Monitors and responds to complex hardware, software and network problems utilizing a variety of

hardware and software testing tools and techniques. Provides primary interface with vendor support service groups or provides internal analysis and support to ensure appropriate notification during outages or period of degraded system performance. Provides LAN server support. Requires extensive knowledge of PC/LAN communications hardware and software in multi-protocol environment, and network management software. May function as task lead providing guidance and training for less experienced technicians.

2. Educational Requirements: High school graduate or equivalent. 3. Experience Requirements: Five years of increasingly complex and progressive experience in

computer system/network engineering. Includes two years of specialized experience related to the task.

c. Hardware Engineer 1. Provides functional and empirical analysis related to the design, development, and implementation

of hardware for products including, but not limited to, the circuit design of components, development of structure specifications of a personal computer, and the design of a computer display unit. Participates in the development of test strategies, devices, and systems. Possesses and applies a comprehensive knowledge of a particular field of specialization to the completion of significant assignments. Plans and conducts assignments, generally involving the larger and more

78

NNG06123202R

important projects or more than one project. Evaluates progress and results and recommends major changes in procedures. May lead or direct projects.

2. Educational Requirements: Bachelor’s degree from an accredited college or university in computer science, mathematics, or engineering or a mathematics-intensive discipline, or an applicable training certificate from an accredited institution.

3. Experience Requirements: Ten years of intensive and progressive experience in a computer related field including development and design of complex hardware and communications systems.

79

NNG06123202R

6. CATEGORY B: HIGH-END NETWORK EQUIPMENTThis section specifies equipment needed to support a full implementation of computer systems in the NASA network environment. These items may be purchased by the Government separately from the computer systems but rely on standards and standard interfaces to ensure interoperability with the computer systems.While comprehensive and specific functional and performance specifications do not exist for each supporting network equipment, all equipment must meet the Network Core Specification, unless noted otherwise.

6.1. NETWORK CORE SPECIFICATIONAll mandatory network equipment must meet or comply with the Network Core Specification in this section. That means that the requirements of this section are additive to (or a clarification of) the requirements stated for each specification of a Supporting Network Equipment.

a. Advanced networking techniques (both hardware and software) to allow connectivity unassociated with physical location; such as wireless technology and applications which allow roaming client computers to connect to networks and people, (advanced technology)

b. The capabilities of the routers, switches, and NIC’s in terms of high performance interfaces and high bandwidth implementations (advanced technology).

6.1.1. NETWORK TECHNOLOGYThe base technologies for building Local Area Networks in NASA are Ethernet, Wireless, MPLS and ATM. Throughout the sections on Network Supporting Equipment, the terms “Ethernet”, “Wireless”, “MPLS” and “ATM” are used to define the requirements. Unless otherwise specified, the specific meaning of these terms is given here and shall apply throughout Section 6.6.1.1.1. ETHERNETEthernet interfaces shall comply with both Ethernet Specification 2 and IEEE standards [IEEE 802.3; ISO 8802/3].

a. “Ethernet” in this document requires a 10/100 UTP port base capability. Additional capability spelled out as required.

6.1.1.2. 802.2 DATA LINK LAYEREthernet shall include the Data Link Layer protocol providing Logical Link Control [ISO 8802/2].6.1.1.3. WIRELESSWireless interfaces shall comply with the following standards:

a. IEEE 802.1p QoSb. IEEE 802.1xc. Authentication: 802.1x support, including Cisco LEAP, EAP-Flexible Authentication via Secure

Tunneling (EAP-FAST), Protected EAP-Generic Token Card (PEAP-GTC), PEAP-Microsoft Challenge Authentication Protocol Version 2 (PEAP-MSCHAPv2), EAP-Transport Layer Security (EAP-TLS), EAP-Tunneled TLS (EAP-TTLS) and EAP-Subscriber Identity Module (EAP-SIM) to yield mutual authentication and dynamic, per-user, per-session encryption keys (WPA and WPA2), MAC address and standard IEEE 802.11 authentication mechanisms.

d. Encryption: AES-CCMP encryption (WPA2), TKIP encryption enhancements: key hashing (per-packet keying), message integrity check (MIC) and broadcast key rotation via Cisco TKIP or WPA TKIP, support for dynamic IEEE 802.11 WEP keys of 40 bits and 128 bits.

e. Remote configuration support: BOOTP, DHCP, HTTPS, FTP, TFTP, SNMP and ssh (desirable)

80

NNG06123202R

6.1.1.4. MULTIPROTOCOL LABEL SWITCHING (MPLS)Mutliprotocol Label Switching (MPLS) interfaces shall support the following features:

a. MPLS Architecture (RFC 3031)b. MPLS Signaling: Label Distribution Protocol (RFC 3036) or RSVPc. MPLS Traffic Engineering (RFC 2702)d. MPLS Layer 2 and Layer 3 Virtual Private Networks (VPNs)

6.1.1.5. ASYNCHRONOUS TRANSFER MODE (ATM)All ATM Interfaces shall comply with ATM Forum standards for ATM. The ATM Forum develops interface specifications for transporting ATM cells at both the public and private User-Network-Interface (UNI).

a. ATM Physical Medium Dependent Interface Specification for 155 Mbps Over Twisted Pair Cable [af-phy-0015.000]

b. DS1 Physical Layer Specification [af-phy-0016.000]c. 622.08 Mbps Physical Layer [af-phy-0046.000]d. DS3 Physical Layer Interface Specification [af-phy-0054.000]e. 155 Mbps Over MMF Short Wave Length Lasers [af-phy-0062.000]f. 155 Mbps over Plastic Optical Fiber (POF) [af-phy-0079.000]g. Support for LAN Emulation 1.0 standard [af-lane-0084.000] LAN Emulation 2.0 standard [af-lane-

0084.000] (desirable).h. Support for Multiprotocol over Asynchronous Transfer Mode (MPOA) 1.0 standard [af-mpoa-

0087.000](desirable)i. Support for Next Hop Resolution Protocol standard (desirable)j. Support for Multicast Address Resolution (desirable)-RFC 2022k. ATM User-to Network (UNI) version 3.1 (Standard ITU-T Q.2931) covering point-to-multipoint

signaling; UNI 4.0 (desirable)l. Network-to-Network Interface (NNI) and Private Network-to-Network Interface (PNNI) version 1.0

[af-pnni-0055.000]m. ATM switching for automatic VC restoral on VC or VP failure

6.1.2. NETWORK MANAGEMENTAll network equipment in this solicitation shall provide the management functions in this section. 6.1.2.1. SIMPLE NETWORK MANAGEMENT PROTOCOL (SNMP)Provide an SNMP agent [RFC 1157; RFC 1213] for remote network management and monitoring.

a. vendor specific private extensions shall conform with RFC 1155. b. vendor specific private extensions shall be made available to the Government in ASN format. c. remote management and control of all unit, card, and port level SNMP configurable parameters. d. SNMP Version 2 e. full RMON or RMON II capability (RFC 1271) (desirable)

6.1.2.2. CONSOLE MANAGEMENT ACCESSa. Out-of-band management through a console port shall be available for all networking equipment. b. Multiple levels of management access. Preferably, this includes a minimum of three levels:

full read/write, read only of all possible fields except passwords, and limited read only.

6.1.2.3. CONFIGURATION RECOVERY

81

NNG06123202R

Non-volatile storage shall be provided on all networking equipment for the purposes of maintaining configuration and fault/diagnostic information. Non-volatile storage shall:

a. enable a network device which has lost power to recover fully on power up by restarting and accessing all configuration data required for proper operation in the network.

b. be accessible from the network and from the out-of-band management console port.

6.1.2.4. NETWORK MANAGEMENT SOFTWARENetwork management software, which may consist of multiple applications, for multivendor networks shall be provided with the following characteristics:

a. a consistent user interface and an integrated environment for monitoring, troubleshooting, controlling and measuring performance of network components.

b. be able to discover and display graphically the network components and their relationship. c. allow a network administrator to make configuration changes, and run diagnostic and performance

statistics gathering applications. d. at least adhere to SNMP and provide MIB and RMON support for various networking technologies

(e.g. Ethernet, WDM, ATM, etc.). e. include analysis software which presents the performance and monitoring data in easily

comprehensible graphics (viewable on a terminal or a printer). f. include configuration management software to track changes, modifications and current configuration

of network devices

6.1.2.5. DOWNLINE LOADINGDownline loading via the network of software upgrades to all networking equipment (desirable). 6.1.2.6. NETWORK DIAGNOSTIC TOOLSAt least 2 solutions, each from a different Original Equipment Manufacturer (OEM), for each of the following network diagnostic tool is required.

a. Software based Remote Monitor (RMON) probe such as Network Instruments Observer1. Support for 4/16 Token Ring and 10/100 Mbps Ethernet2. Windows 2003 / XP platform with no additional hardware3. Full compliance with RMON1 and RMON24. Compatible with RMON Management Console / collection facilities including OpenView and

MicroMuse5. Statistics on

Bandwidth utilization Network activity Web server tracking Router tracking Utilization history

b. Portable Hardware based network protocol analyzer such as Fluke Networks Optiview Series II Integrated Network Analyzer1. Seven layer protocol analysis2. Active discovery3. SNMP device analysis4. RMON2 traffic analysis 5. physical layer testing 6. optional WAN and wireless monitoring

c. The following tools are desirable:1. Network sniffer tool2. Circuit test equipment

82

NNG06123202R

6.1.3. EQUIPMENT CHARACTERISTICSThis section describes general equipment characteristics6.1.3.1. PHYSICAL CONFIGURATIONWhere appropriate, all equipment shall be mountable in a standard EIA 19” rack. All mounting hardware shall be included with the equipment.6.1.3.2. OPERATING ENVIRONMENT

a. Where appropriate, all equipment except large network routers shall be capable of operating on line voltage of 108 to 125 volts single-phase at 60 Hz (+/-1%).

b. Large network routers shall be capable of operating on line voltage of either 108 to 125 volts or 216 to 240 volts single-phase at 60 Hz (+/-1%).

6.1.4. DOCUMENTATIONThe contractor shall provide in the Available Components list complete sets of operator, programmer, software system, utility, installation, user manuals and other necessary documentation for all hardware and software delivered under this contract in accordance with the contractor’s product line documentation standards. If the contractor’s software and/or hardware documentation is written other than described below, an alternative set of manuals shall be provided. The manuals shall include, but not be limited to, the documentation described in the following paragraphs.6.1.4.1. HARDWARE DOCUMENTATIONThe hardware documentation shall include, as appropriate:

a. System hardware manuals describing system architecture (including but not limited to slot usage, maximum number of ports, etc.), CPU, memory, and peripheral devices.

b. Interface manuals detailing all electrical and mechanical aspects of system and network interface devices.

6.1.4.2. SOFTWARE DOCUMENTATIONAll software documentation shall include, as appropriate:

a. Reference manuals detailing all elements and operations of all delivered software, system generation, system architecture, system tools and utilities, and configuration management.

b. Reference manuals detailing error handling, and diagnostic software, problem determination and debugging guides.

c. Documentation of known problems and/or suspected system errors.

6.1.4.3. OTHER MANUALSThe contractor may include any other manuals and program descriptions that would be considered helpful to the Government.

6.1.5. AUTO CONFIGURATIONIn general, no management intervention or software down line loading should be required to become operational (other than the potential manual installation of an IP address). The network equipment shall auto-configure and self initialize at installation (connection and power up) and during operation. That is, it shall be possible to simply connect the network interfaces and apply power for the network equipment to become operational without detrimental impact to the network. Auto-configuration does not apply to routers or ATM switches.

6.1.6. BRIDGINGBridging is required in all routers and all bridging shall provide the capability for:

83

NNG06123202R

a. disabling of any Spanning Tree Algorithm [ISO 8802/1; IEEE 802.1] incorporated within the bridge.

b. Protocol filtering which is based upon user defined filtering masks.c. interface line speed filtering and 80% of interface line speed forwarding, with minimum data

packet sizes applicable to the interface type.

6.2. WIRELESS NETWORKING EQUIPMENTAt least 2 solutions, each from a different OEM, for the following wireless networking equipment is required.

6.2.1. WIRELESS ACCESS POINTSWireless Access Points such as Cisco Aironet 1200 shall meet the following:

a. Capable of supporting multiple VLANs.b. Capable of supporting Wireless encryption methodsc. Capable of utilizing external authentication service (RADIUS) in addition to supporting Wireless

authentication methodsd. Support 802.11a, 802.11b and/or 802.11g air interfacese. Powered using Power-over-Ethernet (or 802.11af)f. Remotely configurable

6.2.2. WIRELESS LAN MANAGERWireless LAN Manager such as CiscoWorks Wireless LAN Solution shall meet the following:

a. Device can monitor, configure and report the status of access pointsb. Capable of performing management functions autonomously, based on network conditions or on a

scheduled basisc. Capable of centrally managing at least 250 access points per management device

6.2.3. WIRELESS BRIDGEWireless Bridge such as Cisco Aironet 1410 Wireless Bridge shall meet the following:

a. Capable of bridging two wired LANs using a wireless link.b. Capable of meeting all requirements of a Wireless Access Point

6.3. WAVE DIVISION MULTIPLEXING (WDM) EQUIPMENTAt least 2 solutions, each from a different OEM, for both a Coarse WDM (CWDM) and Dense WDM (DWDM) device is required. Each piece of equipment should be:

a. able to support a ring or mesh topology to support sub 50 msec failover.

6.3.1. COARSE WAVE DIVISION MULTIPLEXING (CWDM) DEVICECoarse WDM (CWDM) Device such as Cisco CWDM GBIC/SFP Solution shall be capable of meeting the following:

a. Meet ITU 694.2 GRID Spacing 20nm.b. Support for at least 16 lambdas with the following types of connections

Gigabit Ethernet per lambda OC-3 per lambda OC-12 per lambda Subrate Multiplexing – combine lower bandwidth connections onto one lambda

84

NNG06123202R

6.3.2. DENSE WAVE DIVISION MULTIPLEXING (DWDM) DEVICEDense WDM (DWDM) Device such as Marconi Multihaul 3000shall be capable of meeting the following:

a. Meet ITU 694.1 GRID Spacing 0.8nmb. Capability to support optical amplifiers to drive signal further distance.c. Support for at least 32 lambdas with the following types of connections:

10 Gigabit Ethernet per lambda Gigabit Ethernet per lambda OC-3 per lambda OC-12 per lambda Subrate Multiplexing – combine lower bandwidth connections onto one lambda

6.4. LAN SWITCHESAt least 2 solutions, each from a different OEM, for LAN switches is required. This may be met by a separate OEM for the High End (6.4.1) and the Low End (6.4.2.). Each interface port shall

a. be an independently switched port capable of supporting a LAN segment or single user connection. b. support the Spanning Tree Algorithm [ISO 8802/1; IEEE 802.1c]. c. all Ethernet uplink ports and uplink port modules shall be capable of supporting trunking (Spanning

Tree disabling and aggregate bandwidth utilization over multiple physical uplink ports).

6.4.1. HIGH END LAN SWITCHESHigh End LAN switch chassis such as Cisco 6509 shall provide the ability to equip any one of the following configurations:

a. 10/100/1000 UTP Autosensing Ethernet interfaces, at least 18 ports.b. OC3c and/or OC12c ATM uplink port (desirable).c. 1000BaseSX capability , at least 4 portsd. 1000BaseLX capability, at least 4 portse. 10 Gigabit (802.3ae) uplink port (desirable)f. Concurrent configuration of all interfacesg. Support for MPLS Interfaces (desirable)

6.4.2. LOW END LAN SWITCHES Low End LAN switch chassis such as Cisco 3750G shall provide the ability to equip any one of the following configurations

a. 10/100 UTP Autosensing Ethernet interfaces, at least 18 portsb. 100BaseT uplink, at least 2 portsc. 100BaseFX uplink, at least 2 portsd. 1000Base SX and/or 1000BaseLX (desirable)e. OC3c ATM uplink port (desirable).

6.5. NETWORK INTERFACE CARDS (NICS)NICs for the following types of Network Interface Cards and supported OSs:

a. Sun Solaris for 10/100 Ethernet, Autosensing1. MDI/MDIX autosensing (desirable)

b. Sun Solaris for Gigabit Ethernet (1000BSX, 1000BLX and 10/100/1000)1. MDI/MDIX autosensing for 10/100/1000 (desirable)

c. PCI bus architecture PC for 10/100 Ethernet, Autosensing1. MDI/MDIX autosensing (desirable)

d. PCI bus architecture PC for Gigabit Ethernet (1000BSX, 1000BLX and 10/100/1000)

85

NNG06123202R

1. MDI/MDIX autosensing for 10/100/1000 (desirable)2. Support 3.3v operation and/or PCI-X

e. Apple PPC for Gigabit Ethernet (1000BSX, 1000BLX and 10/100/1000)f. PCI-based 802.11g wireless NIC for Windows PC

1. 802.11a and 802.11b NIC cards (desirable)g. CARDBUS/PCMIA based 802.11g wireless NIC for Windows PCh. PCI-based 802.11g wireless NIC for Apple PC

1. 802.11a and 802.11b NIC cards (desirable)i. CARDBUS/PCMIA based 802.11g wireless NIC for Apple PCj. NICs for the following UNIX OS’s is desirable:

HP SGI IBM

k. NICs for higher-speed networks such as ATM and 10 Gigabit Ethernet) on a variety of operating systems is advanced technology

6.6. NETWORK ROUTERAt least 2 solutions, each from a different OEM for Small, Medium and Large Network Routers is required. Each size router may have different OEMs.

Three network routers are required; a small format router with a limited number of interfaces, a medium format router with an average number of interfaces and expansion capability and a large format router with substantial expansion capability and larger variety of interfaces. The next three subsections describe the overall features of the small, medium and large routers, while the fourth subsection describes specific requirements that shall apply to all routers.

6.6.1. SMALL NETWORK ROUTERA Small Network Router (single chassis) such as Juniper M7 shall provide the following configuration options; i.e. the chassis shall have the option to be configured in any one of the following ways):

a. 2 Ethernet interfaces.b. 1 Ethernet interface and 1 serial interface.c. simultaneous support for 2 Ethernet and 2 serial interfaces (desirable).d. support for a Layer 2 switch module with at least 16 ports

6.6.2. MEDIUM NETWORK ROUTERA Medium Network Router (single chassis) such as Juniper M10 shall provide the following configuration options; i.e. the chassis shall have the option to be configured in any one of the following ways):

a. 8 or more Ethernet interfaces.b. 1 or more Gigabit Ethernet interfaces (configured as SX and/or LX) (desirable).c. 8 or more serial interfaces.d. simultaneous support for 2 Ethernet interfaces and 2 serial interfaces.e. 1 or more Packet over SONET OC3 interfacef. Support for MPLS Interfaces (desirable)

6.6.3. LARGE NETWORK ROUTERA Large Network Router (single chassis) such as Juniper M20 shall provide the following configuration options; i.e. the chassis shall have the option to be configure in any one of the following ways):

a. 24 or more Ethernet interfaces.

86

NNG06123202R

b. 6 or more Gigabit Ethernet interfacesc. 8 or more serial interfaces, up to DS3 speed.d. simultaneous support for 2 Packet over SONET or GigE or ATM interfaces, and 6 Ethernet

interfaces, and 4 serial interfacese. 4 or more Packet over SONET interfaces up to OC192.f. Gigabit Ethernet, LX or SXg. 10 Gigabit (802.3ae) (desirable)h. ATM interfaces at DS3 or OC3c (desirable)i. Support for MPLS Interfaces

6.6.4. ALL NETWORK ROUTERSAll network Routers shall provide the following specifications6.6.4.1. PHYSICAL INTERFACESRouters shall provide the following serial line interface requirements:

a. speeds from 9.6 Kbps to DS-1.b. Physical Interface Standard EIA RS-232-C for line speeds up through 19.2 kilobits/second.c. One of the following must be provided and all three must be supported: Physical Interface

Standard V.35, RS422, RS530 for line speeds above 19.2 kilobits/second.

6.6.4.2. GENERAL PROTOCOL REQUIREMENTSRouters shall provide the following capabilities:

a. simultaneous routing and bridging, selectable by protocol and by port.b. the Spanning Tree Protocol [ISO 8802/1; IEEE 802.1©].c. Point-to-Point (PPP) Protocol [RFC 1661]

1. PPP RFC 1332 or subsequent version (desirable).d. Frame Relay Protocols [ANSI T1.606 with LMI Extensions]

6.6.4.3. ROUTING PROTOCOLSRouters shall provide the following routing protocols and their sub-elements:

a. TCP/IP Internet Protocol1. Routing Information Protocol (RIP) [RFC 1058].2. Routing Information Protocol 2 (RIP2) [RFC 1723]3. Exterior Gateway Protocol (EGP) [RFC 904].4. variable length subnet masking.5. manual configuration of the broadcast address (i.e. support for all 1’s or all 0’s).6. Border Gateway Protocol (BGP) [RFC 1771 - 1774] 7. OSPF version 2 [RFC 2328].8. Intermediate System-to-Intermediate System (IS-IS) Protocol [RFC 1195] 9. IP Multicast

a. PIM [RFC 2362]b. DVMRP [RFC 1075]c. MOSPF [RFC 1584] (desirable)d. Source Specific Multicast (SSM) [RFC 3569]

b. DECnet Protocol (desirable) DECnet Phase IV routing. DECnet Phase V to Phase IV interoperability

c. XEROX Network Systems (XNS) Protocol and 3Com XNS and Xerox XNS Routing Information Protocol (RIP) including caching of routing tables (desirable).

d. Internetwork Packet Exchange (IPX) Protocol (desirable) Novell IPX Routing Information Protocol (RIP) routing Routing between Ethernet Version 2 framing to 802.3 framing between interfaces.

87

NNG06123202R

The caching of routing tables and Service Advertisement Protocol (SAP) tables (i.e. build your RIP and SAP tables and transmit a RIP or SAP table upon expiration of the update time)

e. Appletalk Protocol (desirable) Appletalk Phase II routing. Phase II router shall be configurable as a seed or non-seed router. Appletalk Update Routing Protocol (AURP).

6.6.4.4. NETWORK MANAGEMENTIn addition to the Core Network Management requirement (Section 6.1.2.), each Network Router shall include the following:

a. NTP version 3 or later, at least in client mode [RFC 1305]b. Response to ICMP echo request (ping) [RFC 792]c. Secure Shell (SSH) in server mode for both logins and file transfersd. SSH in client mode to support loginse. Support RADIUS [RFC 2865] or TACACS+ for authenticationf. Support SYSLOG [RFC 3164] for remote loggingg. Capability to disable unused or unneeded servicesh. Capability to restrict access for enabled servicesi. ISIS MIB[RFC 1195]j. Connectionless Network Protocol MIB [RFC 1238] (desirable)k. OSPF MIB [RFC 1850] (desirable)l. Appletalk MIB [RFC 1742] (desirable)m. MIB extensions for DS1 [RFC 1406; RFC 1239] and DS3 [RFC 2496; RFC 1239] (desirable)

6.6.4.5. ETHERNET CONNECTIVITYIn addition to the Ethernet requirement (Section 6.1.1.1.), all network router shall support connectivity with the following:

a. 10/100BaseT Autosensingb. 100BaseFX (desirable)c. Gigabit Ethernet (desirable)

6.7. ATM SWITCHESAt least 2 solutions each from a different OEM for Medium and Low capacity ATM switches are required. Each size switch may have different OEMs.Two types of ATM switches are required; a low capacity with a limited number network modules and an aggregate switching capacity of 2.5 GBps and a medium capacity with an aggregate switching capacity of 10GBps. The next two subsections describe the overall features of the low and medium capacity ATM switches.

6.7.1. LOW CAPACITY ATM SWITCHA Low Capacity ATM Switch such as Marconi TNX210 shall have an aggregate switching capacity of 2.5 GBps and support the following interfaces:

a. OC3cb. 100 or 155 Mbps UNI cardc. OC12 NIs d. Non-ATM interfaces such as 10/100 Ethernet, Gigabit Ethernet, and 10 Gigabit

Ethernet (desirable)

6.7.2. MEDIUM CAPACITY ATM SWITCHA Medium Capacity ATM Switch such as Marconi TNX1100 shall have an aggregate switching capacity of 10GBps and support the following interfaces:

88

NNG06123202R

a. OC3cb. 100 or 155 Mbps UNI cardc. OC12 NIs d. Non-ATM interfaces such as 10/100 Ethernet, Gigabit Ethernet, and 10 Gigabit

Ethernet (desirable)

6.7.3. ALL ATM SWITCHESAll ATM switches shall meet the requirements listed in this section6.7.3.1 CONFIGURATION OPTIONSEach ATM Switch shall provide the following configuration options:

a. Redundant SCPs b. 1 Ethernet Interface and 1 Serial Interface per SCP.c. Redundant Power Supplies fed from separate sourcesd. Standard RJ45 providing a single Ethernet connection to all SCPs installed (desirable).e. Support for MPLS Interfaces

6.7.3.2. NETWORK MANAGEMENTa. SNMP allows status information down to the interface level (desirable).b. Integrated Local Management Interface (ILMI) (desirable)c. Software bundled with the ATM to provide a GUI for VC management.

6.8. ISDN EQUIPMENTISDN equipment consists of ISDN switches and supporting hardware (6.8.1), ISDN Terminal equipment (6.8.2), Test gear (6.8.3), and Circuit Terminating Equipment (6.8.4)

6.8.1. ISDN SWITCHING EQUIPMENTISDN Switches such as Adtran Atlas 830 shall be capable of providing:

a. multiple users with PRI and/or BRI services,b. multiple PRI and/or BRI trunks to multiple service providers,c. routing a minimum of 256 directory numbers. d. support for as few as four ports for small group applications utilizing high bandwidth or hundreds or

thousands of ports for a small- to medium-sized PBX type of applicatione. a minimum 64K data, 56K restricted data, and speech. f. The following services (desirable):

IMUX capability, H.320 MCU functionality, V.35 interfaces H.323 gateway functionality.

g. SNMP management capability (desirable).

6.8.2. TERMINAL EQUIPMENTISDN Terminal equipment shall be suitable for home office and telecommuting applications. Two categories of terminal equipment shall be made available: home-office routers and portable ISDN adapters

a. Home-office Routers such as Acer AIR-7301. BRI interface

a. integrated NT-1 (desirable)2. A minimum of one Ethernet interface and a USB interface

a. four port hub (desirable)3. Two analog telephony interfaces (desirable)4. Support for NI-1, 5ESS Custom, and DMS100 Custom signaling protocols.5. Status indicators for U and or S/T interfaces on the NT-1 (desirable)

89

NNG06123202R

6. Channel use indicators for each bearer channel (desirable)7. Network Address Translation for Ethernet attached devices.

b. Portable ISDN adapters such as US Robotics External USB ISDN1. A BRI interface

a. integrated NT-1 (desirable)2. PCMCIA type II host interface or USB interface if external3. Analog telephony interface (desirable)4. Support for NI-1, 5ESS Custom, and DMS100 Custom signaling protocols.5. Status indicators for U and or S/T interfaces on the NT-1 (desirable)6. Channel use indicators for each bearer channel (desirable)

6.8.3. TEST GEARISDN Test Gear such as Trend Aurora Duet shall be capable of evaluating the quality of installed ISDN circuits.

Test Gear should at a minimum be able to perform the following functions:

a. Test gear shall be portable and operate using an internal battery.b. Test gear should weigh less than 10 lbs (desirable) c. Support testing of BRI interfacesd. Support testing of PRI interfaces (desirable)e. Verify and indicate layer 1 connectivity.f. Verify and indicate layer 2 capability.g. Display D-channel signaling in realtime.h. Record D-channel signaling (desirable).i. Upload recorded signaling to a PC via serial interface for further analysis using supplied software

(desirable).j. Place calls to an external number (specified by the user) in, at a minimum, each of these modes:

uncompressed speech, 64K data, and 56 restricted data.k. Perform Bit Error Rate Testing of supported ISDN circuits (BRI or PRI) during a call.

6.8.4. CIRCUIT TERMINATING EQUIPMENTNT-1s for use with ISDN BRI circuits convert the two-wire U interface to a four-wire S/T interface. NT-1s such as Motorola NT1D should have the following features and comply with ANSI standards T1.601-1992 on the network side and T1.605.1991 on the terminal side.

a. Wall or desk mountableb. Support point-to-point or multipoint configurationc. Built-in surge protection (desirable)d. RJ45 jacks on all interfaces.e. Internal power supply (desirable)f. supports three BRI circuits in a single chassis and power supply.

6.9. VOICE OVER INTERNET PROTOCOL (VOIP) EQUIPMENTVoice over IP shall be able to support the following standards:

a. Signaling protocols1. ITU H.323v2 protocol suite2. IETF SIP and MGCP

b. Codecs1. G.7112. G.729

c. Security1. Secure RTP (SRTP)

d. QoS1. Traffic classifications (tagging the packets) – both Layer 2 and Layer 3

90

NNG06123202R

e. Transport1. RTP/UDP

6.9.1. IP TELEPHONY SYSTEMIP Telephony System such as Cisco Call Manager shall be capable of meeting the following:

a. Scalable to support at least 25,000 simultaneous usersb. H.323 Gatewayc. SIP, Session Initiation Protocold. G.711 Codece. Support for a 5 Digit Dial Planf. Features

Voice Mail Meet Me Call Detail Record (CDR) Analog Devices Call Groups Call Transfer Call Forwarding Hold Caller ID Call Waiting Park Pick Able to program features of IP Phones and IP Softphones from a central location Programmable keys Text Messages System

6.9.2. IP SOFT PHONESIP Soft Phones such as Cisco SoftPhones shall be capable of meeting the following:

a. 802.1qb. Support DHCPc. Provide QoS to prioritize voice traffic over user datad. Soft Phones supported on Windows XP, Apple OS and UNIXe. Function as switches to connect user workstationsf. Features:

1. Volume Control2. Two-way Speaker Phones3. Programmable Keys4. Send Text Messages5. Speed Dial

6.10. ADVANCED NETWORK TECHNOLOGYSome advanced networking technologies include Satellite Network Communications, Fiber Optic Broadband and Telemetry (remote sensors). Satellite Network Communications provides support for utilization of satellite links for supporting both LANs and WANs. Fiber Optic Broadband provides for fiber optic broadband service as part of a remote access solution. Telemetry supports the transmission of data captured by instrumentation and measuring devices to a remote station, for recording and analysis.

6.11. ADDITIONAL NETWORK TECHNOLOGYBasic storage equipment in support of network management (additional technology)

91

NNG06123202R

Devices running client-oriented OSs to allow direct monitoring of network configurations (additional technology)

Supporting technology such as printers, audio/visual IT equipment, etc. (additional technology)

Network security technology, such as firewalls, VPN concentrators, Intrusion Detection Systems and Two-factor authentication (additional technology)

Image and display tools in support of networking considerations and configurations (additional technology)

6.12. NETWORK SPECIALISTSTo assist in product recommendations, installation, and support of computer systems products the following specialists shall be provided:

a. Information Assurance Network Specialist 1. Analyzes general information assurance-related technical problems and provides basic engineering

and technical support in solving these problems. Supports the integration of information assurance solutions and technologies into networks with particular attention to protocols, interfaces, and system design. Analyzes and defines security requirements for local and wide area networks. Designs, develops, engineers, and implements solutions that meet network security requirements. Responsible for integration and implementation of the network security solution. Performs vulnerability/risk analyses of computer systems and applications during all phases of the system development life cycle. Configures test beds and conducts testing, records and analyzes results, and provides recommendations for improvements for the products/systems under test. Analyzes and defines security requirement for computer systems which may include mainframes, workstations, and personal computers. Designs, develops, engineers, and implements solutions that meet security requirements. Responsible for integration and implementation of the computer system security solution. Gathers and organizes technical information about an organization’s mission goals and needs, existing security products, and ongoing programs in computer security. Performs risk analyses of computer systems and applications during all phases of the system development life cycle. Applies principles, methods, and knowledge of security to specific areas task order requirements. Test developed systems at each point of entry for ease of unregulated entry; systems resources denial; system information corruption; unlawful use of system resources; vulnerability to electronic disruption.

2. Educational Requirements: Bachelor’s degree from an accredited college or university in electrical, electronic or computer engineering, computer science, or a related field.

3. Experience Requirements: This position requires a minimum of seven years of substantial experience in system security analysis and implementation; design assurance or testing for information assurance products and systems; integration or testing for information assurance products and systems. Experience in heterogeneous computer networking technology and work in protocol and/or interface standards specification is recommended.

b. Data Communication Manager 1. Ensures that adequate and appropriate planning is provided for remote hardware and

communications facilities to develop and implement methodologies for analysis, installation and support of distributed processing client/server systems. Provides coordination in the analysis, acquisition and installation of hardware, software, and facilities. Manages the training and efforts of a staff engaged in systems and network planning, analysis, and monitoring activities.

2. Educational Requirements: High school graduate with applicable training certificate from an accredited training institution.

3. Experience Requirements: Requires 10 years experience in software/hardware LAN and WAN network design and analysis

c. Network Engineer 1. Tests and analyzes all elements of the network facilities including power, software,

communications devices, lines, modems and terminals and for the overall integration of the enterprise network. Responsible for the planning, design, installation, maintenance, management and coordination of the network. Monitors and controls the performance and status of the network resources. Utilizes software and hardware tools, identifies and diagnoses complex problems and

92

NNG06123202R

factors affecting network performance. Maintains technical currency and studies vendor products to determine those which best meet client needs. Provides guidance and direction for less experienced network support technicians

2. Educational Requirements: Bachelor’s degree from an accredited college or university in computer science, information systems, engineering or a mathematics-intensive discipline or an applicable technical training certificate from an accredited training institution.

3. Experience Requirements: Seven years of increasingly complex and progressive experience in computer system/network engineering. Includes two years of specialized experience related to the task.

d. Network/Hardware Support Technician 1. Monitors and responds to complex hardware, software and network problems utilizing a variety of

hardware and software testing tools and techniques. Provides primary interface with vendor support service groups or provides internal analysis and support to ensure appropriate notification during outages or period of degraded system performance. Provides LAN server support. Requires extensive knowledge of PC/LAN communications hardware and software in multi-protocol environment, and network management software. May function as task lead providing guidance and training for less experienced technicians.

2. Educational Requirements: High school graduate or equivalent. 3. Experience Requirements: Five years of increasingly complex and progressive experience in

computer system/network engineering. Includes two years of specialized experience related to the task.

93

NNG06123202R

7. CATEGORY B: COMPUTER SECURITY TOOLSThis section specifies software and equipment needed to support a full implementation of computer systems and infrastructure in the NASA network environment. These items may be purchased by the Government separately from computer systems but rely on standards and standard interfaces to ensure interoperability with the computer systems and the supporting networks.

7.1. SECURITY TOOLS CORE SPECIFICATIONAll mandatory security tools must meet the following specifications:

a. Compliance with NIST Federal Information Processing Standards (FIPS) requirements including FIPS 140-2 and FIPS 201, where applicable

b. Connectivity to Ethernet (100Mbps and Gigabit Ethernet), and ATM network technology shall be supported by all network attached devices specified below.

c. User extensible features in each software package, such as the ability for a user to add intrusion detection signatures, file signatures and similar features to network monitors (advanced technology)

d. Information technology products which have been evaluated and certified/validated in accordance with the provisions of the NIAP Common Criteria Evaluation and Validation Scheme and the Common Criteria Mutual Recognition Arrangement (CCMRA) and conform to the Common Criteria for IT Security Evaluation (ISO Standard 15408) (advanced technology).

e. Site License (desirable)f. Additional Licensing options (desirable)

7.2. ANTI-VIRUS SOFTWAREA managed virus scanning anti-virus solution for Windows and an anti-virus software solution for Macintosh OS systems shall be provided

7.2.1. MANAGED VIRUS SCANNINGAt least 2 solutions, each from a different Original Equipment Manufacturer (OEM), for the following anti-virus tool is required. A managed anti-virus scanning solution for Windows such as McAfee Managed VirusScan with the following minimum specifications shall be provided:

a. detects and removes computer viruses from computer systemsb. protects desktops and file serversc. web-based virus activity reportingd. Automatic server update

1. automatic desktop distribution within one hour of postinge. schedule and on-demand scansf. set exclusionsg. support for 25 seats.h. Anti-spyware (desirable)

7.2.2. VIRUS SCANNING FOR MACINTOSHAn anti-virus solution for Mac OS such as McAfee Virex with the following minimum specifications shall be provided:

a. detects and removes computer viruses from computer systemsb. protect against worms and Trojansc. Automatic virus definition updated. Schedule and on-demand scanse. support for 25 seats.f. Anti-spyware (desirable)

94

NNG06123202R

7.3. ANTI-SPAM APPLIANCEAt least 2 solutions, each from a different OEM, for the following anti-spam appliance is required. Anti-spam appliance, such as Barracuda Spam Firewall, shall be provided which at a minimum:

a. Self-contained hardware applianceb. Support at least 10,000 active e-mail usersc. Capacity of 10 million e-mails / dayd. Handle up to 5,000 domainse. 100 GB of quarantine storagef. Compatible with Microsoft Exchange, Lotus and Eudora e-mail servers

1. Compatible with all major e-mail servers (desirable)g. Gigabit Ethernet connectivityh. Web-based interfacei. Variety of protections supported:

Spam filter Virus Filter Anti-spoofing Anti-phishing Anti-spyware Denial of Service Outbound e-mail filtering

j. Spam filter functionality including: Content-based Intent analysis Keyword Blocking Multi-national Rate control Rule-based scoring SPF and Sender-ID

k. E-mail tagging, quarantine and blockingl. Whitelists and blacklists (both global and user configurable)

7.4. ANTI-SPYWARE SOFTWAREAt least 2 solutions, each from a different OEM, for the following anti-spyware tool is required. Anti-spyware software which detects and removes Spyware from systems running Windows 2000, Windows XP such as Lavasoft’s AdAware Plus, shall be provided with the following minimum specifications:

a. Protection against DLL injectionb. Protection against 3rd party uninstallc. Automated definitions file updated. Automated operatione. Automated scanningf. Quarantine supportg. Real-time monitorh. Registry protectioni. Executable file extension protectionj. Printable reportsk. Centrally managed Enterprise-based version

1. 25 client seats

7.5. SERVER LEVEL INTRUSION PROTECTION AND DETECTION SOFTWAREAt least 2 solutions, each from a different OEM, for the following intrusion protection and detection software is required. Server level intrusion protection and detection software for Windows 2000 servers such as ISS’s RealSecure Server, shall be provided with the following minimum specifications:

95

NNG06123202R

a. Automatically detect and block malicious activities1. monitor all inbound and outbound traffic

b. Multi-level protection c. Automatic, instantaneous user alerts of threatsd. Intruder data collection including IP address and hardware addresse. System logging of all illicit activityf. Automatic notification of updatesg. 25 server license

7.6. VULNERABILITY ASSESSMENT SOFTWAREVulnerability assessment software, such as ISS Internet Scanner, that scans networked devices for vulnerabilities shall be provided which at a minimum:

a. scan an entire domain, subnetwork or system to detect security vulnerabilities including: brute force password guessing backdoors cgi-bin daemons firewalls network sniffers protocol spoofing web scan Windows patches and policy issues

b. capable of scanning a local host or multiple hosts on a given networkc. capable of identifying and scanning networked devices including:

1. MAC OS, Windows, LINUX and UNIX desktop and server2. network routers and switches3. security appliances4. application routers

d. capable of identifying and scanning networked devices including:1. desktops2. servers

e. default and custom scanning policies1. searchable policy system

f. Administration access and control1. domain account registration2. database administration3. local logging4. support for administrative access to end points

g. Real-time display options to quickly identify vulnerabilities and vulnerable hostsh. Comprehensive information on root cause and remediation stepsi. 2500 seats

7.7. ENTERPRISE-WIDE TWO FACTOR AUTHENTICATION MANAGER SOFTWARETwo factor authentication software, such as RSA Authentication Manager, that verifies authentication requests and centrally administers authentication policies shall be provided which at a minimum:

a. Database replicationb. Centralized administration:

1. web-based reporting tools2. updating of security policies across the network3. native LDAP support4. remote administration and modification of user and token information

c. available for SUN Solaris OSd. support for Advanced Encryption Standard (AES):

96

NNG06123202R

1. domain account registration2. database administration3. local logging4. support for administrative access to end points

e. Real-time display options to quickly identify vulnerabilities and vulnerable hostsf. Enterprise licensing

1. up to 11 authenticating servers per realm2. 200 user authentications / sec3. up to 6 realms4. automated deployment5. 30,000 users

7.8. VIRTUAL PRIVATE NETWORKING APPLIANCEAt least 2 solutions, each from a different OEM, for the following VPN tool are required. Remote access Secure Sockets Layer (SSL) Virtual private network (VPN) appliance, such as Aventail EX-2500, shall be provided which at a minimum:

a. provide a secure end-to-end private data network over a public network infrastructureb. license for at least 1,000 concurrent HTTP clients and 100 non-HTTP clientsc. support connections using Netscape Communicator, Internet Explorer and Apple's Safari and Mozilla

Firefox browsersd. support for web applications including:

ActiveX Java applets JavaScript Flash HTML JavaScript VBScript Web e-mail via Lotus Notes and Outlook Web Access

e. Terminal Services including: Citrix Metaframe Microsoft Terminal Server X11

f. Client support non-HTTP applications including: ActiveX Java applet

g. SSL tunnelinga. support TCP/UDPb. support Dynamic TSP/UDP

h. support SMB/CIFS file sharing; i. support the following authentication methods: local user ID/password, LDAP, Active Directory,

ActivCard ActivPack, RADIUS, Windows NT Domain and RSA SecurID, X.509 digital certificatesj. granular access control and authorization:

a. user- and group-based memberships, b. role-based access, c. LDAP/AD attributes,

k. Three 10/100/1000 Base-T Ethernet portsl. support for Apple, Linux and Microsoft Windows client OSm. FIPS 140-2 compliancen. Central administration, monitoring and reportingo. Load balancing options

97

NNG06123202R

7.9. BIOMETRIC SCANNING DEVICESAt least 2 solutions, each from a different OEM, for the following biometric scanning tool is required. Biometric scanning devices to provide fingerprint-based secure access to computer systems, such as SecuGen Hamster III, shall be provided which at a minimum:

a. Compliant with SP 800-73 (data APIs) and SP 800-76 (biometric data specification)b. USB connectivityc. portabled. accessible for any fingere. integrated finger guidef. optical sensorg. latent print image removalh. encryption of fingerprint templatesi. 500 dpi resolutionj. Verification time of less than 1 seck. Software to allow fingerprint based logon and file encryptionl. Windows XP support

1. Linux support (desirable)m. Fingerprint-based scanner for access to facilities, computer rooms, etc (desirable)n. Retina and iris scanning devices and other forms of biometric scanning devices (advanced technology)

7.10. SMART CARD READERSAt least 2 solutions, each from a different OEM, for the following smart card reader is required. Smart card reader devices to provide smart card secure access to computer systems, such as SCM Microsystems SCR3311, shall be provided which at a minimum:

a. Compliant with SP 800-73 (data APIs) and SP 800-78 (card specification)b. USB connectivityc. portabled. T=0, T=1 Protocol supporte. 344,000 bps speedf. Support ISO 7816 Class A and AB smart cardg. Windows XP, MAC OS, Sun Solaris and Linux OS supporth. Readers for access to facilities, computer rooms, etc (desirable)

7.11. ADDITIONAL SECURITY TECHNOLOGYBasic storage equipment in support of security tools (additional technology)

Basic network equipment in support of security tools (additional technology)

Devices running client-oriented OSs to allow interfacing with security tools (additional technology)

Supporting technology such as printers, scanners, etc. in support of security tools (additional technology)

Image and display tools in support of security considerations and configurations (additional technology)

7.12. INFORMATION ASSURANCE SPECIALISTSTo assist in product recommendations, installation, and support of computer systems products the following specialists shall be provided:

a. Information Assurance Consulting Engineer 1. Establishes and satisfies system-wide information security requirements based upon the analysis

of user, policy, regulatory, and resource demands. Supports customers at the highest levels in the development and implementation of doctrine and policies. Provides leadership and guidance in the development, design and application of solutions implemented by more junior staff members. May have management responsibilities when assigned. Coordinates with senior representatives

98

NNG06123202R

within the customer organizations to address program goals, milestones, resources and risks. Applies expertise to government and commercial common user systems, as well as to dedicated special purpose systems requiring specialized security features and procedures. Examples could include classified intelligence and command and control-related networks.

2. Educational Requirements: Master’s degree from an accredited college or university in Computer Science, Information Systems, Engineering, Business, or other related scientific or technical disciplines. Requires an expert understanding of security policy advocated by the U.S. Government.

3. Experience Requirements: This position requires 10 years of substantial experience in development and implementation of information assurance technology programs and policy.

b. Information Assurance Development Engineer 1. Analyzes and defines security requirement for computer systems which may include mainframes,

workstations, and personal computers. Designs, develops, engineers, and implements solutions that meet security requirements. Responsible for integration and implementation of the computer system security solution. Gathers and organizes technical information about an organization’s mission goals and needs, existing security products, and ongoing programs in computer security. Performs risk analyses of computer systems and applications during all phases of the system development life cycle.

2. Educational Requirements: Bachelor’s degree from an accredited college or university in Electrical Engineering, Computer Science, or a related field.

3. Experience Requirements: This position requires a minimum of seven years of substantial experience in the design and development of SECURE command/control/ communications and intelligence (C31) and/or SECURE command/control/ communications/computer and intelligence (C41) systems or experience in providing information system security support for such systems. General experience includes information system requirements analysis, system design, implementation, and testing..

c. Information Assurance Network Specialist 1. Analyzes general information assurance-related technical problems and provides basic engineering

and technical support in solving these problems. Supports the integration of information assurance solutions and technologies into networks with particular attention to protocols, interfaces, and system design. Analyzes and defines security requirements for local and wide area networks. Designs, develops, engineers, and implements solutions that meet network security requirements. Responsible for integration and implementation of the network security solution. Performs vulnerability/risk analyses of computer systems and applications during all phases of the system development life cycle. Configures test beds and conducts testing, records and analyzes results, and provides recommendations for improvements for the products/systems under test. Analyzes and defines security requirement for computer systems which may include mainframes, workstations, and personal computers. Designs, develops, engineers, and implements solutions that meet security requirements. Responsible for integration and implementation of the computer system security solution. Gathers and organizes technical information about an organization’s mission goals and needs, existing security products, and ongoing programs in computer security. Performs risk analyses of computer systems and applications during all phases of the system development life cycle. Applies principles, methods, and knowledge of security to specific areas task order requirements. Test developed systems at each point of entry for ease of unregulated entry; systems resources denial; system information corruption; unlawful use of system resources; vulnerability to electronic disruption.

2. Educational Requirements: Bachelor’s degree from an accredited college or university in electrical, electronic or computer engineering, computer science, or a related field.

3. Experience Requirements: This position requires a minimum of seven years of substantial experience in system security analysis and implementation; design assurance or testing for information assurance products and systems; integration or testing for information assurance products and systems. Experience in heterogeneous computer networking technology and work in protocol and/or interface standards specification is recommended.

d. Information Assurance Applications Analyst 1. Analyzes complex information assurance requirements based on direct interface with customers,

supports the design, development and integration of software-based solutions. Software

99

NNG06123202R

applications to include cryptographic solutions that provide and/or enhance the security of individual platforms, systems or networks. Supports the development and enhancement of user interfaces to existing information assurance software. Designs test scenarios, exercises and simulations and supports testing of new and enhanced software products. Provides work direction and guidance to other personnel; ensures accuracy of the work of other personnel, operates under deadlines, able to work on multiple tasks..

2. Educational Requirements: Bachelor’s degree from an accredited college or university in Electrical, Electronic or Computer Engineering, Computer Science or a related field.

3. Experience Requirements: Seven years, experience in software engineering including demonstrated experience in designing, developing/programming information assurance-related software. Experience in designing and developing large software systems is required.

100

NNG06123202R

8. CATEGORY B: COMPUTER SYSTEM STORAGE DEVICESThis section describes the technical requirements for Storage Devices which complement and support the Computer Systems in Category A.

8.1. STORAGE DEVICES CORE SPECIFICATIONProposed storage devices shall provide:

a. be attachable to a SCSI III controller [ANSI X3.253-1998], Ultra-SCSI, Fibre Channel, ATA, or Serial-ATA controllers1. An option to select either Fibre Channel or SCSI connections (desirable) 2. Advanced versions of SCSI and other standard I/O controller technologies capable of greater

configuration flexibility and higher throughput including ESCON controllers (advanced technology)

b. devices which are upgradeable and flexible in hardware configuration; e.g. standard housings/sleds which can accommodate different drive capacities/types, (advanced technology)

c. shall be field installable including all necessary cabling and documentation for installation.d. shall provide error detection.e. shall be attachable to a network (desirable)

Proposed storage devices shall support:

f. at least one of the following UNIX/Linux computer system platforms: SUN, SGI, IBM, HP, Apple OS X, Linux Kernel 2.4.1. attachable to any standard UNIX platform (desirable)2. attachable to other OS’s such as Windows XP (desirable)

g. Storage Technology that addresses virtual tape, solid state, electronic DASD, and sharing of disk storage between mainframe and UNIX computer systems (advanced technology)

8.2. STORAGE DEVICES CONFIGURATIONThe following devices must be provided:

a. 32x CD-RW drive.1. External drive2. Access Speed of 110 msec

b. DVD/CD RW Drive1. External drive2. 16X DVD-ROM3. 24X CD-RW4. Access Speed of 120 msec (DVD)

c. the following single tape devices:1. 4-mm DAT;

a. External Driveb. 36GB capacity (native)c. Data transfer rate 3 MB/sec native

2. digital linear tape (SDLT);a. External Driveb. 300GB capacity (native)c. Data transfer rate 36 MB/sec native

3. STK 9940a. Emulation modes including 3490 and 3590b. 200GB capacity (native)c. Data transfer rate 30 MB/sec native

4. LTO Ultrium;a. External Driveb. 400GB capacity (native)

101

NNG06123202R

c. Data transfer rate 30 MBps native with Ultrium 2 mediad. Data transfer rate 80 MBps native with Ultrium 3 mediae. LTO Ultrium 2 and Ultrium 3 tape format

d. desktop library systems/Autoloaders which handle the following media and capacity and include all drives and controllers to support the stated capacity:1. SDLT

a. 16 tape slotsb. Tape drivec. 2.5 TB capacity (native)d. Data transfer rate 16 MB/sec native

2. LTO Ultriuma. 40 tape slotsb. Tape drivec. 16 TB capacity (native)d. Data transfer rate 80 MBps native with Ultrium 3 media

e. Enterprise library systems which handle the following media and capacity. The proposed products must include the tape drives, controllers, etc that meet the required capacity:1. LTO Ultrium

a. 240 tape slotsb. 8 drive bays including drivesc. 49 TB capacity for Ultrium 2 media(native)d. 96 TB capacity for Ultrium 3 media (native)e. Aggregate data transfer rate 2.3 TB/hr (native) with 8 Ultrium 3 drives

2. SDLT 960a. 595 tape slotsb. 16 drive bays including drivesc. 178 TB capacity (native)d. Aggregate data transfer rate 2 TB/hr (native) with 16 drives

f. Large robotic device which handle the following media and capacity (uncompressed values). Note: “expandable to” means that a single computer server platform has direct access to the storage device(s) providing the required amount of storage. The expansion can be done through single or multiple enclosures with connections as defined in Section 8.1.a:

1. basic configuration of at least 434 TB (native) and 64 drives2. expandable to 60 PB (native)3. Audit time of under 60 minutes4. Average cell to drive time of less than 10 sec5. Expandable to 2000 drives6. Non-disruptive serviceability7. Configurable to support SDLT 600, STK 9940, STK 9840, LTO Ultrium 2 and LTO Ultrium

3 bays and drives.g. Support for:

1. hardware performance enhancements such as controller caching and in-line compression, (advanced technology)

h. at least 2 RAID devices:1. Blade array (RAID level 0, 1, 4, and 5):

a. at least 3 TB (native), b. Up to 320 MB/s read and 190 MB/s write (RAID 5)c. Continual event monitoringd. Major components must be hot-swappable

2. Scalable RAID (RAID level 5): a. at least 6 TB (usable), b. expandable to 30 TB (usable)c. expandable to at least 12 FC interfaced. transfer rate of 200 MB/sec per FC interfacee. Other RAID levels (desirable)

i. hard disk drive :

102

NNG06123202R

1. with formatted 512 Kbytes/Sector disk space of 250 GB2. External transfer rate of 20 Mbytes / sec when over FC3. Average latency of 2 msec4. Seek time average read of 3.5 msec5. Seek time average write of 4 msec6. Seek time track-to-track read of 0.2 msec7. Seek time track-to-track write of 0.4 msec

8.3. STORAGE DEVICES SOFTWAREThe following Storage related software must be provided:

a. Hierarchical Mass Storage Software:1. A commercially available software product that provides:

a. Initial license for up to 75 TB of datab. locate, mount, read and write(except CD-ROMs) tapes or disks in the jukeboxes.c. support UNIX native file system user calls and commands, e.g. “ls”, “touch”, etc.d. support access at hard disk storage speed to the most frequently/recently accessed files. e. ‘vault’ media and provide a means of notifying the operator to retrieve a ‘vaulted’ media

when an ‘old’ file is requested. f. employ a ‘nameserver’ and ‘tapeserver’ or similar means for locating files on media.g. provide utilities for backup and recovery of critical databasesh. repack function (repack tapes to remove deleted files)i. log major activities of software components for system monitoring.j. write multiple tape copies of a filek. scale up to at least 10 Pbyte, providing the user a way to build up to full use of the mass

storage systeml. allow for multiple hierarchies based on various file attributes

b. Other software to assist in the storage and retrieval of data (desirable)c. Other software in support of RAID and DASD technology (advanced technology)

8.4. ADDITIONAL STORAGE TECHNOLOGYBasic network equipment in support of SAN and other network storage configurations (additional technology)

Devices running client-oriented OSs to allow direct monitoring of storage configurations (additional technology)

Supporting technology such as printers, audio/visual IT equipment, etc. in support of storage configurations (additional technology)

Systems/storage security technology (additional technology)

Image and display tools in support of storage configurations (additional technology)

8.5. STORAGE SPECIALISTSTo assist in product recommendations, installation, and support of computer systems products the following specialists shall be provided:

a. Information Assurance Storage Specialist 1. Analyzes general information assurance-related technical problems and provides basic engineering

and technical support in solving these problems. Supports the integration of information assurance solutions and technologies into storage equipment and any connected networks with particular attention to protocols, interfaces, and system design. Analyzes and defines security requirements for storage area networks. Designs, develops, engineers, and implements solutions that meet network and storage security requirements. Responsible for integration and implementation of the storage security solution. Performs vulnerability/risk analyses of computer systems and applications during all phases of the system development life cycle. Configures test

103

NNG06123202R

beds and conducts testing, records and analyzes results, and provides recommendations for improvements for the products/systems under test. Analyzes and defines security requirement for computer systems which may include mainframes, workstations, and personal computers. Designs, develops, engineers, and implements solutions that meet security requirements. Responsible for integration and implementation of the computer system security solution. Gathers and organizes technical information about an organization’s mission goals and needs, existing security products, and ongoing programs in computer security. Performs risk analyses of computer systems and applications during all phases of the system development life cycle. Applies principles, methods, and knowledge of security to specific areas task order requirements. Test developed systems at each point of entry for ease of unregulated entry; systems resources denial; system information corruption; unlawful use of system resources; vulnerability to electronic disruption.

2. Educational Requirements: Bachelor’s degree from an accredited college or university in electrical, electronic or computer engineering, computer science, or a related field.

3. Experience Requirements: This position requires a minimum of seven years of substantial experience in system security analysis and implementation; design assurance or testing for information assurance products and systems; integration or testing for information assurance products and systems. Experience in heterogeneous computer networking technology and work in protocol and/or interface standards specification is recommended.

b. Storage/Hardware Engineer 1. Tests and analyzes all elements of the storage facilities including power, software, mass storage

devices, communications devices, computer systems and terminals and for the overall integration of the enterprise network. Responsible for the planning, design, installation, maintenance, management and coordination of the storage systems. Monitors and controls the performance and status of the storage resources. Utilizes software and hardware tools, identifies and diagnoses complex problems and factors affecting storage performance. Maintains technical currency and studies vendor products to determine those which best meet client needs. Provides guidance and direction for less experienced storage support technicians.

2. Educational Requirements: Bachelor’s degree from an accredited college or university in computer science, information systems, engineering or a mathematics-intensive discipline or an applicable technical training certificate from an accredited training institution.

3. Experience Requirements: Seven years of increasingly complex and progressive experience in computer system/network engineering. Includes two years of specialized experience related to the task.

c. Technician 1. Provides high level functional and IT analysis, design, development, integration, documentation,

and implementation assistance on problems which require a thorough knowledge of the related technical subject matter for effective system deployment. Participates in all phases of systems development. Applies principles and methods of the functional area to difficult problems in technical areas to arrive at automated solutions. Designs and prepares technical reports and related documentation, and makes charts and graphs to record results. Prepares and delivers presentations and briefings as required by the task order.

2. Educational Requirements: High school graduate or equivalent. 3. Experience Requirements: Ten years of intensive and progressive experience in functional or IT

analysis/programming of subject matter closely related to the work to be automated

104

NNG06123202R

9. CATEGORY B: ADVANCED VIDEO AND CONFERENCE TOOLSDigital Video Equipment shall adhere to the Digital Television Standards for the National Aeronautics and Space Administration (NASA) (NASA-STD 2818 dated April 4, 2000) (This NASA standard may be viewed and downloaded from the NASA Standards Home Page: http://standards.nasa.gov) for picture formats, video/audio signal sampling, and compression for recording and data transfer. Applicable standards are referenced to the American National Standards Institute (ANSI), the Society of Motion Picture and Television Engineers (SMPTE), and the Audio Engineering Society (AES) published standards. Video and Conference Devices may be grouped into several categorizes.

Where HDTV is required the following standards must be met:

Progressive scanning method 1:1

Active picture pixel size of 1280X720 at 59.94/60 HZ

16:9 Aspect Ratio

Where SDTV is required the following standards must be met:

Interlace scanning method 2:1

Active picture pixel size of 720X480 at 29.97 HZ

>= 4:3 Aspect Ratio

9.1. VIDEO ACQUISITION DEVICESThe following video acquisition devices shall be provided:

a.        HDTV Studio Camera Systems such as the Grass Valley LDK6000 (Studio) including:1.        Three 2/3-inch type 16:9 FT or FIT CCD imagers each with 921600 or greater pixels that

conform to 1280 (H) x 720 (V) CIF (Common Image Format)2.        Image Format conversion available from Studio Type cameras equipped with Camera Control

Unit (CCU) to other HDTV formats, such as 1080 interlace and down-conversion to Standard Definition 480/60i in widescreen or 4:3 mode.

3.        Minimum of 12 bit Analog–to-Digital conversion from the sensors and internal processing (SMPTE-292M HDTV interface standard only allows 10-bit signals).

4.        SMPTE-292M-1998 output available. 5.        Signal-to-noise ratio of 54dB 6.        Horizontal resolution > 700 TV Lines Per Picture Height 7.        6" or greater HDTV LCD viewfinder.

b. Professional Digital Single Lens Reflex (SLR) Camera such as the Canon Eos 5D with the following minimum specifications:1. High-sensitivity, High-resolution, Single-plate CMOS Sensor2. 12.8 megapixels3. 3:2 (Horizontal:Vertical) Aspect Ratio4. support for the following optional file types / sizes

Large/Fine: 4.6MB Large/Normal 2.3MB Medium/Fine: 2.7MB Medium/Normal: 1.4MB Small/Fine: 2.0MB Small/Normal: 1.0MB RAW: 12.9MB

5. Combination of preset and user-defined picture style function with individual adjustments for sharpness, contrast, saturation and color tone

6. movie mode with sound (desirable)7. USB 2.0 interface8. NTSC/PAL video output interface (desirable)9. Eye-level SLR Viewfinder with 96% horizontally and vertically coverage against JPEG Large

105

Tom Butler, 01/03/-1,
Page: 2 Digital Television Standards for the National Aeronautics and Space Administration (NASA) current version is DRAFT – Ver. 3.5 dated 23 January 2000. This is a working document. It is anticipated that the official release will be in the near future.

NNG06123202R

10. Focusing modes of: Autofocus, (One-Shot AF, Predictive AI Servo AF, AI Focus AF (automatic switching between One-Shot/Predictive AI Servo AF)) and Manual Focus (MF)

11. Exposure Control Systems: Program AE (Shiftable), Shutter speed-priority AE, Aperture-priority AE, Full Auto, E-TTL II autoflash program AE, Manual exposure

12. ISO Speed ranges: Equivalent to ISO 100-1600 (in 1/3-stop increments)13. Shutter Speeds of 1/8000 to 30 sec. (1/3-stop increments), X-sync at 1/200 sec.14. Self timer shutter release with option of 2 sec. or 10 sec timing delay15. Continuous Shooting Speed of 3 fps at 1/250 sec. or faster for all recording quality settings16. Include the following lenses: EF 20-35 mm, f/3.5-4.5 USM ultra-wide zoom; EF 24-85mm, f/3.5-

4.5 USM standard zooma. Other lenses including telephoto, wide-angle, and tilt-shift, etc. (desirable)

c. Conference room double bay multimedia lectern with semi-recessed (up to 18 inch) LCD flat panel display2. height adjustable monitor support3. storage area with locking doors4. remote-switched, surge-protected 6-outlet power strip5. Pullout platform for keyboard / mouse6. Approximate size of 54X26X42 inches (Width x Depth x Height)

d. DV VTR with DVCAM Playback7. NTSC/PAL switchable8. Following media formats: Record: DV, Mini-DV, Playback: DV, Mini-DV, DVCAM9. IEEE 1394 interface10. Y: 13.5 MHz sampling frequency11. 8-bit quantization12. Recording format: DV25 (480i, 576i)13. Playback format: 480i, 576i14. 2 channel, 48 kHz, 16 bit audio15. SMPTE timecode

e. Production Console 24 Fader Digital Console complete with1. 24 - Mic preamps with selectable phantom power2. 30- AES/EBU inputs, for inserts, recorders, etc. (64 single channels)3. 16- AES/EBU inputs with “SFC” (32 single channels)4. 12- Analog Stereo line I/O’s for inserts, etc.5. 8- Analog mono Masters outputs6. 4- AES/EBU Master outputs7. 4- AES/EBU Subgroups outputs8. 4- Analog Aux Sends9. 8- Digital n-1 outputs10. 4- Digital Aux Sends11. Analog PFL outputs12. Studio monitor13. Control room monitor outputs (5+1)14. 33- AES/EBU outputs, for inserts, recorders, etc. (66 single channels)15. Channels MADI optical 1/O for Multitrack16. 8- DSP Cards complete with AES/EBU I/O’s17. Controller Board

f. Studio lighting including 750 watts of high impact strobe outputg. High-output supercardioid dynamic vocal microphone:

1. frequency response from 50 to 16,000 Hz2. Output level at 1,000 Hz: Open circuit voltage of -51.5 dBV/Pa (2.6 mV)3. Rated impedance of 150 ohms4. adjustable slip stand adaptor

9.2. PRODUCTION AND POST PRODUCTION DEVICESThe following Videotape Production and Post Production Devices shall be provided:

106

NNG06123202R

a. Digital production console with the following minimum specifications:1. 96kHz digital mixing console with selectable operation up to 192 kHz

a. 92 input, 100 output matrix at 96 Hz2. FireWire I/O card3. Dual 15” touch-screen graphic user interfaces4. Full channel processing package including dual DSP inserts, parametric EQ and dynamics section5. Full surround mixing and monitoring6. Insert points for accessing external processing equipment from any channel, aux or bus7. tape style transport with memory location recall8. LTC (SMPTE), MTC, MMC and World Clock sync9. scalable metering ranges10. Full control room functions including dual phones, talkback, surround level control and reference

level calibration11. USB 2.0 ports

b. HDTV Upconverter to allow display of all video sources in high definition resolutions1. Following inputs:

3 - RCA Video jacks 3 - S-VHS  jacks 3 - Component video jacks (480i/480p, 720p, 1080i) 1 - 125 channel cable ready TV tuner (analog) 9 -  R+L RCA Audio jacks

2. Following outputs: HDTV Component jack R + L RCA jack

3. Video Input: Std. Definition 480 interlaced or progressive scan 480p,  and HD sources of 720p and 1080i

4. Video Output: HDTV 480p, 720p or 1080i resolutions as well as additional output resolutions for fixed pixel display devices of  852 x 480p, 1024 x 768, 1280 x 768p, 1366 x 768p, 1920 x 540p

c. HD Multi-standard, Multi-format Waveform Monitor such as Tektronix WFM700a with features including:1. Monitor SD and HD digital component video2. gamut monitoring3. digital video signal components in either an RGB, YRGB, YPbPr color space, displayed in parade

or overlay mode 4. composite representation of an SDI digital signal. 5. waveform display controls including:

1-line, 2-line, 1-field, and 2-field sweep selections Line and field selects Flat and low-pass filtering 1x, 5x, 10x and variable gain settings 0% and 7.5% setup levels in the composite waveform representation Offset and aligned chroma settings in YPbPr color space Horizontal magnification Selectable graticules including mV, IRE, and % scales

6. Automatic detection of a wide range of signal formatsd. HDTV Logo Inserter such as the Evertz HD9625LG with specifications including:

1. Digital video input/output of SMPTE 292M 1.485Gb/s (1080i/59.94, 1080i/50, 720p/59.94, 480-/59.94

2. Store and insert animated and static logos3. Multiple simultaneous logos with independent fade control4. 12-bit linear fade-in and fade-out control5. Front panel, RS-422 remote control and GPI contact closure6. Software to download logos from standard PC using Ethernet 7. TTF Support for CG functions8. Preview output for full logo preview 9. 128 MB of storage

107

NNG06123202R

e. HD DVE System w/ Control Panel including:1. Twin Channels for use as Dual Video or Video/Key2. SurfaceFX Textures & Single Light Source each channel

(1) Dual light source (desirable)3. Ultrawarp Nonlinear Effects4. Z Axis Combiner5. Mosaic, Multipictures, Border, Crop6. Two Color suppurate7. Time Frame Effects Editor8. High Level Motion Path Control9. Global Channel with Nested Source & Target Spaces10. Control Panel with Internal Floppy Disk Drive

f. Audio Post Production Editing Software for audio editing and sound design application1. Mac-OS Version2. Supported input file types: AIFF, WAV, MP3, SDII, NeXT, QuickTime and STAP (Soundtrack

Audio Project) file playback support 3. Supported output and export filetypes: non-destructively as STAP files or destructively as AIFF,

WAV, SDII or NeXT 4. identify and repair common audio problems such as background noise, clicks, pops and hums5. professional effects for equalization, compression and reverb and other sound effects6. multi-track editing and a console-style mixer

9.3. TRANSMISSION AND DISTRIBUTION DEVICESThe following Transmission and Distribution Devices must be provided:

a. HD/SD Video Router such as Quartz Topaz-HD, providing at least the following specifications:1. 32x32 HD-SDI Routing System2. 1.5Gb/s bandwidth 3. Redundant Power Supply4. Automatic sample rate detection5. Up to 95m of cable equalization6. support for dual link operation

9.4. AUDIO VIDEO MONITOR AND DISPLAY DEVICESThe following Audio Video Monitor and Display Devices must be provided:

a. Surround sound speakers1. 5.1 configuration with 5 satellites, 1 center channel and 1 subwoofer2. total RMS Power: 315 Watts RMS3. Total peak power: 630 Watts4. Maximum SPL: 103 dB5. Frequency response: 35 Hz - 20 kHz 6. Input impedance: 9,500 ohms 7. 6-channel direct

b. 30 inch HD Monitor1. 30” diagonal screen size2. Widescreen Aspect ratio of 16:93. flat screen4. progressive scan5. Broadcast Format Displayed:1080i (HDTV), 540p6. Broadcast Format Supported:1080i (HDTV), 480i (SDTV), 480p (EDTV), 720p (HDTV)7. Broadcast Format: ATSC (Digital), NTSC (analog) 8. Input: A/V (Composite), Analog Coaxial(RF), Component Video, HDMI, S-Video 9. Output: A/V (RCA Composite), Variable/Fixed Audio

c. Wall mountable 42” Wide Plasma Display1. Color device with up to 2,048 shades of gradation

108

NNG06123202R

2. 42 inch diagonal screen size3. Native resolution at least 1024X768 4. .897(horizontal)x.675(vertical)mm dot pitch5. Typical brightness of 250 cd/m2

6. Image contrast ratio of 3000:17. VGA, SVGA, XGA, SXGA, UXGA (compressed) PC signal compatibility 8. Energy Star compliant

9.5. VIRTUAL ENVIRONMENT DEVICESThe following Virtual Environment Devices must be provided:

a. Immersion Desk / virtual modeling station such as the Fakespace M1 Desk1. 44" diagonal high-resolution visualization screen2. 15 to 60 degree adjustable desktop angle3. 8 inch CRT projector with stereoscopic enhancements4. active shutter stereoscopic glasses5. head tracking for correct perspective based on head position

b. Flat, large-scale stereoscopic and monoscopic visualization such as the Fakespace PowerWall:1. Two channel system – soft screen 6 feet (height) X 14 feet wide2. multi-projector tiling3. 1600X1200 resolution per channel digital active stereo4. up to 12000 lumens digital projection

c. Tactile glove haptic device such as the Immersion Corp. CyberGlove1. Sensor Resolution: 0.5 degrees (typ.) 2. Sensor Repeatability: 1 degree (typical standard deviation between glove wearings) 3. Sensor Linearity: 0.6% maximum nonlinearity over full joint range 4. Sensor Data Rate: 150 records/sec (unfiltered); 112 records/sec (filtered). Programmable sample

period of polled I/O. (Rates listed are for 18-sensor records at 115.2 kbaud. Higher rates possible with fewer sensors enabled.)

5. One size fits most; 10 ft. glove cable standard6. Interface: RS-232 (115.2 kbaud max).

9.6. ADDITIONAL VIDEO AND DISPLAY TECHNOLOGYDevices running client-oriented OSs to allow running of image and display related tools (additional technology)

Basic storage equipment in support of image and display related tools (additional technology)

Basic network equipment in support of image and display related tools (additional technology)

Supporting technology such as printers, scanners, etc. in support of image and display related tools (additional technology)

Security tools to support of image and display related tools (additional technology)

109

NNG06123202R

10. CATEGORY B: MULTI-FUNCTIONAL PRINTERSThis section specifies equipment commonly referred to as Multi-functional printers (MFP) which are single devices that serve several functions, including printing, scanning, faxing and photocopying. This class provides for both purchase of the devices, either singly or in bulk, as well as a servicing structure wherein the devices remain the property of the Contractor with Government payment for the usage, servicing and provisioning of those devices.

The mandatory requirements in this class can be categorized as the following:

Purchased Medium volume monochrome MFP with warranty; consumables purchased separately Contractor supplied and maintained Medium volume monochrome MFP with warranty and

consumables included Purchased High volume monochrome MFP with warranty; consumables purchased separately Contractor supplied and maintained High volume monochrome MFP with warranty and consumables

included Purchased Medium volume color MFP with warranty; consumables purchased separately Contractor supplied and maintained Medium volume color MFP with warranty and consumables

included Consumables such as paper, toner, staplers, etc.

10.1. CORE MFP REQUIREMENTSAll mandatory MFP devices must meet the following specifications and requirements:

a. Fully Automatic Duplexing (1-2, 2-2, and 2-1)b. Auto Document Feeder (capable of handling up to 11 x 17 paper)c. Full offset stacking capability (with no sorter bins required)d. Minimum of 512 MB RAMe. Minimum of two (2) adjustable paper trays with capacity up to 500 sheets each and for various paper sizes

(letter, ledger, & 11 x 17)f. Finishing - automatic stapling capabilities, that can staple a minimum of 25 sheets of 20 lb. paper g. Reduction and Enlargement in pre-set and in zoom (25% to 400%)h. Reproduce pages from bound documents, such as case bound books and magazines without distortioni. Reproduction quality must be able to reproduce technical reports that typically contain schlierens,

interferometers, shadow graphs, vapor screens, solids, patterns, tones, lines and grids, and number 2 graphite pencil drawings

j. Reproduce black and white transparencies utilizing a variety of transparency brands k. Image overwrite security features that completely delete all files after printingl. Network Authentication that validates network user names and passwordsm. Standard 10Base-T/100Base-TX, IEEE 1284 parallel interface

1. Optional interfaces include IEEE 802.11b Wireless LAN, IEEE1394, USB 2.0, and Bluetooth (desirable)

Each MFP must be capable of scanning, faxing and printing as described in the following sections.

10.1.1. CORE SCANNER FUNCTIONALITYThe scanner functionality of the MFP must provide:a. Resolution –200to 600 dpib. Optical Character Recognition (OCR) softwarec. Scan from Black/White, gray scale, and/or colord. Scan to desktop, e-mail, or to network folders to formats including but not limited to: TIFF/TIFF-F/Multi-

page TIFF/PDF/ JPEGe. Ability to scan single-sided or duplex originals without intervention.f. Solution for encrypted point-to-point scanning (printer to desktop).g. Scans max paper size 11 x 17 at 600 dpi with 256 grayscale incrementsh. Scan no faster than the document feederi. SMTP and POP before SMTP authentication

110

NNG06123202R

j. TWAIN scanning to provide alternative scanning options for networked users

10.1.2. CORE FAX FUNCTIONALITYThe fax functionality of the MFP must provide:

a. Fax to Faxb. Internet faxing (desirable)c. Group dialingd. Quick dialinge. Page by page job status at the machinef. Transmission confirmationg. Minimum of three G3 fax lines for configuration to support simultaneous fax transmission and

reception in high volume environments with auto fallback (desirable)h. Full Dual Access allows simultaneous document scanning and fax receptioni. Automatically stores incoming faxes in memory in the event paper or toner runs out

10.1.3. CORE PRINT FUNCTIONALITYThe print functionality of the MFP must provide:a. Resolution minimum 600 dpib. Automatic stapling capabilities, multi-position portrait/landscapec. Output tray selectiond. Secure print function, which permits the user to print using an identification code/name.e. Printer language – PCL6, PCL5e, Adobe Postscriptf. Support downloadable fontsg. PCS icon-based print driver interfaceh. Manage print jobs along with entire system with IP address and Smart Device Monitor software or

standard web browseri. Programs up to 8 jobs into memoryj. Minimum of 28 pages per minute

10.2. MEDIUM VOLUME MONOCHROME MFP REQUIREMENTSThe medium volume MFP device must meet the core requirements in Section 10.1 and the following requirements:

a. Monthly volume up to 30,000 sheets per month

10.3. HIGH VOLUME MONOCHROME MFP REQUIREMENTSThe high volume MFP device must meet the core requirements in Section 10.1 and the following requirements:

a. Monthly volume between 30,000 and 125,000 sheets per monthb. Minimum of two (2) adjustable paper trays with capacity up to 500 sheets each and for various paper

sizes (letter, ledger, & 11 x 17) and optional large capacity trays with a capacity up to 2,500 sheetsc. Multi-position stapling for portrait/landscape documents

10.4. MEDIUM VOLUME COLOR MFP REQUIREMENTSThe medium volume color MFP device must meet the core requirements in Section 10.1 except for the following modifications and additions to the core:

a. Standard 768 MB RAM & no less than 40 GB Hard driveb. 600 dpi x 600 dpi (scanning) c. 1,800 to 2,400 dpi equivalent x 600 dpi (printing)d. Dedicated Color Print controller (internal or external), standard 128 MB RAM upgradeable to 256 MB

RAM, and no less than 10 GB hard drivee. Printer: 30 ppm

111

NNG06123202R

10.5. MFP CONSUMABLESAt a minimum, the following consumables must be provided:

a. Staples – supply for medium volume monochrome printerb. Toner – supply for medium volume monochrome printerc. Paper:

1. 8.5" x 11" White; 5,000 sheets per case2. 8.5" x 14" White; 4,000 sheets per case3. 11" x 17" White; 2,500 sheets per case4. 110-pound card stock (desirable)

112

NNG06123202R

11. REFERENCESANSI INCITS 362-2002 SCSI Parallel Interface-4 (SPI-4) ANSI X3.64-1979/R1990 Keyboard encoding standardANSI T1.606 Frame Relay Protocols with LMI ExtensionsANSI T1.601-1992 ISDN U InterfaceANSI T1.605.1992 ISDN ST InterfaceANSI X3.253:1998 SCSI-3 Parallel Interface (SPI)

EIA RS-232-C Interface between Data Terminal Equipment and Data Communication Equipment

IEEE 754 Floating Point Format (32 and 64 bit)IEEE 754-1985(R1990) IEEE Standard for Binary Floating-Point ArithmeticIEEE 802.11 Wireless LAN Medium Access Control (MAC) and Physical Layer (PHY)IEEE 802.11b Higher speed Physical Layer (PHY) extension in the 2.4 GHz bandIEEE 802.1c LAN/MAN Management (15802-2-1995)IEEE 802.11p Wireless Access for the Vehicular Environment (WAVE)IEEE 802.1x Port Based Network Access ControlIEEE 802.3 Ethernet SpecificationIEEE 1394 and IEEE 1394a Firewire interfaceIEEE 1284 Standard Signaling Method for Bi-directional Parallel Peripheral Interface for Personal ComputersIEEE 1003.1-1990 Portable Operating System Interface Exchange (POSIX) Full Use Interface Definition

ISO/IEC 14882:1998 C++ compilerISO/IEC 1539-1:1997 Fortran 95 compilerISO 7816 Contact smart cardISO 8802/1 LAN/MAN ManagementISO 8802/2 Logical Link Control Type 1 (LLC1)ISO 8802/3 Ethernet SpecificationISO 15408 Common Criteria for IT Security Evaluation

RFC 768 User Datagram Protocol (UDP) RFC 791 Internet Protocol (IP) RFC 792 Internet Control Message Protocol RFC 793 Transmission Control Protocol (TCP) RFC 821 Simple Mail Transport Protocol (SMTP) RFC 826 Address Resolution Protocol (ARP) RFC 854 TELNET Virtual Terminal Protocol RFC 904 Exterior Gateway Protocol (EGP) (Historic) RFC 950 Internet Control Message Protocol (ICMP) RFC 959 File Transfer Protocol (FTP) (Updated by RFC2228, RFC2640) RFC 1058 Routing Information Protocol (RIP) RFC 1075 Distance Vector Multicast Routing Protocol RFC 1112 IP multicasting (Updated by RFC2236) RFC 1155 Structure and identification of Management Information for TCP/IP-based internets (MIB) RFC 1157 Simple Network Management Protocol (SNMP) RFC 1195 Integrated IS-IS: Use of OSI IS-IS for routing in TCP/IP and dual environments RFC 1213 Management Information Base for network management of TCP-IP-based Internets: MIB II RFC 1238 Connectionless Network Protocol MIB RFC 1239 Reassignment of experimental MIB’s to standard MIB’s RFC 1271 Remote Network Monitoring Management Information Base RFC 1305 Network Time Protocol (Version 3) Specification, Implementation RFC 1323 TCP extensions for high performance \ RFC 1332 Point-to-Point Protocol (PPP) Initial Configuration Options RFC 1406 Definitions of Managed Objects for the DS1 and E1 Interface Types

113

NNG06123202R

RFC 1584 Multicast Extensions to OSPF RFC 1661/1662 PPP RFC 1663 PPP Reliable Transmission RFC 1723 RIP Version 2 - Carrying Additional Information RFC 1742 AppleTalk Management Information Base II RFC 1771-1774 Border Gateway Protocol (BGP) RFC 1813 Network File System (NFS) Version 3 RFC 1850 OSPF Version 2 Management Information Base RFC 2022 Support for Multicast over UNI 3.0/3.1 based ATM Networks RFC 2046 Multipurpose Internet Mail Extensions (MIME) Part Two: Media Types RFC 2328 OSPF version 2 RFC 2362 Protocol Independent Multicast-Sparse Mode (PIM-SM): Protocol Specification RFC 2496 Definitions of Managed Object for the DS3/E3 Interface Type RFC 2702 Requirements for Traffic Engineering Over MPLS RFC 2865 Remote Authentication Dial In User Service (RADIUS) RFC 3164 The BSD Syslog Protocol RFC 3031 Multiprotocol Label Switching Architecture RFC 3036 LDP Specification RFC 3569 Source-Specific Multicast (SSM) RFC 3530 Network File System (NFS) version 4 Protocol

Motif,®, UNIX,®, and The Open Group® are registered trademarks of The Open Group in the U.S. and other countries.

114

NNG06123202R

ATTACHMENT B MANDATORY DELIVERABLESThe following list of deliverables provides a description of each Mandatory Deliverable line item as identified in Attachment A: Technical Specifications. Items which are listed under Mandatory Add-ons are mandatory deliverable items which the technical specifications indicate must be provided on the contract, but which may be separately orderable from the required base systems.

CLASS 1 (MASS STORAGE SERVERS) DELIVERABLE ITEMS

ProductsBASE SYSTEM

Class b Computer System64 bit CPU; 4 CPUs; 8 GB memory; 8 bus expansion slots; 128 GB user hard disk space; 1 TB RAID disk space; SCSI III/Fibre port; SDLT 600 tape drive; 1 serial interface; Keyboard and mouse, UNIX/LINUX OS; 8X DVD-ROM drive; 100Baset-T Ethernet Interface

Class a Computer System64 bit CPU; 8 CPUs; 16 GB memory; 16 bus expansion slots; 128 GB user hard disk space; 300 GB RAID disk space; SCSI III/Fibre port; SDLT 600 tape drive; 1 serial interface; Keyboard and mouse, UNIX/LINUX OS; 8X DVD-ROM drive; 100Baset-T Ethernet Interface

MANDATORY ADD ONSOptional SCSI/Fibre Channel port - Class bOptional SCSI/Fibre Channel port - Class a19 inch Monitor - Class b21 inch Monitor - Class aLanguage Compilers and programming environments:

FORTRAN (1 user)- Class bFORTRAN (1 user)- Class aC++ (1 user)- Class bC++ (1 user)- Class a

2 user OS license - Class b2 user OS license - Class aUnlimited user OS license - Class bUnlimited user OS license - Class aGigabit Ethernet interface - class a10 Gigabit Ethernet interface - class aATM OC12 interface - class aOperations Systems Security Specialist (hourly rate) Computer Systems Engineer (hourly rate) Technician (hourly rate)

Hardware manuals - class bHardware manuals - class aSoftware manuals - class bSoftware manuals - class a

UPGRADESMemory upgrades to 64 GB - class bMemory upgrades to 96 GB - class a

115

NNG06123202R

Disk upgrades to 500 GB - class bDisk upgrades to 500 GB - class aCPU upgrades to 8 CPUs - class bCPU upgrades to 12 CPUs - class a

116

NNG06123202R

CLASS 2 (DATABASE SERVERS) DELIVERABLE ITEMSProducts

BASE SYSTEMClass b Computer System64 bit CPU; 2 CPUs; 2 GB memory; 5 bus expansion slots; 256 GB user hard disk space; 2 TB RAID disk space; SCSI III/Fibre port; SDLT 600 tape drive; 1 serial interface; Keyboard and mouse, UNIX/LINUX OS; 8X DVD-ROM drive; 100Baset-T Ethernet InterfaceClass a Computer System64 bit CPU; 4 CPUs; 16 GB memory; 16 bus expansion slots; 1 TB user hard disk space; 2 TB RAID disk space; 4 TB RAID disk space; 2 SCSI III/Fibre port; SDLT 600 tape drive; 1 serial interface; Keyboard and mouse, UNIX/LINUX OS; 8X DVD-ROM drive; 100Baset-T Ethernet Interface

MANDATORY ADD ONSOptional SCSI/Fibre Channel port - Class bOptional SCSI/Fibre Channel port - Class a19 inch Monitor - Class b21 inch Monitor - Class aLanguage Compilers and programming environments:

FORTRAN (1 user)- Class bFORTRAN (1 user)- Class aC++ (1 user)- Class bC++ (1 user)- Class a

2 user OS license - Class b2 user OS license - Class aUnlimited user OS license - Class bUnlimited user OS license - Class aSecond SCSI / Fibre Channel interface - class bOperations Systems Security Specialist (hourly rate) Computer Systems Engineer (hourly rate) Technician (hourly rate)

Hardware manuals - class bHardware manuals - class aSoftware manuals - class bSoftware manuals - class a

UPGRADESMemory upgrades to 16 GB - class bMemory upgrades to 32 GB - class aCPU upgrades to 8 CPUs - class a

117

NNG06123202R

CLASS 3 (HIGH PERFORMANCE VISUALIZATION COMPUTER SYSTEMS) DELIVERABLE ITEMS

ProductsBASE SYSTEM

Class b Computer System64 bit CPU; 8 CPUs; 1 GB memory; 3 bus expansion slots; 70 GB user hard disk space; SCSI III/Fibre port; SDLT 600 tape drive; 1 serial interface; Keyboard and mouse, UNIX/LINUX OS; 8X DVD-ROM drive; 100Baset-T Ethernet Interface

Class a Computer System64 bit CPU; 1 CPUs; 2 GB memory; 8 bus expansion slots; 160 GB user hard disk space; SCSI III/Fibre port; SDLT 600 tape drive; 1 serial interface; Keyboard and mouse, UNIX/LINUX OS; 8X DVD-ROM drive; 100Baset-T Ethernet Interface

MANDATORY ADD ONSOptional SCSI/Fibre Channel port - Class bOptional SCSI/Fibre Channel port - Class a19 inch Monitor - Class b21 inch Monitor - Class aLanguage Compilers and programming environments:

FORTRAN (1 user)- Class bFORTRAN (1 user)- Class aC++ (1 user)- Class bC++ (1 user)- Class a

2 user OS license - Class b2 user OS license - Class aUnlimited user OS license - Class bUnlimited user OS license - Class aSecond SCSI / Fibre Channel interface - class bSecond SCSI / Fibre Channel interface - class aOperations Systems Security Specialist (hourly rate) Computer Systems Engineer (hourly rate) Technician (hourly rate)

Hardware manuals - class bHardware manuals - class aSoftware manuals - class bSoftware manuals - class a

UPGRADESMemory upgrades to 24 GB - class bMemory upgrades to 96 GB - class aDisk upgrades to 160 GB - class bCPU upgrades to 2 CPUs - class bCPU upgrades to 8 CPUs - class a

118

NNG06123202R

CLASS 4 (HIGH PERFORMANCE COMPUTE SERVERS) DELIVERABLE ITEMSProducts

BASE SYSTEMClass b Computer System

64 bit CPU; 128 CPUs; 256 GB memory; 200 GB user hard disk space; SCSI III/Fibre port; SDLT 600 tape drive; Keyboard and mouse, Base 95 OS; 8X DVD-ROM drive; 100Baset-T Ethernet Interface

Class a Computer System64 bit CPU; 256 CPUs; 512 GB memory; 500 GB user hard disk space; SCSI III/Fibre port; SDLT 600 tape drive; Keyboard and mouse, Base 95 OS; 8X DVD-ROM drive; 100Baset-T Ethernet Interface

MANDATORY ADD ONSOptional SCSI/Fibre Channel port - Class bOptional SCSI/Fibre Channel port - Class a19 inch Monitor - Class b21 inch Monitor - Class aLanguage Compilers and programming environments:

FORTRAN (1 user)- Class bFORTRAN (1 user)- Class aC++ (unlimited user)- Class bC++ ( unlimited user)- Class a

Hierarchical file management System - Class b (license for 75 TB)Hierarchical file management System - Class a (license for 75 TB)Unlimited user OS license - Class bUnlimited user OS license - Class aGigabit Ethernet interface - class a10 Gigabit Ethernet interface - class aATM OC12 interface - class aOperations Systems Security Specialist (hourly rate) Computer Systems Engineer (hourly rate) Technician (hourly rate) Applications Systems Analyst/Programmer (hourly rate)

Hardware manuals - class bHardware manuals - class aSoftware manuals - class bSoftware manuals - class a

UPGRADESMemory upgrades to 512 GB - class bMemory upgrades to 1024 GB - class aDisk upgrades to 500 GB - class bDisk upgrades to 1000 GB - class aCPU upgrades to 256 CPUs - class bCPU upgrades to 512 CPUs - class a

119

NNG06123202R

CLASS 5 (SCIENCE/ENGINEERING GENERAL PURPOSE COMPUTER SYSTEMS) DELIVERABLE ITEMS

ProductsBASE SYSTEM

Class b Computer System32 bit CPU;1 CPU; 512 MB memory; 3 bus expansion slots; 3 USB slots; 160 GB user hard disk space;; SCSI III/Fibre port; SDLT 600 tape drive; 1 serial interface; Keyboard and mouse, UNIX/LINUX OS; 8X DVD-ROM drive; 100Baset-T Ethernet Interface; modem

Class a Computer System64 bit CPU; 2 CPU; 4 GB memory; 6 bus expansion slots; 160 GB user hard disk space; SCSI III/Fibre port; SDLT 600 tape drive; 1 serial interface; Keyboard and mouse, UNIX/LINUX OS; 8X DVD-ROM drive; 100Baset-T Ethernet Interface

MANDATORY ADD ONSOptional SCSI/Fibre Channel port - Class bOptional SCSI/Fibre Channel port - Class a17 inch Monitor - Class b17 inch Monitor - Class aLanguage Compilers and programming environments:

FORTRAN (1 user)- Class bFORTRAN (1 user)- Class aC++ (1 user)- Class bC++ (1 user)- Class a

2 user OS license - Class b2 user OS license - Class aUnlimited user OS license - Class bUnlimited user OS license - Class aGigabit Ethernet interface - class bGigabit Ethernet interface - class aOperations Systems Security Specialist (hourly rate) Computer Systems Engineer (hourly rate) Technician (hourly rate)

Hardware manuals - class bHardware manuals - class aSoftware manuals - class bSoftware manuals - class a

UPGRADESMemory upgrades to 4 GB - class bMemory upgrades to 32 GB - class aDisk upgrades to 320 GB - class bDisk upgrades to 584 GB - class aCPU upgrades to 4 CPUs - class a

120

NNG06123202R

CLASS 6 (SERVER SUPPORT DEVICES) DELIVERABLE ITEMSProducts

BASE SYSTEM19 inch CRT Monitor17 inch LCD MonitorPortable LCD ProjectorManual ScreenInteractive WhiteboardMonochrome Laser PrinterHigh Speed Monochrome Multifunctional PrinterMultifunctional Color PrinterColor Large-Format PlotterHigh Speed/High Performance ScannerLarge Format ScannerPDAErgonomic TrackballErgonomic MouseErgonomic KeyboardAll-inclusive Office Video ConferencingSpeakersSmall Office Environment Uninterruptible Power SupplySmall Server Room Environment Uninterruptible Power SupplyInformation Assurance Specialist (hourly rate) Network/Hardware Support Technician (hourly rate) Hardware Engineer (hourly rate)

UPGRADESMemory upgrades to 288 MB – Monochrome Laser PrinterMemory upgrades to 512 MB – High Speed Monochrome Multifunctional PrinterMemory upgrades to 512 MB - Multifunctional Color PrinterMemory upgrades to 512 MB - Color Large-Format Plotter

121

NNG06123202R

CLASS 7 (HIGH END NETWORK EQUIPMENT) DELIVERABLE ITEMSNOTE: within each grouping OEM 1, OEM 2 must be equipment from 2 different OEMs; but the same OEM may have proposed equipment in other groupings. Groupings are separated by '***'

ProductsNetwork management software***RMON probe diagnostic tool (OEM 1)RMON probe diagnostic tool (OEM 2)***Protocol Analyzer diagnostic tool (OEM 1)Protocol Analyzer diagnostic tool (OEM 2)***Wireless Access Point (OEM 1)Wireless Access Point (OEM 2)***Wireless LAN Manager (OEM 1)Wireless LAN Manager (OEM 2)***Wireless Bridge (OEM 1)Wireless Bridge (OEM 2)***Coarse WDM (CWDM) Device (OEM 1)Coarse WDM (CWDM) Device (OEM 2)***Dense WDM (DWDM) Device (OEM 1)Dense WDM (DWDM) Device (OEM 2)***High End LAN switch chassis (OEM 1)High End LAN switch chassis (OEM 2)***Low End LAN switch chassis (OEM 1)Low End LAN switch chassis (OEM 2)***Sun Solaris 10/100 Ethernet NIC OEM***Sun Solaris Gigabit Ethernet NIC OEM***PC 10/100 Ethernet NIC OEM***PC Gigabit Ethernet NIC OEM***Apple Gigabit Ethernet NIC OEM***PCI-based 802.11g wireless NIC for Windows PC OEM***CARDBUS/PCMIA 802.11g wireless NIC for Windows PC OEM***PCI-based 802.11g wireless NIC for Apple PC OEM

122

NNG06123202R

***CARDBUS/PCMIA 802.11g wireless NIC for Apple PC OEM***Small Network Router (OEM 1)Small Network Router (OEM 2)***Medium Network Router (OEM 1)Medium Network Router (OEM 2)***Large Network Router (OEM 1)Large Network Router (OEM 2)***Low Capacity ATM Switch (OEM 1)Low Capacity ATM Switch (OEM 2)***Medium Capacity ATM Switch (OEM 1)Medium Capacity ATM Switch (OEM 2)***ISDN Switch OEMISDN Terminal Home-office Router OEMPortable ISDN adapter OEMISDN Test Gear OEMNT-1 Circuit Terminating Equipment OEMIP Telephony SystemIP Soft PhoneInformation Assurance Network Specialist (hourly rate) Network/Hardware Support Technician (hourly rate) Data Communication Manager (hourly rate) Network Engineer (hourly rate)

123

NNG06123202R

CLASS 8 (COMPUTER SECURITY SYSTEMS AND TOOLS) DELIVERABLE ITEMSNOTE: within each grouping OEM 1, OEM 2 must be equipment from 2 different OEMs; but the same OEM may have proposed equipment in other groupings. Groupings are separated by '***'

ProductsAnti-virus software (Windows PC) – 25 seats (OEM 1)Anti-virus software (Windows PC) – 25 seats (OEM 2)***Anti-virus software (Apple PC) – 25 seats***Anti-spam appliance (OEM 1)Anti-spam appliance (OEM 2)***Anti-spyware software (Windows PC) – enterprise based, 25 clients (OEM 1)Anti-spyware software (Windows PC) – enterprise based, 25 clients (OEM 2)***Server level intrusion protection and detection software – 25 servers (OEM 1)Server level intrusion protection and detection software – 25 servers (OEM 2)***Vulnerability assessment software – 2500 seatsTwo factor authentication software – 30,000 users***VPN Appliance – unlimited client (OEM 1)VPN Appliance – unlimited client (OEM 2)***Fingerprint based biometric scanning device (OEM 1)Fingerprint based biometric scanning device (OEM 2)***Smart card reader (OEM 1)Smart card reader (OEM 2)***Information Assurance Consulting Engineer (hourly rate) Information Assurance Development Engineer (hourly rate) Information Assurance Network Specialist (hourly rate) Information Assurance Applications Analyst (hourly rate)

124

NNG06123202R

CLASS 9 (MASS STORAGE DEVICES) DELIVERABLE ITEMSProducts

CD-RWDVD-ROM / CD-RW4-mm DAT external driveSDLT external driveSTK 9940 external driveLTO Ultrium external drive16 slot / tape drive SDLT desktop library system40 slot / tape drive LTO Ultrium desktop library system240 slot / 8 drive LTO Ultrium enterprise library system595 slot / 16 drive SDLT 960 enterprise library system434 TB Large robotic device (64 drives)3 TB RAID Blade array6 TB Scalable RAID250 GB hard disk driveHSM SoftwareInformation Assurance Storage Specialist (hourly rate)Storage/Hardware Engineer (hourly rate)Technician (hourly rate)

125

NNG06123202R

CLASS 10 (ADVANCED VIDEO AND CONFERENCE TOOLS) DELIVERABLE ITEMSProducts

HD/SD Studio Camera SystemDigital Single Lens Reflex (SLR) CameraConference room double bay multimedia lecternDV VTR with DVCAM PlaybackProduction Console 24 Fader Digital ConsoleStudio lighting - 750 watts of high impact strobeHigh-output supercardioid dynamic vocal microphoneDigital production consoleHDTV UpconverterHD Multi-standard, Multi-format Waveform MonitorHDTV Logo InserterHD DVE System w/ Control PanelAudio Post Production Editing SoftwareHD/SD Video RouterSurround sound speakers30 inch HD MonitorWall mountable 42” Wide Plasma DisplayImmersion Desk / virtual modeling stationFlat, large-scale stereoscopic and monoscopic visualizationTactile glove haptic device

126

NNG06123202R

CLASS 11 (MULTI-FUNCTIONAL PRINTERS) DELIVERABLE ITEMSProducts

Purchased Medium volume monochrome MFPPurchased High volume monochrome MFPPurchased Medium volume color MFPContractor supplied and maintained High volume monochrome MFP125,000 sheets per month (80,000 8x11”; 35,000 8.5x14”; 10.000 11x17”)20,000 Staples / monthTonerContractor supplied and maintained Medium volume monochrome MFP30,000 sheets per month (20,000 8x11”; 7,500 8.5x14”; 2,500 11x17”)5,000 Staples / monthTonerContractor supplied and maintained Medium volume Color MFP30,000 sheets per month (20,000 8x11”; 7,500 8.5x14”; 2,500 11x17”)5,000 Staples / monthTonerCase of 5,000 sheets - 8x11” WhiteCase of 4,000 sheets - 8.5x14” White Case of 2,500 sheets - 11x17” White5,000 Staples Toner – supply for medium volume monochrome printer

127

NNG06123202R

ATTACHMENT C STATEMENT OF WORK

C.1. STATEMENT OF WORK

C.1.1. OBJECTIVES C.1.1.1. BACKGROUNDThis procurement is open to all of NASA including its Contractors as authorized by their Contracting Officer. This includes the NASA centers: NASA Headquarters, Ames Research Center, Dryden Flight Research Center, Goddard Space Flight Center, Johnson Space Center, Kennedy Space Center, Langley Research Center, Glenn Research Center, Marshall Space Flight Center, Stennis Space Center. These contracts will also be available for use by other Federal Agencies and their Contractors as authorized by their Contracting Officer.

Information processing resources management permeates almost every element of NASA. Data rates from scientific and engineering missions are increasing rapidly along with the complexity of information extraction. User friendliness, presentation quality and data formatting are increasingly important in a world of more and more intensive computation and sophisticated graphics. The need for efficient and powerful software and hardware geared towards the various information processing tasks extends from the end user’s desktop workstation to high end compute servers. The productivity of NASA is continually increasing through the efficient use of computers and sophisticated applications such as artificial intelligence and expert systems. One of NASA's goals is to optimize the productivity of the individual through the utilization of consistently more powerful computers utilizing the latest in supporting peripherals combined with higher level and more user friendly software on standardized but customizable systems.

Computer facilities throughout NASA are being continuously enhanced by incorporating evolving improvements in state-of-the-art computer system technologies to maintain NASA at the forefront of scientific and engineering processing performance and capabilities and to provide the user community of researchers and engineers with the most sophisticated and powerful computer tools available. The original SEWP contracts helped establish UNIX as the unifying computer system within NASA's scientific and engineering environment. In continuing support of the activities that utilize these computer systems NASA is implementing Indefinite Delivery/Indefinite Quantity (IDIQ) contracts of the latest UNIX computer system technologies. These UNIX computer systems will continue to enhance and unify computational and graphics capabilities to the scientific and engineering community supporting NASA missions.

At the same time UNIX has been standardized for much of the high-end computing needs of NASA, other technologies are integrated into the NASA IT environment. Chief among these is the Windows operating system. Another key technology is the ubiquity of the World Wide Web for information sharing and interface to applications which has made not only computing power, but also networking and security, of major importance in NASA’s IT usage. Linux is providing an important research and development tool, which is also being utilized throughout the NASA community, from the desktop to high end compute servers.

C.1.1.2. APPLICATION AND COMPUTATIONAL ENVIRONMENTIn the accomplishment of its mission, NASA utilizes a wide diversity of general and special purpose digital computers ranging from High Speed Vector Processors and Scalable Parallel Processors to desktop workstations. These systems, while diverse in capability, are functionally interoperable through their support of IP networking and interoperability standards. These systems provide source code and application interoperability and portability through their support of the UNIX specifications and/or, where appropriate, with other IT standards and alternate Operating Systems, such as Windows and Linux. They allow users to move between machines in a heterogeneous networked environment while maintaining an interoperable user environment.

NASA's mission, for example, in the Geodynamics, Geophysics, Earth Resources, and Hydrological Sciences areas of investigation, is based on programs of basic and applied research as well as data analysis and interpretation and is conducted to span virtually the entire breadth of terrestrial utilization of space acquired data. These include investigative studies of the Earth's gravitational and magnetic fields, crustal differentiation, surveying and mapping of crustal magnetic anomalies, computing general ocean circulation and major currents,

128

NNG06123202R

determination of tectonic plate motion, and monitoring and predicting atmospheric circulation. In the resource observation areas, specific topics being investigated include mapping of geobotanical anomalies; crop, forest, and rangeland mensuration and classification; and determination of soil moisture - vegetation relationships. Snow pack properties and surface imperviousness - water runoff relationships are also studied. These investigations include the study of future systems involving advanced multi-element sensors.

NASA’s requirements for computing resources will continue to increase dramatically for all types of machines (vector processors, interactive processors, graphics, and desktop workstations), and for a wide range of power and capacity. A family of UNIX based scientific and engineering computer systems along with alternate, standard operating systems and supporting equipment and software will provide a wide diversity of interoperable functions within NASA and ensure the availability of the best tools for all of the core competencies at NASA.

C.1.1.3. COMPUTER SYSTEMS IN THE NASA NETWORK ENVIRONMENTComputer networking is a key element of the computer system environment. NASA maintains an extensive network environment with tens of thousands of active network nodes in dozens of domains. The NASA environment is primarily Ethernet and ATM based, and NASA is continually researching emerging technologies to supplement the existing infrastructures where needed. Computer systems will need to support the current highest performance network technologies. NASA aggressively deploys network technology that capitalizes on its huge existing investment while promising long-range viability. This includes Ethernet and Optical as well as integration of advanced state-of-the-art networking technologies.

NASA's existing, installed base of networking equipment is massive and diverse. In order to reduce operational and logistical costs, and in order to enhance availability of the NASA networks, the existing base of equipment is a major consideration for this procurement activity. In the NASA Wide Area Networks (WAN), Cisco, Juniper, Force10, and Foundry routers are prevalent. In the Local Area Networks (LAN), there are Cisco and Extreme routers. Packet switches have been installed from Alantec and Cisco. NASA ATM investigations are dominated by FORE systems switches. In NASA 10Mbps through 10Gbps equipment is installed as well as CWDM (Coarse Wavelength Division Multiplexing); with some ATM and Sonnet. Some smaller network domains have Netgear and SMC equipment installed. Besides the computer system manufacturer-supplied network interface cards (NICs), there have been thousands of NICs installed from Intel, Network Peripherals, and Interphase.

C.1.1.4. ACQUISITION OBJECTIVESThis acquisition's first objective is to have hardware and software available to address an increasingly difficult, complex, and changing set of NASA-specific scientific and engineering problems. For example, problems such as the design and development of complex instrumentation, correlative data analysis between multiple data sources and high-resolution display and animation of complex three-dimensional objects stress the resources of today's most powerful scientific and engineering computer systems and high-speed networks. Yet each of these problems requires computational platforms that are highly extensible in different key areas of computer system technology. In addition increased requirements for distributed computing and sharing of resources and data have created a data and network-intensive computational environment. Ideally this first objective would be met with hardware and software that provide flexibility, functionality, high-speed connectivity and a performance growth path that can address our class specific and interoperability requirements as our science and engineering requirements continue to expand.

This acquisition’s second objective is to continue to minimize system incompatibilities across all computer classes and maximize portability and interoperability with both existing and future systems through established government and industry standards that form the basis of an "open systems" environment. This goal will also ensure the most cost effective growth path for our users, and provide for full and open competition in this and future acquisitions. UNIX has been established throughout NASA as a key element in providing the required engineering and scientific functionality within an "open systems" environment. At the same time, Windows and Linux have become prevalent in the scientific and engineering environment. Therefore, this second objective is met most often with operating systems which are based on the UNIX specification or which provide appropriate interoperability with the UNIX specification across all classes of computer systems and through

129

NNG06123202R

adherence to other relevant government and industry standards, thereby maximizing interoperability and portability of applications and users and preserving the Government's investment.

A third objective is to provide NASA with a wide range of hardware and software tools to support, interconnect, and enhance NASA’s scientific and engineering computer systems. To support the variety of systems and computing related needs and continue to promote and stimulate vendor competitiveness, the contractors associated with this third objective must include access and/or support to the widest possible variety of appropriate vendors. This includes the ability through the technology refreshment process to add new vendors and technology to make enhanced new technical capabilities available. In addition, these systems must include enhancements that provide leading edge technology to the computer system classes. This objective is met through six classes providing: network equipment, security systems, advanced video and conference tools, mass storage devices, computer system support devices and multi-functional printers.

Finally, it is imperative that SEWP embraces innovative procurement transactions and processes. This objective is to facilitate processes that will place a minimal administrative burden on the customer, contractor, and the Government. The Government believes that this can only be accomplished through electronic and automated means. Hence every effort will be made to utilize automated processes for order processing, tracking, delivery, invoicing, and payment. The Government envisions a virtual system in which the customer is empowered to choose what goods and services they need to accomplish their mission, order them directly (if within their authority) receive them directly, and authorize payment.

This empowerment of the customer necessitates the continued enhancement and automation of today's conventional procurement processes. At a minimum this will require standardized electronic communication processes for order processing, pricing exhibits, and management reporting. Further, this system will continue to evolve as standards mature and enabling technologies become available. It is expected that the Government and industry will partner together in this effort.

While each SEWP contract will include appropriate peripherals and class-specific software, a post-award objective is to award set-aside contracts to provide IT-related services: assistive technology products and services; third party maintenance, support, and integration; third party software; advanced supporting equipment; and other appropriate services not covered in the competed contracts.

Overall, this consolidated effort will provide the Government with hardware and software that represents the best overall value to the Government in fulfilling its mission. Further, this effort will minimize the Government's administrative costs, and provide the ability to fulfill our users' needs in a timely manner.

Because the scientific and engineering requirements are standards and interoperability based, combined with the broad base of commonality among requirements, functions, and available COTS solutions, it is assumed that overlap will exist between contracts and across classes. Additionally, any overlap will ensure that end-users will have access to appropriate and complete solutions to meet their varied requirements. Therefore, no single contract will have exclusive rights to provide any given technology nor will end-users be confined in their choice of contracts they utilize. The end-user’s decisions will be based on a Best Value and Fair Opportunity determination as required in FAR 16.505(b).

Scope

NASA implements many different missions and projects to meet a wide range of requirements. In addition, other Government agencies will utilize any resultant contract if they determine the available hardware and/or software available meets their technical requirements and represent a Best Value to that organization. As such it is intended that deliverables under this contract may be utilized by: Government civil servants, Government on-site (or near-site) contractors, Government off-site contractors, Principal investigators, or Universities through grants or cooperative agreements and Government-Owner Contractor-Operated (GOCO) organizations. Therefore, deliverables under the contract are not limited to NASA-specific requirements, although any such deliverable will be available for NASA’s usage. While SEWP Contractors are required to provide CONUS delivery, Federal Agencies with OCONUS locations may utilize the SEWP contracts based on mutually agreed upon delivery arrangements.

Regardless of the mandatory items defined, proposed and provided by each class, the scope of all contracts is the same – Information Technology products including hardware, software, maintenance, warranty, product training and firm fixed price services in support of installing and implementing the products.

130

NNG06123202R

C.1.2. GOVERNMENT'S OPERATING PLANThere will be a SEWP Program Office staffed by Government, and NASA support service contract personnel. The SEWP Program Office will be located at GSFC and will serve four main functions: contract management, technical oversight, administrative support, and customer support. The full NASA SEWP Team will consist of the SEWP Executive Committee, SEWP Contracting Officer(s), the SEWP Contracting Officer's Technical Representative (COTR), SEWP Technical Specialists, and the SEWP Business Operations and Workstation Laboratory (BOWL), including the NASA SEWP Program Manager.

C.1.2.1. EXECUTIVE COMMITTEE, CO(S), COTR, TECHNICAL SPECIALISTSThe SEWP Executive Committee will oversee and direct the management of the SEWP contracts. The SEWP Contracting Officer(s) will perform functions normally associated with such position(s). The SEWP COTR will conduct post award implementation and administration. Technical Specialists may be appointed by the Executive Committee to assist the COTR in reviewing and approving all Technology Refreshment proposals from the Contractor. The COTR will maintain a close working relationship with the Contractor regarding current and future technology and the technical breadth and depth of the contract. The Executive Committee, Contracting Officer(s) and COTR will be located at NASA GSFC. The Technical Specialists may be located at various NASA Centers and other agencies.

C.1.2.2. SEWP BOWLThere will be a SEWP contract support group staffed by the Government and a NASA support service contractor, hereafter referred to as the SEWP BOWL (Business Operations and Workstation Laboratory). The SEWP BOWL will be located at NASA GSFC and provide management services, automation services and technical services in support of the SEWP contracts. The SEWP BOWL will be the focal point for SEWP Contractors and customers by serving as a clearinghouse of information and services relevant to the SEWP contracts. The SEWP BOWL is not responsible for promoting the Contractor's products or for conducting market research for the Contractor's products.

C.1.2.2.1. Management ServicesThe SEWP BOWL will maintain a database containing all information relevant to order and contract monitoring. The SEWP database will be the official repository for pricing exhibits, electronic reports, summaries of purchase orders, and other contract related information. The SEWP BOWL will validate orders to ensure orders are from a federal agency or authorized federal contractor and that the orders include a valid contract number, a signature and date, a total dollar amount and, where applicable, an Administrative Handling Fee amount. As detailed in Attachment D, all orders, except for direct credit card orders under $100,000, will be routed through the SEWP BOWL office prior to issuance to the Contractor to ensure that appropriate scope, pricing, authorization limits, and other contract and program requirements are monitored at all times. Pricing information will be remotely accessible by Contractors and customers in order to facilitate the generation of contractually correct orders. The database will be populated via electronic processes as defined in Attachment D.

Contractor information systems for order processing and quote generation must be populated with pricing data synchronized with the SEWP database. This will ensure consistency between the Contractor information systems and the SEWP database of record. The data relevant to each Contractor's SEWP contract will be available for access and downloadable by the Contractor on a 24 hours a day, 7 days a week basis. Each time a change is made in the SEWP database relative to a Contractor's offerings, the new data must be updated in the Contractor's order processing and quote generation systems by the Contractor.

The SEWP BOWL will be responsible for supporting Points of Contacts (POCs) and customers at NASA field centers and other federal agencies.

The SEWP BOWL will monitor and facilitate the processing of SEWP orders. These services include problem determination, escalation and resolution, and other front line support services for SEWP customers, Contractors and POCs.

131

NNG06123202R

C.1.2.2.2. Automation ServicesThe SEWP BOWL will maintain an Internet WWW home page containing pricing, order status, promotional and technical support information and other information deemed relevant to the support of the SEWP contracts. The SEWP WWW home page will be accessible to all SEWP customers, POCs and Contractors. It will include product and manufacturer search capability along with on-line Request for Quote tools that may be used by SEWP Contractors and customers to search the official SEWP Contract Line Item and Price database and request information from the Contractor.

The SEWP BOWL will implement electronic services to facilitate the paperless processing of SEWP orders, reports, pricing exhibits and other relevant business documents. The implementation will be Internet-based in accordance with NASA's emerging architecture, as described in Attachment D.

C.1.2.2.3. Technical ServicesThe SEWP COTR and/or the Technical Specialists, assisted by the SEWP BOWL, will research emerging technologies and assess their applicability to the SEWP contracts regarding price, performance, interoperability, standards, and comprehensive functional capabilities. The SEWP BOWL will refer customers requesting requirements analysis information and services to assist in determining the optimal use of products offered on the SEWP contracts to the Contractors most appropriate for resolving the customer’s needs.

The SEWP BOWL's WWW home page will maintain links, documents and software relevant to the technical support needs of SEWP customers. A link to the Contractors SEWP Web site will be provided through the SEWP BOWL's WWW home page.

The SEWP BOWL will maintain a laboratory primarily for use by the SEWP Security Center. Products will be available for on-site and remote use primarily to provide the Government with examples, demonstrations and testing of security related COTs products.

C.1.2.3. SEWP POCSSEWP Point of Contact (POC) serves two main functions within their respective agencies:

1. Contact person within their agency to answer questions and provide guidance to Government and Contractor employees interested in using SEWP;

2. Person to serve as a liaison between the NASA SEWP Office and their agency, providing feedback and receiving updates to/from the NASA SEWP office on current issues and future goals of SEWP

Agencies may have multiple POCs. A POC can be identified as a Contracting POC, a Technical POC, or both. Agencies are not required to identify an POC in order to utilize the SEWP contracts.

C.1.3. CONTRACTOR RESPONSIBILITIES

C.1.3.1. TECHNICAL SERVICES

C.1.3.1.1. World Wide Web ServicesThe Contractor shall maintain an Internet World Wide Web (WWW) server for publishing a full complement of contract related resources to the SEWP BOWL, SEWP POCs, and SEWP customers. These resources shall include but not be limited to:

1) A soft copy ordering guide (see section C.1.3.3 for ordering guide specifications) suitable for downloading and printing by SEWP customers.

2) Online technical specifications and literature for all the Contractor's SEWP offerings for which commercial technical specifications and literature are available. This requirement is mandatory for Category A contracts and desirable for non-Category A contracts.

132

NNG06123202R

3) Identification of the Contract as part of a multi-award Government-Wide Acquisition Contract (GWAC) with accurate and clearly stated posting of the Fair Opportunity Clause found within the body of the Contract

4) On line program support information including:

a) How to obtain a quote for hardware, software, or services, including names, telephone numbers and email addresses of appropriate sales representatives.

b) Policy and procedural information regarding installation, basic warranty, extended warranty, technical support, software support, and other post delivery issues. This will include the names, telephone numbers and email addresses of appropriate support staff.

c) How to trouble shoot a problematic order including names, telephone numbers and email addresses of appropriate support staff.

5) Links to related WWW resources such as corporate home pages and the SEWP BOWL home page, patch databases, technical specifications and security databases.

The Contractor shall provide these SEWP-specific WWW capabilities within three days of contract award.

The Contractor’s SEWP related Web pages shall comply with all applicable Government Access Standards for Electronic and Information Technology including such standards based on Section 508 of the Rehabilitation Act Amendments.

C.1.3.1.2. Systems for Operational Capability DemonstrationIf the Government determines a need to verify the technical capabilities or otherwise demonstrate required functionality of base systems and base products, the contractor shall delivere those products prior to placement of the first delivery order after contract award to undergo operational capability demonstration (OCD). If the contractor submits a technology refreshment proposal for a base system or base product, the Contractor shall, upon Government request, deliver the proposed base system or product to the SEWP BOWL where it may, at the discretion of the COTR and/or Technical Specialist, undergo an OCD to verify the proposed system/product meets the required specifications. Title to the equipment and responsibility for the timely maintenance and security of the equipment shall remain with the Contractor during the OCD. Dysfunctional equipment or equipment that fails to pass OCD or does not provide adequate system security as defined by current NASA policy, shall be removed from the SEWP BOWL by the Contractor at the discretion of the SEWP BOWL and replaced with corrected equipment. If the equipment fails due to Government negligence, then the Government will be responsible for repair charges.

C.1.3.1.3. SEWP BOWL Technical SupportThe contractor shall provide to the SEWP BOWL, at no additional expense, a full complement of technical support services including:

1) Timely nondisclosure briefings on emerging technologies relevant to SEWP.

2) Commercially available technical specifications, either on-line or in hard-copy form, for all base system components, with such documents for all products available on the Contractor's SEWP contract available by request.

3) Continuous adherence to any relevant Government, NASA, and Goddard security requirements.

C.1.3.2. PROGRAM OFFICE SUPPORTThe Contractor shall staff a SEWP program office that will facilitate communications, electronic reports, order processing and trouble shooting, customer support services, contract modifications, process improvements, technical support services, and any other services deemed necessary to the success of the Contractor's SEWP contract.

C.1.3.2.1. Communication Services

133

NNG06123202R

The Contractor shall have the ability to communicate with the SEWP BOWL, SEWP POCs, and SEWP customers via telephone, facsimile, and electronic mail. Communication will include technical, administrative, contract management, and customer support issues.

The Contractor shall have an Internet electronic mail address. The Contractor shall also have the ability to browse Internet WWW pages, especially SEWP and NASA specific home pages from the program office.

C.1.3.2.2. Customer Support ServicesThe Contractor shall provide, free of charge to SEWP customers, the following customer support services:

1) Timely and accurate sales quotes based on current SEWP offerings and prices.

2) Timely dispatch of up-to-date hard and soft copy ordering guides.

3) Commercially available technical specifications, either on-line or in hard-copy form, for any product available on the Contractor's SEWP contract, per a customer's request.

4) Configuration analysis to determine the suitability, correctness and availability of a Contractor's offerings to the customer's requirements.

C.1.3.2.3. Program Manager MeetingsThe Contractor shall meet regularly with the SEWP BOWL and SEWP POCs to review the state of the Contractor's SEWP contract, to discuss improvements to technical and administrative processes, and to incorporate customer feedback into the SEWP processes. There will be 2 to 4 Program mandatory Program Manager Meetings annually inclusive of the SEWP Annual Retreat. Except for the Annual Retreat, the meetings will be held at or near GSFC.

C.1.3.2.4. Sales and Program TrainingThe SEWP BOWL shall provide, free of charge to the contractor, the following training services:

1) Within 6 months of contract award, the contractor will arrange for at least 1 SEWP Contract and Program training session. The training will be provided either at the contractor’s facility or a mutually agreed upon site. The training will be free of charge and presented by the NASA SEWP Program Office and is a 2-hour session. Through this initial required session and any necessary follow-ons, it is expected that all sales agents and other contractor staff associated with this contract will attend at least one such session.

2) Periodically, throughout the contract period of performance, courses for new employees and/or refresher courses for current employees will be arranged with the NASA SEWP Program Office. If major changes or issues arise either directly with the contractor or with the SEWP Program as a whole, follow-up training sessions may be made mandatory at NASA SEWP Program Manager’s discretion.

C.1.3.3. ORDERING GUIDESThe Contractor shall make accessible to SEWP customers electronic ordering guides detailing the Contractor's SEWP offerings. A downloadable and/or printable version of the ordering guides must also be provided.

C.1.3.3.1. Ordering GuidesThe Contractor shall utilize the WWW to publish an electronic ordering guide suitable for downloading and printing by SEWP customers. The electronic ordering guide shall be available via the WWW prior to placement of the first delivery order after contract award. Updated versions shall be available no later than 10 business days following each contract modification. The ordering guides should contain the following components:

1) Program support information including:

a) How to obtain a quote for hardware, software, or services, including names, telephone numbers and email addresses of appropriate sales representatives.

134

NNG06123202R

b) Policy and procedural information regarding installation, basic warranty, extended warranty, technical support, software support, and other post delivery issues. This will include the names, telephone numbers and email addresses of appropriate support staff.

c) How to troubleshoot a problematic order including names, telephone numbers and email addresses of appropriate support staff.

2) Overview information about the Contractor and the SEWP contracts.

C.1.3.4. ELECTRONIC PROCESSESThe Contractor must be able to automatically transmit, receive and process information to and from the SEWP BOWL via electronic means as identified in Attachment D. General policies and procedures shall be established and published (Attachment D) by the SEWP BOWL to be followed by the Contractor when using electronic methods for transmitting, receiving, and processing business documents. The Contractor must comply with these policies and procedures.

It is the goal of this procurement to utilize the Internet for the exchange of all relevant business documents. It is also desirable to accommodate a broad and diverse customer base. Where a customer is not yet able to transmit electronic documents, it may be necessary for the Contractor to process traditional paper documents. It is not the policy of this procurement to encourage paper orders, merely to accommodate them where electronic ordering is not yet possible.

For order processing, at a minimum, the Contractor shall be able to process the following electronic documents:

1) Delivery Order

2) Order Status Reports

3) Post Order Reports

4) Administrative Handling Fee Reports

For technology refreshment and contract modifications, at a minimum, the Contractor shall be able to process the following electronic documents:

1) Technology Refreshment Requests

C.1.3.5. TECHNOLOGY REFRESHMENT PROPOSALSThe SEWP Technology Refreshment (TR) process is the method by which contractors shall update offerings on their SEWP contracts. TRs shall be initiated by the Contractors, evaluated by a SEWP Technical Specialist or COTR to ensure price and scope compliance, if approved added to the SEWP database of record, and then forwarded to the SEWP Contracting Officer for contract modification.

Approved TRs shall be reviewed by the SEWP Technical Specialist or COTR on a timely basis. TRs including only price decreases and/or administrative changes will be automatically approved and may be submitted as often as necessary. While there is no limit to TR submittals per contractor, contractors are expected to keep their TR submittals at a reasonable level

All pricing exhibits and pricing information relevant to the TR will be submitted to the SEWP BOWL as described in Attachment D.

C.1.3.6. CATEGORY B: MANUFACTURER / RESELLER REQUIREMENTSThe Category B Contracts require the establishment of Manufacturer / Reseller relationships with as large and as inclusive as possible a set of major class-related manufacturers. This is to provide adequate coverage of the breadth of the requirements for NASA, and fosters a competitive environment for the various types of equipment.

Due to the large dependency on manufacturers for providing the required products in these categories, the contractor must continuously demonstrate the ability to negotiate with the wide range of contractors to obtain the appropriate support, materials, and pricing structure.

135

NNG06123202R

C.1.4. GENERAL CONTRACT REQUIREMENTS

C.1.4.1. SOFTWAREFor convenience the term "contractor" in this section refers to either the prime contractor or the appropriate sub-contractor.

C.1.4.1.1. SOFTWARE FURNISHEDThe contractor shall furnish the applications and/or operating system software listed in Attachment A, Technical Specifications, as well as all supporting evaluated optional features set forth in Attachment A, Technical Specifications, that are proposed by the contractor and accepted by the Government.

C.1.4.1.2. SOFTWARE SUPPORTSoftware support service shall only be applicable to software purchased under this contract. Software support shall consist of correction revisions through software patches, software upgrades, and technical support for problem resolution.

The contractor shall furnish full documentation of all changes and/or modifications to the applications and/or operating system software.

a) Basic Software Warranty

The purchase of software includes a basic software warranty, which provides, at a minimum, a 90-day warranty that the software delivery medium is free of defects. Other software warranty functions that are in accordance with the Contractor’s standard commercial practices shall also be provided.

b) Extended Software Warranty

The purchase of Extended Software Warranty provides, for a one or multiple year period from date of purchase at no additional charge, the end user with all new versions, upgrades, modifications and patches to the associated software. The contractor shall deliver software upgrades covered by the Extended Software Warranty directly to end users entitled to receive them. Other software warranty functions which are in accordance with the Contractor's standard commercial warranty/maintenance practices shall be included as part of the Extended Software Warranty.

c) Software Patches

Software patches are modifications to the software that provide fixes to address security issues and known problems. Software patches shall be provided to all end users through on-line access. Software patches are provided to all end users at no additional cost beyond the initial cost of the software.

d) Technical Support

End users may obtain direct technical support from either the contractor or the appropriate software vendors throughout the selected warranty period. The contractor shall provide a toll-free voice telephone hotline. The voice hotline will, at a minimum, be manned 9 a.m. to 8 p.m. (Eastern Standard Time), Monday through Friday (excluding Government holidays).

C.1.4.1.3. SOFTWARE PERFORMANCEFurnished software shall conform to and perform in accordance with contractor's functional descriptions and data requirements as set forth in Attachment A, Technical Specifications, of this contract and shall meet all the other requirements stated in this contract.

C.1.4.1.4. OPERATING SYSTEM SOFTWAREThe contractor shall provide and support the operating system software required to make use of the equipment acquired under this contract. Operating System software refers to those routines that interface directly with hardware peripheral devices, the computer operations, and applications and utility programs.

136

NNG06123202R

C.1.4.1.5. SOFTWARE LICENSINGThe contractor shall, wherever possible, provide software licensing and/or maintenance arrangements with either site-wide, contract-wide, bulk purchase discounts or credits, or other structures to provide competitive software pricing and availability.

C.1.4.2. MANUALS AND PUBLICATIONSThe contractor shall furnish the most current version of ordered documentation to the end user.

C.1.4.3. COMPLIANCE WITH FIP STANDARDSAll equipment and software acquired under this acquisition must conform to specified applicable Federal Information Processing Standards Publications (FIPS PUBS). For this contract the applicable FIPS PUBS are identified in the Technical Specification.

C.1.4.4. CABLINGThe contractor shall provide all cables, cable connectors and termination needed for installation and operation of the equipment, as a stand alone system.

C.1.5. WARRANTYAt anytime during the standard commercial warranty period, the Government shall have the option of purchasing extended warranty. The Government shall additionally have the option to purchase mission critical warranty uplift to provide greater coverage than provided by the extended warranty where such mission critical warranty is commercially available. This section describes the terms for coverage under basic warranty, extended warranty and, where noted, the enhanced coverage for mission critical warranty uplift.

C.1.5.1. RESPONSIBILITIES OF THE GOVERNMENT

Government personnel will not perform maintenance or attempt repairs to equipment while such equipment is under warranty unless agreed to by the parties via modification to a Delivery Order.

Subject to security regulations, the Government will permit access to the equipment that is to be under warranty.

The Government will provide time for contractor-sponsored modifications within a reasonable time after being notified by the contractor that the modification is ready to be made. The modification will be made outside the normal principal period of service unless another mutually agreeable time is decided upon.

The Government will maintain site requirements in accordance with the equipment environmental specifications furnished by the manufacturer and agreed to at time of award.

C.1.5.2. RESPONSIBILITIES OF THE CONTRACTORWhen on-site warranty service is purchased, the contractor shall provide on-site warranty service, labor and parts. Warranty service does not include electrical work external to the equipment, the furnishing of supplies, and adding or removing accessories, attachments, or other devices. It does not include repair of damage resulting from accident; transportation between Government sites; neglect; misuse; failure of electrical power, air conditioning, humidity control; or causes other than ordinary use.

While the contractor's personnel are at the Government facility, the contractor is responsible for compliance with all laws, rules and regulations governing conduct with respect to health and safety - not only as they relate (i) to its employees and agents, but (ii) also to other personnel and to property at the site regardless of ownership. While on Government premises and in possession of Government property, the contractor is responsible for such property and any damages thereto.

Should the Government make alterations or install attachments that affect the service of this system, the continuation of warranty service on the system shall be subject to mutual agreement. Should the alterations or

137

NNG06123202R

attachments increase or decrease the service costs to the contractor, adjustment to service charges shall be made on an individual installation basis. If such alterations or attachments create a safety hazard, the contractor may discontinue warranty service on the hazardous equipment.

Contractor-sponsored alterations or attachments to the system shall be made only with the consent of the Government.

The Contractor shall take full responsibility for providing all diagnostic software programs that are utilized during service of the applicable systems. The Contractor shall maintain the diagnostic routines so that they are compatible with the revision levels of the computer components.

C.1.5.3. COMMERCIAL WARRANTYThe Contractor shall provide the Government with warranty equivalent to their commercial warranty offerings in terms of response time, principal period of service. In lieu of a commercial warranty, at a minimum, warranty shall be offered in one year increments with the following coverage: five days a week (Monday through Friday) and for eight (8) hours a day during business hours, with a next day response time.

C.1.5.4. Preventive MaintenanceFor large computer systems and other products that require periodic preventive maintenance, the contractor shall specify in writing the frequency, duration, and quality of preventive maintenance provided to purchasers of basic and extended warranty. The quality of the preventive maintenance shall be equivalent to that provided by the contractor for leased equipment. Preventive maintenance shall be performed during 8 a.m. to 5 p.m. local time, or outside that time period upon mutual agreement between the contractor and Government. The Government has the right to defer scheduled PM at its own discretion.

C.1.5.5. CATEGORY B: NETWORK CLASS BOARD SWAPPINGIn addition to extended warranty, the contractors for the Network Classes shall make available a board swapping program under which the users can contact the contractor and request next-day delivery of replacement boards. If the part is in stock, the contractor shall ship via the Overnight Express company of their choice. Board swapping is covered on a unit price monthly fee basis.

C.1.5.6. QUALITY OF REPAIR SERVICEThe following sections describe the quality of repair services.

C.1.5.6.1. Level of Parts ReplacementThe level of replacement of worn or defective parts shall be consistent with the original manufacturer's design of the equipment. Field maintenance technicians shall not try to repair faulty modules on-site if the equipment was designed for the replacement of modules. The Contractor has responsibility for repair or replacement of all faulty equipment of the system including cables, cabinets, power supplies, or other items necessary to return the system to operational status.

C.1.5.6.2. Quality of PartsOnly new standard parts or parts equivalent to new parts in performance shall be used in effecting repairs. Parts that have been replaced shall become the property of the Contractor.

C.1.5.6.3. Field Engineering ChangesThe Contractor shall install all required field engineering changes within 30 days (based on reasonable access to the place of performance) after Original Equipment Manufacturer (OEM) availability of the change. Concurrence of the Government shall be required prior to the installation of the field engineering changes and they shall be installed at no additional cost to the Government during the basic or extended warranty period.

138

NNG06123202R

C.1.5.6.4. Spare Parts InventoriesThe Government does not require that the contractor keep spare parts needed to complete repairs in the local area. If the contractor chooses to keep spare parts locally in order to expedite repairs then title to such spare parts, unless installed in Government owned equipment, shall remain with the Contractor.

C.1.5.6.5. Pre-maintenance InspectionIf extended warranty is purchased for equipment for which basic warranty has previously expired, the Contractor is entitled to perform, at no charge to the Government, within 15 days from the receipt of the Delivery Order requesting extended warranty, a pre-maintenance inspection in order to certify that at the time the contractor commences extended warranty coverage the equipment meets current OEM specifications. If any equipment is not up to current OEM Revision levels by OEM standards, the Contractor shall submit an estimate, within the 15 day period. The estimate shall detail the price of labor and parts to be performed to bring that equipment up to the OEM maintenance level. The Government may choose to accept the Contractor's estimate or to have the OEM, a third party, or previous contractor, perform the upgrade. If the Government chooses not to have the piece of equipment or a system brought up to OEM maintenance level, the Contractor is not obligated to maintain that piece of equipment or that system.

C.1.5.7. TEMPORARY OFF-SITE REMOVAL OF EQUIPMENT FOR SERVICINGPrior to the removal of any equipment the Contractor shall comply with all local Government property management policies.

C.1.6. USED EQUIPMENT AND MATERIALSEquipment and materials must be identified as used and/or reconditioned/refurbished and must be warranted with the same terms as new materials and with the warranty length as per current commercial practice of the contractor.

C.1.7. INSTALLATIONThe Government may order computer systems, software, components and other equipment with no installation. However, the contractor shall offer installation of all system hardware, system software, and cabling. This does not need to include attachment to a network or configuration of network parameters.

C.1.7.1. SITE PREPARATIONWhere required, the Government will provide the Contractor access to sites for the purpose of evaluating environment, power, and safety requirements prior to a scheduled installation date. The Government must authorize all new electrical and LAN installations. If power changes or alterations are required for installation, all such alterations will be performed by the Government. The Contractor should make every effort to place equipment that requires the standard 115-120V capacities for CONUS installations unless otherwise requested by the Government.

C.1.8. REHABILITATION ACT AMENDMENTS OF 1998 – SECTION 508 APPLICABILITYAll items which are identified as EIT in terms of Section 508 (Accessibility) requirements must be noted by the contractor as compliant, non-compliant, or requiring Agency Review based on how the equipment meets or does not meet the applicable standards for that technology.

EIT is information technology (IT), as defined at FAR 2.101, and any equipment or interconnected system or subsystem of equipment, which is used in the creation, conversion, or duplication of data or information. EIT includes:

o telecommunication products, such as telephones;

o information kiosks;

o transaction machines;

139

NNG06123202R

o World Wide Web sites;

o Software and Operating Systems

o Computers

o multimedia (including videotapes); and

o office equipment, such as copiers and fax machines.

EIT is defined by the Access Board at 36 CFR 1194.4 and in the FAR at 2.101.

C.1.8.1. APPLICABLE STANDARDS

One or more of the following 508 standards apply to all SEWP EIT line items

Software Applications and Operating Systems (1194.21)

Web-based Intranet and Internet Information and Applications(1194.22)

Telecommunications Products (1194.23)

Video and Multimedia Products (1194.24)

Self Contained, Closed Products (1194.25)

Desktop and Portable Computers (1194.26)

The contractor must comply with these technical standards at 36 CFR 1194. The contractor must provide a completed Voluntary Product Assessment Template (VPAT) and/or document how each product was tested for Section 508 conformance. All Section 508 standards will be complied with in performing this contract.

C.1.8.2. MANUFACTURER’S 508 COMPLIANCEWhenever the contractor requests a new manufacturer to be added to the available SEWP manufacturer’s list per Section D.3.1. Manufacturer Request, one or more of the following must be provided concerning the applicability, compliance and available information with regards to 508 compliance:

indicate that the manufacturer has no EIT applicable products; orprovide a link to the manufacturer’s 508 VPAT information for applicable EIT equipment; orprovide a link to other documentation on how each product from the manufacturer was tested for 508 compliance; orprovide the SEWP Program Office with all applicable VPAT’s and/or other documentation on how each product from the manufacturer was tested for 508 compliance; orindicate that 508 applicable information is available on a per item basis by contacting the contractor

C.1.9. SECURITYDue to the sensitive nature of equipment and data present at all NASA sites, Contractor personnel requiring access shall meet the NPR 1600.1, “NASA Security Program Procedural Requirements” (U.S. citizenship) to obtain badges and vehicle decals. An escort will be provided when required for access into restricted work areas.

The COTR or their designated Technical Specialist at each NASA or other Government site will work security issues with the Contractor as needed to ensure that sensitive, private and confidential as well as classified information is safeguarded.

NASA recognizes the emerging technology for fleet management for remote management of network-connected devices. Such systems must comply with NPR 2810.1 “Security of Information Technology.” Each NASA Center will require certification prior to installation that all such systems meet ongoing standards for firewall, network, and access security.

140

NNG06123202R

C.2. STATEMENT OF WORK FOR CONTRACTOR SUPPLIED MFPS While the SEWP contracts are primarily used as a purchase vehicle for the Federal Government, the Government may utilize the contracts as a basis for contractor-supplied products and services. This section, while specifically designed for contractor-supplied Multi-functional Printers (MFPs) obtainable through Class 11, the Government may use this section as a basis for similar SOWs in other classes.

Besides the requirements in Section C.1. Statement of Work, the Class 11 Contractor must also be able to comply with the additional requirements in this section for contractor-supplied and serviced products. Contractor-supplied products provide for the Government to submit a delivery order for MFPs to be placed at multiple sites and serviced throughout the life of the order as described below and supplemented by additional terms and conditions at the delivery order level.

An example of this type of arrangement would be a set of multi-functional printers located at Goddard Space Flight Center which will remain the Contractor’s property, but fully accessible by Goddard employees.

Note that the requirements in this section are only in effect if specifically stated at the delivery order level. Additional terms and conditions may be added by the Government on a given delivery order.

C.2.1. CENTRALIZED DATABASE AND REPORTSA centralized web-accessible database shall be provided and maintained by the Contractor for electronic access by all of the sites. The Contractor shall enter all data regarding each product and service and associated transactions into the database in real time for standard report generation. The Contractor shall post all requests and completed delivery times to the centralized web-accessible database. The orders will include the location and serial number of the equipment for which the supplies are required.

All reports shall be site specific and default to the site making the request. These reports include: invoicing, equipment history, servicing and utilization analysis.

C.2.2. SERVICE CALLSOne local or 800 number shall be established by the Contractor to be used to request service, supplies, and training. This number shall be staffed (no answering machine) to accommodate business hours at each NASA site. The Contractor will post all calls in real time (the time the call is received) to the Contractor’s web-accessible electronic database.

Service calls on networked units require the Contractor to confirm whether the problem is with the network or the unit. Confirmed network problems become the responsibility of the network provider, and will not be counted against the Contractor as downtime.

During the standard hours of operation in each time zone, the Contractor shall respond to and begin repairs within 4 hours after notification of a malfunction by the customer. Response time on a service call begins when the call (placed by phone) is received by the Contractor. Service calls are to be entered into the database in real time. Service calls received after standard hours of operation shall begin the following business day.

If the technician is unable to complete the repair within 4 hours, the electronic database shall contain the current status of the repair and an estimate of how long it will take to complete.

In those cases where repairs cannot be completed within 16 working hours, a replacement unit shall be provided by Noon the next business day. All performance metrics and specifications apply to replacement units, which must meet or exceed the specifications of the replaced equipment and be billed at the same rate. The unit will be considered down until the replacement is provided and fully operational.

If the original unit cannot be repaired, the Contractor shall provide a permanent replacement unit. The Government Point of Contact (POC) for the order shall be the final authority in determining when a unit must

141

NNG06123202R

be replaced due to unsatisfactory performance. If three (3) service calls for the same problem are placed within two (2) consecutive months for a particular unit, the Contractor will be required to permanently replace the machine.

The service ticket shall not be closed until the POC has verified that the unit is fully operational. The Contractor shall devise a method of customer feedback for each service ticket whereby the POC can verify the unit is or is not operational before a service ticket is closed. The POC closes out the service call by signing the technician’s repair sheet where required, and including the date and time the repair was completed.

C.2.3. IDENTIFICATION STICKERS When placing equipment at a Government site, the Contractor shall affix to each unit a highly visible (minimum size of 4” x 8”) identification sticker. This sticker shall include the serial number, the model number, and the service/supply phone number. The Government reserves the right to affix internal identification tags/stickers/numbers to each unit placed.

C.2.4. SUPPLIES FOR CONTRACTOR-SUPPLIED MFPSThe Contractor shall supply the following at each site (inclusive of the MFP order) : Toner and all consumable supplies required for hardcopy output for copying, printing, and facsimile

functions. Contractor shall work with the Government to implement a process to recycle used toner containers at no cost to the Government

Replacement parts

The Contractor is required to deliver to each site a supply of consumables, which will handle the proposed monthly number of hardcopy output as defined on the delivery order.

The Contractor shall deliver the additional supplies within 4 hours. Requests that are received after 4:00 p.m. local time will be delivered no later than Noon the following business day.

C.2.4.1. TONER CARTRIDGE REMOVALThe Contractor shall be responsible for the removal of all used toner and toner cartridges.

C.2.5. TRAININGThe Contractor shall provide training to users at the time of the initial installation. Additional training shall be provided on an “as-needed” basis when requested by the customer.

C.2.6. METER READINGSThe Contractor shall be responsible for taking accurate meter readings monthly at each location during the last business week of the reporting period. The Contractor shall review all meter readings for inconsistencies and ensure accuracy.

If the MFD is located in an area that cannot be accessed, a meter reading shall be relayed to the Contractor verbally by the Government

C.2.7. RELOCATION OF MFD EQUIPMENTDuring the period of performance of a delivery order, unit relocations may be necessary. The Contractor shall relocate MFD at the request of the Government. There are two (2) categories of relocation support: Category “Urgent”: the Contractor has 24 hours (1 day) from the time of notification to perform the move. Category “Routine” : the Contractor has a maximum of 5 days from the time of notification.

Equipment shall be moved or relocated only by authorized Contractor personnel.

C.2.8. INTRODUCTION OF NEW MFD MODELS/TECHNOLOGYAt any time during the delivery order period, the Contractor may introduce new or improved models as replacements for models initially supplied. Any proposed new model offered must meet or exceed the specifications

142

NNG06123202R

of the previous model to be replaced and must be approved by the Government before being installed.

The Contractor is responsible for providing all software and/or print driver upgrades upon their release, with no additional cost to the Government.

C.2.9. DISCONTINUANCE OF SERVICE Service on a unit or set of units may be discontinued within no less than 5 business days unless otherwise stated upon receipt of written notice from the Government. Requests for removal will contain the following information:

Location, Model number, Serial number, and Expected removal date.

The Contractor shall only bill the Government for the production up until the time of removal.

C.2.10. PHASE-IN OF A DELIVERY ORDERThe phase-in refers to the delivery and installation of equipment. The Contractor shall provide a phase-in plan based on site surveys no later than 30 days after delivery order receipt for review and approval. The Government specifically reserves the right to amend phase-in schedules proposed by the Contractor. The Contractor’s phase-in plan shall include, but is not limited to:

administrative matters (personnel listing including phone numbers) badging of personnel vehicle identification time line for planned walk-through concept for placement of machines timeline for completion with installation, training method of supply and/or paper delivery logistic (i.e. lift capabilities) power sources & requirement, supplies operational schedule for web-based electronic database all staffing issues for phase-in schedule and administration meter reading methods customer education of phase-in any other information the Contractor deems pertinent to phase-in operations

If necessary and if available, a staging area for phase-in may be designated to the Contractor by the Government.

C.2.11. PHASE-OUT OF A DELIVERY ORDERAt the end of the delivery order period, the Contractor shall provide all resources required to ensure a smooth transition for the Government.

The Contractor shall provide a detailed phase-out plan for removing all units. The phase-out plan shall be provided no later than 30 days prior to the scheduled removal of the first unit and is subject to approval and/or revision by the Government.

The Contractor’s written phase-out plan shall include, but is not limited to: administrative matters (current personnel listing including phone numbers) out processing of badged personnel vehicle identification & decals returned timeline for removal of machines lift capabilities, supplies staffing for removal

143

NNG06123202R

The Contractor’s Electronic database shall remain operational for the duration of the phase out.

The Contractor shall work with the Government to establish phase-out and removal schedules that allows for a smooth transition with the Government’s planned follow-on activity.

144

NNG06123202R

ATTACHMENT D CONTRACTOR / GOVERNMENT COMMUNICATION REQUIREMENTS

One of the Acquisition Objectives of SEWP is to promote and utilize electronic based methods and practices. While commonly placed under the e-Commerce umbrella, SEWP recognizes the need to provide for a variety of electronic-based procedures some of which do not traditionally fall within the e-Commerce realm; e.g. Fax image files, e-mail text files, etc. There are also many legacy systems and unplanned occurrences which require a flexible system capable of handling both electronic and paper processes. Neither Industry nor Government have concurred on a single solution that is capable of covering all Industry and Government needs. It is, therefore, the Government's intention to work with Contractors and Government Agencies to accept and deliver information such as orders, status reports, contract refreshments, etc. in mutually agreed upon formats. This addenda, therefore, provides only a basic outline of the types of electronic reports, including required data, which must be accepted and/or provided by the Contractor to the SEWP BOWL. Actual implementations of the reports will be finalized and tested prior to placement of the first delivery order after the signing of the Contract. Where encryption is indicated, the Contractor and SEWP BOWL will mutually agree upon the methodology.

D.1. ON-LINE QUOTINGWhen a Request for Information (RFI) or Request for Quote (RFQ) is issued using the NASA SEWP on-line RFI/RFQ system, the Contractor must respond either- by sending the following files to the SEWP BOWL:

1) the Contractor-generated quote in either an image file, MS Word or Excel document or a mutually agreed upon format.

2) a file listing the CLINs included in the quote either as a text file, MS Word or Excel document or a mutually agreed upon format.

- Or by sending a “No Bid” response to the SEWP BOWL.

The SEWP BOWL will ensure all responses are immediately forwarded to the original RFI/RFQ requestor.

D.2. ORDERINGAs described below, all SEWP orders must be assigned a SEWP S4N tracking number in order to be considered a valid order. All Delivery Orders and credit card orders over $100,000 must be sent, processed and assigned an S4N number prior to being processed by the contractor. If the SEWP COTR has authorized the contractor to accept credit card orders directly, then credit card orders under $100,000 may be processed immediately upon receipt by the Contractor as described in Section D.2.2. Credit Card Order Processing.

D.2.1. DELIVERY ORDER PROCESSINGThe following methods / paths will be available to Government entities for transferring Delivery Orders to the SEWP BOWL:

1) Fax2) E-mail Attachment in one of the following formats

a) Plain textb) PDFc) HTMLd) JPEGe) TIFFg) Gifh) Microsoft Exceli) Microsoft Wordj) Other mutually agreed upon format

3) Paper copy sent via US Mail or private courier4) Other Electronic format mutually agreed upon by the Government entity and the SEWP BOWL

145

NNG06123202R

Regardless of the method and format which the Delivery Order is sent to the SEWP BOWL, all Delivery Orders will be transferred to the contractor as an attachment to an e-mail. The attachment will be in one of the following formats:

1) Plain text2) PDF3) HTML4) JPEG5) TIFF6) Gif7) Microsoft Excel8) Microsoft Word9) Other mutually agreed upon format

The SEWP contractor must demonstrate their ability to accept at least the formats listed above prior to the issuance of the first Delivery Order against their contract.

D.2.1.1. DELIVERY ORDER INFORMATIONRegardless of the path used by the Government entity to create a SEWP delivery order and the method by which the Contractor accepts the order, the following information must be present in each delivery order:

1. Date of order

2. Signature (direct, electronic, or implied through pre-approved method) of authorized Government Ordering Official;

a. Contracting Officer for Purchase/Delivery Order

b. Credit Card Holder Name for credit card orders

3. Name and phone number of authorized Government Ordering Official

4. Name of Issuing Agency

5. Name of Ordering Agency (if different from Issuing Agency)

6. Order Number

a. Unique order number for the Ordering Government entity - Ordering Agency determines the Order Number

7. Contractor Name and SEWP Contract Number

8. Appropriation and accounting data

9. Billing and Invoice Address

10. Shipping Address

11. SEWP CLINs (Contract Line Item Numbers) and product descriptions to be delivered

12. Administrative Handling Fee amount (SEWP-Z CLIN)

13. Total order amount

14. Additional mutually agreed upon Terms and Conditions, Statement of Work, etc.

15. Period of performance for any associated services

Additionally, after an order is processed at the SEWP BOWL, either electronically or manually, a unique tracking number, referred to as the SEWP IV Control Number (S4N), will be assigned by the SEWP BOWL.

146

NNG06123202R

D.2.2. CREDIT CARD ORDERSContractors may be authorized to directly accept credit card orders over the telephone and/or through a Website or other electronic means from a Government entity without first passing the order through the SEWP BOWL based on the following requirements:

1) For orders under $100,000, the requirements are:a. for orders between $2,500 and $100,000, within one business week of receipt of the order, the

contractor must send to the SEWP BOWL either by fax or e-mail a credit card order report in a mutually agreed upon format containing at least the following information:

i. Date of orderii. Name and phone number of card holder

iii. Agency name and site of contract holderiv. Unique tracking numberv. Contractor name and SEWP contract number

vi. SEWP CLINs (Contract Line Item numbers) and/or manufacturer part numbers of items on the order

vii. CLIN Descriptionsviii. SEWP administrative handling fee

ix. Total dollar amount of orderb. for orders under $2,500, within one week of receipt of the order, the contractor must send to

the SEWP BOWL either by fax or e-mail a micro-purchase credit card order report in a mutually agreed upon format containing at least the following information:

i. Date of orderii. Agency name

iii. Unique tracking numberiv. Contractor name and SEWP contract numberv. Total dollar amount of order

c. Upon receipt of a credit card order report, the SEWP BOWL will review and process the order and assign an S4N tracking number and report the information to the Contractor

2) For orders over $100,000, the requirements are:a. for orders over $100,000, prior to processing the order, within one business day of receipt of

the order, the contractor must send to the SEWP BOWL either by fax or e-mail a credit card order form in a mutually agreed upon format containing at least the following information:

i. Date of orderii. Name and phone number of card holder

iii. Agency name and site of contract holderiv. Unique tracking numberv. Contractor name and SEWP contract number

vi. SEWP CLINs (Contract Line Item numbers) and/or manufacturer part numbers of items on the order

vii. CLIN Descriptionsviii. CLIN prices and quantity

ix. SEWP administrative handling feex. Total dollar amount of order

xi. Additional Terms and Conditions associated with the orderb. Upon receipt of a credit card order form for over $100,000, the SEWP BOWL will review and

process the order and assign an S4N tracking number and report the information to the Contractor

c. After the Contractor receives the assigned S4N tracking number, the Contractor may process the order

3) the contractor must demonstrate to the SEWP COTR the process used to ensure that all credit card orders accepted directly by the contractor will be reported to the SEWP BOWL per the above requirements

147

NNG06123202R

Note that Delivery Orders paid with a Government credit card are considered to be Delivery Orders and not credit card orders and, must, therefore be sent to the SEWP BOWL per Section D.1.1. Delivery Order Processing

D.3. TECHNOLOGY REFRESHMENT REQUESTSThe manufacturer request and technology refreshment (TR) reports may be utilized by the contractor to request addition of new technology and either price and/or informational changes to existing technology.

D.3.1. MANUFACTURER REQUESTPrior to requesting the addition of a technology to a contract, the original manufacturer of that technology must first be authorized by the SEWP COTR or his/her Technical Specialist.

1) if the manufacturer is not on the currently approved SEWP manufacturer list, the contractor must request approval of the manufacturer using the SEWP provided Manufacturer Request tool available at the SEWP Contractor-only website. At a minimum, the manufacturer request will include:

a. Manufacturer nameb. Manufacturer descriptionc. Manufacturer business sized. URL of Manufacturer’s website (if it exists)e. Product category(ies); e.g. Servers; Input Devices; etc. f. Flag indicating if contractor is an authorized reseller. If the contractor is an authorized

reseller, the following Manufacturer contact information will also need to be included:i. Contact name

ii. Contact phone numberiii. Contact e-mail address

g. If the manufacturer has any EIT products, one or more of the following must be flagged:i. indicate that the manufacturer has no EIT applicable products; or

ii. provide a link to the manufacturer’s 508 VPAT information for applicable EIT equipment; or

iii. provide a link to other documentation on how each product from the manufacturer was tested for 508 compliance; or

iv. provide the SEWP Program Office with all applicable VPAT’s and/or other documentation on how each product from the manufacturer was tested for 508 compliance; or

v. indicate that 508 applicable information is available on a per item basis by contacting the contractor

h. the following information may be included:i. Trade Act Agreement flag if the manufacturer’s products are not from TAA

countriesii. Alias for the manufacturer name

2) if the manufacturer is on the currently approved SEWP manufacturer list, then the contractor may provide the following information:

a. Flag indicating if contractor is an authorized reseller. If the contractor is an authorized reseller, the following Manufacturer contact information will also need to be included:

i. Contact nameii. Contact phone number

iii. Contact e-mail addressb. Optionally, the following information may be included:

i. Trade Act Agreement flag if the manufacturer’s products are not from TAA countries

ii. URL for 508-related information for this manufacturer’s productsiii. Alias for the manufacturer name

148

NNG06123202R

Upon receipt of a manufacturer request, the SEWP COTR or his/her designated Technical Specialist will review the submitted information for accuracy and to ensure the company is the originator of technology within the contract’s scope.

D.3.2. TECHNOLOGY REFRESHMENT REQUESTIn order to provide technology refreshments to the Contract, the Contractor must be able to provide a technology refreshment report. The technology refreshment report will be provided via:

1) an email with the technology refreshment request in textual format.. The text must follow a keyword - value format with predefined keywords. The keywords and values must be separated by an agreed upon delimiter; e.g.[

2) Other mutually agreed upon electronic format

At a minimum all TR requests will include the following overall information:1) unique TR number2) Contract number3) Description of TR4) Contractor’s administrator’s name, phone and e-mail5) Number of CLINs in the TR

At a minimum each CLIN in a TR request will include the following information:1) Line Item Number2) CLIN (unique for this product on this contract)3) Original manufacturer’s part number4) Product Classification Code5) Classification Description Subgroup 6) Base, mandatory, available flag7) Product / Service / Maintenance flag8) Long description of product. Multiple lines allowed9) List or unit price of the product10) SEWP Price for the product

Upon receipt of a valid TR, the SEWP COTR or his/her Technical Specialist will review the TR for scope and verify pricing information. At that time, either the TR may be accepted in its entirety, rejected in its entirety, or accepted with some CLINs disallowed. A detailed report indicating the outcome of each TR will be forwarded to the contractor.

D.4. POST-ORDER REPORTSContractors are required to supply to the SEWP BOWL a post-order report on at least a weekly basis. The report must contain at least the following information for all orders received by the contractor since the previous post order report in a format mutually agreed upon by the Contractor and the SEWP BOWL:

a. Date of order

b. Name of Issuing Agency

c. Name of Ordering Agency (if different from Issuing Agency)

d. Issuing Agency Order Number or unique credit card tracking number and/or SEWP IV Control Number (S4N)

e. Shipping Address(es)

f. SEWP CLINs (Contract Line Item Numbers) with unit price and quantity

g. Administrative Handling Fee amount (SEWP-Z CLIN)

h. Total order amount

149

NNG06123202R

If a contractor is unable to provide this information, all orders for that contractor will be delayed in order for the SEWP BOWL to verify and enter the information.

As noted above, if the contractor is authorized to accept credit cards, the order report must be sent within 24 hours of receipt of the order.

This post-order report may be provided either via:

a. an email with the post-order report in textual format.. The text must follow a keyword - value format with pre-defined keywords. The keywords and values must be separated by an agreed upon delimiter; e.g.[

b. Other mutually agreed upon electronic format

D.5. ORDER STATUS REPORTContractors are required to supply to the SEWP BOWL an order status report within two business days of a status change to an order. Status changes include, at least, the following changes:

a. Update to expected delivery date

b. Ship date

The order status report must contain at least the following information in a format mutually agreed upon by the Contractor and the SEWP BOWL:

a. Date of order

b. Issuing Agency Order Number or unique credit card tracking number and/or SEWP IV Control Number (S4N)

c. Status

d. Status date

The order status report may be provided either via:

a. an email with the order status report in textual format.. The text must follow a keyword - value format with predefined keywords. The keywords and values must be separated by an agreed upon delimiter; e.g.[

b. Other mutually agreed upon electronic format

D.6. ADMINISTRATIVE HANDLING FEE REPORTContractors are required to supply to the SEWP BOWL an Administrative Handling Fee report when submitting their Quarterly Administrative Handling Fee check. The report must be in electronic format mutually agreed upon by the Contractor and the SEWP BOWL and contain at least the following information for all orders for which a Administrative Handling Fee was paid in the associated check:

a. Issuing Agency Order Number or unique credit card tracking number and/or SEWP IV Control Number (S4N)

b. Total dollar amount of Agency's Invoice

c. Administrative Handling Fee amount paid

If the Administrative Handling Fee payment for a delivery order is spread over several payments, the Administrative Handling Fee report shall either collapse the payment information into a single entry, or provide a mechanism to identify each of the payments as partial.

150

NNG06123202R

D.7. ORDER MODIFICATIONSOrder modification requests are handled the same as the original Delivery Order as described in Section D.2. Ordering.

III. INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (52.212-1) (JAN 2006)

All offerors that are not small businesses must submit a subcontracting plan. Refer to A.3.10.4 of this solicitation. Offerors are reminded that FAR clause 52.219-9, "Small Business Subcontracting Plan" of this solicitation states (CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS), at the conclusion of paragraph (c), that "Failure to submit and negotiate the subcontracting plan shall make the offeror ineligible for award of a contract". The full text of this clause is available at http://www.arnet.gov/far .

A.3.1. COMMUNICATIONS REGARDING THIS SOLICITATION (GSFC 52.215-96) (AUG 2000)Any questions or comments regarding this solicitation shall cite the solicitation number and be directed to the following Government representative:

Name: Darlene E. DorseyE-mail: [email protected] Phone: 301-286-5063FAX: 301-286-6299

*Address: NASA/Goddard Space Flight Center8800 Greenbelt RoadAttention: Darlene Dorsey, *Mail Code 210.4 Building 12, Room E206CGreenbelt, MD 20771

The Government will answer relevant and appropriate questions regarding this solicitation. Any offeror questions should be submitted as soon as possible.

(End of provision)

A.3.2. OFFER ACCEPTANCE PERIODThe offeror's proposal shall remain valid for a period of not less than 180 calendar days.

(End of text)

A.3.3. TYPE OF CONTRACT (52.216-1) (APR 1984)The Government contemplates awarding multiple firm-fixed price (FFP), indefinite delivery/indefinite quantity (IDIQ) contracts resulting from this solicitation. It is anticipated that the following awards will be made: Class 1: (2-3 awards); Class 2: (2-3 awards); Class 3: (2-3 awards); Class 4: (2-3 awards); Class 5: (2-3 awards); Class 6: Small Business Set-Aside (4-6 awards); Class 7: (2-3 awards); Class 8: (2-3 awards); Class 9: Service Disabled Veteran-Owned Small Business Set-Aside (4-6 awards); Class 10: (2-3 awards); and Class 11: (2-3 awards).

(End of provision)

151

NNG06123202R

A.3.4. SMALL DISADVANTAGED BUSINESS PARTICIPATION PROGRAM--TARGETS (52.219-24) (OCT 2000)NOTE: This provision applies to Classes 7, 8, 10, and 11 only.

(a) This solicitation contains a source selection factor or subfactor related to the participation of small disadvantaged business (SDB) concerns in the contract. Credit under that evaluation factor or subfactor is not available to an SDB concern that qualifies for a price evaluation adjustment under the clause at FAR 52.219-23, Notice of Price Adjustment for Small Disadvantaged Business Concerns, unless the SDB concern specifically waives the price evaluation adjustment.

(b) In order to receive credit under the source selection factor or subfactor, the offeror must provide, with its offer, targets, expressed as dollars and percentages of total contract value, for SDB participation in any of the North American Industry Classification System (NAICS) Industry Subsectors as determined by the Department of Commerce. The targets may provide for participation by a prime contractor, joint venture partner, teaming arrangement member, or subcontractor; however, the targets for subcontractors must be listed separately.

(End of provision)

A.3.5. SERVICE OF PROTEST (52.233-2) (AUG 1996)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from:

Dock MasterGoddard Space Flight CenterGreenbelt, MD  20771Building 16W—Shipping and Receiving Dock

Prominently mark the envelope or package as follows:

Protest: Solicitation Number (NNG06123202R)Attn: Darlene DorseyGSFC Mail Code 210.4Contracting Officer Phone No. 301-286-5063 Fax No. 301-286-6299

Note: The Building 16W Shipping and Receiving dock is open from 7:30AM to 3:30PM, Monday through Friday, except Government holidays. Contractor personnel conduct the GSFC receiving function, which includes mailroom operations. Protests will be marked with the date and time of receipt, subjected to security screening, secured, and delivered unopened to the Contracting Officer.

There is public access to the Building 16W Shipping and Receiving Dock. GSFC passes, badges, escorts, etc. are not required for access to the receiving dock.

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of provision)

A.3.6. PROPOSALS REQUESTED

A separate Offer, Mission Suitability, Price, and Past Performance volume is REQUIRED for EACH CLASS as specified in this RFP, in accordance with Attachment A, Technical Specifications, if the offeror wishes to be

152

NNG06123202R

considered for award for that class. Only one proposal for each class will be accepted. Should a particular offeror wish to propose on more than one class, that offeror shall submit a complete and separate proposal for each class. The proposal shall be based on the effort described or estimated in the proposed contract schedule.

(End of text)

A.3.7. PROPOSAL PREPARATION—GENERAL INSTRUCTIONS

It is NASA's intent, by providing the instructions set forth below, to solicit information that will demonstrate the offeror's competence to successfully complete the requirements specified in the Statement of Work (SOW), Attachment C and the Technical Specifications, Attachment A. Generally, the proposal should:

Demonstrate understanding of the overall and specific requirements of the proposed contract. Convey the company's capabilities for transforming understanding into accomplishment. Present in detail, the plans and methods for so doing. Present the costs associated with so doing.

In the event that other organizations are proposed as being involved in conducting this work, their relationships during the effort shall be explained and their proposed contributions shall be identified and integrated into each part of the proposal, as appropriate.

(a) PROPOSAL FORMAT AND ORGANIZATION

(1) Offerors shall submit proposals in four volumes as specified below:

Volume Title Copies

I Offer Volume Original plus three Hard Copies and two electronic copies

II Mission Suitability Volume Original plus four Hard Copies and two electronic copies of all but TAB 12.One copy of TAB 12 (benchmark output)

III Price Volume Original plus four Hard Copies and two electronic copies

IV Past Performance Volume Original plus four Hard Copies and two electronic copies

(2) All pages of Volumes I, II, III, and IV shall be numbered and identified with the offeror’s name, RFP number and date. Subsequent revisions, if requested, shall be similarly identified to show revision number and date. A table of contents shall be provided with figures and tables listed separately.

(3) Two electronic copies of the offeror’s proposal, designating one as “back-up,” shall be submitted (in addition to the hardcopies specified above) in Microsoft Word and Excel (MS Office 2003). Price proposal files shall use Microsoft 2003 for Windows. Electronic files of Volumes I, II, III, and IV shall be on virus free CD-ROM (CD-R format) discs with an external label indicating: (1) the name of the offeror, (2) the RFP number, (3) the format and software versions used, (4) a list of the files contained on the disk and (5) date of the information. In the event of any inconsistency between data provided on electronic media and hard copies, the hard copy data will be considered to be correct.

(4) The format for each proposal volume shall parallel, to the greatest extent possible, the format of the evaluation factors and subfactors contained in this solicitation. The proposal content shall provide a basis for evaluation

153

NNG06123202R

against the requirements of the solicitation. Each volume of the proposal shall specify the relevant evaluation criteria being addressed, if appropriate.

(5) Information shall be precise, factual, detailed and complete. Offerors shall not assume that the evaluation team is aware of company abilities, capabilities, plans, facilities, organization or any other pertinent fact that is important to accomplishment of the work as specified in the SOW. The evaluation will be based primarily on the information presented in the written proposal. The proposal shall specifically address each listed evaluation factor and subfactor.

(b) PROPOSAL CONTENT AND PAGE LIMITATIONS

(1) The following table contains the page limitations for each portion of the proposal submitted in response to this solicitation. Additional instructions for each component of the proposal are located in the contract provision noted under the Reference heading.

Proposal Component VolumePage Limitations

Offer Volume I NoneMission Suitability Volume II 80 Pages(a) Cover Page, Indices, Small Business Subcontracting Plan, and Small Disadvantaged Business Participation Program

Excluded

Price Volume III NoneUnpriced Price Proposal ExcludedPast Performance Volume IV(a) Information from the Offeror 10 Pages*(b) Cover Page, Indices, Past Performance Questionnaires, SF 294/295 final reports, and List of Acronyms

Excluded

*Includes prime, significant subcontractors and team members.

(2) A page is defined as one side of a sheet, 8-1/2" x 11", with at least one inch margins on all sides, using not smaller than 12 point type. Line spacing or the amount of vertical space between lines of text shall not be less than single line (Microsoft Word’s default line spacing). Character spacing shall be “Normal”, not “Expanded” or “Condensed.” The margins may contain headers and footers, but shall not contain any proposal content to be evaluated. Foldouts count as an equivalent number of 8-1/2" x 11" pages. The metric standard format most closely approximating the described standard 8-1/2" x 11" size may also be used.

Volumes I, II, III, and IV shall be submitted in separate three-ring binders. Diagrams, charts, tables, artwork, and photographs may be reduced and, if necessary, run landscape or folded to eliminate oversize pages. Text in Diagrams, charts, tables, artwork, and photographs shall be no smaller than 10 point. Diagrams, charts, tables, artwork, and photographs shall not be used to circumvent the text size limitations of the proposal.

(3) Title pages, tabs, and tables of contents are excluded from the page counts specified in paragraph (1) of this provision (as well as other documents specified in table (b)(1) above). In addition, the Price volume of your proposal is not page limited. However, this volume is to be strictly limited to price information. Information that can be construed as belonging in one of the other volumes of the proposal will be so construed and counted against that volume's page limitation.

(4) The Government intends to evaluate proposals and award contract(s) without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If discussions are held and final proposal revisions are requested, the Government will specify separate page limitations in its request for that submission.

154

NNG06123202R

(5) Pages submitted in excess of the limitations specified in this provision will not be evaluated by the Government and will be returned to the offeror in accordance with NFS 1815.204-70(b).

(End of provision)

A.3.8. PROPOSAL VOLUMES

1. All proposal volumes are to be submitted in a hard copy format. In addition to the hard copy format, a CD ROM is required for the Offer Proposal, Mission Suitability Proposal, Price Proposal and the Past Performance Proposal. Benchmark information (Tab 12) is not required to be included in the CD ROM. Benchmark information (Tab 12) may be submitted either via CR-ROM or in a hard-copy format. The offeror's proposal shall consist of the following physically separate volumes:Volume I - Offer Volume (as described in Sections A.3.9. and A.3.10.)Volume II - Mission Suitability Volume (Tabs 1 through 12)Volume III - Price VolumeVolume IV - Past Performance Volume

2. Mission Suitability Tab Description Executive SummaryTAB 1 - Minimum Mandatory Specifications TAB 2 - UNIX 98 Certification or LSB Conformance StatementTAB 3 - Strength of Proposed SystemsTAB 4 - Available ComponentsTAB 5 - Exceeding the MinimumTAB 6 - Performance ConsiderationsTAB 7 - Desirable FeaturesTAB 8 - Other FeaturesTAB 9 - Commitment to Open SystemsTAB 10 - Post Award Support and ServiceTAB 11 - Management PlanTAB 12 -Benchmark Output

(End of text)

A.3.9. INSTRUCTIONS FOR OFFER VOLUME INCLUDING EXECUTED STANDARD FORM 1449, AND REPRESENTATIONS AND CERTIFICATIONS

SF 1449 – The offeror shall appropriately complete Blocks 12, 17, and 30 and return the completed SF 1449, signed by a duly authorized individual.

Offeror Representations and Certifications – the offeror shall appropriately complete and return Addendum V, Offeror Representations and Certifications—Commercial Items (52-212-3).State any deviations/exceptions taken to the required Offeror Representations and Certifications and include the reason for the deviation/exception.

Model Contract – The offeror shall sign four original SF 1449s and return with your offer the model contract (SF 1449 through Addendum II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (52.212-5)).

Contact Information: The names, email addresses, and phone numbers of persons to be contacted for clarification of questions of a technical and business nature.

155

NNG06123202R

Information concerning Responsibility: Information addressing all of the elements under FAR 9.104 to demonstrate responsibility.

Line of Credit Information – See Mission Suitability, Subfactor C-Management Plan.

NOTE: The Government does not intend to accept proposals with alternate terms and conditions.

(End of text)

A.3.10. SUMMARY OF EXCEPTIONS

Include a statement of acceptance of the anticipated contract provisions and proposed contract schedule, or list all specific exceptions to the terms, conditions, and requirements of Addenda I and II of this solicitation, to the Representations and Certifications (Addendum V) or to the information requested in Addendum III. Include the reason for the exception, or refer to where the reason is addressed in the proposal. This list must include all exceptions, both “business” and “technical”.

Include any new terms, conditions, or clauses proposed by the offeror which are of benefit to the Government. Discuss the benefit to the Government in Volume I, II, III, or IV as appropriate.

Offerors are cautioned that exceptions may result in a determination of proposal unacceptablity (NFS 1815.305-70), may preclude award to an offeror if award is made without discussions, or may otherwise affect an offeror’s competitive standing.

(End of text)

A.3.11. GENERAL MISSION SUITABILITY PROPOSAL INSTRUCTIONS

This section describes the overall guidelines and specifications for preparing the Mission Suitability volume.

A.3.11.1. GENERAL GUIDELINES IN PREPARING THE MISSION SUITABILITY PROPOSAL

The Mission Suitability Proposal must specifically state for which class the offeror is proposing.

The Mission Suitability Proposal shall be completely separate and apart from the Offer Proposal, Past Performance Proposal and the Price Proposal. All information submitted in the Mission Suitability Proposal shall be current as of the month of submission of the proposal and shall be specific, complete, and meet the minimum requirements of this RFP.

A.3.11.2. STRUCTURE AND CONTENT OF THE MISSION SUITABILITY PROPOSAL

The offeror shall structure the Mission Suitability Proposal with multiple sections. Each section shall be sequentially tabbed with the title indicated on the tab. The titles shall correspond to the titles listed in paragraph 2 of A.3.8. and provide the information requested below.

In addition, the offeror shall provide the Mission Suitability Proposal in both a hard copy and machine readable Windows format on a CD ROM, excluding the Benchmarks in TAB 12. The Government will use a PC with Microsoft Windows XP Operating System, and Office 2003 (Word/Excel). The Technical Exhibits may also be submitted in Microsoft Excel 2003. If none of these formats is available, the offeror shall provide the data as an ASCII file.

Two copies of the CD(s) shall be submitted with one copy identified as the backup. In the case of any inconsistency between the hardcopy and CD format, the hardcopy version will prevail.

In the following paragraphs, Technical Specifications refer to Section III, Attachment A of this RFP.

156

NNG06123202R

A.3.11.3. CLARITY AND COMPLETENESS

The proposal shall clearly and fully demonstrate the offeror's capability, knowledge, and experience in regard to the technical requirements of this RFP. The offeror shall fill in appropriate Technical Exhibits, entering only Yes/No or, where requested, succinctly describing how it meets the requirement.

If any reference to documentation is made by the offeror such documentation shall be cited at the page, section, and paragraph level. The cited offeror documentation shall be included in the proposal and counts against the page count as defined in A.3.7. Offerors are required to follow the instructions regarding the organization and content of the proposals.

A.3.11.4. SUMMARY OF DEVIATIONS\EXCEPTIONS (MISSION SUITABILITY PROPOSAL)

Identify and explain the reason for any deviations, exceptions, or conditional assumptions taken with respect to these mission suitability proposal instructions or to any of the technical requirements of this solicitation, such as the statement of work and related specifications. Offerors are cautioned that exceptions may result in a determination of proposal unacceptability (NFS 1815.305-70), may preclude award to an offeror if award is made without discussions, or may otherwise affect an offeror’s competitive standing.

(End of text)

A.3.12. COMPLIANCE WITH MINIMUM MANDATORY SPECIFICATIONS (TABS 1 AND 2)

The following sections provide instructions on how to prepare the minimum mandatory aspects of the offeror's proposal. The Minimum Mandatory Specifications (Tab 1) and UNIX 98 Certification or LSB Conformance Statement (Tab 2) are minimum requirements. Proposals will not be evaluated further and/or considered for award if they do not meet these two requirements.

A.3.12.1. INSTRUCTIONS FOR TAB 1

The offeror shall fill in every row in the appropriate class-specific Minimum Mandatory Specification Matrix Exhibit (Exhibits MM1 through MM11) and submit it under TAB 1 in the mission suitability proposal.

This exhibit as completed by the offeror shall count in the page total.

Electronic copies of the Technical Specification may be obtained by using your WWW viewer to save an ASCII text version to your local disk. A Rich Text Format (RTF) version is available through the same procedures as obtaining the benchmarking files, as described in the section "Obtaining the Benchmarking Files".

The extent to which the proposal exceeds the minimum mandatory specifications or provides desirable features shall not be discussed in this section. How a proposal exceeds the minimum and provides desirable features should be identified in later sections.

A.3.12.2. INSTRUCTIONS FOR TAB 2

For Category A, the offeror shall provide a copy of their UNIX 98 compliance certification or LSB Conformance Statement under TAB 2 in the technical proposal, a machine readable format of this compliance certification is not required.

For Category A, this certificate as provided by the offeror shall count in the page total.

For Category B, only a TAB page shall be provided.

(End of text)

157

NNG06123202R

A.3.13. MISSION SUITABILITY PROPOSAL SUBFACTORS (TAB'S 3-12)

The Mission Suitability proposal shall address Mission Suitability subfactors. There are three or four Mission Suitability subfactors as follows:

Excellence of Proposed Systems (Subfactor A)

Offeror's Support and Commitment (Subfactor B)

Management Plan (Subfactor C)

Small Disadvantaged Business Participation Program (Subfactor D) (Classes 7, 8, 10, and 11 Only)

Offerors shall address risk probability, impact, severity, timeframe, and alternatives available to reduce risks, and offeror’s proposed solutions. and approach to managing these risks. This information shall be provided for each of the three or four subfactors , as applicable under Mission Suitability.

The headers/paragraph titles within any subfactor should not be construed as any indication of priority or as any establishment of elements or criteria. The headers are provided for clarity and ease of reading only.

A.3.13.1 EXCELLENCE OF PROPOSED SYSTEMS (SUBFACTOR A)

Under the Excellence of Proposed Systems subfactor the offeror shall address how the proposed solution provides attributes that enhance suitability for the proposed class and supports the first two Acquisition Objectives in the Statement of Work, Attachment C, including system functionality and extensibility.

Proposed Systems / Instructions - (This shall be TAB 3 in the Mission Suitability proposal.)

In this section, the offeror is to provide a concise yet comprehensive narrative technical description of the proposed base systems hardware, software and other proposed technology related to the base system.

The offeror shall further describe how the proposed technology, including available components, relate to the state-of-the-art, represent advanced technology and incorporate and integrate emerging technologies in their product line, particularly in relation to the proposed class.

If the proposed advanced technology refers to advanced technology identified in Attachment A, Technical Specifications, then the offeror shall cite the section.

Proposed Systems for Category A / Instructions

The offeror shall identify and describe how the implementation of advanced architectural features within the family or families of processors provides the Government with added benefit. The description of the collection of such features should in particular point out the synergistic effects of the overall architectural design.

These descriptions shall include the overall system design, how effectively the system components have been integrated, the innovative characteristics of the proposed equipment and software, the integrity, reliability, maintainability and modularity of the proposed configuration, the ability of the proposed equipment to support emerging technologies, the advanced I/O capabilities and the advanced networking capabilities in supporting the first acquisition objective in Addendum 2, Attachment C, Statement of Work. The offeror should describe how these architectural features provide technological leadership in preparing the way for the next generation of processors.

Proposed Systems for Category B / Instructions

158

NNG06123202R

The offeror shall identify and describe how the proposed advanced architectural features for Category B proposals provide the Government with added benefit through improved interoperability, interconnectivity and productivity in support of Category A systems.

Available Components / Instructions

This shall be TAB 4 in the Mission Suitability proposal.

In this section, the offeror shall provide the unpriced price proposal. The unpriced price proposal includes the list of mandatory deliverables and the list of available hardware and software components beyond the mandatory deliverables including additional technology that further enhance and broaden the offeror's proposal with respect to the first two Acquisition Objectives in Attachment C, Statement of Work.

This section will not count in the page total and shall be identical to the price proposal without pricing. This section shall not include technical specifications or other documentation.

If no available components are offered, only a TAB page shall be provided.

Exceeding the Minimum / Instructions

The offeror shall fill in the appropriate class-specific Exceeding the Minimum Matrix Exhibit (Exhibits EM1 through EM11) and submit it under TAB 5 in the Mission Suitability proposal.

This section shall identify elements of the proposed system that exceed the Minimum Mandatory Specifications (in TAB 1) in sufficient detail for the Government to understand how the proposed features exceed the Government minimum specifications. The offeror shall fill-in the appropriate Exhibit to describe these elements and shall only address the Exceeding the Minimum criteria specified within the class specific exhibit.

This Exhibit as completed by the offeror shall count in the page total.

Performance Considerations / Instructions

This shall be TAB 6 in the Mission Suitability proposal.

In this section, the offeror shall provide a summary of the benchmark results in Exhibits BM1 through BM11. The offeror is required to run ALL benchmarks (for which results are to be reported) on configurations identical to the base systems being proposed. Complete output from the benchmark runs shall be included in the Mission Suitability proposal as an attachment and will not count in the page total.

Desirable Features / Instructions

The offeror shall fill in the appropriate class-specific Desirable Feature Matrix Exhibit (Exhibits DF1 through DF11) and submit it under TAB 7 in the Mission Suitability proposal.

This section shall indicate all items identified in the Technical Specifications as Desirable Features that the offeror chooses to provide. The offeror shall fill-in the appropriate Exhibit to either indicate if the proposed system meets the Desirable Feature (if a Yes/No response is required) or describe the salient characteristics in sufficient detail for the Government to ensure the proposed features correspond to the Government-identified desirable features (if a Description is required). The offeror shall only address the Desirable Features specified within the class specific exhibit.

This Exhibit as completed by the offeror shall count in the page total.

Other Features / Instructions

159

NNG06123202R

This shall be TAB 8 in the Mission Suitability proposal.

In this section, the offeror shall identify additional capabilities or features of the proposed system that enhance the suitability for the proposed workstation class or supporting equipment.

The offeror shall describe those capabilities that satisfy the requirements of Section 1.6. Assistive Technology in Attachment A, Technical Specifications; along with other capabilities that enhance or facilitate access by users that are disadvantaged with regard to their ability to use the standard keyboard, screen and other interfaces to the systems proposed. Capabilities or features that aid in moderating the stress of interface use shall also be described. These shall include, but not be limited to, speech recognition, Braille terminals, split keyboards, or other devices. The capability and plans for the Contractor to provide information relevant to Section 508 of the Rehabilitation Act of 1973 either through tools such as the Voluntary Product Accessibility Template (VPAT) or other similar means shall be described.

The offeror shall describe those capabilities that satisfy the requirements of Section 1.7 (Environmentally Preferable Purchasing Program (EPP)) in Attachment A, Technical Specifications along with products and services that are environmentally preferable. The capability and plans for the Contractor to provide information relevant to the environmental aspects of their products and services either through tools such as the Electronic Product Environment Assessment Tool (EPEAT) or other similar means shall be described

The offeror shall describe the salient security features of the system as well as what steps are being taken to improve security beyond those required or desirable in Attachment A, Technical Specifications.

The offeror shall note any proposed equipment or groupings of equipment that are Energy Star Compliant beyond those required or desired to be Energy Star compliant in Attachment A, Technical Specifications. Any other energy conservation capabilities provided with proposed equipment shall be described.

The Contractor shall describe the operating and storage requirements of their proposed products in terms of the range of temperature and humidity. The Contractor shall also delineate the heat, noise, and any other factors affecting the surrounding environment. This should be provided in terms of categories of equipment (e.g., workstations, peripherals, jukeboxes, etc.) and likely placement (office, computer room and so on).

In addressing the next 2 paragraphs, software shall refer only to Category A operating system software for Category A proposals and any base mandatory software for Category B proposals. Hardware shall mean the equipment identified comprising the Base Systems in the Delivery List.

The offeror shall describe whether the hardware and software proposed are the manufacturer's most recent offerings, i.e. current technology, and where in terms of time these components fit in the manufacturer's line. The offeror shall document when the hardware and software were announced and what is the average product life-cycle for each (how often has the offeror released a new version of the software or replaced it), and how often new hardware has been announced.

If any equipment (both hardware and software) to be provided is no longer in current production by the manufacturer at the time of proposal, the offeror shall identify why it is advantageous for the Government to utilize out-of-production equipment.

For Category A base systems, if the equipment has been installed, two points of contact with addresses (mail and e-mail) and phone numbers and length of time in use at each installation shall be provided. The Government reserves the right to contact these sites.

The offeror shall discuss the range and types of third party software products available in the commercial marketplace which run on and/or complement the proposed technology and augment the required class specific functionality.

160

NNG06123202R

The offeror shall describe in detail the types of documentation to be delivered with the hardware and software proposed, including any ease-of-use features of the documentation.

A.3.13.2. OFFEROR'S SUPPORT AND COMMITMENT (SUBFACTOR B)

For this section the offeror shall address Attachment C, Statement of Work.

Commitment to Open Systems / InstructionsThis shall be TAB 9 in the Mission Suitability proposal. As described below, offerors for Category B shall present different information in this TAB from offerors for Category A.

Commitment to Open Systems for Category A / InstructionsIn this section, the offeror shall demonstrate how its internal policies would further the second Acquisition Objective identified in the Statement of Work, Attachment C, Statement of Work, of this RFP.

The offeror shall describe their implementation of and commitment to open standards promulgated by standards organizations such as: OpenGroup, IEEE, ANSI, SANs, etc. The offeror shall include a corporate statement of commitment to future UNIX branding and address their commitment to future OpenGroup standards.

The offeror shall further describe corporate resources involved in the open systems standardization process, e.g., POSIX, IEEE, ANSI, Internet RFCs, OpenGroup, SANs, etc.

The offeror shall describe how the company has implemented open standards in their current product line.

Commitment to Provide Multiple Open Systems Support Equipment Options for Category B / InstructionsIn this section, the offeror shall demonstrate how its internal policies would further the third Acquisition Objective identified in the Attachment C, Statement of Work, of this RFP.

The offeror shall describe their teaming relationships with other vendors such that the Government can assess the extent to which a wide variety of interoperable hardware and software is proposed that will support, interconnect and enhance the range of workstations in Category A.

The offeror shall describe their corporate policies and resources that will effect the addition of new vendors for the purpose of enhancing the technology available to the Government.

Post Award Support and Service / InstructionsThis shall be TAB 10 in the Mission Suitability proposal.

In this section the offeror shall concisely describe its post award support and service through a point-by-point response to the Sections described below. The offeror shall preface its response by the corresponding subsection title. The responses shall be descriptive and narrative and not simply a re-statement of the provided section text.

The offeror shall address its plan for providing technical services as defined in Addendum 2, Attachment C, Statement of Work, Section C.1.3.1.3. SEWP BOWL Technical Support. The offeror shall, through a response to Attachment C, Statement of Work, Section C.1.5 Warranty, identify the length and conditions of the base products basic warranty and provide details on the equipment's basic and extended warranty. The offeror shall list and describe the support to be provided in terms of number of personnel, type of support, and period of time for which support will be given during the warranty period. The offeror shall, through a response to Attachment C, Statement of Work, Section C.1.4.1. Software, identify how the offeror shall provide software support.

The offeror may provide other narrative information regarding their post award support and service plans.

161

NNG06123202R

For Category B, Class 11: Multi-functional Printers, the offeror shall describe in detail through a point-by-point response, their support for contractor-supplied systems as described in Attachment C, Statement of Work, Section C.2. Offerors in all other classes should provide a general description how, if at all, they can support Attachment C, Statement of Work, Section C.2.

A.3.13.3. MANAGEMENT PLAN (SUBFACTOR C)

This shall be TAB 11 in the Mission Suitability proposal and requires the Offeror to address how it proposes to handle the Program Management and administrative aspects for SEWP IV.

Program Management / Instructions

In this section the offeror shall concisely describe its planned management approach to the contract through a point-by-point response to the Sections described below. The offeror shall preface its response by the corresponding subsection title. The responses shall be descriptive and narrative and not simply a re-statement of the provided section text.

Anticipated problems related to the contract shall be described, as well as the proposed resolution of such problems. The offeror shall discuss its management chain of command, with particular reference to its contract management functions. The office that would be the principal support office under the contract shall be named and described.

The offeror shall also discuss: the organization to be established that will comply with the requirements of Addendum 1; responsibility for delivery orders; the quality assurance program; how the SEWP database will serve as the definitive pricing source for the preparation of quotes, execution of orders, payment of invoices; and problem resolution. The objective is to demonstrate that the offeror understands the peculiarities of this type of contract and will be able to operate effectively within the framework proposed. The offeror shall provide a point-by-point response to Attachment C, Statement of Work, Sections C.1.3.2. Program Office Support, and C.1.3.3. Ordering Guides. Additionally offerors for any Category B class must respond to Attachment C, Statement of Work, Section C.1.3.6. Category B: Sub-contractor Requirements.

Small Business Subcontracting Program (Refer to FAR 19.7) (This applies ONLY to Large Businesses)

This solicitation contains FAR clause 52.219-9, "Small Business Subcontracting Plan--Alternate II". The Subcontracting Plan described and required by the clause, including the associated subcontracting percentage goals and subcontracting dollars, must be submitted with your proposal. Offeror’s shall submit either a commercial Small Business Subcontracting Plan or a SEWP IV unique Small Business Subcontracting Plan that proposes subcontracting goals for Small Disadvantaged Business Concerns, Women-Owned Small Business Concerns, Historically Black Colleges and Universities, HUBZone Small Business Concerns, Veteran-Owned Small Business Concerns, Service-Disabled Veteran-Owned Small Business Concerns, and Other Small Business Concerns.

A sufficient and available line of credit from a reputable financial institution is required to demonstrate the offeror's ability to fund requirements in advance. The offeror shall provide written documentation from the financial institution verifying the line of credit. This line of credit information shall be included in Offer Proposal, Volume I.

The offeror shall provide details relating to their management and program experience in Indefinite Delivery Indefinite Quantity (IDIQ) and Government Wide Acquisition Contracts (GWACs) contracts of similar scope and magnitude.

Data Interchange / InstructionsIn this section, the offeror shall provide a point-by-point response to Attachment C, Statement of Work, Section C.1.3.4. Electronic Processes, C.1.3.5. Technology Refreshment Proposals and Attachment D, Contractor / Government Communication Requirements. The offeror shall address their ability to respond to innovative procurement transactions and process. The offeror shall address their ability to implement and utilize automated processes for order processing, tracking, delivery, invoicing and payment which minimize human intervention. The offeror shall describe their corporate electronic interchange, and e-Commerce strategy and corporate resources

162

NNG06123202R

devoted to electronic interchange, and e-Commerce. The offeror shall indicate their preferred method and format for providing the electronic-based procedures described in Addendum 2, Attachment D.

The offeror shall provide a point-by-point response to Attachment C, Statement of Work, Section C.1.3.1.1. World Wide Web Services. This shall include the method for HTML authoring and the mechanism for maintaining data integrity between the offeror's database of SEWP products and the WWW ordering guide.

A.3.13.4. SMALL DISADVANTAGED BUSINESS PARTICIPATION PROGRAM (SUBFACTOR D) (APPLIES TO CLASSES 7, 8, 10, AND 11 ONLY)

(Notice: These instructions apply to BOTH large and small business offerors except SDB offerors in all classes except Class 6 and 9. They apply to SDB offeror(s) ONLY if the SDB offeror has waived the price evaluation adjustment factor by completing paragraph (c.) of FAR clause 52.219-23, “Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns” in Section I of this solicitation. The waiver, if elected, makes the particular SDB offeror INELIGIBLE for the price evaluation factor adjustment but ELIGIBLE for the “evaluation credit” (points) associated with the SDB participation subfactor described in Section IV.)

This solicitation is for a requirement within one of the North American Industry Classification System (NAICS) Industry Subsectors determined by the Department of Commerce in accordance with FAR 19.201(b) and meets the applicability conditions of FAR 19.12, “Small Disadvantaged Business Participation Program”. Offerors shall:

a. Complete GSFC clause 52.219-91, “Small Disadvantaged Business Participation—Contract Targets".

b. Indicate the total amount of target SDB participation as a percent of contract value.

c. Briefly describe work that will be performed by SDB subcontactor(s). Identify any work considered “high technology”. If the subcontractor(s) is known, tie the work to the subcontractor identified by the offeror in GSFC clause 52.219-91.

d. Provide the offeror’s record of past participation of SDB concerns in subcontracts and the type of work subcontracted, such as production, engineering services, research, development, etc. over the past three full years. Copies of SF 295's can be part of the supporting information submitted.

e. Identify, by contract number and contracting agency, SDB subcontracting incentives earned under any

Government contracts in the last three years. If incentives were available, but not earned, so state.

f. Provide a brief description of the offeror’s established or planned procedures and organizational structure for SDB outreach, assistance, counseling, market research and SDB identification, and relevant purchasing procedures. Large businesses may reference applicable portions of the submitted Small Business Subcontracting Plan.

(End of text)

A.3.14. GENERAL BENCHMARKING INSTRUCTIONSThe government shall not reimburse offerors for machine time, programming efforts, or any other expenses incurred in preparing and performing these benchmark tests. The NASA-specific benchmark programs and data are the property of NASA and are not to be used for any purpose other than this source selection. No copies of these programs or data may be disseminated in any form to outside parties, and all copies of the programs and accompanying documentation shall be returned to NASA or destroyed upon notice of non-selection. Specific benchmark instructions and benchmark sources are contained in class-specific benchmark README files. Where industry standard benchmarks are required; e.g. SPECmarks, it is the contractor’s responsibility to obtain the required benchmark files from the entity that distributes those benchmarks. Substitute benchmarks are not allowed.

A.3.14.1. OBTAINING THE BENCHMARKING FILES

163

NNG06123202R

The offeror may obtain the benchmark files via the Internet using a WWW browser. In addition to the benchmarking files described throughout this section, copies of the technical specifications and pricing files will be made available through these procedures. These files will be found by following the appropriate links at the SEWP IV web site: URL www.sewp.nasa.gov Benchmark files are encoded within compressed tar files, as described below. The descriptions of these files are found in Addendum 3.

A.3.14.1.1. WWW BENCHMARK FILE ACCESSThe benchmark files are available to registered users who successfully registered via the SEWP IV WWW server located at www.sewp.nasa.gov. The login id (Last Name) and Password entered at the SEWP IV Registration page is used to access the SEWP IV Benchmarks.

WARNING: Some of the benchmark tar files are large. Please consider the amount of disk space available on your system before initiating a down-load.

A.3.14.2. THE BENCHMARK FILES Upon obtaining the class specific ASCII text file of instructions, called README, and class specific benchmark tar files, the offeror shall read the README file to obtain general benchmark information, an example of which is below. The tar files may be placed in a top level benchmark directory (referred to as $HOME) and extracted, via commands such as:

$ uncompress class1.allegro.tar.Z$ tar xvf class1.allegro.tar

The tar extraction produces a subdirectory; e.g., $HOME/class1/allegro which contains another ASCII text README file and class specific benchmark directories. The README file provides benchmark specific instructions. The following describes the contents and directory structure of each benchmarking directory:

Each Class benchmark directory shall consist of all of the followingcomponents (see individual benchmark README files for an exact listing of directories and files): ./README ./INDEX ./VERSION

Each benchmark directory contains an ASCII text README file and, if necessary, benchmark specific files. The README and other files contents differ widely among the benchmarks. For benchmarks requiring licensed software, the README contains information to aid in acquiring demonstration or evaluation copies of software. Benchmarks without standard execution and formal reporting rules published elsewhere, are defined in the README file.

A.3.14.3. GENERAL BENCHMARKING RULESThe README file mentioned in the previous subsection describes the benchmarking procedure, including how the offeror should obtain the files, execute the benchmarks, and report results. The offeror shall fully follow all of the instructions.

In some cases, the README file will permit other included documentation or reporting templates.

Except for the TPC benchmark, published benchmark values may not be used. As described below, the benchmarks as provided or obtained by the offeror must be run on the proposed system configurations and all output from the benchmark runs shall be included. If all output data is not provided, the benchmarks will be considered to have not been met and may result in a determination of proposal unacceptability (NFS 1815.305-70), may preclude award to an offeror if award is made without discussions, or may otherwise affect an offeror’s competitive standing.

A.3.14.3.1. Alternate Sources of Benchmark FilesSome benchmark files are available from other sources. Unless specifically instructed otherwise, an offeror is not permitted to use any benchmark files other than those provided through this procurement process or from a source specified by this procurement.

164

NNG06123202R

The TPC benchmark for Class 4 systems will not be provided by the Government. In this case the vendors shall report benchmark results according to their published TPC numbers for the systems being proposed.

A.3.14.3.2. Altering Benchmark FilesBenchmark files are designed to be executed on UNIX based systems, unless otherwise noted. Changes may be necessary to execute the benchmark on the offeror's proposed system. Minimum performance-neutral changes may be made to the benchmark files to allow the benchmarks to run on the proposed system and better comply with the required standards. The offeror shall make full disclosure of any changes to any of the benchmark files and explain why the changes were needed, including the applicable standard and reference.

The offeror shall use only the proposed compilers in the Add-ons list. Optimization achieved through setting of compilation, link, or load flags, or through compiler-embedded preprocessors is permitted.

Direct or indirect modifications to the source or object code for the purpose of optimization shall invalidate the results for all benchmarks. The offeror shall neither alter the results of the compilation of a benchmark, e.g., altering machine code, nor use any assembly or machine code.

For the SPEC benchmarks, any software optimization that is accepted by the SPEC committee is permitted. Any software development tools used to run the SPEC benchmarks shall be listed in the offeror's proposal. The SPEC benchmarks shall be run with exception handling enabled, consistent with any of the IEEE 754 levels.

A.3.14.3.3. Benchmark EnvironmentThe configuration for the benchmarks shall be the minimal configuration to be proposed and priced by the offeror and that is necessary to execute the benchmark. The benchmark configuration that is used to generate the benchmark results shall be fully documented and be the same that is used in any operational capability demonstration (OCD).

The benchmark configuration shall include only items proposed as the Base System and any necessary mandatory add-on components, and shall not include items proposed as upgrades or non-mandatory components unless otherwise stated in the README instructions.

The hardware and software configuration of the computer systems shall be held constant throughout each of the benchmarks in each class. No physical interfaces may be changed, nor any system parameters altered. The configuration used for the benchmark process shall be fully disclosed in the benchmark results attachment (described below). Should a computer system be proposed in more than one class or subclass, the computer system may be configured uniquely for each different class or subclass.

For printers, only the printer is part of the proposed system. The computer system and network connecting the computer to the printer are not part of the proposal, but shall be identified in the benchmark results.

A.3.14.3.4. Benchmark ResultsBenchmark results including all output, description and listing of all problems, errors, deviations, kernel or other system parameters changed from the normal distribution values and any other information identified in the benchmark README instruction files shall be delivered as TAB 12 to the technical proposal and will not count in the page total.

(End of text)

A.3.15. PAST PERFORMANCE VOLUME

This shall be Tab 1 of the Past Performance Volume.

An Offeror’s past performance record indicates the relevant quantitative and qualitative aspects of performing

165

NNG06123202R

services or delivering products similar in size, content, and complexity to the requirements of this acquisition. The information requested below is anticipated to be sufficient for purposes of the evaluation of past performance. However, Offerors may submit additional information at their discretion if they consider such information necessary to establish a record of relevant past performance. Refer to FAR 15.305(a)(2)(iii).

The Offeror shall provide, at a minimum, the following information in support of its proposal to facilitate the evaluation of your company experience and past performance as a whole and as related to the requirements of the proposed contract.

(a) INFORMATION FROM THE OFFEROR

Offerors and any proposed significant subcontractor(s) [defined as any subcontract that is likely to exceed $3M during the 7 year effective ordering period] and/or teaming partner(s) shall furnish the following information for all of your most recent contracts or subcontracts (completed and ongoing) for similar efforts over $3M that your company has had within the last 3 years. Indicate which contracts/subcontracts are most related (i.e. similar in technical requirements and complexity) and how they are related to the proposed effort, as well as which contracts/subcontracts were performed by the division of your company (if applicable) that will perform the proposed contract/subcontract.

Customer's name, address, and telephone number of both the lead contractual and technical personnel most familiar with the offeror’s performance record. (Please verify the telephone numbers provided are current and correct).

Contract number, type, and total original and present or final contract value.

Date of contract, place(s) of performance, and delivery dates or period of performance.

Brief description of contract work and comparability to the proposed effort. It is not sufficient to state that it is comparable in magnitude and scope. Rationale must be provided to demonstrate that it is comparable.

Method of acquisition: competitive or noncompetitive.

Nature of award: initial or follow-on. If initial, indicate whether award was preceded by a Government, customer, or offeror financed study.

Identify and explain major technical problems and how they were overcome. List any major deviations or waivers to technical requirements that were granted by the customer.

Identify and explain completion successes and delays, including adherence to program schedules. Provide an assessment of the performance (technical and schedule) on these past programs and support these assessments with metrics such as award or incentive fees earned.

Cost management history: identify and explain any cost overruns and underruns, and cost incentive history, if applicable.

Small Business Subcontracting Plan history: provide latest SF 294 and 295 reports, and supporting rationale (Excluded from the page limitation) (this applies only to large businesses).

Average number of personnel on the contract per year and percent turnover of personnel per year.

List any contracts terminated (partial or complete) within the past 5 years and basis for termination (convenience or default). Include the contract number, name, address, and telephone number of the terminating officer (please verify telephone numbers). Include contracts that were "descoped" by the customer because of performance or cost problems.

(b) PRIOR CUSTOMER EVALUATIONS (PAST PERFORMANCE QUESTIONNAIRES)

166

NNG06123202R

The offeror and any proposed significant subcontractor(s) [as defined in paragraph (a)] and/or teaming partner(s) shall provide the questionnaires provided as Exhibit 3 to each of the above references to establish a record of past performance. The Offeror shall instruct each of its references to return the questionnaire directly to the Government in a sealed envelope. The questionnaire respondent shall be a representative from the technical customer and/or responsible Contracting Officer with direct knowledge of your firm's performance. If possible, the Offeror and any proposed significant subcontractor(s) and/or teaming partner(s) shall provide questionnaires to customers from NASA contracts, other Government contracts, and commercial contracts. For proposed significant subcontractor(s) and/or teaming partner(s), references shall concern only work performed by the subcontractor’s business entity that will perform the work under this contract, if awarded.

The Offeror is responsible for ensuring that the questionnaire is completed and submitted directly to the NASA Goddard Space Flight Center Contracting Officer no later than the closing date of this solicitation designated in Block 8 of the SF 1449:

NASA Goddard Space Flight CenterAttn: Darlene Dorsey, Code 210.4Bldg. 12, Rm. E206CGreenbelt, MD 20771Telephone: 301-286-5063FAX: 301-286-6299

The Offeror shall include a list of those to whom the questionnaires were sent, including name of individual, phone number, organization, and contract number. Offerors shall include in their proposal the written consent of their proposed significant subcontractors and/or team members to allow the Government to discuss the subcontractors' past performance evaluation with the Offeror.

(c) SUMMARY OF DEVIATIONS/EXCEPTIONS (PAST PERFORMANCE PROPOSAL)

Identify and explain the reason for any deviations, exceptions, or conditional assumptions taken with respect to these Past Performance Proposal instructions.

(End of provision)

A.3.16. INSTRUCTIONS FOR PRICE PROPOSAL VOLUMEThis section contains instructions for the Price Proposal Volume.

Please note that offerors may propose on any single class, combination of classes, or all classes; HOWEVER, for Category A both the Sub-class “a” and Sub-class “b” computer systems MUST BE PROPOSED AND PRICED and mandatory add-ons MUST BE PROPOSED AND PRICED. There is an ALL or NONE requirement within each class. If an offeror only proposes the partial list of deliverables within a class, that proposal will be excluded from competition and will not be given further consideration, nor will an offeror be given an opportunity to offer pricing for items the offeror may have excluded at the time of proposal submission.

All items offered shall be listed in the enclosed price exhibits which are identified in Addendum III, A.3.19, List of Exhibits. Please note that all items shall be either priced, or marked as "no charge" or "included" and that items contained within each class cannot be left unpriced/unmarked as this is an ALL OR NONE requirement at the class level.

Items which are offered at no additional charge or are included should be priced as $0. All discounts must be priced for the formulas in the exhibits to calculate with the provided Government's Evaluation Quantities. If no discount is proposed for a product, offerors should fill in "0" in the appropriate % discount column.

167

NNG06123202R

A Pricing Exhibit shall be submitted for each class the offeror proposes and shall be numbered to reflect the class or classes being proposed in accordance Addendum III, A.3.19, List of Exhibits.

A.3.16.1. ELECTRONIC AVAILABILITY OF PRICING EXHIBITS

Pricing exhibits shall be made available electronically through the World Wide Web. The pricing exhibits may be obtained from the NASA Acquisition Internet System (NAIS) and the SEWP IV RFP WWW server located at www.sewp.nasa.gov/sewpiv. The files located on the SEWP IV RFP server are available to registered users of the SEWP IV RFP WWW server. The login id (Last Name) and Password entered at the SEWP IV Registration page is used to access the pricing exhibits. These exhibits will be in Excel 2003. In addition to the pricing exhibit instructions in the RFP, a README text file for the Category A Pricing Exhibits and the Category B Pricing Exhibits will be available. The offeror need only use the pricing exhibits for the class(es) to which they are going to respond.

Pricing exhibits shall be incorporated as Attachment F through the on-line SEWP Database of Record in any resultant contract award.

A.3.16.2. STRUCTURE AND CONTENT OF PRICE PROPOSAL

The offeror shall submit their price proposal in both a hard copy and CD ROM. The offeror shall also submit their published price catalog or published schedule of list prices as back up for list price information supplied in the pricing exhibits (see A.3.16.3).

The offeror shall submit all completed price exhibits on a CD ROM in Microsoft Excel 2003. It should be noted that the spreadsheets contain macros that may not work properly in other spreadsheets.

A.3.16.3 REQUIRED COMMERCIAL PRICE DATA

The Contracting Officer requires additional supporting documentation. This documentation shall be recorded in a form regularly maintained by the manufacturer of offeror. This form may be a catalog, price list, schedule, or other verifiable and established record. The record shall (i) be published or otherwise available for customer inspection and (ii) state current or last sales prices to a significant number of buyers constituting the General Public. A copy of the current verifiable and established record shall accompany the price proposal. This submission is in addition to the list price information submitted in the pricing exhibits and shall not be used as a substitute for the requirement for the price exhibits.

A.3.16.4. CATEGORY A PRICING (BASE SYSTEMS AND MANDATORY ADD-ONS)

Please note that offerors may propose on any single class, several, or all classes; HOWEVER, within each class of computer system, both the subclass "a" and the subclass "b" base systems MUST BE PROPOSED AND PRICED and ALL MANDATORY ADD-ONS, UPGRADES and PRODUCTS MUST BE PROPOSED AND PRICED. There is an ALL OR NONE requirement within each class. If an offeror only proposes the partial list of deliverables within a class, that proposal will be excluded from competition and will not be given further consideration. Subclass a and Subclass b are the two basic computer systems found within each class. These computer systems may be priced with varying discounts or with the same discounts; however, each computer system shall be priced by a lump sum, and not as individual components. Discounts, which shall be made off the commercial price list or Schedule, shall remain constant for the life of the contract.

A.3.16.4.1. Category A Proposal Calculation (Base Systems)

For evaluation purposes only, the Government will assume an estimated quantity of computer systems will be purchased. The Contractor's established Base A and Base B Family Discounts will be applied against the

168

NNG06123202R

Contractor-provided list prices for the two base systems to establish the proposed SEWP price The SEWP price for each Base System will then be applied against the Government quantities.

A.3.16.4.2 Category A Mandatory Add-Ons Calculation

For evaluation purposes only, the Government will assume estimated quantities for Mandatory Add-Ons that will be purchased. The Contractor’s SEWP price will be derived from the list price times the proposed discount for each mandatory add-on. The SEWP price for each Base System will then be applied against the Government quantities.

A.3.16.5 CATEGORY B PROPOSAL CALCULATION (BASE SYSTEMS AND MANDATORY ADD-ONS)

For evaluation purposes only, the Government will assume an estimated quantity for each mandatory item for Category B will be purchased over the entire ordering period of 7 years. The Contractor’s SEWP price will be derived from the list price times the proposed discount for each mandatory add-on. The SEWP price for each Base System will then be applied against the Government quantities.

For purposes of pricing the Class 11mandatory Contractor supplied Medium volume monochrome MFP, Contractor supplied High volume monochrome MFP, and Contractor supplied Medium volume color MFP, the requirements spelled out in Attachment C, Section C.2. Statement of Work for Contractor Supplied MFPs must be included in the proposed offering and price. The location of the devices should be priced for Goddard Space Flight Center and there is no requirement for equipment phase-in or phase-out.

A.3.16.6. WARRANTY PRICING

Instructions for preparing warranty pricing are contained in the following sections.

Warranty pricing for the mandatory items should be based on the following coverage: five days a week (Monday through Friday) and for eight (8) hours a day during business hours, with a next day response time.

A.3.16.6.1. Pricing For Extended Warranty

CATEGORY A & CATEGORY B

The price for all mandatory items is based on a 3 year (36 month) life cycle cost comprised of the price of the item inclusive of any initial warranty packaged with the initial purchase plus the warranty cost to cover the item through the 36 month life cycle. The offeror shall provide pricing for 36 months of extended warranty by completing the "Warranty" columns in the Class Database Worksheet of the Pricing Exhibit for the Class being proposed. The "Discounted Monthly Extended Warranty" is automatically calculated by multiplying the "Proposed Discount” times the "List Price Monthly Extended Warranty". The “Adjusted 36 Month Warranty Package” automatically adjusts for the number of months warranty included in the Base Price as identified in the “# of months included in Base Price” column. This adjusted price is then multiplied by a Government provided estimated quantity to arrive at the 36 month warranty “Proposed Price”.

For example, if an item has a 3 month commercial warranty included in the purchase price of the item and the cost to purchase a warranty after the 3 month period is $10 a month list and the vendor is proposing a 10% discount, then the offeror would enter the following values in the Base System Worksheet:“# of months included in Base Price”: 3“List Price Monthly Extended Warranty”: 10“Proposed Discount”: 10

A.3.16.7. PRICING FOR OTHER COMPUTER SYSTEMS (CATEGORY A)

(1) Other Computer Systems are the offeror's available systems in addition to the required base systems, subclass “a” and subclass “b” which fall within the family of systems for the base systems. The offeror shall establish the family of systems associated with the proposed subclass a and subclass b systems and include in the Class Database Worksheet under the under the Base Family Computer Systems heading at least one computer system other than the

169

NNG06123202R

base system that is included in the base family of systems. If the proposed subclass “a” and subclass “b” base systems fall within the same proposed family of systems, then the offeror shall include 2 other systems within the proposed family as the representative Base A and Base B Family. Pricing evaluation of these systems will be included in the non-mandatory Available Components price evaluation as described in Section A.3.16.8.

A. 3.16.8. PRICING FOR NON-MANDATORY AVAILABLE COMPONENTS (CATEGORY A AND CATEGORY B)

Evaluation of pricing for Non-Mandatory Available Components is based upon the proposed discount off the total category of available components:

Category AProduct Classification

Computer Systems Base AComputer Systems Base BComputer SystemSystem UpgradeSystem AccessoryStorage DeviceStorage AccessoryStorage MediaSoftwareCommunication DevicesPower Related TechnologyPower Related AccessoriesInput/Output deviceInput/Output device accessoryInput/Output SuppliesNetworking EquipmentNetwork Cables and AccessoriesComputer Security TechnologyComputer Security AccessoriesCabinets / enclosuresCabinets / enclosures accessoriesData Acquisition TechnologyDigital Image ToolsDigital Image AccessoriesVideo Conferencing ToolsVideo Conferencing AccessoriesCables / WiringMaintenance / WarrantySystem Service FeeDocumentationTrainingAnalystsInstallation

Category B

170

NNG06123202R

Product Classification

Computer SystemSystem UpgradeSystem AccessoryStorage DeviceStorage AccessoryStorage MediaSoftwareCommunication DevicesPower Related TechnologyPower Related AccessoriesInput/Output deviceInput/Output device accessoryInput/Output SuppliesNetworking EquipmentNetwork Cables and AccessoriesComputer Security TechnologyComputer Security AccessoriesCabinets / enclosuresCabinets / enclosures accessoriesData Acquisition TechnologyDigital Image ToolsDigital Image AccessoriesVideo Conferencing ToolsVideo Conferencing AccessoriesCables / WiringMaintenance / WarrantySystem Service FeeDocumentationTrainingAnalystsInstallation

(End of text)

A.3.17. PRICING EXHIBITSEach of the 11 classes has a Microsoft Excel Workbook price exhibit for that class. Each workbook is comprised of named spreadsheets on tabs located at the bottom of the workbook. The first 3 worksheets are to be filled in by the Offeror: (1) Vendor ID (2) Class Database (3) Product Classifications. The remaining worksheets are filled in automatically using information derived from the Class DataBase and Product Classifications worksheets: (4) Mandatory Items, (5) Available Components and (6) Summary. Along with information provided in this section, there are embedded "notes" within the spreadsheets to assist the offeror, and an electronic README.DOC text file is supplied for Category A and Category B. Each offer shall fill in the required information in the pricing exhibits. A separate and complete pricing exhibit is required for each class proposed. Note: The Proposal Total in the Summary Worksheet is the Price information which will be used for pricing evaluation. If the Proposal Total does not have a valid, positive numeric entry, the proposal will not be evaluated. A non-numeric or negative value in the Proposal Total field is likely the result of either attempting to cut or paste worksheets from the provided downloaded files and/or attempting to alter protected fields.

171

NNG06123202R

A.3.17.1. CONTRACT LINE ITEM NUMBER (CLIN) STRUCTURE

The offeror may utilize either their part number, product number, or created number provided the following conditions are met:

1) The number, as associated with a specific product, remains unique throughout the contract life; and2) The Contractor provides the logic for development of the number

If the Contractor is offering a product that is manufactured by another Contractor, i.e. Original Equipment Manufacturer (OEM), the Column entitled "Model Number'' in the Class Database Worksheet must be the full OEM product number inclusive of any feature codes.

A.3.17.2. CLASS DATABASE WORKSHEET

The information in this section applies to Category A and Category B.

The Class Database is a listing of all proposed base systems, base products, mandatory add-ons and upgrades, and available components. Category A also includes Other Computer Systems.

Offerors may propose additional components and desirables, not identified as mandatory deliverables, under each general category of additional components listed by adding rows, as needed, to the spreadsheet below the row titled “AVAILABLE COMPONENTS”. This should be the same list as provided (without pricing) under TAB 4 of the Mission Suitability Proposal.

The offeror shall provide the information required for product identification numbers model numbers and product category description for each proposed item. Offerors shall fill in the Commercial Price for each offering and provide a discount for each item or range of computer systems as required. Pricing for the 36 month extended warranty should be in accordance with the instructions in A.3.16.6, Warranty Pricing. Information provided in this spreadsheet (Class Database Worksheet) will automatically flow through to the other sheets in the pricing exhibit.

For Category A – Base Family Computer Systems, rows may be added, if needed; however, only one discount can be used for each of the 2 families of products.

For Category A and B, rows may be added, if needed and multiple discount rates per identified available component category can be proposed for discounting these available components. A list of available components that enhance and broaden the offeror’s proposal with respect to the first two Acquisition Objectives in Attachment C shall be offered. For evaluation purposes, the summary sheet will average the discounts proposed for available components. However the specific discount for the proposed item will be applied for contract purposes.

A.3.17.3. MANDATORY DELIVERABLES: BASE SYSTEM/PRODUCTS, MANDATORY ADD-ONS AND UPGRADES

Category A:

Subclass “a” and subclass “b” computer systems are the two basic computer systems in Category A and the pricing for computer systems and warranties is automatically calculated from the Class Database Worksheet.

The pricing for Mandatory Add-ons and upgrades is automatically calculated from the Class Database Worksheet. These discounts proposed for Base computer systems and Mandatory Add-ons shall apply throughout the contract life.

The total proposed price for a base system and for each mandatory add-on is automatically calculated by multiplying the discounted price by the Government's Evaluation Quantity.

Category B:

172

NNG06123202R

Base systems support devices and mandatory add-ons have been identified. The pricing in the Mandatory Items Worksheet is automatically calculated from the Class Database Worksheet. The discounts proposed for the categories shall apply throughout the life of the contract.

The total proposed price for the base systems supporting equipment and for each mandatory add-on is automatically calculated by multiplying the discounted price unit price by the Government's Evaluation Quantity. The sum of all base and mandatory items is automatically calculated in the Mandatory Items Worksheet and listed in that Worksheet in the Total Mandatory Add-Ons value row.

A.3.17.4. OTHER COMPUTER SYSTEMS – CATEGORY A

The offeror shall propose at least one additional computer system within the class “a” and class “b” family of systems. All proposed computer systems within the class “a” family of systems must be identified with a Product Classification of Computer Systems Base A and Classification Description Subgroup of Base A Family. Similarly,all proposed computer systems within the class “b” family of systems must be identified with a Product Classification of Computer Systems Base B and Classification Description Subgroup of Base B Family.

All other computer systems which do not fall within the class “a” and class “b” family of systems shall be listed as Available Components as described in Section A.3.17.5. Product Classification.

A.3.17.5. PRODUCT CLASSIFICATION

The Product Classifications Worksheet provides the list product classifications as described in A.1.7.

For Category A, the offeror must enter the proposed discount for the mandatory subclass A base system in the column “Classification Subgroup Discount” for the row where “Product Classification” is “Computer Systems Base A”. Similarly, for Category B, the offeror must enter the proposed discount for the mandatory subclass B base system in the column “Classification Subgroup Discount” for the row where “Product Classification” is “Computer Systems Base B”. The Category B Pricing Exhibits do not have these rows included.

For all other Product Classifications, one Classification Description Subgroup (beginning “Miscellaneous …”) with a Classification Subgroup Discount of 0% is already included and cannot be altered. The offeror may propose other subgroups with a proposed classification subgroup discount provided:1) the Classification Description Subgroup relates directly to the Product Classification. For example: the offeror may add a row to the Product Classification of “Input/Output” with the Classification Description Subgroup of “All Printers” or “All Scanners” or “HP Color Printers”, etc. However those subgroup descriptions cannot be placed in the Storage Media Product Classification rows.2) for each Classification Description Subgroup added, a positive discount between 0 and 100 is added in the Classification Discount Column. For example, the offeror may add a row to the Product Classification of “Input/Output” with the Classification Description Subgroup of “All Printers” and a discount of 10 (10%)3) at least one item in the Class Database Worksheet is associated with the proposed Classification Description Subgroup and Classification Discount. For example, if the offeror adds a row to the Product Classification of “Input/Output” with the Classification Description Subgroup of “All Printers” and a discount of 10 (10%), then the Class Database Worksheet must contain at least one printer. In the Class Database Worksheet the row with that printer must have “Input/Output” in the Product Classification Column; “All Printers” in the Product Category Description column and a value at or above 10 in the Proposed Discount % column.4) all items provided in the Class Database Worksheet which fall within the Classification Description Subgroup are identified correctly as such in the Product Classification and Product Category Description columns and the Proposed Discount % must match or be greater than the associated Discount in the Product Classification Worksheet. For example, if the offeror adds a row to the Product Classification of “Input/Output” with the Classification Description Subgroup of “All Printers” and a discount of 10 (10%), then all printers proposed in the Class Database Worksheet must have “Input/Output” in the Product Classification Column; “All Printers” in the Product Category Description column and a value at or above 10 in the Proposed Discount % column.

173

NNG06123202R

5) all items proposed as part of a technology refreshment during the life of a contract must be identified correctly with the associated Product Classification and Product Category Description columns and the Proposed Discount % must match or be greater than the associated Discount in the Product Classification Worksheet. For example, if the offeror adds a row to the Product Classification of “Input/Output” with the Classification Description Subgroup of “All Printers” and a discount of 10 (10%), then all printers added to the contract through a technology refreshment request during the life off the contract must have a Product Classification of “Input/Output” a Product Category Description of “All Printers” and discount at or above 10%.

Note that the offeror may choose to add as many or as few rows as they want to each Product Classification. The offeror may also choose to use very generic descriptions like “All Printers” or very specific descriptions like “HP Color Printers” or a combination of generic and specific descriptions. In either case, actual products proposed in the Class Database Worksheet should be grouped within a smaller set of Classification Description Subgroups. It is not necessary to have a row added in the Product Classification Worksheet for every item in the Class Database Worksheet and in fact, the spreadsheet and evaluation are optimized for having many rows in the Class Database mapped to a much smaller number of rows in the Product Classification Worksheet.

The Proposed Price column in the Available Components Worksheet is automatically calculated by first averaging the proposed discounts for each Product Classification and then multiplying that averaged discount by a Government Evaluation dollar value associated with the Product Classification. The value derived for each Product Classification is then summed to obtain the Total Available Components value.

A.3.17.6. SUMMARY WORKSHEET

The Summary Worksheet automatically calculates the Proposal Total. This calculation is a sum of the calculated Total Mandatory value from the Mandatory Items Worksheet as described in Section A.3.17.3. plus the calculated Total Product Classification value as described in Section A.13.7.5.

A.3.17.7. SUMMARY OF DEVIATIONS/EXCEPTIONS (PRICE PROPOSAL)

Identify and explain the reason for any exceptions to or deviations from these price proposal instructions

(End of text)

A.3.18. PROPOSAL MARKING AND DELIVERYA.3.18.1. RECEIVING OFFICE

The designated receiving office for proposals is the Shipping and Receiving Dock, Building 16W, Goddard Space Flight Center, which must be accessed from Soil Conservation Road, North from Greenbelt Road. Proposals must be received by the date and time stated on the solicitation face page.

The Building 16W Shipping and Receiving Dock is open from 7:30AM to 3:30PM, Monday through Friday, except Government holidays. Contractor personnel conduct the GSFC receiving function, which includes mailroom operations. Proposals will be marked with the date and time of receipt, subjected to security screening, secured, and delivered unopened to the Contracting Officer.

There is a public access to the Building 16W Shipping and Receiving Dock. GSFC passes, badges, escorts, etc. are not required for access to the receiving dock.

A.3.18.2. EXTERNAL MARKING AND DELIVERY

All proposal packages must be closed and sealed.

The required mailing address and external marking for proposals is as follows:

Goddard Space Flight CenterGreenbelt, MD 20771

174

NNG06123202R

Building 16W-Shipping and ReceivingSolicitation Number NNG06123202R Attention: Darlene DorseyBuilding 25, Room N40BIDDING ON CLASS #_______PROPOSAL--DELIVER UNOPENED"

A.3.19. LIST OF EXHIBITSTechnical Exhibits:

The following exhibits will be provided with the official RFP:Exhibit MM1 Class 1 Minimum Mandatory Specification Matrix (TAB 1)Exhibit MM2 Class 2 Minimum Mandatory Specification Matrix (TAB 1)Exhibit MM3 Class 3 Minimum Mandatory Specification Matrix (TAB 1)Exhibit MM4 Class 4 Minimum Mandatory Specification Matrix (TAB 1)Exhibit MM5 Class 5 Minimum Mandatory Specification Matrix (TAB 1)Exhibit MM6 Class 6 Minimum Mandatory Specification Matrix (TAB 1)Exhibit MM7 Class 7 Minimum Mandatory Specification Matrix (TAB 1)Exhibit MM8 Class 8 Minimum Mandatory Specification Matrix (TAB 1)Exhibit MM9 Class 9 Minimum Mandatory Specification Matrix (TAB 1)Exhibit MM10 Class 10 Minimum Mandatory Specification Matrix (TAB 1)Exhibit MM11 Class 11 Minimum Mandatory Specification Matrix (TAB 1)

Exhibit EM1 Class 1 Exceeding the Minimum Matrix (TAB 5)Exhibit EM2 Class 2 Exceeding the Minimum Matrix (TAB 5)Exhibit EM3 Class 3 Exceeding the Minimum Matrix (TAB 5)Exhibit EM4 Class 4 Exceeding the Minimum Matrix (TAB 5)Exhibit EM5 Class 5 Exceeding the Minimum Matrix (TAB 5)Exhibit EM6 Class 6 Exceeding the Minimum Matrix (TAB 5)Exhibit EM7 Class 7 Exceeding the Minimum Matrix (TAB 5)Exhibit EM8 Class 8 Exceeding the Minimum Matrix (TAB 5)Exhibit EM9 Class 9 Exceeding the Minimum Matrix (TAB 5)Exhibit EM10 Class 10 Exceeding the Minimum Matrix (TAB 5)Exhibit EM11 Class 11 Exceeding the Minimum Matrix (TAB 5)

Exhibit BM1 Class 1 Benchmark Values Matrix (TAB 6)Exhibit BM2 Class 2 Benchmark Values Matrix (TAB 6)Exhibit BM3 Class 3 Benchmark Values Matrix (TAB 6)Exhibit BM4 Class 4 Benchmark Values Matrix (TAB 6)Exhibit BM5 Class 5 Benchmark Values Matrix (TAB 6)Exhibit BM6 Class 6 Benchmark Values Matrix (TAB 6)Exhibit BM7 Class 7 Benchmark Values Matrix (TAB 6)Exhibit BM8 Class 8 Benchmark Values Matrix (TAB 6)Exhibit BM9 Class 9 Benchmark Values Matrix (TAB 6)Exhibit BM10 Class 10 Benchmark Values Matrix (TAB 6)Exhibit BM11 Class 11 Benchmark Values Matrix (TAB 6)

Exhibit DF1 Class 1 Desirable Features Matrix (TAB 7)Exhibit DF2 Class 2 Desirable Features Matrix (TAB 7)Exhibit DF3 Class 3 Desirable Features Matrix (TAB 7)Exhibit DF4 Class 4 Desirable Features Matrix (TAB 7)Exhibit DF5 Class 5 Desirable Features Matrix (TAB 7)Exhibit DF6 Class 6 Desirable Features Matrix (TAB 7)Exhibit DF7 Class 7 Desirable Features Matrix (TAB 7)

175

NNG06123202R

Exhibit DF8 Class 8 Desirable Features Matrix (TAB 7)Exhibit DF9 Class 9 Desirable Features Matrix (TAB 7)Exhibit DF10 Class 10 Desirable Features Matrix (TAB 7)Exhibit DF11 Class 11 Desirable Features Matrix (TAB 7)

Price Exhibits: Exhibit P1 Class 1 Price Exhibit Exhibit P2 Class 2 Price ExhibitExhibit P3 Class 3 Price ExhibitExhibit P4 Class 4 Price ExhibitExhibit P5 Class 5 Price ExhibitExhibit P6 Class 6 Price ExhibitExhibit P7 Class 7 Price ExhibitExhibit P8 Class 8 Price ExhibitExhibit P9 Class 9 Price ExhibitExhibit P10 Class 10 Price ExhibitExhibit P11 Class 11 Price Exhibit

A.3.20. SINGLE OR MULTIPLE AWARDS (52.216-27) (OCT 1995)The Government may elect to award a single delivery order contract or task order contract or to award multiple delivery order or task order contracts for the same or similar supplies or services to two or more sources under this solicitation.

(End of provision)

176

NNG06123202R

IV. EVALUATION-COMMERCIAL ITEMS (52.212-2) (JAN 1999)(MODIFIED)

A.4.1. EVALUATION PROCEDURES AND FACTORS- GENERAL

A.4.1.1. S OURCE SELECTION

This competitive negotiated acquisition shall be conducted in accordance with FAR 15.3, "Source Selection", and NASA FAR Supplement (NFS) 1815.3, same subject. The Source Evaluation Board procedures at NFS 1815.370, "NASA formal source selection" will apply. The attention of offerors is particularly directed to NFS 1815.305, "Proposal Evaluation" and to NFS 1815.305-70, "Identification of Unacceptable Proposals".

A trade-off process, as described at FAR 15.101-1, will be used in making source selectionTo be acceptable and eligible for evaluation, proposals shall: 1) meet all the minimum mandatory specifications set forth in this Solicitation Document. Proposals meeting these criteria will be further evaluated and award will be made to that responsible offeror whose proposal is determined to represent the best value to the Government, Price, Mission Suitability, and Past Performance considered. The relative order of importance of the Price, Mission Suitability and Past Performance factors are set forth in the Relative Order of Importance for Major Evaluation Factors.

A.4.1.2. GENERAL DESCRIPTION OF EVALUATION FACTORS

The evaluation factors are Mission Suitability, Price, and Past Performance. In accordance with NFS 1815.304-70, the Mission Suitability subfactor will be weighted and scored on a 1000 point scale. Only the Mission Suitability factor is numerically scored.

A.4.1.3. RELATIVE ORDER OF IMPORTANCE FOR MAJOR EVALUATION FACTORS

The Price Factor is approximately equal in importance to the combined importance of the Mission Suitability Factor and the Past Performance Factor. As individual factors, the Price Factor is the most important and the Mission Suitability Factor is more important than the Past Performance Factor.

The Government reserves the right to award to other than the lowest offeror or not to make award, if either of these choices is the best value to the Government.

Price will be evaluated in accordance with the pricing model and WILL NOT BE POINT SCORED.

Award will not be automatically determined by numerical calculation or formula relationship between Mission Suitability, Price, and Past Performance.

A.4.1.3.1. Mission Suitability Subfactors and Weights

The Mission Suitability subfactors and weights for Classes 1, 2, 3, 4, 5, 6, and 9 are:

1. Excellence of Proposed Systems (Subfactor A) 550 points

2. Offeror's Support and Commitment (Subfactor B) 150 points

3. Management Plan (Subfactor C) 300 points Total: 1000 points

177

NNG06123202R

The Mission Suitability subfactors and weights for Classes 7, 8, 10, and 11 are:

1. Excellence of Proposed Systems (Subfactor A) 500 points

2. Offeror's Support and Commitment (Subfactor B) 150 points

3. Management Plan (Subfactor C) 300 points

4. Small Disadvantaged Business 50 points Participation Program (Subfactor D) Total: 1000 points

(End of text)

A.4.2. COMPLIANCE WITH MINIMUM MANDATORY SPECIFICATIONS

The Government will first evaluate TAB 1 and TAB 2 of the proposals received for compliance in addressing and meeting the minimum mandatory specifications. To the extent that it is unclear whether the offeror meets the minimum mandatory specifications, the Government reserves the right to obtain clarification of these areas. Offers meeting the minimum mandatory specifications will be further evaluated as stated under the Relative Order of Importance for Major Evaluation Factors paragraph included in this Section. Failure to meet any of the minimum mandatory specifications will result in the proposal being deemed technically unacceptable, and the proposal will not be given further consideration. Note that a response of No to any minimum mandatory specification in Exhibit MMx Minimum Mandatory Specification Matrix indicates a minimum mandatory specification is not met.

(End of text)

A.4.3. NO EVALUATION OF TRANSPORTATION COSTS 52.247-50 (APR 1984)

Costs of transporting supplies to be delivered under this contract will not be an evaluation factor for award.

(End of provision)

A.4.4. PROSPECTIVE CONTRACTOR RESPONSIBILITY

(a) The standards and procedures for determining whether prospective contractors and subcontractors are responsible are set forth in FAR Subpart 9.1. Deficiencies concerning the general standards of prospective contractor responsibility at FAR 9.104-1, and any special standards established for this procurement under FAR 9.104-2, may be serious enough to result in a determination of non-responsibility. As with all aspects of prospective contractor responsibility, a finding of non-responsibility can be made at any time prior to contract award. However, even if such deficiencies are not so serious to result in such a determination, they will nonetheless be considered in the evaluation as conducted under the evaluation factors set forth in this solicitation.

(a) The following special standards of responsibility have been established for this procurement: None

(End of text)

A.4.5. PROMPT PAYMENT DISCOUNTS

178

NNG06123202R

Prompt payment discounts will not be considered in the evaluation of offers. However any offered discount will form a part of the award, and will be taken if payment is made within the discount period indicated in the offer by the offeror. As an alternative to offering a prompt payment discount in conjunction with the offer, offerors awarded contracts may include prompt payment discounts on individual invoices.

(End of text)

A.4.6. MISSION SUITABILITY EVALUATION SUBFACTORS

The following Mission Suitability subfactors are structured to focus attention upon the major concerns in this acquisition. Offerors' proposals shall provide sufficient information which will permit the Government to evaluate the proposal with respect to the Mission Suitability Subfactors described below.

This information is intended to explain the rationale and criteria by which proposals will be evaluated by the integrated evaluation team. Offerors are to prepare proposals with these criteria in mind, i.e., in terms of both content and organization, in order to assist the team in determining the relative merit of proposals in relation to the requirements as defined in Addendum 2, Attachments A and C.

The Government will evaluate the offeror’s identified risk and issues will be evaluated under each subfactor, as warranted. The risk evaluation will evaluate the probability of the risk(s) occurring, the impact and severity of the risk(s), the timeframe when the risk(s) should be addressed, and the alternatives available to meet the requirements. Risk assessments will be evaluated in determining Mission Suitability strengths, weaknesses, deficiencies, numerical or adjectival ratings, and the extent to which the proposed solution provides attributes and enhances suitability.

The Minimum Mandatory Specifications (Tab 1) and UNIX 98 Certification or LSB Conformance Statement (Tab 2) will be evaluated as a minimum requirement for the RFP. Offers failing to meet these minimum requirements will not be further evaluated.

A.4.6.1. EXCELLENCE OF PROPOSED SYSTEMS (SUBFACTOR A)This subfactor will evaluate the excellence of the Mission Suitability proposal regarding hardware, software, and network technology in providing the required class functionality and in meeting the first two Acquisition Objectives in Attachment C, Statement of Work.

Proposed SystemsThe effectiveness of the overall base system's architecture, use of innovation, and synergy of the proposed base system as described by the offeror in addressing the requirements of the particular class will be evaluated.The extent that the proposed technology (including available components) offers state-of-the-art and leading edge technology in supporting and enhancing the functional characteristics of the class will be evaluated with emphasis on the advanced technology features identified in the Technical Specifications.

The degree to which the proposed technology supports an open systems environment, promotes portability and interoperability of applications and data, provides a wide range of appropriate capabilities, and offers a future growth path (in support of the SOW Acquisition Objectives) will also be evaluated.

While manufacturer technical specifications may be provided and evaluated in this section, evaluation is primarily based on the comprehensiveness of the offeror’s narrative technical description as a whole rather than the technical aspects of individual products.

Proposed Systems for Category AThe degree to which the implementation of advanced architectural features within the family or families of processors provides the Government with added benefit will be evaluated with particular emphasis on synergistic effects of the overall architectural design.

179

NNG06123202R

The overall system design, the integrity, reliability, maintainability and modularity of the proposed configuration, the effective integration of the system components, along with the innovative characteristics of the proposed equipment and software will be evaluated for effectiveness. The way in which the proposed technology supports the first acquisition objective in Addendum 2, Attachment C will be evaluated for suitability. The technological leadership evidenced by the offeror's proposed architecture will be evaluated for effectiveness.

Proposed Systems for Category BThe extent to which the proposed advanced architectural features for Category B proposals provide the Government with added benefit through improved interoperability, interconnectivity and productivity in support of Category A systems will be evaluated.

Available ComponentsThe depth and breadth of the offeror's list of available components (hardware and software) in support of the first two Acquisition Objectives in Addendum 2, Attachment C, for the proposed equipment will be evaluated.

Depth refers to how many products within a technology segment are provided; e.g. the depth of the printer offerings is based on how many printers are provided.

Breadth refers to the number and variety of technology segments represented by product offerings. The breadth of offerings is limited only by the SEWP scope as defined in Attachment C, Section C.1.1.4. ACQUISITION OBJECTIVES: “Information Technology products including hardware, software, maintenance, warranty, product training and firm fixed price services in support of installing and implementing the products.”

For Category A, Classes 1 through 5, emphasis and value is placed on the depth of the available components offerings as they relate to the Server offerings and associated products.

For Category B, Classes 6 through 10, emphasis and value is placed on both the depth and breadth of the product offerings.

For Category B, Class 11, emphasis is placed on the depth of the available components offerings as they relate to Multi-Functional Printers and associated products.

Exceeding the Minimum (except Benchmarks)The extent and manner in which the offeror exceeds the minimum specifications will be evaluated. Evaluation will consider how many minimums were exceeded, how much each minimum was exceeded by, and how the minimum is exceeded. In particular, exceeding a minimum by simply substituting one product for another with a higher value product will receive less emphasis than exceeding the minimum in a way that expands the technology, capability, or functionality of the overall product.

Performance ConsiderationsWithin each class where benchmarks are required, the performance characteristics of the items proposed as demonstrated by the benchmark tests will be evaluated for efficiency. The extent to which the benchmarked systems exceed the minimum performance requirements and the offeror's submitted benchmark results will be evaluated for adequacy.

All benchmarked performance features (e.g., CPU performance, graphics performance, and individual elements of benchmark runs) will be evaluated. Those performance features that are the inherent features associated with that class will be evaluated with more emphasis and value than other performance features. For example in class 3, the Mass Storage Computer Systems, the ability of a proposed system to exceed the mass storage performance tests will be evaluated to be more important to the Government than the ability to exceed the processor performance tests.

Desirable Features

180

NNG06123202R

The extent to which the offeror provides Government-specified desirable feature(s) will be evaluated. All identified desirable feature within a class have equal emphasis and value.

Other FeaturesOther features will be evaluated as identified by the offeror that enhance suitability for the class, or facilitate access by those users that are disadvantaged, or offer aids for lessening the stress of the use of physical user interfaces. Any proposed capabilities that provide a more secure computing environment free from intrusion, especially in a networked environment, will be evaluated. The capability and plans for the Contractor to provid information relevant to Section 508 of the Rehabilitation Act of 1973 will be evaluated. Proposed tools to support locating and fixing security problems will be evaluated. The offeror's proposed capabilities that aid in conserving energy (in particular to the extent that products which are not required to be but are Energy Star Compliant), power operating and temperature storage range, and comfort level of office and/or computer room environments will be evaluated. The Government will evaluate whether the items proposed are the latest technology in the manufacturer's line for meeting the requirements for this class. Additionally the Government will evaluate whether the items proposed have become established in the commercial market place and where the proposed products are in their life cycle. The range of third party software products available in the commercial marketplace which augment the class specific functionality for the proposed products and which are not specifically required to be provided or supported in the technical specifications will be evaluated for depth of available products. The comprehensiveness, completeness, ease-of-use, and availability of documentation (on-line and printed) will be evaluated. The extent to which on-line documentation goes beyond standard man pages to fully describe, provide examples and tutorials, or otherwise aid the end-user will be evaluated.

A.4.6.2. OFFEROR'S SUPPORT AND COMMITMENT (SUBFACTOR B)This subfactor addresses the offeror's support and commitment as defined in Attachment C, Statement of Work.

Commitment to Open SystemsThe Offeror's response to the applicable Acquisition Objectives in Attachment C, Statement of Work will be evaluated as described below for thoroughness.

Commitment to Open Systems for Category AFor Category A, the offeror's participation in the development of standards that further the development of Open Systems will be evaluated and be given more weight than simply subscribing to Open Systems standards. The extent of the offeror's corporate commitment to and product implementation of Open Systems standards will be evaluated for effectiveness and adequacy.

Commitment to Provide Multiple Open Systems Support Equipment Options for Category BFor Category B, the range of available vendors under contract and the range of hardware and software proposed to support the open systems of Category A will be evaluated for efficiency and effectiveness. The extent of the offeror's capability to enhance the range of software and hardware technology being offered will be evaluated.

The ability of the offeror to augment their vendor teaming relationships will also be evaluated for reasonableness.

Post Award Support and ServiceThe offeror's overall plan for providing the technical support described in Section C.1.3.1.3, C.1.5., C.1.4.1. and C.2. Technical Services in the Statement of Work will be evaluated. General areas of evaluation include the offeror's proposed approach, corporate policies, personnel, warranty and licensing plans to providing hardware and software support services for timely and effective problem diagnosis and resolution.

Evaluation is based on the comprehensiveness and thoroughness of the narrative in the proposal. Descriptions must be more than simple restatements of the Statement of Work Sections or responses such as “We will do this”.

A.4.6.3. MANAGEMENT PLAN (SUBFACTOR C)In this subfactor Program Management and administrative aspects of the proposal will be evaluated.

181

NNG06123202R

Program Management The offeror’s planned management approach to the contract and associated problems will be evaluated. The proposed resolution of such problems will also be evaluated. The offeror's management chain of command, with particular reference to its contract management functions will be evaluated for reasonableness.

The organization established that will comply with the contract requirements will be evaluated. Responsibility for delivery orders, quality assurance, how the offeror ensures proper replication between SEWP and other databases; and problem resolution shall be evaluated. The offeror's point-by-point response to Attachment C, Statement of Work, Sections C.1.3.2. and Program Office Support, C.1.3.3. Ordering Guides will be evaluated. Additionally Category B offeror's point-by-point response to Attachment C, Section C.1.3.6. Category B: Sub-contractor Requirements will be evaluated.

The government will evaluate the offeror's relationships formed with other businesses or teaming arrangements. These arrangements will be viewed in terms of range and variety of companies, effectiveness, ease of subcontracting management and administration. The evaluation will emphasize the ability to minimize overhead and ensure the competitive posture of the program and provide leading edge technology. This evaluation will include the offeror's experience and performance on IDIQ contracts, both GWAC and commercial, concerning management of contracts from financial, organizational, technical, and operational perspectives

The offeror's ability to provide adequate financing to fund requirements in advance will be evaluated, including availability of lines of credit.

Evaluation is based on the comprehensiveness and thoroughness narrative in the proposal. Descriptions must be more than simple restatements of the Statement of Work Sections or responses such as “We will do this”.

Small Business Subcontracting Program (THIS APPLIES ONLY TO LARGE BUSINESSES)Either the offeror's commercial Small Business Subcontracting Plan or a SEWP IV unique Small Business Subcontracting Plan (see A.3.13.3. Small Business Subcontracting Program) for the utilization of Small Disadvantaged Business, Women-Owned Small Business, Historically Black Colleges and Universities, HUBZone Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, and Other Small Business concerns will be evaluated in terms of the reasonableness and compliance with the requirements of FAR 19.704. A commercial plan is the preferred type of subcontracting plan for contractors furnishing commercial items. The commercial plan shall relate to the offeror's planned subcontracting generally, for both commercial and Government business, rather than solely to the Government contract. Commercial plans are also preferred for subcontractors that provide commercial items under a prime contract, whether or not the prime contractor is supplying a commercial item.

Data InterchangeIn this section, the Government will evaluate the offeror's response to Attachment C, Statement of Work, C.1.3.4. Electronic Processes , C.1.3.5. Technology Refreshment Proposals and Attachment D Contractor / Government Communication Requirements. The offeror's ability to respond to innovative procurement actions and processes will be evaluated for cost effectiveness and efficiency. The Government will evaluate the offeror’s ability to implement and utilize automated processes for order processing, tracking, delivery, invoicing and payment which minimize human intervention. The Government will evaluate the offeror’s corporate electronic interchange, EDI and e-Commerce strategy and corporate resources devoted to electronic interchange, EDI and e-Commerce. How the offeror adheres to published Accredited Standards Committee (ASC) X.12 Standards, and/or other e-Commerce related standards, as well as the ability to ensure secure commerce will be evaluated. The Government will evaluate the offeror's response to Attachment C, Section C.1.3.1.1. World Wide Web (WWW) Services for completeness. The method for HTML authoring and the mechanism for maintaining data integrity between the offeror's database of SEWP products and the WWW ordering guide will be evaluated for effectiveness.

A.4.6.4 SMALL DISADVANTAGED BUSINESS PARTICIPATION PROGRAM (SUBFACTOR D) (APPLIES TO CLASSES 7, 8, 10, AND 11 ONLY)

Offerors should refer to FAR provision 52.219-24, "Small Disadvantaged Business Participation Programs-Contract Targets" in Section I of this solicitation. This subfactor will evaluate the reasonableness of proposed SDB

182

NNG06123202R

participation against total contract value and the complexity and variety of the work SDB concerns are to perform. Specific identification of SDB subcontractors and associated work will be evaluated for reasonableness. This is a full and open competition within one of the North American Industry Classification System (NAICS) Industry subsectors determined by the Department of Commerce for the application of small disadvantaged procurement mechanisms and applicable factors. Refer to FAR 19.201(b), FAR 19.11 and to FAR Clause 52.219-23, "Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns". The adjustments will not be made if there are no Small Disadvantaged Business (SDB) offerors or if all SDB offerors have waived the price adjustment.

(End of text)

A.4.7. PAST PERFORMANCE EVALUATIONThe Past Performance factor will evaluate each offeror's record of performing services or delivering products that are similar in size, content, and complexity to the requirements of this solicitation in accordance with FAR 15.305(a)(2) and NFS 1815.305(a)(2), "Past performance evaluation". The adjective rating assigned to Past Performance (see below) will reflect evaluation of information contained in the past performance questionnaire, past performance evaluation input provided from customers, and other references, if any, that the Government may contact for additional past performance information. Offerors without a record of relevant past performance, or for whom information on past performance is not available, shall receive a neutral rating in accordance with FAR 15.305(a)(2)(iv).

This factor will not be point scored. The ratings set forth below will be used to evaluate the Past Performance factor for each offeror.

Each of the adjective ratings below has a "performance" component and a "relevance" component. The offeror must meet the requirements of both components to achieve a particular rating. In assessing relevance, the Government will evaluate the degree of similarity in size, content, and complexity to the requirements in this solicitation, as well as how current the past performance is.

In assessing performance, the Government will make an assessment of the offeror's overall performance record. The Government will evaluate the offeror's past performance record for meeting technical, schedule, cost, management, occupational health, safety, security, mission success, and other contract requirements. Isolated or infrequent problems that were not severe or persistent, and for which the offeror took immediate and appropriate corrective action, may not reduce the offeror's rating. On the other hand, ratings will be reduced when problems were within the contractor's control and were significant, persistent, or frequent, or when there is a pattern of problems or a negative trend of performance.

Excellent - Of exceptional merit; exemplary performance in a timely, efficient, and economical manner; very minor (if any) problems with no adverse effect on overall performance; and experience that is highly relevant to this procurement. Based on the offeror’s performance record, essentially no doubt exists that the offeror will successfully perform the required effort.

Very Good - Very effective performance; fully responsive to contract requirements; contract requirements accomplished in a timely, efficient, and economical manner for the most part; only minor problems with little identifiable effect on overall performance; and experience is very relevant to this procurement. Based on the offeror’s performance record, little doubt exists that the offeror will successfully perform the required effort.

Good - Effective performance; fully responsive to contract requirements; reportable problems, but with little identifiable effect on overall performance; and experience is relevant to this procurement. Based on the offeror’s performance record, some doubt exists that the offeror will successfully perform the required effort.

Fair - Meets or slightly exceeds minimum acceptable standards; adequate results; reportable problems with identifiable, but not substantial, effects on overall performance; and experience is at least somewhat relevant to this procurement. Based on the offeror’s performance record, substantial doubt exists that the offeror will successfully perform the required effort. Changes to the offeror’s existing processes may be necessary in order to achieve contract requirements.

183

NNG06123202R

Poor - Does not meet minimum acceptable standards in one or more areas; remedial action required in one or more areas; problems in one or more areas which adversely affect overall performance. Based on the offeror’s performance record, extreme doubt exists that the offeror will successfully perform the required effort.

Neutral - no record of relevant past performance or past performance information is not available.

(End of text)

A.4.8. PRICE EVALUATIONA price analysis will be conducted in accordance with FAR 15.305(a)(1). Price analysis is described at FAR 15.404-1(b). This analysis is done to ensure that a "fair and reasonable" price is paid by the Government. The Government's price evaluation will be conducted per the instructions in A.3.16.

Price Adjustment for Small Disadvantaged Business Concerns (Applies to Classes 7, 8, 10, and 11 only)

This is a full and open competition within one of the North American Industry Classification System (NAICS) Industry Subsectors determined by the Department of Commerce for the application of small disadvantaged procurement mechanisms and applicable factors. Refer to FAR 19.201(b), FAR 19.11 and to FAR clause 52.219-23, “Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns.” The adjustment shall be applied to the assessed “proposed cost”. The adjustment will not be made if there are no Small Disadvantaged Business (SDB) offeror(s) or if all SDB offerors have waived the price adjustment.

(End of text)

184

NNG06123202R

V. OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (52.212-3) (MAR 2005)--ALTERNATE I (APR 2002) AND ALTERNATE II (OCT 2000)

An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision.

(a) Definitions. As used in this provision:"Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated.

"Service-disabled veteran-owned small business concern"--(1) Means a small business concern--

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.

(2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).

"Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation.

"Veteran-owned small business concern" means a small business concern--(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or,

in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and

(2) The management and daily business operations of which are controlled by one or more veterans.

"Women-owned small business concern" means a small business concern--(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned

business, at least 51 percent of the stock of which is owned by one or more women; and(2) Whose management and daily business operations are controlled by one or more women.

"Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women.

(b) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.)

(1) All offerors must submit the information required in paragraphs (b)(3) through (b)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS).

(2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of

the offeror’s relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the

payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS

185

NNG06123202R

records to verify the accuracy of the offeror’s TIN.

(3) Taxpayer Identification Number (TIN).[ ] TIN: ________________.[ ] TIN has been applied for.[ ] TIN is not required because:

[ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States.; [ ] Offeror is an agency or instrumentality of a foreign government;

[ ] Offeror is an agency or instrumentality of the Federal government.(4) Type of organization.

[ ] Sole proprietorship;[ ] Partnership;[ ] Corporate entity (not tax exempt);[ ] Corporate entity (tax-exempt);

[ ] Government entity (Federal, State, or local);

[ ] Foreign government;[ ] International organization per 26 CFR 1.6049-4;[ ] Other _________________________________.

(5) Common Parent.[ ] Offeror is not owned or controlled by a common parent;

[ ] Name and TIN of common parent:Name____________________________________________.TIN_____________________________________________.

(c) Offerors must complete the following representations when the resulting contract is to be performed inside the United States or its outlying areas. Check all that apply.

(1) Small business concern. The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern.

2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern.

3) Service disabled veteran-owned small buisness concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern.

4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it [ ] is, [ ] is not a small disadvantaged business concern as defined in 13 CFR 124.1002.

(5) Women-owned small business concern. [Complete only if the offeror represented itself as a small

business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a women-

owned small business concern.

Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the simplified acquisition threshold.

(6) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is a women-owned business concern.

186

NNG06123202R

(7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:

_____________________________________________________________

(8) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. [Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.]

(i) (Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the designated industry groups (DIGs).) The offeror represents as part of its offer that it [ ] is, [ ] is not an emerging small business.

(ii) (Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or designated industry groups (DIGs)) Offeror represents as follows:

(A) Offeror's number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or

(B) Offeror's average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts).

(Check one of the following):NUMBER OF EMPLOYEES AVERAGE ANNUAL GROSS REVENUES

___50 or fewer ___ $1 million or less___51-100 ___ $1,000,001--$2 million___101-250 ___ $2,000,001--$3.5 million___251-500 ___ $3,500,001--$5 million___501-750 ___ $5,000,001--$10 million___751-1000 ___ $10,000,001--$17 million___Over 1000 ___ Over $17 million

(9) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.]

(i) General. The offeror represents that either--(A) It [ ] is, [ ] is not certified by the Small Business Administration as a small

disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or

(B) It [ ] has, [ ] has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted.

(ii) [ ] Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture:____________________________.]

(iii) Address. The offeror represents that its address [ ] is, [ ] is not in a region for which a small disadvantaged business procurement mechanism is authorized and its address has not changed since its certification as a small disadvantaged business concern or submission of its application for certification. The list of authorized small disadvantaged business procurement mechanisms and regions is posted at

187

NNG06123202R

http://www.arnet.gov/References/sdbadjustments.htm. The offeror shall use the list in effect on the date of this solicitation. "Address," as used in this provision, means the address of the offeror as listed on the Small Business Administration’s register of small disadvantaged business concerns or the address on the completed application that the concern has submitted to the Small Business Administration or a Private Certifier in accordance with CFR part 124, subpart B. For joint ventures, "address" refers to the address of the small disadvantaged business concern that is participating in the joint venture.

(10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that--

(i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the list of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with CFR part 126; and

(ii) It is [ ], [ ] is not a joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:_____________________________________________________________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation.

(11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(9) of this provision.) [The offeror shall check the category in which its ownership falls]:

[ ] Black American.[ ] Hispanic American.[ ] Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).[ ] Asian-Pacific Americans (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore,

Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).

[ ] Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).

[ ] Individual/concern, other than one of the preceding.

(d) Representations required to implement provisions of Executive Order 11246--(1) Previous contracts and compliance. The offeror represents that--

(i) It [ ] has, [ ] has not participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation; and

(ii) It [ ] has, [ ] has not filed all required compliance reports.(2) Affirmative Action Compliance. The offeror represents that--(i) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each

establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or

(ii) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.

(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract.

(f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act Supplies, is included in this solicitation.)

188

NNG06123202R

(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do no qualify as domestic end products. The terms “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act—Supplies.”

(2) Foreign End Products:

LINE ITEM NO. COUNTRY OF ORIGIN________________ __________________________________ __________________________________ __________________

[List as necessary]

(3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.

(g)(1) Buy American Act--Free Trade Agreements-—Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act, is included in this solicitation.)

(i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the united States. The terms “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act—Free Trade Agreements—Israeli Trade Act.”

(ii) The offeror certifies that the following supplies are end products of Australia, Canada, Chile, Mexico, or Singapore, or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreement--Israeli Trade Act":

FTA Country or Israeli End Products:

LINE ITEM NO. COUNTRY OF ORIGIN________________ __________________________________ __________________________________ __________________

[List as necessary]

(iii) The offeror shall list those supplies that are foreign end products (other than those listed in

paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act--Free

Trade Agreements--Israeli Trade Act." The offeror shall list as other foreign end products those end products

manufactured in the United States that do not quality as domestic end products.

Other Foreign End Products:

LINE ITEM NO. COUNTRY OF ORIGIN________________ __________________________________ __________________________________ __________________

[List as necessary]

189

NNG06123202R

(iv) The Government will evaluate offers in accordance with the policies and procedures of FAR part 25.

(2) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate, Alternate I (Jan 2004). If

Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii)

for paragraph (g)(1)(ii) of the basic provision:

(g)(l)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act":

Canadian End Products:

LINE ITEM NO.________________________________________________________________

________________________________________________________________

________________________________________________________________

________________________________________________________________

[List as necessary]

(3) Buy American Act--Free Trade Agreements --Israeli Trade Act, Alternate II (Jan 2004). If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:

(g)(l)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act":

Canadian or Israeli End Products:

LINE ITEM NO. COUNTRY OF ORIGIN________________ __________________________________ __________________________________ __________________

[List as necessary]

(4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.)

(i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this provision, is a U.S.-made or designated country end product end product, as defined in the clause of this solicitation entitled "Trade Agreements."

(ii) The offeror shall list as other end products those end products that are not U.S.-made, designated country, Caribbean Basin country, or FTA country end products.

Other End Products:

LINE ITEM NO. COUNTRY OF ORIGIN________________ __________________________________ __________________

190

NNG06123202R

________________ __________________

[List as necessary]

(iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made, designated country end products without regard to the restrictions of the Buy American Act. The Government will evaluate for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation.

(h) Certification Regarding Debarment, Suspension or Ineligibility for Award (Executive Order 12549). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals--

(1) [ ] Are, [ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; and

(2) [ ] Have, [ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion or receiving stolen property; and

(3) [ ] Are, [ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses.

(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).]

(1) Listed end products.

Listed End Product

____________________________________________________________________________________________________________

Listed Countries of Origin

____________________________________________________________________________________________________________

(2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.]

[ ](i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product.

[ ](ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor.

(j)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (j) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website.

191

NNG06123202R

(2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________.

[Offeror to identify the applicable paragraphs at (b) through (i) of this provision that the offeror has completed for the purposes of this solicitation only, if any.

These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.]

(End of provision)

192