ENCORE II REQUIREMENTS CHECKLIST AND CERTIFICATIONS

Similar documents
Use of Electronic and Information Technology Accessibility Policy

POLICY Board of Trustees - Montgomery College 66004

Adobe Digital Media (Formerly Desktop) Products Enterprise Software Agreement Carahsoft Technology. Blanket Purchase Agreement (BPA) N A-ZF31

STATE OF NEW JERSEY IT CIRCULAR

Handbook AS-508 August 2002 Transmittal Letter

DoD Internet Protocol Version 6 (IPv6) Contractual Language

DEPARTMENT OF HEALTH and HUMAN SERVICES. HANDBOOK for

Department of Defense INSTRUCTION

OFFICE OF THE UNDER SECRETARY OF DEFENSE 3000DEFENSEPENTAGON WASHINGTON, DC

Comprehensive Professional Energy Services Blanket Purchase Agreements Ordering Guide

Information Systems Security Requirements for Federal GIS Initiatives

Blanket Purchase Agreement Attachment D Ordering Guide. SolarWinds DLT Solutions, LLC. Blanket Purchase Agreement (BPA) N A-ZF42

ROADMAP TO DFARS COMPLIANCE

CYBER SECURITY BRIEF. Presented By: Curt Parkinson DCMA

Award and Administration of Multiple Award Contracts at Naval Facilities Engineering Command Specialty Centers Need Improvement

DISADVANTAGED BUSINESS ENTERPRISE PROGRAM. Unified Certification Program OKLAHOMA

SAC PA Security Frameworks - FISMA and NIST

Department of Defense Fiscal Year (FY) 2015 IT President's Budget Request Defense Contract Audit Agency Overview

IAF Mandatory Document for the Transfer of Accredited Certification of Management Systems

NETWORX PROGRAM INDIVIDUAL SMALL BUSINESS SUBCONTRACTING PLAN IDIQ TASK ORDER BASED

TRICARE Operations Manual M, April 1, 2015 Records Management (RM) Chapter 9 Section 1

Policy: EIT Accessibility

ATTACHMENT A POLICES AND PROCEDURES REGARDING CELLULAR TELEPHONES AND MOBILE COMMUNICATION DEVICES

THE GSA IT SCHEDULE 70 ORDERING PROCESS

MARPA DOCUMENT MARPA Revision 1.1

JCCS. Joint Contingency Contracting System VENDOR USER GUIDE. July Prepared for:

National Information Assurance (IA) Policy on Wireless Capabilities

Requirements Page 2 of 39

Cybersecurity Challenges

Wireless Communication Device Use Policy

Palo Alto Unified School District OCR Reference No

Federal Acquisition Service Authorized Federal Supply Schedule Price List

DOD s New Cyber Requirements: Impacts on DOD Contractors and Subcontractors

Security Standards for Electric Market Participants

Committee on National Security Systems. CNSS Policy No. 14 November 2002

Beyond Accessible Web & IT: Update on State Impact

American Association for Laboratory Accreditation

DFARS Cyber Rule Considerations For Contractors In 2018

What is VPAT 2.0 Joe Humbert

Universal Accessibility for Student Services

MANUAL OF UNIVERSITY POLICIES PROCEDURES AND GUIDELINES. Applies to: faculty staff students student employees visitors contractors

Subpart A -- General Purpose Application.

Program Management Office January, 2012

Smart Meters Programme Schedule 6.3. (Development Process) (CSP North version)

FedRAMP Security Assessment Framework. Version 2.0

WIRELESS DEVICES: ACCEPTABLE USE AND GUIDELINES

Chapter 4 EDGE Approval Protocol for Auditors Version 3.0 June 2017

FiXs - Federated and Secure Identity Management in Operation

IMPROVING CYBERSECURITY AND RESILIENCE THROUGH ACQUISITION

GT Guide to Completing the Voluntary Product Accessibility Template (VPAT)

ORA HIPAA Security. All Affiliate Research Policy Subject: HIPAA Security File Under: For Researchers

Section 508 Wizard Behdad Payami VP, Sales & Marketing Cerenade

CIVIL AVIATION REQUIREMENT SECTION 2 - AIRWORTHINESS SERIES E PART XII EFFECTIVE : FORTHWITH

INSTRUCTIONS FOR RESPONSE TO REQUEST FOR BEST VALUE PROPOSALS (RFP) #852W001

SECURITY SERVICES BPA

Professional Engineers Ontario. canada s anti-spam. Guidelines for Chapters

Information technology Security techniques Requirements for bodies providing audit and certification of information security management systems

KENYA SCHOOL OF GOVERNMENT EMPLOYMENT OPORTUNITY (EXTERNAL ADVERTISEMENT)

SECTION 10 CONTRACTING FOR PROFESSIONAL SERVICES CONSULTANT COMPETITIVE NEGOTIATION ACT (CCNA)

December 21, 1998 BY ELECTRONIC MAIL AND HAND DELIVERY

Department of Defense MANUAL

Article I - Administrative Bylaws Section IV - Coordinator Assignments

HUMBOLDT COUNTY Website Accessibility Policy

Product Data Reporting and Evaluation Program (PDREP) Automated Information System (AIS) Corrective Action Record (CAR)

ORIGINAL BID - Invitation For Bid Automated External Defibrillator (AED)

Section Qualifications of Audit teams Qualifications of Auditors Maintenance and Improvement of Competence...

GDPR AMC SAAS AND HOSTED MODULES. UK version. AMC Consult A/S June 26, 2018 Version 1.10

Opportunity Lives Here

EA-7/05 - EA Guidance on the Application of ISO/IEC 17021:2006 for Combined Audits

Cyber Security Challenges

MILITARY STANDARD CONTRACTOR INTEGRATED TECHNICAL INFORMATION SERVICE (CITIS)

Navy Construction / Facilities Management Invoice

User Manual for. Contractor Performance Assessment Reporting System (CPARS) December 2014 Current Version UHTTPS://

Continuous Monitoring & Security Authorization XACTA IA MANAGER: COST SAVINGS AND RETURN ON INVESTMENT IA MANAGER

Secure Web Fingerprint Transaction (SWFT) Access, Registration, and Testing Procedures

Reporting Contracts in the LBB Contracts Database

existing customer base (commercial and guidance and directives and all Federal regulations as federal)

NEW YORK CYBERSECURITY REGULATION COMPLIANCE GUIDE

Defense Logistics Agency INSTRUCTION

DOD INSTRUCTION DOD FEDERALLY FUNDED RESEARCH AND DEVELOPMENT CENTER (FFRDC) PROGRAM

Request for Proposal for Technical Consulting Services

Re: Filing of Windstream's Comments to Notice of Proposed Rulemaking; Case No. NNTRC

Application and Instructions for Firms

Request for Quote (RFQ) # For Idaho Commission for Libraries. Online Statistics Collection Tool

Battery Program Management Document

User Manual for. Federal Awardee Performance and Integrity Information System (FAPIIS) February 2010 Current Version 3.3.0

Inapplicability to Non-Federal Sales and Use

Government of Ontario IT Standard (GO-ITS) Number 30.2 OPS Middleware Software for Java Platform

RFSQ SUBMISSION TEMPLATE FOR: >insert RFSQ # Student Transportation Services. For >insert the name of the Consortium

Cell and PDAs Policy

Department of Defense Cybersecurity Requirements: What Businesses Need to Know?

FedRAMP: Understanding Agency and Cloud Provider Responsibilities

MARPA DOCUMENT MARPA 1100 DRAFT

ISO/IEC INTERNATIONAL STANDARD

Response Deadline Date/Time: November 22, 2016, 2:00 PM

Institution Guide and Application Checklist

ITU Asia-Pacific Centres of Excellence Training on Conformity and Interoperability. Session 2: Conformity Assessment Principles

Consideration of Issues and Directives Federal Energy Regulatory Commission Order No. 791 June 2, 2014

Adobe Experience Manager (AEM) Screens Player Voluntary Product Accessibility Template

INFORMATION ASSURANCE DIRECTORATE

Transcription:

ENCORE II REQUIREMENTS CHECKLIST AND CERTIFICATIONS This form is completed by the Task Monitors and forwarded to DISA/DITCO-Scott with a complete ENCORE II Requirements Package. (electronic signatures (//s//) are acceptable) 1. Task Order (TO) Title: 2.a. Attachments Checklist. Your complete package must include all of the following mandatory items. Send files electronically via e-mail to encore2@disa.mil. Avoid submitting partial packages. You may fax any items not available electronically to (618) 229-9177 (DSN 779). (to check a box, right-click on the box, choose Properties, and click on Checked under Default Value ) NOTE: FOR EACH REQUIREMENT THAT IS FORWARDED FOR AWARD UNDER ENCORE II, THE CUSTOMER SHALL DEVELOP AND MONITOR APPROPRIATE COST, SCHEDULE AND PERFORMANCE METRICS TO MEASURE ACQUISITION OUTCOMES AGAINST REQUIREMENTS. THIS INFORMATION SHALL BE FORWARDED TO DITCO ON AN ANNUAL BASIS. ENCORE II Requirements Package Checklist () Statement of Objectives (SOO) (Attachment 3), Performance Work Statement (PWS) (Attachment 4) or Statement of Work (SOW) Attachment 5 (compatible with MS Word 2003 or current version). See the guidance in ENCORE II Task Order Guidelines, Chapter 3, Paragraph 3.b. for the approval level of review on non-performance Based SOWs. Independent Government Cost Estimate (IGCE) (compatible with MS Excel 2003 or current version) (Attachment 8) Funding Document(s) (scanned or other electronic version is preferable) (T.O. Guidelines, Chapter 3, paragraph 6 and Attachment 22) * Each funding document may include only one requirement. Justification and Approval (J&A) Document (0) INCLUDE IF THIS REQUIREMENT IS SOLE SOURCE Proposal Evaluation Plan (Attachment 7) INCLUDE FOR ALL COMPETITIVE REQUIREMENTS Selection Recommendation Document (SRD) (Attachment 6) INCLUDE IF THIS REQUIREMENT IS SOLE SOURCE Quality Assurance Surveillance Plan (QASP) (Attachment 2) REQUIRED FOR ALL LABOR HOUR AND TIME AND MATERIAL SOWS OR IF USING A PWS. (see Chapter 1, Paragraph 8 and Chapter 3, Paragraph 7 of Task Order Guidelines) Include the following items only if determined necessary for your individual requirement. TO-unique DD Form 254 (2) only if security requirements exceed the basic contract-level DD Form 254 Acquisition Approval Group (AAG) approval (required for DISA Computing Services customers; attach evidence of approval received) Acquisition Plan (see Chapter 3, Section 11 of Task Order Guidelines) 2.b. (1) Program Acronym Name: DISA Customers, Pick the code from 3, Task Order Guidelines; Non-DISA customers, insert non-disa (2) Customer Code: Non-DISA customers pick a code from 4, Task Order Guidelines; DISA customers pick a code from 5, Task Order Guidelines 3. Contract Type (check one). Performance Based, Firm, Fixed Price is the Standard. Time-and-materials (T&M) and cost-reimbursement (CR) contract types require justification in accordance with Federal Acquisition Regulations (FAR) (see the TO Guidelines Chapter 3, Paragraph 7 for an explanation of contract types). Firm fixed price (FFP) (no justification required) Labor Hour (LH) (provide justification in the box, below) Cost-Reimbursement (CR) (provide justification in the box, below) FFP Level of Effort (LOE) (provide justification in the box, below) Time-and-Materials (T&M) (provide justification in the box, below) LH, CR, FFP LOE and T&M justification must include: 1. Why it is not possible to reasonably estimate the extent or duration of the work. Shall reference each major task in the SOW, PWS or SOO. 2. Why a FFP task order would pose unreasonable risk to the contractor. 3. The control measures the Task Monitor will take to monitor contractor performance and costs in labor and ODCs.

4. Performance Based Acquisition (PBA). Per Encore II Task Order Guidelines, Chapter 1, Paragraph 8, PBA is to be used to the maximum extent possible. Per ENCORE II Task Order Guidelines, Chapter 3, Paragraph 13, if PBA cannot be utilized for this requirement, the TM must indicate the rationale for why PBA is not appropriate in the box below. 5. Public Disclosure of Information. Does your SOW/SOO/PWS/DD254/etc. contain information that, if released, would be harmful to the government? Yes. If yes, include the name and address of your Freedom of Information Act (FOIA) coordinator below (see Chapter 3, Section 17 of Task Otder Guidelines for an explanation of FOIA and release of documents). No FOIA Coordinator: Name: E-Mail Address: Physical Address: 6. Economy Act. This organization has made the appropriate Economy Act decisions in accordance with FAR 17.500(b) and local agency requirements: (electronic signatures (//s//) are acceptable) 7. Earned Value Management To be included in all requirements with a life-cycle cost greater than $20 Million that are not FFP. See ENCORE II Task Order Guidelines, Chapter 3, Paragraph 15. 8. Consolidation of Previous Efforts. If this requirement is a consolidation or previous efforts, that Task Monitor shall indicate the previous Contract Number and applicable Task Order Numbers in the following box. If this is not a consolidation of previous efforts, the Task Monitor shall enter N/A. (see the TO Guidelines Chapter 3, Paragraph 16s). 9. IPv6. The TM shall certify that the requirement complies with the current Internet Protocol Version 6 (IPv6) Policy. (see Chapter 3, Paragraph 19 of Task Order Guidelines) APPLICABLE TO ALL CUSTOMERS 10. NetCentric. The TM shall certify that the requirement complies with the current DoD NetCentric Policy. (see Chapter 3, Paragraph 20 of Task Order Guidelines) NOT APPLICABLE TO NON-DoD CUSTOMERS 11. Clinger-Cohen Act. The TM shall certify that the requirement complies with the Clinger-Cohen (see Chapter 3, Paragraph 18 of Task Order Guidelines) APPLICABLE TO ALL CUSTOMERS 12. Certification: I certify that the requested contractor services do not include inherently Government functions in accordance with FAR 7.5. (see Chapter 4, Paragraph 3d of Task Order Guidelines) 13. TM Certification (Applies to all Task Monitors): A nomination package to appoint a COR or TM is attached and complete the following information. The requirements office does not intend to appoint a COR or TM for this action. All Primary and Alternate Task Monitors must be approved by the Contracting Officer, and designated as such with a Task Monitor Designation Letter (separate letters for Primary and Alternate TMs). This is a two-step process:

1. Primary Task Monitor and Alternate TM Nomination Letters (8) are submitted with the initial requirements package. 2. Primary and Alternate Task Monitor Designation Letters (9) are issued at the time the task order is awarded. I recognize that by submission of this package, I accept the responsibilities for Task Monitor roles (pre-award and post-award) as defined in the Encore II Task Order Guidelines and failure to carry out these responsibilities could result in my package being returned without award action or in my inability to use the Encore contracts for future requirements. I certify for this requirement that it: Complies with current DOD NetCentric Policy (See Task Order Guidelines, Chapter 3, Paragraph 20) Complies with Systems Engineering Policy (See Task Order Guidelines, Chapter 3 Paragraph 3.c.) Complies with requirements of National Security Telecommunications and Information Systems Security Policy Number 11. Infomation Assurance Validation Statement and Certification of Compliance with Clinger-Cohen Act shall be provided, as required. (See Task Order Guidelines, Chapter 3, Paragraph 18.) Does not contain an Organizational Conflict of Interest (See Task Order Guidelines, Chapter 3, Paragraph 14) I further certify that I have read and understand my responsibilities as Task Monitor, and the requested contractor services do not include Inherently Governmental Functions in accordance with Federal Acquisition Regulation (FAR) Subpart 7.5 and are not Personal Services in accordance with FAR Subparts 37.101 and 37.104. Primary TM Alternate TM 14. Government Acceptor Information (Applies to all new requirements). Insert the name, office code, email address and telephone number of the person responsible for accepting goods and services in the block below. Also note if the value of the contract action exceeds $1M, this same person will be responsible for completion past performance evaluations via the Contractor Performance Assessment Reporting System (CPARS). See ENCORE II Task Order Guidelines, Chapter 1, Paragraph 8.b.4. Name: Office Code: Email: Phone Number: Acceptor DODACC: The following are excerpts from the ENCORE II Task Order Guidelines: 1. Chapter 3, paragraph 3.b. states: The DITCO ENCORE II Contracting Officer will review the SOW prior to award. This review will be necessary for any ENCORE II requirement awarded by a DISA Contracting Office. For each non-performance based requirement, the customer shall provide justification on why the requirement is not suitable for Performance-Based Acquisition (PBA) criteria. Approval thresholds for a non-performance based SOW are as follows per guidance in Defense Federal Acquisition Regulation Supplement (DFARS) 237.170-2(a)(2): <$78.5M, Currently no approval threshold exists >$78.55M, Senior Procurement Executive (SPE) 2. Chapter 3, paragraph 12 states: (Other Approvals) are necessary to allow DITCO to monitor and manage the ENCORE II ceiling. a. Approval of DISA Task Orders exceeding $100 Million and non-disa requirements exceeding $10 Million will require ENCORE II Steering Group approval. This is for the purpose of monitoring and managing the ENCORE II ceiling. b. Per Section G.8 of the ENCORE II contract, if a non-ditco contracting office has a requirements package which exceeds $10 Million, the decentralized ordering contract clause requires the customer to notify the DITCO-Scott ENCORE II Contracting Officer. In addition, in case the customer fails to do this, Section G.8 of the contract requires the ENCORE II contractors to notify the DITCO-Scott ENCORE II Contracting Officer any time they plan to respond to a request for proposal from a non DITCO contracting office and the total amount of their proposal will exceed $10 Million. In addition to allowing the DITCO-Scott ENCORE II Contracting Officer to manage contract ceiling, this will ensure all DOD requirements in excess of $10 Million are performance based, unless approved by the SPE for that agency and endorsed by the ENCORE II Steering Committee. c. For DISA Only Task Orders: 1. System Program Director (SPD) will coordinate on all ENCORE II Task Orders that are greater than $250M in value and will forward to ENCORE II Program Management Office (PMO) for further approval or coordination. 2. ENCORE II PMO will forward to PEO-STS all Task Orders that are greater than $250M in value. 3. PEO-STS will approve all Task Orders that are greater than $250M and less than $500M in value. They will coordinate on all Task Orders that are greater than $500M in value and forward to Component Acquisition Executive (CAE) for approval. 4. CAE will coordinate on all Task Orders that exceed $500M in value and forward to the Assistant Secretary of Defense for Network and Information Integration (ASD/NII) for final approval.

3. Chapter 3, paragraph 18 states the requiring activity will provide the Contracting Officer with a validation statement signed at the appropriate level, verifying that all appropriate IA statutory and regulatory requirements are being addressed. The validation statement shall specifically address compliance with National Security Telecommunications and Information Systems Security Policy No. 11.The IA validation statement will be executed at the following levels: < $5M Executed by the relevant System Information Assurance Manager >$5M < $10M Executed by the relevant System Designated Approving Authority (DAA) >$10M - Major Automated Information System (MAIS) threshold of DoDI 5000.2 Executed by Component Principal IA POC. MAIS threshold and above, Executed by Component CIO (continue to the Section 508 Determination, below)

SECTION 508 DETERMINATION FOR TASK ORDERS In 1998, Congress amended the Rehabilitation Act to require Federal agencies to make their electronic and information technology accessible to people with disabilities. Inaccessible technology interferes with an individual s ability to obtain and use information quickly and easily. Section 508 was enacted to eliminate barriers in information technology, to make available new opportunities for people with disabilities, and to encourage development of technologies that will help achieve these goals. As a result, this checklist must be completed by your organization s requirements official and included in all procurement request packages. Task Order Title: Customer Agency/Organization: 1. Will electronic and information technology (E&IT) products or services be delivered under this acquisition? E&IT has the same meaning as information technology, except E&IT also includes any equipment or interconnected system or subsystem of equipment that is used in the creation, conversion or duplication of data or information. The term E&IT, includes, but is not limited to, telecommunication products (such as telephones), information kiosks and transaction machines, worldwide websites, multimedia and office equipment (such as copiers and fax machines). (to check a box, right-click on the box, choose Properties, and click on Checked under Default Value ) Yes (proceed to paragraph 2) No (sign below, attach to procurement request package, and forward to the Contracting Officer.) 2. Does a Section 508 exception apply to this acquisition (non-availability of commercial products or services that meet all applicable standards is not considered an exception)? Yes (proceed to paragraph 3) No (proceed to paragraph 4) 3. Section 508 accessibility standards do not apply to this acquisition based on the following exception(s). The E&IT: Is for a National Security System. NSS Exception Statement: As representative of the requirements office for this EIT acquisition, I (the undersigned) certify that the EIT resources defined in this Purchase Request No. for (specific type of EIT) in support of the (program/initiative title) are exempt from the Section 508 accessibility standards. This determination was made based upon the National Security System (NSS) exception granted under Section 508 of the Rehabilitation Act of 1998. The NSS determination for this EIT acquisition is based upon the NSS definition in Subtitle E, Section 5142 of the Clinger-Cohen Act of 1996. I also certify that any portion of this EIT acquisition that is intended for routine administrative or business applications will comply with Section 508 Acquisition Policy. The appropriate Accessibility Standard(s) and the Section 508 Compliance Specification; i.e., contract language, will be incorporated into the Statement of Work, Statement of Objectives, and/or Performance Work Statement, as applicable. Identify the NSS Program and provide a short explanation that supports this exception (for DISA requirements, have the CIO, IT Engineer s Office sign below). DISA CIO (CO2) Date Phone Number Signature

Is acquired by a contractor incidental to a contract. Is located in spaces frequented only by service personnel for maintenance, repair or occasional monitoring of equipment. Is for telecommunications services and no contractor provided terminal equipment (telecommunications products) is included. Is a micro-purchase ($2,500 and below) and will be acquired as one-time open market buy, and not under an existing contract (e.g., GSA Schedule). Would impose an undue burden on the agency (sign below, complete Enclosure 4 (located at http://www.ditco.disa.mil/asp/news/undue_burden_cert_encl_4rev.doc) attach this document and Enclosure 4 to the procurement request package and forward to the Contracting Officer). Other (provide detailed explanation below) (Sign below, attach to procurement request package, and forward to the Contracting Officer. If an undue burden exception is claimed, then a completed copy of Enclosure 3 must also be included.) 4. Is this acquisition for a commercial item as defined at FAR 2.101 (http://www.arnet.gov/far/loadmainre.html)? Yes (proceed to paragraph 5) No (proceed to paragraph 6) 5. Is a commercial item fully compliant with Section 508 accessibility standards available in the commercial marketplace in time to meet the agency s delivery requirements? Yes (proceed to paragraphs 6 and 7) No (sign below, complete Enclosure 5 (located at (http://www.ditco.disa.mil/asp/news/determination_of_commercial_non_encl_5_rev.doc) attach this document and Enclosure 4 to the procurement request package and forward to the Contracting Officer). 6. The following Section 508 Accessibility Standard(s) are applicable to this acquisition (check as appropriate). Refer to the web address at http://www.ditco.disa.mil/asp/news/508_standards_encl_21.doc to access a template that can be used to assist you in making preliminary assessments regarding the availability of E&IT products and services and in determining which standards may apply. Incorporate all applicable Section 508 standards in the requirements document of the purchase request package (ensure that standards shown here matches your statement of work). Technical Standards 1194.21 - Software Applications and Operating Systems 1194.22 - Web Based Intranet and Internet Information and Applications 1194.23 - Telecommunications Products 1194.24 - Video and Multimedia Products 1194.25 - Self-Contained, Closed Products 1194.26 - Desktop and Portable Computers 1194.41 - Information, Documentation and Support 7. Functional Performance Criteria is the minimally acceptable standards to ensure Section 508 compliance. This block should also be checked to ensure that the minimally acceptable EIT is proposed.

1194.31 - Functional Performance Criteria Functional Performance Criteria (Sign below, attach to procurement request package, and forward to the Contracting Officer)