Request for Proposal



Similar documents
Statement of Work. Title: Environmental Training Services at HAMMER Revision: 1 Date: June 28, 2012

Mission Support Alliance Request for Proposal

REQUEST FOR QUOTATION

Lawrence Livermore National Laboratory

City of Danville, Virginia

Statement of Work (SOW)

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)

QSP INFORMATION AT A GLANCE

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

Request for Proposal (RFP) (P ) City of Sacramento Call Center Software

Solicitation Web Hosting Services for the Disaster Volunteer Network. State of California

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Request for Proposal Environmental Management Software

CHAPTER 23. Contract Management and Administration

Request for Proposal and Qualifications for Audit and Tax Preparation Services October 2015

D A V I S B A C O N R E Q U I R E D D O C U M E N T S S U B M I S S I O N S A M P L E G U I D E. February 10, 2015

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

REQUEST FOR PROPOSAL (RFP # ) Enterprise Resource Planning (ERP) Software

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

Request for Proposals for Upgraded or Replacement Phone System

8.OFFER DUE DATE: 2:00pm September 18, PAYMENT DISCOUNT TERMS

REQUEST FOR QUOTATION (RFQ) Encryption Key Management Solution. Date Posted: May 27, Solicitation Number RFQ

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO.

Replacement of Heat System Components

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

REQUEST FOR PROPOSAL (RFP) BID# UPGRADE EXISTING NEXTGEN ELECTRONIC MEDICAL RECORDS SYSTEM (EMR/EPM/EDR/KPM)

PART SMALL BUSINESS PROGRAMS

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for. Telephone Service (Analog Phone Service)

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

Service Agreement Hosted Dynamics GP

REQUEST FOR PROPOSAL (RFP) BID# MARINA AND LAND LEASE MANAGEMENT SYSTEM. SUBMISSION DEADLINE: Tuesday, April 15, 2014 at 11:00 AM (ET)

SOLICITATION QUOTATION PROFESSIONAL SERVICES

Solicitation /1621. Kofax Software Transfer, Upgrade, & Maintenance. Bid designation: Public. State of California

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

Mission Support Alliance

TABLE OF CONTENTS. Prefacej... 1

City and County of San Francisco

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

Request for Proposal (RFP) K3311 Disaster Recovery as a Service (DRaaS)

REQUEST FOR PROPOSALS FOR A. DISASTER MANAGEMENT DEBRIS MONITORING SERVICES

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

PUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS

GENERAL INFORMATION. REQUIRED SERVICES: are described in the enclosure consisting of 4 pages, dated 3/29/12 OR: are described as follows:

EnCase Implementation Statement of Work

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

City of Powell Request for Proposals for a Total Compensation Survey

NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE

Employee Performance Appraisal Software

CITY OF OPELIKA PURCHASING DEPARTMENT REQUEST FOR PROPOSALS SHIRLEY WASHINGTON PURCHASING AGENT OFFICE: (334) FAX: (334)

Request for Proposal For Fund Developer

AGREEMENT EMENT FOR PROFESSIONAL SERVICES Fixed Price Form of Agreement

[CTUIR ERP PROJECT CONSULTING]

BUSINESS ASSOCIATE AGREEMENT

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

TEHACHAPI VALLEY HEALTH DISTRICT (TVHD) Data Network and Unified Communication Systems

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

REQUEST FOR PROPOSALS FOR A SMART PHONE GPS TRACKING SYSTEM DUE BY TWELVE NOON CENTRAL TIME ON TUESDAY, NOVEMBER 3, 2015

APPALCART REQUEST FOR PROPOSAL

Information Concerning Specifications: Contact: Torri Martin (770)

SEALED BID SOLICITATION QUOTATION

Infrastructure Technical Support Services. Request for Proposal

REQUEST FOR PROPOSAL

SAMPLE SERVICES CONTRACT

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

EnCase Implementation Statement of Work

INDEPENDENT CONTRACTOR AGREEMENT - OR -

AGREEMENT FOR WEBSITE MAINTENANCE AND MODIFICATIONS

Additional Terms And Conditions E-2D Advanced Hawkeye (AHE) Pilot Production (Prime Contract No. N C-0057)

COUNTY OF PRINCE WILLIAM

The Open Group Certified IT Specialist (Open CITS) Program: Accreditation Agreement. May 2011 Revision The Open Group

REQUEST FOR PROPOSAL

NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON

Request for Proposal No. RFP Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition

SOLICITATION QUOTATION BLANKET ORDER

Maintenance Management Software

SOLICITATION QUOTATION

DEPARTMENT OF THE ARMY ARMY CONTRACTING COMMAND REDSTONE BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

Form P ITEM DESCRIPTION UNIT ESTIMATED 12 MONTH QUANTITY

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

REQUEST FOR PROPOSAL (RFP)

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, Table of Contents

Audit Management Software Solution

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5

Relocation Services Request for Proposal

Consulting Master Services Agreement

Request for Proposal. Credit (Purchasing) Card Services Program

By accepting this work engagement, consultant certifies that they are not currently working for any state or federal government agency.

HOW TO DO BUSINESS WITH THE STATE OF ALASKA

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

R E Q U E S T F O R P R O P O S A L S F O R E L E V A T O R C O N S U L T I N G S E R V I C E S P

STATE OF MARYLAND MARYLAND JUDICIARY ADMINISTRATIVE OFFICE OF THE COURTS (AOC) REQUEST FOR PROPOSALS (RFP)

Transcription:

Request for Proposal Solicitation #: 290836 Date Issued: July 7, 2016 Issued To: Offerors This Request for Proposal (RFP) is issued under the authority of the Department of Energy Prime Contract DE-AC06-09RL14728. This RFP is issued by: Mission Support Alliance, LLC P.O. Box 650 Richland, WA 99352 Contract Specialist: Matt Parker G3-16 (509) 376-5005 Matthew_R_Parker@rl.gov Proposals are to be prepared in accordance with the instructions and conditions set forth herein. Proposals are to be received by the close of business (4:00 P.M., PST) on July 19, 2016 to the address shown above, attention to the Contract Specialist identified above. All questions are to be directed to the Contract Specialist identified above. All proposals are subject to the terms and conditions set forth herein. Any exceptions, deviations, or omissions may be grounds for rejection of proposals submitted.

Table of Contents A.0 Solicitation... 3 A.1 North American Industry Classification System (NAICS) Code and Size Standard...3 A.2 Proposal Submittal...3 A.3 Foreign Nationals...4 A.4 Rate Schedule...4 A.5 Basis of Award Lowest Price Technically Acceptable...5 A.6 Conflict of Interest Disclosure and Representation...5 A.7 Award Notification...5 B.0 QA / Inspection Requirements Not Used... 5 C.0 Description/Statement of Work Attached Below... 5 D.0 Transportation Instructions Not Used... 5 E.0 Schedule Not Used... 5 F.0 Delivery/Performance... 6 F.1 Term of Subcontract...6 G.0 Subcontract Administration... 6 G.1 Authorized Personnel...6 G.2 Electronic Mail Capability...6 G.3 Subcontractor Invoices for Subcontracts...6 G.4 Terms of Payment...8 H.0 Special Requirements... 8 H.1 Facility Closure Notice - Holiday and Work Schedules...8 H.2 Designation of Technical Representative...8 H.3 Size Standards Reporting Requirements...9 H.4 Non-Disclosure Agreement for Company Subcontractors...10 I.0 Terms and Conditions... 10 I.1 General Provisions Commercial...10 I.2 Special Provisions On-Site (Formerly SP-5)...10 J.0 List of Attachments... 10 J.1 Statement of Work (SOW)...10 K.0 Signatures Not Used... 10 L.0 Representations and Certifications... 11 Subcontractor Acknowledgement of Federal Online Representations and Certifications...11 Page 2 of 11

A.0 Solicitation A.1 North American Industry Classification System (NAICS) Code and Size Standard (A01) Rev 002 3/1/2011 The Buyer has determined that North American Industry Classification System (NAICS) Code 541519 applies to this acquisition. Therefore, the size standard for determining whether an Offeror is a small business in regard to this acquisition is $27.5 Million. If this solicitation is designated as a small business set-aside, the Offeror certifies that they are a small business by submitting a proposal or an offer to this solicitation. A.2 Proposal Submittal (A37) Rev. 0 03/14/2011 1. Proposals are to be received by the close of business (4:00 P.M., PST) on the date specified in the Solicitation. 2. Other Proposal Methods Proposals must be submitted by E-mail. 3. Late Proposals A proposal is considered late if it is received at the office designated in the solicitation after the exact time and date specified for receipt and will not be considered unless: a. It was sent by registered or certified mail no later than the fifth calendar day prior to the date specified for receipt of offers (e.g., an offer submitted in response to a Solicitation requiring receipt of offers by the 20th of the month must have been mailed by the 15th or earlier); or b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined that the late receipt was due solely to mishandling upon receipt; or c. It is the only proposal received. 4. Proposal Changes Page 3 of 11

Any modification of a proposal, including the Contract Specialist s request for Best and Final Offer, is subject to the same conditions as in the Late Proposals section above. 5. Withdrawal of Proposals Proposals may be withdrawn by written or electronic notice to the Buyer at any time prior to award. A Subcontractor, or its authorized representative, may withdraw proposals in person, provided their identity is made known and they sign a receipt for the proposal. A.3 Foreign Nationals (A106) Rev. 0 5/25/2016 If the Subcontractor intends to propose any foreign nationals (non-us citizens) that information must be a part of the Subcontractor s proposal. They will be processed in accordance with MSA s Unclassified Visits and Assignments by Foreign Nationals prior to commencement of the work. This process could add from a few days up to several weeks of lead time depending on the country of origin and the subject matter involved. A.4 Rate Schedule The Subcontractor shall provide the below services at the Fixed Unit Rates listed below. Only actual units worked shall be billed for. Onsite Technical Services rates shall be inclusive of all travel expenses. Description Unit Estimated Quantity Unit Price Total Onsite Technical Services 2 Weeks (80 hours) 1 TBD TBD Onsite Technical Services 1 Week (40 hours) 2 TBD TBD Phone/Email Consultant Support Total 1 Hour 80 TBD TBD TBD Page 4 of 11

A.5 Basis of Award Lowest Price Technically Acceptable (A85) Rev. 1 2/28/2013 Award may be made to the Offeror submitting the lowest evaluated price that is technically acceptable among offers that meet all requirements of the solicitation. A.6 Conflict of Interest Disclosure and Representation (A102) Rev. 1 5/01/2014 It is the Buyer s policy to avoid situations, which place a Subcontractor in a position wherein it may not be able to compete on an equal basis for Buyer-controlled work with other qualified contractors. To address this matter, the Subcontractor is to consider the relevant circumstances surrounding this effort to determine if there are any past, present or future interests (financial, contractual, organizational or personal) that could be viewed as a conflict of interest. The Subcontractor is to insert the following statement into any proposal response to MSA: Subcontractor hereby certifies that [ ] there is not or [ ] there is a potential conflict of interest. If there are any real or potential concerns, they shall be disclosed and highlighted in the Subcontractor s proposal. Any such disclosure may result in the need for additional discussions relative to the Subcontractor s continued participation in this effort. A.7 Award Notification (A95) Rev. 0 3/14/2011 The Subcontractor is hereby notified that effective on TBD, the Subcontractor is awarded a Fixed Unit Rate Subcontract for the delivery/performance of the item(s) and/or service(s) in accordance with all the requirements and conditions set forth or by reference attached herein in an amount of TBD. The Subcontractor shall not exceed this amount without specific written authorization from the Contract Specialist. B.0 QA / Inspection Requirements Not Used C.0 Description/Statement of Work Attached Below D.0 Transportation Instructions Not Used E.0 Schedule Not Used Page 5 of 11

F.0 Delivery/Performance F.1 Term of Subcontract (F08) Rev. 0 3/14/2011 The term of this Subcontract shall commence on the date of award and shall end on January 12, 2017 unless extended by the parties or terminated by other provisions of this Subcontract. G.0 Subcontract Administration G.1 Authorized Personnel (G03) Rev. 0 1/28/2010 Only the following named individuals are authorized to make changes to this Subcontract or Purchase Order: Contract Specialist, Matt Parker, 509-376-5005, Matthew_R_Parker@rl.gov Contracts Specialist Lead, Brian Mair, 509-376-4692, Brian_C_Mair@rl.gov G.2 Electronic Mail Capability (G11) Rev. 0 3/14/2011 The Subcontractor shall have internet access and maintain electronic mail capability for the duration of the Subcontract. The Subcontractor email account shall be able to send and receive attached documents of up to 1/2 megabyte in size. Correspondence concerning this Subcontract will be conducted via email in current versions of Microsoft Office applications, ASCII text, RTF, PDF, ZIP, and other commonly used file formats. G.3 Subcontractor Invoices for Subcontracts (G044) Rev. 0 2/27/2012 The following process shall be used on invoices submitted to Mission Support Alliance. Unauthorized deviations from these instructions may result in delayed payment or returned invoices. Invoice Submittal Requirements: Page 6 of 11

Submittal of an invoice constitutes Subcontractor s certification that materials, work, and/or services have been delivered, and invoice rates are in accordance with the Subcontract provisions. Invoices for services may not be submitted more than once per calendar month unless otherwise authorized in the Subcontract. The total amount due for the billing period must be clearly identified on all invoices (this amount should be set apart from any cumulative amounts or subtotals included on the invoice). The Subcontractor shall indicate the labor rate, number of hours, and period of performance being billed on each invoice, when applicable. Invoiced rates, travel, or other direct charges must be specifically defined in the Subcontract to be allowable for reimbursement. Travel expenses (if authorized) must be itemized and supported with receipts in accordance with the requirements set forth under the clause titled, Reimbursement of Travel Expenses, or as otherwise stated within the Subcontract. All invoices shall be submitted electronically to Accounts Payable (msa_invoices@rl.gov) unless otherwise stated by the Contract Specialist. Please do not submit hard copies unless requested by Buyer. Each Subcontract and releases must be invoiced separately. The Subcontractor name, invoice number, and the Subcontract and release numbers must be shown in the subject line of the e-mail message used to submit an electronic invoice. The suggested format for the subject line is: Subcontractor Name, Invoice XXXXX, and Subcontract XXXXX-X (i.e. 47825 - Release 20). Each invoice must have a unique invoice number. Each invoice should include the name and telephone number of a company representative available to respond to invoice questions. Remittance will only be made to the remittance address on file for the Subcontractor. Invoices from third parties or with different remittance instructions or addresses will not be processed. Questions or requests for exceptions should be addressed to the Contract Specialist. Page 7 of 11

Before payments can be made via Electronic Funds Transfer (EFT), an Authorization for Electronic Funds Transfer of Invoice Payments form must be completed and returned to Buyer. The form is located at: http://www.hanford.gov/pmm/files.cfm/eft.pdf. NOTE: The original form with signature and date shall be mailed to the address at the bottom of the form. Copies of the form that have been e-mailed or faxed will not be accepted. G.4 Terms of Payment (G047) Rev. 0 7/14/2014 Payment terms are net 30 days, unless otherwise agreed upon in writing, upon satisfactory receipt of goods or provision of services and receipt of an accurate invoice. H.0 Special Requirements H.1 Facility Closure Notice - Holiday and Work Schedules (H22) Rev. 1 10/22/2014 NOTICE: Daily work schedules and facility operations are NOT consistent on the Hanford Site. Many organizations and facilities observe Friday closures. Accordingly, BEFORE scheduling deliveries or site work, the Subcontractor shall make specific schedule arrangements with the Contract Specialist, BTR, Facility Manager, Delivery Warehouse Manager, Building Manager, or other cognizant Mission Support Alliance organization. The Buyer will not be liable for the cost of any delays, demurrage, layovers, extra travel days, etc., which result from Subcontractor s failure to obtain a specific delivery or work schedule in advance. H.2 Designation of Technical Representative (H38) Rev. 0 3/14/2011 The Contract Specialist hereby designates the following as the Buyer s Technical Representative, (BTR) for this Subcontract: Name/phone/mail stop/email: Patty Paetz/ (509) 376-5174/ G3-29/ Patricia_L_Patty_Paetz@rl.gov. The BTR is responsible for monitoring and providing technical guidance for this Subcontract and should be contacted regarding questions or problems of a technical nature. The BTR is also responsible for appropriate surveillance of the Subcontractor s representative while on site. However, in no event will an understanding, agreement, modification, change order, or any deviation from the terms of this Subcontract be effective or binding upon the Buyer unless Page 8 of 11

formalized by proper contractual documents executed by the Contract Specialist prior to completion of this Subcontract. On all matters that pertain to Subcontract terms, the Subcontractor shall contact the Contract Specialist specified within this Subcontract. When in the opinion of the Subcontractor, the BTR requests or directs efforts outside the existing scope of the Subcontract; the Subcontractor shall promptly notify the Contract Specialist in writing. The BTR does not possess any explicit, apparent or implied authority to modify the Subcontract. No action should be taken until the Contract Specialist makes a determination and modifies the Subcontract in writing. H.3 Size Standards Reporting Requirements (H111) Rev. 0 3/14/2011 If the Subcontractor represented that it was a small business concern prior to the award of a Subcontract, the Subcontractor shall re-represent its size status by completing re-representation upon the occurrence of any of the following: (a) Within 30 days after execution of a novation agreement or within 30 days after modification of the Subcontract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the Subcontract. (b) Within 30 days after merger of acquisition that does not require a novation or within 30 days after modification of the Subcontract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the Subcontract (c) For long-term Subcontracts- (i) Within 60 to 120 days prior to the end of the fifth year of the Subcontract; and (ii) Within 60 to 120 days prior to the date specified in the Subcontract for exercising any option thereafter. The following re-representation must be completed if any of the above occurs. The information must be submitted to the Contract Specialist, along with the Subcontract number and the date on which the re-representation was completed: The Subcontractor represents that it is, is not a small business concern under NAICS Code assigned to Subcontract number. [Subcontractor to sign and date and insert signer s name and title]. Page 9 of 11

H.4 Non-Disclosure Agreement for Company Subcontractors (H121) Rev. 0 1/20/2014 This Subcontract is subject to the Non-Disclosure Agreement (NDA) for Companies. Upon request, the Subcontractor shall complete the form and submit it to the designated Contract Specialist. I.0 Terms and Conditions The terms and conditions set forth or referenced in the body of this document by the Buyer shall apply and the Buyer objects to and shall not be bound by any additional or different terms and conditions. I.1 General Provisions Commercial (Revision 03, July 23, 2015) http://www.hanford.gov/pmm/page.cfm/provisions I.2 Special Provisions On-Site (Formerly SP-5) (Revision 01, December 15, 2014) http://www.hanford.gov/pmm/page.cfm/provisions J.0 List of Attachments J.1 Statement of Work (SOW) The attached Statement of Work: PeopleSoft Consulting Support for HCM Upgrade, Dated: June 20, 2016 revision: 0 identifies the scope and performance expectations of the Subcontract. The SOW is incorporated into and made a part of this Subcontract along with all of the other clauses and terms identified herein. K.0 Signatures Not Used Page 10 of 11

L.0 Representations and Certifications Subcontractor Acknowledgement of Federal Online Representations and Certifications (L16) Rev. 2 9/07/2012 Mission Support Alliance, LLC ( MSA ), relies upon Subcontractor s current representations and certifications within a Federal web-based system that centralizes and standardizes the collection, storage and viewing of many of the representations and certifications required by the Federal Acquisition Regulations. Effective August 2012, that Federal system is now System for Award Management (SAM) at www.sam.gov. By submitting a proposal to MSA in response to this solicitation, the Subcontractor is certifying that: 1. The representation and certification information within SAM is still current; 2. All statements and explanatory documentation submitted is current and accurate; 3. Signer is authorized to represent the Subcontractor in all matters related to pricing, terms and conditions, and conduct of business; 4. Subcontractor complies with all requirements of State of Washington statutes, ordinances, rules and regulations, codes, and orders related to equal employment opportunity and operation of nonsegregated facilities; 5. All Subcontractor employees who may work on MSA s premises or on the Hanford Site are not under the influence of controlled substances, drugs or alcohol. Subcontractor agrees to testing of assigned employees under the MSA s program for controlled substances; 6. Subcontractor s information in the MSA s registration system is current (no more than 12 months old); and 7. Subcontractor will update SAM on an annual basis. Page 11 of 11

Statement of Work Title: PeopleSoft Consulting Support for HCM Upgrade Revision Number: 0 Date: June 20, 2016 1.0 INTRODUCTION / BACKGROUND The Mission Support Alliance, LLC (MSA) through the Mission Support Contract with the Department of Energy performs and provides Information Management (IM) services and support to the Hanford Site and the Department of Energy. MSA has decided to upgrade PeopleSoft HCM version 9.1 to 9.2 before their support license ends. By the time this contract is in place, MSA will have already upgraded to the HCM PeopleTools 8.54, SQL Database Server 2014 and SQL Application Server 2012. Also, MSA is already on PeopleSoft FSCM 9.2, Tools 8.53, but has not applied any images since the upgrade, and wants to apply the latest image. MSA FSCM is on Oracle 12c database, HP-UX application server. 2.0 OBJECTIVE The objective is to complete the PS HCM version 9.1 to 9.2, with support from a qualified consultant. Mission Support Alliance, LLC (MSA) is looking to contract with a PeopleSoft consultant knowledgeable with technical aspects of a HCM 9.2 PT 8.54 upgrade. 3.0 DESCRIPTION OF WORK SPECIFIC A. Estimated 4 weeks, as requested by MSA, of onsite technical consulting services to assist MSA technical personnel in accomplishing the following: Setting up Oracle Virtual Machine on desktop computers for both HCM (PT 8.54) & FSCM (PT 8.53) and provide detailed documentation of how to accomplish this. Setting up PUM (PeopleSoft Update Manager) within the virtual box environment for both HCM (PT 8.54) & FSCM (PT 8.53) and provide detailed documentation of how to accomplish this. Downloading and importing images and using the Change Assistant to extract updates (i.e. Tax Updates) and provide detailed documentation of how to accomplish this. Page 1 of 4

Downloading and setting up HCM & FSCM 9.2 Demo databases within the virtual environment and provide detailed documentation of how to accomplish this. Downloading and running at least the first pass upgrade to 9.2 within the virtual environment and provide detailed documentation of how to accomplish this. Setting up Global Search (SES) and provide detailed documentation of how to accomplish this. Discussing any changes to security setups and provide detailed documentation of how to accomplish this. Setting up PeopleSoft SSL for both HCM 9.2 &FSCM 9.2 and provide detailed documentation of how to accomplish this. B. Estimated 80 hours of consultant support via phone/email after the initial assignment is completed for additional assistance that may be required. 3.1 Organizational Interfaces Subcontractor shall interface with various Buyer (and other) organizations through the Buyer Contracting Officer (or designee), as required. In Accordance with the provisions of the Master Subcontract, the MSA Buyer s Technical Representative (BTR) will monitor, provide technical guidance and/or answer questions of a technical nature. MSA Point of Contact for technical questions: Wes Shipman & Susan Nelson 4.0 REQUIREMENTS For any work performed on the Hanford Site or any MSA controlled facility, the provisions of the On Site Services Provisions, will apply to Subcontractor personnel. 4.1 ES&H Requirements The Subcontractor shall exercise a degree of care commensurate with the work and the associated hazards. The Subcontractor shall ensure that management of safety and environmental functions and activities is an integral and visible part of the Subcontractor s work planning and execution processes. The Subcontractor shall flow down safety and environmental requirements to the lowest tier Subcontractor performing work on the Hanford site commensurate with the risk and complexity of the work. 5.0 PERSONNEL REQUIREMENTS 5.1 Training and Qualification Subcontractor shall ensure that its personnel meet and maintain the appropriate training, qualification and certification requirements. The following are required skills and Page 2 of 4

considerations the consultant(s) must possess or have working knowledge and experience with: Current experience in installing SSL Experience installing Oracle Virtual Box on a desktop computer Experience setting up the PUM environment Experience importing images into the Oracle Virtual Box Current Experience with Change Assistant Experience with HCM 9.2 PT 8.54 Experience upgrading HCM 9.1 to HCM 9.2 on a SQL server platform Experience applying 9.2 images to FSCM on Oracle database platform Completed at least 2 assignments with the above experience 5.2 Security and Badging Requirements For any on site work, see Special Provisions On Site Services for details. Subcontractor employee(s) shall wear a Buyer-issued security badge identifying themselves. A minimum of two working days advance notice is needed for site badging. Subcontractor employees will be required to submit to vehicle searches and not personally carry or transport certain prohibited articles. 5.3 Work Location / Potential Access Requirements All onsite service will be performed at 2261 Stevens Drive, Richland, WA or other Richland office facilities. Offsite work, when mutually agreed to by MSA and the Subcontractor, will be performed at locations as designated by Subcontractor. 5.4 Site Access and Work Hours The Hanford Site operates on 4 10 s schedule. The standard work day shall consist of ten (10) hours of work between 6:00 AM and 4:30 PM with one-half hour designated as an unpaid period for lunch. When production servers are involved in the work to be performed scheduling of weekend hours may be required. 6.0 MEETINGS, SUBMITTALS Subcontractor shall participate in all meetings as required by the Buyer s Technical Representative (BTR). The person or persons designated by the Subcontractor to attend meetings shall have all required authority to make decisions and commit the Subcontractor to technical decisions made during meetings. Page 3 of 4

7.0 DELIVERABLES, PROJECT CONTROLS, MILESTONES AND PERFORMANCE SCHEDULE REQUIREMENTS 7.1 Deliverables SSL working on both HCM & FSCM websites. Functional Oracle Virtual Box setup for both HCM & FSCM Functional PUM setup within Virtual Box environment for both HCM & FSCM Global Search (SES) setup and working on the 9.2 HCM environment Documentation as listed under 3.0 Description of Work - Specific 7.2 Schedule Start date: 07/25/2016 Completion date: 01/12/2017 Page 4 of 4