Posting Con?rmation - Federal Business Opportunities: Notices Page 1 of 1 Posting Confirmation Solicitation Procurement Type: Combined Synopsis/Solicitation Date Posted: July 7, 2014 Title: It Gap Analysis and Inventory Survey Services ATTACHMENTS RFP Is this package sensitive/secure? No Combined Synopsis-solicitation (Gap Analvsis).docx (38.72 Kb) Description: Request for Proposal SOW qap anal inv Kb) Description: Statement of Work Past performance questionnairedocx (25.70 Kb) Description: Past Performance Questionnaire Wage Determinationpdf (22.20 Kb) Description: Wage Determination FOIA 2015-69_001 7/7/2014 Combined Synopsis / Solicitation – Commercial Services D – Information Technology Services, including Telecommunications Services Solicitation Number: FE-14-R-003 Agency: Federal Election Commission Notice Type: Combined Synopsis/Solicitation Posted Date: 1 July 2014 Response Date: 17 July 2014 Archiving Policy: Automatic, 15 days after response date Archive Date: 2 August 2014 Original Set Aside: N/A Set Aside: HubZone Businesses Classification Code: D – Information Technology Services, including Telecommunications Services NAICS Code: 541519 – Other Computer Related Services This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for proposals (RFP) with a solicitation number of FE-14-R-003. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. This requirement is for Information Technology (IT) System Inventory and Gap Analysis as a baseline for NIST 800 series implementations at the Federal Election Commission (FEC) in Washington, DC. This requirement is set-aside for HubZone Businesses. The associated North America Industry Classification System (NAICS) Code is 541519 and the Business Size Standard is $25.5 million. The Government contemplates award of a single firm fixed price contract using Best Value – Lowest Price Technically Acceptable (LPTA) source selection process. DESCRIPTION OF REQUIREMENT: Perform a system inventory and GAP Analysis for the FEC as a baseline for NIST 800 series implementations, with results as specified in the attached Performance Work Statement (PWS). STATEMENT OF WORK (attached) FOIA 2015-69_002 DEPARTMENT OF LABOR WAGE DECISION applicable to this acquisition is: WD 2005 -2103 (Rev 13) dated 06/19/2013 and it is located at http://www.wdol.gov/. PERIOD OF PERFORMANCE: Not to exceed 12 Months from date of award. LOCATION OF PERFORMANCE: Federal Election Commission (FEC) Washington, DC QUESTION & ANSWER PERIOD: All questions shall be submitted by 11 July 2014 CONTRACT LINE ITEMS – submit proposal pricing in the following format: CLIN 0001 IT Inventory System U/I MO Quantity 12 U/P $________ Total Price $___________ Firm Fixed Price Contractor shall perform ALL requirements as described in the attached Statement of Work (SOW) Paragraph 3. CLIN 0002 Gap Analysis for IT Inventory System U/I MO Quantity 12 U/P $________ Total Price $___________ Firm Fixed Price Contractor shall perform ALL requirements as described in the attached Statement of Work (SOW) Paragraph 3. SOLICITATION PROVISIONS: This solicitation incorporates the following contract provisions by reference, with the same force and effect as if they were given in full text. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its offer. The full text of a solicitation provision may be accessed electronically at the below listed websites: http://farsite.hill.af.mil; https://acquisition.gov/far/ 52.204-6, Data Universal Numbering System Number (DEC 2012) 52.212-1, Instruction to Offerors - Commercial Items (Feb 2012) 52.212-2, Evaluation - Commercial Items (Jan 1999) 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt I)(Dec 2012) 52.217-5, Evaluation of Options (Jul 1990) FOIA 2015-69_003 52.219-1, Small Business Program Representations (Apr 2012) 52.225-25, Engaging in certain activities or transactions relating to Iran—Representation and Certifications (DEC 2012) SECTION L INSTRUCTIONS TO OFFERORS FOR OFFERS TO BE CONSIDERED 1. In order for proposals to receive full consideration for award, each Offerors shall provide its submissions in accordance with the instructions found herein and within the solicitation provision 52.212-1, Instructions to Offerors – Commercial Items. Offerors shall also ensure that the information furnished is factual, accurate, and complete. Failure to provide the information requested herein may render the offeror’s proposal ineligible for further consideration for award. Only one (1) proposal may be submitted per offeror. Because the SF 1449 is not used, Offerors shall make submissions by way of company letterhead. 2. Offerors shall submit proposals using company letterhead. Offers shall be received by FEC no later than 2:00 PM Eastern Time, 17 July 2014. 3. Offers shall consist of the following documents: a. Company letterhead, containing information prescribed by 52.212-1. Documents for technical evaluation, representations and certifications, and past performance as addressed in subparagraphs 52.212-1(b) (4), (8) and (10) shall be provided separately as discussed below. b. Separate documentation in response to the Technical Capability evaluation factor. Submission shall include a narrative description of the Offeror’s proposed approach to the following three (3) Subfactors: 1) Program Management, 2) Staffing Plan, and 3) Certifications. An unacceptable rating for any subfactor will result in an unacceptable rating for the Technical Capability Factor. c. Separate document in response to the past performance evaluation factor. Limit is two (2) pages of narrative, not including past performance questionnaire. Pages beyond the initial two will not be evaluated. Submission shall include three (3) references from private and public entities for which the Offeror performed work as either a prime or subcontractor similar in nature and scope during the past five (5) years (as of date set for receipt of offers). Offerors shall provide the Past Performance Questionnaire to the selected references, and request that they complete and return the questionnaire to fecproposals@fec.gov. NLT 2:00 P.M. on July 17, 2014. The Government will use this and other information at its disposal to determine acceptability of the Offeror’s past performance. FOIA 2015-69_004 d. A completed copy of the Offeror’s representations and certifications required by the provisions, 52.212-3. As an alternative, the Offeror may affirm in its cover letter that the required representations and certifications are found on-line in the Government’s System for Award Management (SAM). 4. Submission shall be made via e-mail to fecproposals@fec.gov. Facsimiles will not be accepted. Attachments to the e-mail proposal submission shall be Microsoft compatible and virus/malware free. Documents/attachments shall also be free of password protections. Electronic media suspected by Government computers as possibly containing virus/malware will not be opened or considered. 5. All quotations from responsible sources will be fully considered. Offerors not registered in the System for Award Management (SAM) with all required information provided prior to award will not be considered. Offerors may register with SAM at www.sam.gov. 6. Please not that Contractor employees must be able to pass a NACI background check. 7. The Contractor, as well as all Contractor employees shall sign a Non-disclosure agreement upon contract commencement. Contracting Office Address: FEC, 999 E Street, NW, Washington, DC. 20463 Point of Contact: Lorna E. Baptiste-Jones. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability; Past Performance; and Price. Technical Capability and Past Performance are equal in importance. The two non-cost factors combined are equal in importance to price. (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FOIA 2015-69_005 EVALUATION FACTORS FOR AWARD ADDENDUM TO 52.212-2 Contractor’s proposal shall be valid for 60 days. Basis for Award. 1. The Government intends to conduct this acquisition by use of a Competitive Source Selection Procedures in accordance with FAR Part 12, FAR Part 13.5, FAR Part 15 and AGENCY SOURCE SELECTION PROCEDURES. From this solicitation, one contract may be awarded with Firm-Fixed Price line items to the offeror submitting a proposal determined to be most advantageous to the Government, price and other factors considered. In any case, the Government may not award any contract if the resulting contract would not represent a “best value.” It is strongly suggested that the provisions stated in the proposal information be fully studied prior to assembly and submission of the proposal. 2. Note specifically that Offerors will not be participating in a sealed bid procurement process under this acquisition method. Issuance of this Request for Proposal (RFP) does not constitute an award commitment on the part of the Government. Proposals shall set forth full, accurate, and complete information as required by this RFP, including attachments. The penalty for making false statements is prescribed in 18 U.S.C. 1001. 3. An integrated assessment will be made of each offeror’s proposal in the areas of Technical Capability, Past Performance, and Price. The Government will make award to the responsible offeror whose offer conforms to the SOW and presents the best value to the Government as the Lowest Priced Technically Acceptable (LPTA) proposal. Offerors are advised that the Government may make award without discussions. Therefore, proposals shall be submitted initially on the most favorable terms from a price and technical standpoint. Do not assume that offerors will be contacted or afforded an opportunity to clarify, discuss or revise their proposals. For a proposal to result in an awardable contract, the proposal must at least meet all SOW requirements, conform to all required terms and conditions, and contracted employees must possess all required certifications. 4. Solicitation Requirements, Terms and Conditions. Offerors shall meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors/sub factors to be eligible for award. Please note that this requirement is a 100% HubZone Set-Aside. Failure to comply with the terms and conditions of the solicitation may result in the offeror being removed from consideration for award. Any deviations from or exceptions to the solicitation’s terms and conditions shall be fully explained and justified. NOTE: Award will not be made using any proposal containing deviations from or exceptions to the Statement of Work terms and conditions or fail to provide material information. FOIA 2015-69_006 Evaluation Factors: Each offeror’s proposal and other information will be evaluated against the following evaluation factors: FACTOR 1: Technical Capability • • • Subfactor 1: Program Management Subfactor 2: Staffing Plan Subfactor 3: Certifications FACTOR 2: Past Performance FACTOR 3: Price FACTOR AND RATING TECHNIQUES The Government intends to evaluate proposals and award a contract without discussions with offerors; however, the Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Factor 1: Technical Capability Subfactor 1: Program Management. The minimum standard: Proposals shall clearly illustrate the methodology and detail of the program management approach the Offeror proposes to perform in accordance with the Statement of Work. The Program Management approach shall address: • • • A description of the proposed management plan and the Offeror’s ability to execute it. A clear understanding of the work to be performed. A quality control plan The Government will assess the proposed approach to ensure that sufficient personnel will be available to provide the required services when necessary under the resultant contract. The Government will also assess the extent to which personnel are currently on board and/or committed to employment by the contractor and subcontractors. The lack of current employees or letters of commitment to employment will render a proposal unacceptable. Subfactor 2: Staffing Plan. The minimum standard is a staffing plan shall include: • • • Organizational structure and/or team structure. Clear illustrations of how the Offeror will provide qualified personnel to perform under this contract. Staffing schedule demonstrating adequate number of personnel to be assigned and appropriate job classification for each hour of work to be performed. FOIA 2015-69_007 Subfactor 3: Certification. The minimum standard: • Contracted employees shall possess at least one of the following certifications: • • • CISSP - Certified Information System Security Professionals CISM - Certified Information Security Manager CEH - Certified Ethical Hacker Each subfactor must be evaluated as “acceptable” in order for Factor 1 (Technical Capability) as a whole to be rated “acceptable.” TECHNICAL CAPABILITY RATINGS: Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Proposal does not meet requirements and contains one or more deficiencies. Proposal is unawardable. Unacceptable Factor 2: Past Performance The Past Performance factor will be evaluated to examine the quality of an Offeror's past performance records to determine its ability to perform as proposed. In addition to the information provided by the offeror, the Government will evaluate past performance using data sources such as the Contractor Performance Assessment Reporting System (CPARS), and Federal Awardee Performance and Integrity Information System (FAPIIS) or similar systems and State Department Watch Lists. The Offeror shall demonstrate successful past performance as evidenced by information gathered on performance during the past five (5) years that reflect conditions, similar scope, effort, size and complexity comparable to this solicitation. Offeror’s past performance reputation with its customers will be used to render a performance assessment rating as described in the table below. Offerors with no Past Performance history will be classified as “Neutral”. A classification of “Neutral” for Past Performance will result in a rating of “Acceptable” for the Past Performance factor. (See Questionnaire at Attachment 1). Past Performance Ratings Rating Description FOIA 2015-69_008 Acceptable Unacceptable Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Or the offeror’s performance record is k on the offeror’s performance record, the Government has no Based reasonable expectation that the offeror will be able to successfully perform the required effort. Factor 2: Pricing Offerors shall completely fill in its proposed pricing for the CLINs listed herein. The Government will evaluate information provided by the Offeror, and perform a best value analysis to determine best value to the Government. Pricing analysis will be used for the purpose of determining the reasonableness. SPECIAL NOTE: 1. The Offeror’s technical capability will be evaluated based on information furnished by the offeror. The Government is not responsible for locating or securing any information not identified in the Offer. 2. Evaluation of Option to Extend Services under 52.217-8. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services, provided under FAR 52.217-8, as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. CONTRACT CLAUSES: The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: http://farsite.hill.af.mil 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) FOIA 2015-69_009 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2013). The following clauses contained within 52.212-5 are applicable and incorporated by reference: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.219-8, Utilization of Small Business Concerns 52.222-3, Convict Labor 52.222-17, Nondisplacement of Qualified Workers 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.222-41, Service Contract Act of 1965 52.222-44, Fair Labor Standards Act and Service Contract Act – Price Adjustment 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.217-8, Option to extend services (Nov 1999) 52.219-3, Notice of HubZone Set-Aside or Sole Source Award (Nov 2011) 52.219-14, Limitations on Sub-Contracting (Nov 2011) FOIA 2015-69_010 Federal Election Commission Statement of Work Title: It System Inventory and Gap Analysis Date: June 6, 2014 Version 1.0 FOIA 2015-69_011 Statement of Work- Project 1. Introduction: The Federal Election Commission is an independent regulatory agency charged with administering and enforcing the Federal Election Campaign Act of 1971, as amended. The duties of the FEC are to disclose campaign finance information, to enforce the provisions of the law such as the limits and prohibitions on contributions, and to oversee the public funding of Presidential elections. The Commission enforces limitations and prohibitions on contributions and expenditures, investigates and assesses fines for violations, audits a limited number of campaigns and organizations for compliance, and administers the presidential campaign fund, which provides public funds to candidates for president. The FEC also publishes reports filed by Senate, House of Representatives and Presidential campaigns and other political committees that list how much each committee has raised and spent along with each donor's home address, employer and job title. This database goes back to 1980. Private organizations are prohibited from using this data to solicit new individual donors, but Political Action Committees (PACs) may be solicited. The FEC is also charged to keep these exhaustive campaign finance resources available to the public. The FEC also provides a program of public education, directed primarily to explaining the law to the candidates, campaigns and political committees which it oversees. The six Commissioners, no more than three of whom may represent the same political party, are appointed by the President and confirmed by the Senate. The Commissioners serve full-time and are responsible for administering and enforcing the Federal Election Campaign Act. They generally meet twice every two weeks, once in closed session to discuss matters that, by law, must remain confidential, and once in a meeting open to the public. At these meetings, they formulate policy and vote on significant legal and administrative matters. More information may be found at WWW.FEC.GOV. 2. Purpose: The Federal Election Commission has an immediate need to acquire services from a contractor to perform a system inventory and GAP Analysis for the FEC as a baseline for NIST 800 series implementations. 3. Tasks: • Set up a way or process to document information about FEC network (must be easy to use). FOIA 2015-69_012 • • • • • • • • • • • • • • Create and document an accurate map of the network. This map should also include wireless devices and connections to any clouds, external networks and other networks. Create an accurate list of all devices (computers, printers, routers, gateways, etc.) on the network. For each device, record host name, role (its purpose on the network), MAC Address (and IP address if static), service tag, physical location, operating systems or firmware, Ports use, Firewall rules (if any), type of data the devices process and who can access the data. Create a list of all protocols running on the network. Record physical routes that FEC Virtual Local Area Network (VLAN) traffic traverse. Identify and document the current network enclaves: which groups of users on the network have access to what types of information. (HR enclave has access to the personnel files; OGC has access to the legal files, etc.). Map and document the FEC’s information systems according to the definitions provided for in NIST 800-60. Develop and document a high-level, comprehensive understanding of the FEC’s strategic dependency on each information system and the data it contains. Develop and document an analysis of the impact that a loss of the Confidentiality, Integrity or Availability of the information contained in each system would have on the agency according to FIPS 199. Formally document the organizational Impact Statement for each information system that describes the business function supported by the system (or group of systems) and the mission impact (High, Moderate and Low) in the event of a loss of Confidentiality, Integrity or Availability of that information. Apply the FIPS 199 mandatory security categorization standard to each information system using the Organizational Impact Statement as a guide. This task will establish the initial baseline of security controls for each system. Map and document existing security controls as they apply to the identified information systems. NIST 800-60 Identify and document gaps between NIST 800-53 minimum security controls and existing security measures. Provide recommendations on implementing NIST Guidelines to the FEC Provide cost analysis of implementing the recommended security controls 4. Deliverables: All deliverables must be provided in Microsoft Office format (i.e. Word, Excel, etc) and 1. Project Plan to be submitted 10 working days from date of award. 2. Network map in contractor’s format 3. Documentation to support the completion of tasks listed above, in contractor’s format to be submitted in accordance with contractor’s proposed project plan. 4. Monthly report of project status, actions completed/progress; and issues (if any). FOIA 2015-69_013 5. All deliverables to be submitted in draft form for government’s comments, with final form after incorporation of such comments, in compliance with the project plan. 5. Estimated Period of Performance: The period of performance shall not exceed 12 months from the date of award (DOA). 6. Contracting Officer: Name: Lorna Baptiste-Jones Organization: Federal Election Commission (FEC) Address: 999 E Street, NW, Washington, DC 20463 Email: lbaptiste-jones@fec.gov The Contracting Officer has the overall responsibility for the award and administration of this contract. The Contracting Officer alone, without delegation, is authorized to take actions on behalf of the FEC to amend, modify, or deviate from the contract’s terms, conditions, requirements, specifications, details, and/or delivery schedules. However, the Contracting Officer may delegate certain other responsibilities to authorized representatives. 7. Contracting Officer’s Technical Representative Name: Organization: FEC Address: 999 E Street, NW, Washington, DC 20463 Phone: 202-694Email: The COTR, to be appointed by the Contracting Officer, is designated to represent the Contracting Officer for all technical matters that arise under the contract that she is assigned. The specific duties of the COTR are clearly articulated in the letter of appointment she receives from the Contracting Officer. Some of the responsibilities of the COTR include (1) determining the adequacy of performance and/or the timeliness of delivery by the Contractor in accordance with the terms and conditions of this task order; (2) acting as the Contracting Officer’s representative in charge of work at the site; (3) ensuring compliance with the task order requirements insofar as the work is concerned; (4) advising the Contracting Officer of any factors which may cause delays in deliver and/or performance of the work; (5) reviewing and recommending approval of contractor invoices and (6) conducting or witnessing the conduct of any inspections and/or tests that may be required by the task order. 8. Submissions: FOIA 2015-69_014 The Contractor shall submit all deliverables to the Contracting Officer’s Technical Representative. FOIA 2015-69_015 RFP # FE-14-R-003 Federal Election Commission Office of Procurement Information Technology (IT) Gap Analysis and Systems Inventory PAST PERFORMANCE QUESTIONNAIRE The Federal Election Commission (FEC) Office of Procurement recently released a solicitation for a contractor for IT Gap Analysis and Systems Inventory services. Offerors were asked to provide information on contracts, similar in scope, size and complexity where possible to that required by the FEC, on which they had performed in the past. The Offeror is sending this questionnaire to you because they have identified you as a reference for past performance. The FEC Procurement Department needs your input as to how well the contractor performed on your contract. Please respond to the following questions as your comments will be used in evaluating this offer. The FEC Procurement Department is requesting that all completed Past Performance Questionnaires be submitted to fecproposals@fec.gov. Please submit all responses NLT July 17, 2014. If you have any questions, please contact the Director of Procurement by email at lbaptiste-jones@fec.gov. Please be sure to enter the RFP number in the subject line of all correspondence. Thank you in advance for your assistance. CERTIFICATION By law, the Government will not disclose the names of individuals providing reference information during discussions with the contractor identified below. Reference Name Contract Name/Number Name of Contractor: INSTRUCTIONS: Complete two sections to document your opinion: 1) Performance Rating Matrix; and 2) Supplemental Comments. Please respond to questions using the following standards in arriving at your rating (see matrix on next page): Outstanding (5) – Significantly exceeded client expectations and requirements. Above Average (4) – Exceeded client expectations and requirements. Satisfactory (3) –Met customer expectations and requirements. Below Satisfactory (2) –Marginal performance or did not meet all customer expectations and requirements. Unsatisfactory (1) – Contractor failed to meet customer expectations and requirements. Other – The element is not applicable, no data has been obtained, or additional comments are provided. FOIA 2015-69_016 RFP # FE-14-R-003 Federal Election Commission Office of Procurement Information Technology (IT) Gap Analysis and Systems Inventory Performance Rating Matrix Please mark the column to the right of each element that most appropriately reflects your experience with this contractor. Please use the additional page to discuss more fully any of the elements. Whenever you mark “Other,” please provide comments. Performance Element Outstanding (5) 100% Above Average (4) 80% Below Satisfactory Satisfactory (3) (2) 60% 40% Unsatisfactory (1) 20% Other 1. QUALITY OF SOLUTION: The contractor comprehended the goals, thoroughly researched the problem, and presented a comprehensive, complete, feasible, and effective solution. (Met the needs and performed successfully) a. Work plan was comprehensive and reflected the full scope and detailed testing required. b. Work papers illustrated the work plan was fully executed and included a complete listing of findings cross-indexed to testing results. . c. Report was well organized, professionally written and reflected all findings. d. Work papers were reviewed by the manager and partner prior to report production. 2. EFFECTIVE AND EFFICIENT USE OF RESOURCES: The contractor deployed, in a timely manner, the proper amount and type of personnel, facilities, and other resources to support the project. Use of subcontractors was appropriate in supporting the project. Management appropriately supervised team members. FOIA 2015-69_017 RFP FE-14-R-003 Federal Election Commission Office of Procurement Information Technology (IT) Gap Analysis and Systems Inventory 3. COMMUNICATION: The contractor worked and commrmicated well with client management. staff. and contracting of?cials as well as with his or her own staff and subcontractors. 4. TIMELINESS OF PERFORVIANCE: The contractor planned and proposed realistic schedules. successfully monitored performance and completed work 011 time. 5. CUSTOMER SATISFACTION: The contractor exhibited a cormrritrnerrt to customer satisfaction and achieved customer satisfaction. 6. RESPONSIVENESS AND ATTENTIVENESS: The contractor exhibited reasonable and cooperative behavior in response to client changes. criticism/rej ection of contract deliverables and in detecting and correcting errors. poor performance. and other problems. 7. COST CONTROL: The contractor successfully planned and proposed realistic costs and monitored performance. and consistently operated at or below budget. TOTAL SCORE, Questions 1-7 Insert your total score for gr_1estions 1 throng 7 in the un-shaded box. For 9 and 10 please mark ?Yes,? or ?Other? as appropriate NO Other 8. Given the choice would you do business with this contractor again? 9. Did either you or the contractor have to resort to litigation to resolve problems? 10. Was the contractor part of a team (primary or sub-contractor) for the work described? prart of a team what percentage did this contractor perform? FOIA 2015-69_018 RFP # FE-14-R-003 Federal Election Commission Office of Procurement Information Technology (IT) Gap Analysis and Systems Inventory Supplemental Comments Please provide any additional comments regarding your performance element ratings in the appropriate spaces below. Please add additional pages as necessary. Performance Element #1, Quality of Solution: Performance Element #2, Effective and Efficient Use of Resources: Performance Element #3, Communication: Performance Element #4, Timeliness of Performance: Performance Element #5, Customer Satisfaction: Performance Element #6, Responsiveness and Attentiveness: Performance Element #7, Cost Control: Question #8, Given the choice would you do business with this contractor again? : FOIA 2015-69_019 RFP # FE-14-R-003 Federal Election Commission Office of Procurement Information Technology (IT) Gap Analysis and Systems Inventory Question #9, Did either you or the contractor have to resort to litigation to resolve problems? : Question #10: Percentage of contract performed and effective use of personnel. Additional Comments: FOIA 2015-69_020 Wage Determination.txt WD 05-2103 (Rev.-13) was first posted on www.wdol.gov on 06/25/2013 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor WAGE AND HOUR DIVISION WASHINGTON D.C. 20210 Wage Determination No.: 2005-2103 Diane C. Koplewski Division of Revision No.: 13 Director Wage Determinations Date Of Revision: 06/19/2013 _______________________________________ ____________________________________________ States: District of Columbia, Maryland, Virginia Area: District of Columbia Statewide Maryland Counties of Calvert, Charles, Frederick, Montgomery, Prince George's, St Mary's Virginia Counties of Alexandria, Arlington, Fairfax, Falls Church, Fauquier, King George, Loudoun, Prince William, Stafford ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.08 01012 - Accounting Clerk II 16.92 01013 - Accounting Clerk III 22.30 01020 - Administrative Assistant 31.41 01040 - Court Reporter 21.84 01051 - Data Entry Operator I 14.38 01052 - Data Entry Operator II 15.69 01060 - Dispatcher, Motor Vehicle 17.87 01070 - Document Preparation Clerk 14.21 01090 - Duplicating Machine Operator 14.21 01111 - General Clerk I 14.88 01112 - General Clerk II 16.24 01113 - General Clerk III 18.74 01120 - Housing Referral Assistant 25.29 01141 - Messenger Courier 13.62 01191 - Order Clerk I 15.12 01192 - Order Clerk II 16.50 01261 - Personnel Assistant (Employment) I 18.15 01262 - Personnel Assistant (Employment) II 20.32 01263 - Personnel Assistant (Employment) III 22.65 01270 - Production Control Clerk 22.03 01280 - Receptionist 14.43 01290 - Rental Clerk 16.55 01300 - Scheduler, Maintenance 18.07 01311 - Secretary I 18.07 01312 - Secretary II 20.18 01313 - Secretary III 25.29 01320 - Service Order Dispatcher 16.98 01410 - Supply Technician 28.55 01420 - Survey Worker 20.03 01531 - Travel Clerk I 13.29 01532 - Travel Clerk II 14.36 01533 - Travel Clerk III 15.49 01611 - Word Processor I 15.63 01612 - Word Processor II 17.67 01613 - Word Processor III 19.95 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 25.26 05010 - Automotive Electrician 23.51 Page 1 FOIA 2015-69_021 05040 05070 05110 05130 05160 05190 05220 05250 05280 05310 05340 05370 05400 07000 07010 07041 07042 07070 07130 07210 07260 09000 09010 09040 09080 09090 09110 09130 11000 11030 11060 11090 11122 11150 11210 11240 11260 11270 11330 11360 12000 12010 12011 12012 12015 12020 12025 12030 12035 12040 12071 12072 12073 12100 12130 12160 12190 12195 12210 12221 12222 12223 12224 Wage Determination.txt - Automotive Glass Installer - Automotive Worker - Mobile Equipment Servicer - Motor Equipment Metal Mechanic - Motor Equipment Metal Worker - Motor Vehicle Mechanic - Motor Vehicle Mechanic Helper - Motor Vehicle Upholstery Worker - Motor Vehicle Wrecker - Painter, Automotive - Radiator Repair Specialist - Tire Repairer - Transmission Repair Specialist Food Preparation And Service Occupations - Baker - Cook I - Cook II - Dishwasher - Food Service Worker - Meat Cutter - Waiter/Waitress Furniture Maintenance And Repair Occupations - Electrostatic Spray Painter - Furniture Handler - Furniture Refinisher - Furniture Refinisher Helper - Furniture Repairer, Minor - Upholsterer General Services And Support Occupations - Cleaner, Vehicles - Elevator Operator - Gardener - Housekeeping Aide - Janitor - Laborer, Grounds Maintenance - Maid or Houseman - Pruner - Tractor Operator - Trail Maintenance Worker - Window Cleaner Health Occupations - Ambulance Driver - Breath Alcohol Technician - Certified Occupational Therapist Assistant - Certified Physical Therapist Assistant - Dental Assistant - Dental Hygienist - EKG Technician - Electroneurodiagnostic Technologist - Emergency Medical Technician - Licensed Practical Nurse I - Licensed Practical Nurse II - Licensed Practical Nurse III - Medical Assistant - Medical Laboratory Technician - Medical Record Clerk - Medical Record Technician - Medical Transcriptionist - Nuclear Medicine Technologist - Nursing Assistant I - Nursing Assistant II - Nursing Assistant III - Nursing Assistant IV Page 2 22.15 22.15 19.04 24.78 22.15 24.78 18.49 21.63 22.15 23.51 22.15 14.44 24.78 13.85 12.55 14.60 10.11 10.66 18.08 9.70 19.86 14.06 20.23 15.52 17.94 19.86 10.54 10.54 17.52 11.83 11.83 13.07 11.26 11.58 16.04 13.07 12.85 20.41 20.27 23.11 21.43 17.18 44.75 27.67 27.67 20.41 19.07 21.35 24.13 15.01 18.04 17.42 19.50 18.77 37.60 10.80 12.14 13.98 15.69 FOIA 2015-69_022 Wage Determination.txt 12235 - Optical Dispenser 12236 - Optical Technician 12250 - Pharmacy Technician 12280 - Phlebotomist 12305 - Radiologic Technologist 12311 - Registered Nurse I 12312 - Registered Nurse II 12313 - Registered Nurse II, Specialist 12314 - Registered Nurse III 12315 - Registered Nurse III, Anesthetist 12316 - Registered Nurse IV 12317 - Scheduler (Drug and Alcohol Testing) 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 13012 - Exhibits Specialist II 13013 - Exhibits Specialist III 13041 - Illustrator I 13042 - Illustrator II 13043 - Illustrator III 13047 - Librarian 13050 - Library Aide/Clerk 13054 - Library Information Technology Systems Administrator 13058 - Library Technician 13061 - Media Specialist I 13062 - Media Specialist II 13063 - Media Specialist III 13071 - Photographer I 13072 - Photographer II 13073 - Photographer III 13074 - Photographer IV 13075 - Photographer V 13110 - Video Teleconference Technician 14000 - Information Technology Occupations 14041 - Computer Operator I 14042 - Computer Operator II 14043 - Computer Operator III 14044 - Computer Operator IV 14045 - Computer Operator V 14071 - Computer Programmer I (see 1) 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 14160 - Personal Computer Support Technician 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 15020 - Aircrew Training Devices Instructor (Rated) 15030 - Air Crew Training Devices Instructor (Pilot) 15050 - Computer Based Training Specialist / Instructor 15060 - Educational Technologist 15070 - Flight Instructor (Pilot) 15080 - Graphic Artist 15090 - Technical Instructor 15095 - Technical Instructor/Course Developer 15110 - Test Proctor 15120 - Tutor 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 16030 - Counter Attendant Page 3 20.17 15.80 18.12 15.69 31.11 27.64 33.44 33.44 40.13 40.13 48.10 21.73 19.86 24.61 30.09 20.48 25.38 31.03 33.88 14.21 30.60 19.89 18.73 20.95 23.36 16.65 18.90 23.67 28.65 33.76 20.39 18.92 21.18 23.60 26.22 29.05 26.36 18.92 26.22 36.47 44.06 52.81 36.47 35.31 52.81 26.80 25.08 30.67 20.20 20.20 9.88 9.88 FOIA 2015-69_023 Wage Determination.txt 16040 - Dry Cleaner 16070 - Finisher, Flatwork, Machine 16090 - Presser, Hand 16110 - Presser, Machine, Drycleaning 16130 - Presser, Machine, Shirts 16160 - Presser, Machine, Wearing Apparel, Laundry 16190 - Sewing Machine Operator 16220 - Tailor 16250 - Washer, Machine 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 19040 - Tool And Die Maker 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 21030 - Material Coordinator 21040 - Material Expediter 21050 - Material Handling Laborer 21071 - Order Filler 21080 - Production Line Worker (Food Processing) 21110 - Shipping Packer 21130 - Shipping/Receiving Clerk 21140 - Store Worker I 21150 - Stock Clerk 21210 - Tools And Parts Attendant 21410 - Warehouse Specialist 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 23021 - Aircraft Mechanic I 23022 - Aircraft Mechanic II 23023 - Aircraft Mechanic III 23040 - Aircraft Mechanic Helper 23050 - Aircraft, Painter 23060 - Aircraft Servicer 23080 - Aircraft Worker 23110 - Appliance Mechanic 23120 - Bicycle Repairer 23125 - Cable Splicer 23130 - Carpenter, Maintenance 23140 - Carpet Layer 23160 - Electrician, Maintenance 23181 - Electronics Technician Maintenance I 23182 - Electronics Technician Maintenance II 23183 - Electronics Technician Maintenance III 23260 - Fabric Worker 23290 - Fire Alarm System Mechanic 23310 - Fire Extinguisher Repairer 23311 - Fuel Distribution System Mechanic 23312 - Fuel Distribution System Operator 23370 - General Maintenance Worker 23380 - Ground Support Equipment Mechanic 23381 - Ground Support Equipment Servicer 23382 - Ground Support Equipment Worker 23391 - Gunsmith I 23392 - Gunsmith II 23393 - Gunsmith III 23410 - Heating, Ventilation And Air-Conditioning Mechanic 23411 - Heating, Ventilation And Air Contditioning Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 23440 - Heavy Equipment Operator 23460 - Instrument Mechanic 23465 - Laboratory/Shelter Mechanic Page 4 12.94 9.88 9.88 9.88 9.88 9.88 13.78 14.66 10.88 21.14 23.38 18.02 22.03 22.03 13.83 15.09 18.02 15.09 15.09 11.72 16.86 18.02 18.02 27.21 25.83 27.21 28.53 17.54 24.73 19.76 21.01 21.75 14.43 26.02 21.40 20.49 27.98 24.94 26.47 27.89 19.13 22.91 17.62 22.81 19.38 21.43 25.83 19.76 21.01 17.62 20.49 22.91 23.89 25.17 22.91 22.91 22.59 21.75 FOIA 2015-69_024 Wage Determination.txt 23470 - Laborer 23510 - Locksmith 23530 - Machinery Maintenance Mechanic 23550 - Machinist, Maintenance 23580 - Maintenance Trades Helper 23591 - Metrology Technician I 23592 - Metrology Technician II 23593 - Metrology Technician III 23640 - Millwright 23710 - Office Appliance Repairer 23760 - Painter, Maintenance 23790 - Pipefitter, Maintenance 23810 - Plumber, Maintenance 23820 - Pneudraulic Systems Mechanic 23850 - Rigger 23870 - Scale Mechanic 23890 - Sheet-Metal Worker, Maintenance 23910 - Small Engine Mechanic 23931 - Telecommunications Mechanic I 23932 - Telecommunications Mechanic II 23950 - Telephone Lineman 23960 - Welder, Combination, Maintenance 23965 - Well Driller 23970 - Woodcraft Worker 23980 - Woodworker 24000 - Personal Needs Occupations 24570 - Child Care Attendant 24580 - Child Care Center Clerk 24610 - Chore Aide 24620 - Family Readiness And Support Services Coordinator 24630 - Homemaker 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 25040 - Sewage Plant Operator 25070 - Stationary Engineer 25190 - Ventilation Equipment Tender 25210 - Water Treatment Plant Operator 27000 - Protective Service Occupations 27004 - Alarm Monitor 27007 - Baggage Inspector 27008 - Corrections Officer 27010 - Court Security Officer 27030 - Detection Dog Handler 27040 - Detention Officer 27070 - Firefighter 27101 - Guard I 27102 - Guard II 27131 - Police Officer I 27132 - Police Officer II 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 28042 - Carnival Equipment Repairer 28043 - Carnival Equpment Worker 28210 - Gate Attendant/Gate Tender 28310 - Lifeguard 28350 - Park Attendant (Aide) 28510 - Recreation Aide/Health Facility Attendant 28515 - Recreation Specialist 28630 - Sports Official 28690 - Swimming Pool Operator 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer Page 5 14.98 21.90 23.12 22.91 18.27 22.59 23.80 24.96 28.19 22.96 21.75 24.63 22.29 22.91 22.91 20.49 22.91 20.49 29.95 31.55 27.41 22.91 22.91 22.91 17.62 12.79 17.77 10.57 16.90 18.43 27.30 20.84 27.30 19.49 20.84 20.57 12.71 22.80 24.72 20.57 22.80 24.63 12.71 20.57 26.52 29.67 13.59 14.63 9.24 13.01 11.59 14.56 10.62 18.04 11.59 18.21 23.13 FOIA 2015-69_025 Wage Determination.txt 29020 - Hatch Tender 29030 - Line Handler 29041 - Stevedore I 29042 - Stevedore II 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 30011 - Air Traffic Control Specialist, Station (HFO) (see 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 30021 - Archeological Technician I 30022 - Archeological Technician II 30023 - Archeological Technician III 30030 - Cartographic Technician 30040 - Civil Engineering Technician 30061 - Drafter/CAD Operator I 30062 - Drafter/CAD Operator II 30063 - Drafter/CAD Operator III 30064 - Drafter/CAD Operator IV 30081 - Engineering Technician I 30082 - Engineering Technician II 30083 - Engineering Technician III 30084 - Engineering Technician IV 30085 - Engineering Technician V 30086 - Engineering Technician VI 30090 - Environmental Technician 30210 - Laboratory Technician 30240 - Mathematical Technician 30361 - Paralegal/Legal Assistant I 30362 - Paralegal/Legal Assistant II 30363 - Paralegal/Legal Assistant III 30364 - Paralegal/Legal Assistant IV 30390 - Photo-Optics Technician 30461 - Technical Writer I 30462 - Technical Writer II 30463 - Technical Writer III 30491 - Unexploded Ordnance (UXO) Technician I 30492 - Unexploded Ordnance (UXO) Technician II 30493 - Unexploded Ordnance (UXO) Technician III 30494 - Unexploded (UXO) Safety Escort 30495 - Unexploded (UXO) Sweep Personnel 30620 - Weather Observer, Combined Upper Air Or (see Surface Programs 30621 - Weather Observer, Senior (see 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 31030 - Bus Driver 31043 - Driver Courier 31260 - Parking and Lot Attendant 31290 - Shuttle Bus Driver 31310 - Taxi Driver 31361 - Truckdriver, Light 31362 - Truckdriver, Medium 31363 - Truckdriver, Heavy 31364 - Truckdriver, Tractor-Trailer 99000 - Miscellaneous Occupations 99030 - Cashier 99050 - Desk Clerk 99095 - Embalmer 99251 - Laboratory Animal Caretaker I 99252 - Laboratory Animal Caretaker II 99310 - Mortician 99410 - Pest Controller 99510 - Photofinishing Worker 99710 - Recycling Laborer Page 6 23.13 23.13 21.31 24.24 2) 2) 2) 2) 39.92 26.84 29.56 20.19 22.60 27.98 27.98 26.41 20.19 22.60 25.19 31.00 22.92 25.72 28.79 35.64 43.61 52.76 27.41 23.38 28.94 21.36 26.47 32.36 39.16 27.98 21.93 26.84 32.47 24.74 29.93 35.88 24.74 24.74 25.19 2) 27.98 14.32 20.85 13.98 10.07 15.66 13.98 15.66 17.90 19.18 19.18 10.03 11.58 23.05 11.30 12.35 31.73 17.69 13.20 18.50 FOIA 2015-69_026 99711 99730 99810 99820 99830 99831 99832 99840 99841 99842 - Wage Determination.txt Recycling Specialist Refuse Collector Sales Clerk School Crossing Guard Survey Party Chief Surveying Aide Surveying Technician Vending Machine Attendant Vending Machine Repairer Vending Machine Repairer Helper 22.71 16.40 12.09 13.43 21.94 13.63 20.85 14.43 18.73 14.43 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.81 per hour or $152.40 per week or $660.40 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and Page 7 FOIA 2015-69_027 Wage Determination.txt related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. Page 8 FOIA 2015-69_028 Wage Determination.txt The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Page 9 FOIA 2015-69_029 Wage Determination.txt Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination. Page 10 FOIA 2015-69_030 Re: *Confidential: Fw: NIST Study and Recommendations - Confidential Documents Shana M Broussard to: Alec Palmer 07/02/2015 09:16 AM Thank you. I'll let him know. Sent from my iPhone On Jul 2, 2015, at 8:48 AM, "Alec Palmer" wrote: Shana Here is what I sent to Steve just now, I deleted the confidential attachments in this version I am sending to you. Alec Palmer Staff Director Chief Information Officer Federal Election Commission 999 E Street N. W. Washington, D.C. 20463 (202) 694 1007 ----- Forwarded by Alec Palmer/FEC/US on 07/02/2015 08:41 AM ----From: To: Date: Subject: Alec Palmer/FEC/US Steven T Walther/FEC/US@FEC, 07/02/2015 08:41 AM *Confidential: Fw: NIST Study and Recommendations - Confidential Documents <0.736.gif> <0.DE6.gif> Good Morning Steve Shana, asked me to resend this to you, the NIST recommendations Alec Palmer Staff Director Chief Information Officer Federal Election Commission 999 E Street N. W. Washington, D.C. 20463 (202) 694 1007 ----- Forwarded by Alec Palmer/FEC/US on 07/02/2015 08:38 AM ----From: To: Alec Palmer/FEC/US Commissioners ONLY, FOIA 2015-69_031 Cc: Esteve Mede/FEC/US@FEC, Saady Abd-Elfattah/FEC/US@FEC, Wei Luo/FEC/US@FEC, Kimberly Humphries/FEC/US@FEC, Gregory Baker/FEC/US@FEC, Lisa Stevenson/FEC/US@FEC, Judy Berning/FEC/US@FEC, Lynne McFarland/FEC/US@FEC Date: 06/30/2015 07:39 PM Subject: NIST Study and Recommendations - Confidential Documents <0.1D6C.gif> <0.241C.gif> Commissioners, Please find attached four documents related to the NIST study 1. 2. 3. 4. My cover letter to the Commission OCIO background, overview and NIST recommendation document Appendix A - Recommendation document from the contractor, SD Solutions, LLC Appendix B - Cost and Level of Effort Document from SD Solutions, LLC Please share with appropriate staff in your offices. These documents are not to leave the FEC. [attachment "OCIO NIST Cover Letter.doc" deleted by Alec Palmer/FEC/US] [attachment "OCIO NIST Background and Overview.doc" deleted by Alec Palmer/FEC/US] [attachment "Appendix A - NIST Recommendations Summary from SD Solutions.doc" deleted by Alec Palmer/FEC/US] [attachment "Appendix B Cost Estimate & Level of Effort.docx" deleted by Alec Palmer/FEC/US] Alec Palmer Staff Director Chief Information Officer Federal Election Commission 999 E Street N. W. Washington, D.C. 20463 (202) 694 1007 FOIA 2015-69_032 Re: NIST study and implementation report (July 15 Finance Meeting) Alec Palmer to: Shana M Broussard 07/02/2015 08:38 AM Will do. Alec Palmer Staff Director Chief Information Officer Federal Election Commission 999 E Street N. W. Washington, D.C. 20463 (202) 694 1007 Shana M Broussard From: To: Date: Subject: From: Shana M Broussard/FEC/US To: Alec P... 07/01/2015 11:11:07 PM Shana M Broussard/FEC/US Alec Palmer/FEC/US@fec, 07/01/2015 11:11 PM Re: NIST study and implementation report (July 15 Finance Meeting) Please resend it to Steve and I'll alert him as well. Thank you. Shana Sent from my iPhone > On Jul 1, 2015, at 5:47 PM, "Alec Palmer" wrote: > > Hi Shana > > Sure thing, I sent the confidential documents to all commissioners last night around 8pm. Should I send it again to Steve. > > Sent from my iPhone > > > On Jul 1, 2015, at 5:38 PM, Shana M Broussard wrote: >> > > Alec, >> > > Steve asked that I obtain a copy of the NIST report, and any recommendations as to it, referenced in your June 26 email to him and Matt. Is this available? If so, please forward and I'll get this to Steve. I think he'd like to review any information in advance should he and Matt take you up on your offer to meet prior to the July 15 Finance Meeting. >> >> > > Thanks, Shana >> >> >> > > Shana M. Broussard > > Federal Election Commission > > 999 E. St. N.W. > > Washington, DC 20463 > > (202) 694-1057 FOIA 2015-69_033 sbroussard@fec.gov FOIA 2015-69_034 Return Receipt Your message: NIST Study and Recommendations - Confidential Documents was received by: Lisa Stevenson/FEC/US at: 07/01/2015 09:26:14 AM FOIA 2015-69_035 Re: NIST Study and Recommendations - Confidential Documents Gregory Baker to: Alec Palmer 06/30/2015 10:47 PM Nice work chiefy. Sent from my iPhone On Jun 30, 2015, at 7:39 PM, Alec Palmer wrote: Commissioners, Please find attached four documents related to the NIST study 1. 2. 3. 4. My cover letter to the Commission OCIO background, overview and NIST recommendation document Appendix A - Recommendation document from the contractor, SD Solutions, LLC Appendix B - Cost and Level of Effort Document from SD Solutions, LLC Please share with appropriate staff in your offices. These documents are not to leave the FEC. (See attached file: OCIO NIST Cover Letter.doc) (See attached file: OCIO NIST Background and Overview.doc) (See attached file: Appendix A - NIST Recommendations Summary from SD Solutions.doc) (See attached file: Appendix B Cost Estimate & Level of Effort.docx) Alec Palmer Staff Director Chief Information Officer Federal Election Commission 999 E Street N. W. Washington, D.C. 20463 (202) 694 1007 FOIA 2015-69_036 Alec Palmer to: Gregory Baker, Lisa Stevenson, Judy Berning, Lynne McFarland 06/29/2015 08:06 AM Cc: Marilyn Jones Hi Everyone Do you mind if we cancel our meeting this morning, I need every minute I can get to complete the NIST recommendations (from the NIST study) for Commission review by the middle of the week. I will ensure all of you are also copied on this document. (b) (5) Thanks Alec Palmer Staff Director Chief Information Officer Federal Election Commission 999 E Street N. W. Washington, D.C. 20463 (202) 694 1007 FOIA 2015-69_037 Washington, D.C. 20463 (202) 694 1007 FOIA 2015-69_038 Nist Study James Allen to: Alec Palmer 06/16/2015 10:53 AM Alec, I did not get a copy of the email you were referring to in our meeting yesterday. I am aware of the emergency procedures but want to be sure I did no miss something. Can you forward ? Thanks, Jim FOIA 2015-69_039 Fw: [SMALLAGENCYCISO] Fwd: [SMALL-AGENCIES] Fwd: [CIO-DCIO] PRIORITY: Cybersecurity Action Items Esteve Mede, Saady Abd-Elfattah, Wei Luo, Kimberly Alec Palmer to: Humphries, James Allen, Aaron Coles, Edward Holder, Wenchun Jiang 06/16/2015 09:23 AM Cc: Deborah Tibbs FYI As a follow up from our meeting yesterday we need a plan, see below for small agency involvement. We will also discuss this at our Thursday meeting at 1:30 in addition to the NIST study please come prepared. Deborah will be putting together a timeline for us Alec Palmer Staff Director Chief Information Officer Federal Election Commission 999 E Street N. W. Washington, D.C. 20463 (202) 694 1007 (b) (5) FOIA 2015-69_040 (5) (5) (5) Re: Alec Palmer to: Deborah Tibbs 06/15/2015 10:48 AM start at 1:30 Alec Palmer Staff Director Chief Information Officer Federal Election Commission 999 E Street N. W. Washington, D.C. 20463 (202) 694 1007 Deborah Tibbs From: To: Date: Subject: From: Deborah Tibbs/FEC/US To: Alec Palmer/... 06/15/2015 09:59:43 AM Deborah Tibbs/FEC/US Alec Palmer/FEC/US@fec, 06/15/2015 09:59 AM Re: Hi Alec, I was asking on Thursday, did you want the meeting to start at the same time or an hour earlier? Deborah Tibbs Sent from my iPhone On Jun 15, 2015, at 8:41 AM, Alec Palmer wrote: Hi Deborah, are we set up for our 2 Hour meeting on Thursday to discuss the NIST study Alec Palmer Staff Director Chief Information Officer Federal Election Commission 999 E Street N. W. Washington, D.C. 20463 (202) 694 1007 FOIA 2015-69_044 Re: NIST Study Alec Palmer to: Esteve Mede 06/10/2015 01:26 PM Great Thanks Sent from my iPhone On Jun 10, 2015, at 1:25 PM, Esteve Mede wrote: Yes _____________________________ Esteve Mede, CISSP, GSLC, Network+ Chief Information Security Officer Federal Election Commission Office of the CIO emede@fec.gov Office: 202-694-1266 Mobile: 202-213-7686 On Jun 10, 2015, at 1:24 PM, Alec Palmer wrote: Esteve Can I get an update tomorrow in our IT staff meeting regarding the status of the NIST study because we need to get the recommendations into the hands of the commissioners by the end of this month including all the cost related issues benefits risks etc. so they can make a decision and then we can set up a contract for execution before the end of the fiscal year Thanks Sent from my iPhone FOIA 2015-69_045 Alec Palmer to: Deborah Tibbs 10/31/2014 09:18 AM Deborah Thanks for taking the training course I know it was a sacrifice as it was the only one available and at night. I felt it was important as you are in a much better position to help Esteve in management the NIST study contract. We all know how critical this is in improving our security posture here at the FEC. Your willingness to help is greatly appreciated. Alec Palmer Staff Director Chief Information Officer Federal Election Commission 999 E Street N. W. Washington, D.C. 20463 (202) 694 1007 FOIA 2015-69_046 Fw: Duties of my staff while I am on vacation next week Alec Palmer to: Marilyn Jones, Kathleen Ryan 09/02/2014 08:08 AM Marilyn and Kathy I want to set up a meeting with my staff today to review the status of the actions listed below. Kim is on vacation and she has already provided me a written update Alec Palmer Staff Director Chief Information Officer Federal Election Commission 999 E Street N. W. Washington, D.C. 20463 (202) 694 1007 ----- Forwarded by Alec Palmer/FEC/US on 09/02/2014 08:07 AM ----From: To: Date: Subject: Alec Palmer/FEC/US Lee E Goodman/FEC/US@FEC, Ann M Ravel/FEC/US@FEC, 08/21/2014 02:51 PM Duties of my staff while I am on vacation next week Lee and Ann So you are in the loop of what key duties my staff will be working on next week, I have listed them below. I thought I would send it today, as tomorrow may be very busy as I complete last minute tasks before I go on vacation. Non-responsive Esteve Non-responsive  Working on the timeline of all security related improvements and activities over the past 9 months and timeline related to the NIST study Non-responsive FOIA 2015-69_047 Non-responsive Alec Palmer Staff Director Chief Information Officer Federal Election Commission 999 E Street N. W. Washington, D.C. 20463 (202) 694 1007 FOIA 2015-69_048 Re: A-123 Deborah Tibbs to: Esteve Mede From: Deborah Tibbs/FEC/US To: Esteve Mede/FEC/US@FEC (b) (6) 08/27/2014 10:23 AM I will let you know when I've completed the A123 documents. Thanks Deborah Tibbs Special Assistant to the CIO Federal Election Commission Office of the Chief Information Officer Office: 202-694-1250 BB: 202-213-5801 Fax: 202-501-7519 Esteve Mede From: To: Date: Subject: Thanks, We also need to discuss the documents... 08/27/2014 10:18:24 AM Esteve Mede/FEC/US Deborah Tibbs/FEC/US@FEC 08/27/2014 10:18 AM Re: A-123 Thanks, We also need to discuss the documents you got from Alec in regards to "Working on the timeline of all security related improvements and activities over the past 9 months and timeline related to the NIST study." so let me know when you are done so we can discuss. (b) (6) _____________________________ Esteve Mede, CISSP, GSLC, Network+ Information Security Officer Federal Election Commission Office of the CIO emede@fec.gov Office: 202-694-1266 Mobile: 202-213-7686 Deborah Tibbs From: Deborah Tibbs/FEC/US To: Esteve Mede/... 08/27/2014 10:15:07 AM FOIA 2015-69_049 *Confidential: Re: NIST Study and Recommendations - Confidential Documents Saady Abd-Elfattah to: Esteve Mede From: Saady Abd-Elfattah/FEC/US To: Esteve Mede/FEC/US@FEC History: 07/01/2015 10:35 AM This message has been replied to. Esteve Do you have information about the remaining HP engagement with us for WebInspect? I believe we paid for professional services for installation and possibly training. Thank you ************************************************ Saady Abd-Elfattah, MCSE, TSCE, ITIL Information System Security Officer Federal Election Commission Office of the CIO - Security Direct: 202-694-1289 Alec Palmer From: To: Cc: Date: Subject: Commissioners, Please find attached four docu... 06/30/2015 07:39:23 PM Alec Palmer/FEC/US Commissioners ONLY Esteve Mede/FEC/US@FEC, Saady Abd-Elfattah/FEC/US@FEC, Wei Luo/FEC/US@FEC, Kimberly Humphries/FEC/US@FEC, Gregory Baker/FEC/US@FEC, Lisa Stevenson/FEC/US@FEC, Judy Berning/FEC/US@FEC, Lynne McFarland/FEC/US@FEC 06/30/2015 07:39 PM NIST Study and Recommendations - Confidential Documents Commissioners, Please find attached four documents related to the NIST study 1. 2. 3. 4. My cover letter to the Commission OCIO background, overview and NIST recommendation document Appendix A - Recommendation document from the contractor, SD Solutions, LLC Appendix B - Cost and Level of Effort Document from SD Solutions, LLC Please share with appropriate staff in your offices . These documents are not to leave the FEC . [attachment "OCIO NIST Cover Letter.doc" deleted by Saady Abd-Elfattah/FEC/US] [attachment "OCIO NIST Background and Overview.doc" deleted by Saady Abd-Elfattah/FEC/US] [attachment "Appendix A - NIST Recommendations Summary from SD Solutions.doc" deleted by Saady Abd-Elfattah/FEC/US] [attachment "Appendix B Cost Estimate & Level of Effort.docx" deleted by Saady Abd-Elfattah/FEC/US] FOIA 2015-69_050 Alec Palmer Staff Director Chief Information Officer Federal Election Commission 999 E Street N. W. Washington, D.C. 20463 (202) 694 1007 FOIA 2015-69_051 Outstanding PBC Item Mia M Forgy to: Esteve Mede 07/16/2015 10:13 AM Cc: Thomas CONTRACTOR Heideman, Saady Abd-Elfattah From: Mia M Forgy/FEC/US To: Esteve Mede/FEC/US@FEC Cc: Thomas CONTRACTOR Heideman/FEC/US@FEC, Saady Abd-Elfattah/FEC/US@FEC History: This message has been replied to and forwarded. Good Morning Esteve, The PBC item 08.01 due 7/14 has not yet been provided. This PBC item is the request for the contractor's report from the Gap Analysis and NIST Study. As many of management's responses to the open audit recommendations are pending this report and the Commissioner's decision, it is imperative that the contractors receive the requested documentation to review and assess for this audit cycle. Please provide the requested information by COB today. If you have any questions, please feel free to contact me. Thanks. ___________________________ Mia M. Forgy Senior Auditor Office of Inspector General (OIG) Federal Election Commission (FEC) 999 E ST. N.W. Washington, DC 20463 Phone (202) 694-1317 FOIA 2015-69_052