Você está na página 1de 21

HSBP1006R0463

Amendment A0004
1. CONTRACT ID CODE PAGE dE PAGES
¯ .~MENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 13
2. AMENDMENT/MODIFICATION NO, 3. EFF. DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJEC NO. (If applicable)
A 0004 I)5/1912006 0020020365
6. ISSUED BY CODE 7014 7. ADMINISTERED BY (If otherthan Item 6) CODE [
Department of Homeland Security Dept of 14omeland Security
Customs and Border Protection Customs and Border Protection
1300 Pennsylvania Ave NW Office of" Procurement - NP 1310
NP 1310 1300 Pennsylvania Ave., NW
Washington DC 20229 Washington DC 20229
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
X HSBPI006R0463
9B DATED (SEE ITEM 11) 04/11/2006
IOA. MODIFICATION OF CONTRACT/ORDER NO.
/

CODE FACILITY CODE 10B. DATED (SEE ITEM 13)

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS


~ The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is riot
U is extended.
extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a) By completing Items 8 and 15, and returning I copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer
submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT
TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF
YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each
telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (Ifreouired)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,


IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT
ORDER NO. IN ITEM 10A.
B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (Such as changes in paying office.
appropriation date. etc. ) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103 (b).
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor I I is not I I is required to sign lhis document and return to issuing

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
The purpose of this amendment is to:

i. Provide a replacement Attachment 05 to Section J, Relevant Contract Reference


Data (Past Performance) in accordance with the changes specified in A0003.
2. Provide a replacement Attachment 04 "Key Personnel Resume Form in accordance
with the changes specified in A0003."
3. Revise SECTION B, SUPPLIES OR SERVICES AND PRICES/COSTS, Section B.5 SCHEDULE
OF SUPPLIES/SERVICES, Section B.5.2 Tasks to add the following Task for offerors
to propose estimated costs for: "Estimated Rough Order of Magnitude (ROM) for
Proposed Concept of Operations IAW Section L.: $ "
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.
15A NAMEANDTITLE OFSIGNER (Typeorp~O 16A. NAMEANDTtTLE OFCONTRACTING OFFICER (Typeorp~O
Deborah L. Smith
Contracting Officer
15B. CONTRACTOR/OFFEROR 15C. DATE 16B. UNITED STATES OF AMERICA / 16C. DATE
SIGNED SIGNED
BY
(Signature of person authorized to sign) (Signature of Contracting Officer) 1
NSN 7540-01-152-8070 STANDARD FORM 30 (REV. 10-83)
PREVIOUS EDITION UNUSABLE Prescribed byGSAFAR (48CFR) 53.243
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT-Continuation I
I CONTRACT IDCODE

14. DESCRIPTION OFAMENDMENT/MODIFICATION (O~an~edbyUCFsec~nheadings,~dudingso~itat~n/contractsubjectmat~rwhe~as~le.)


4. Revise SECTION C, DESCRIPTION/SPECIFICATIONS/WORK STATEMENT, Section C.3
SBINET OMNIBUS STATEMENT OF OBJECTIVES, the second sentence of the first
paragraph of Section 2-Scope from "This includes addressing all components of
border security in conjunction with the program objectives, developing solutions
based upon the optimum mix of staffing, infrastructure and technology, and
deploying the solutions to move from our current border strategy to one where
the defined border areas are effectively secured." to "This includes addressing
all components of border security in conjunction with the program objectives,
developing solutions based upon the optimum mix of personnel, processes,
infrastructure and technology, and deploying the solutions to move from our
current border strategy to one where the defined border areas are effectively
secured.
5. Revise SECTION C, DESCRIPTION/SPECIFICATIONS/WORK STATEMENT, Section C.3
SBINET OMNIBUS STATEMENT OF OBJECTIVES, the third sentence of the last paragraph
of Section 2-Scope from "The geographic coverage may be expanded to other USA
border areas beyond those defined above, through bilateral modifications to the
contract." to "The geographic coverage may be expanded to other USA border areas
beyond those defined above."
6. Revise SECTION C, DESCRIPTION/SPECIFICATIONS/WORK STATEMENT, Section C.3
SBINET OMNIBUS STATEMENT OF OBJECTIVES, Section 5-Assumptions, A. Business,
paragraph 3, first sentence in part from "The Department of Homeland Security
has determined that the product(s) and service(s) to be acquired from the
successful Offeror(s) etc." to "The Department of Homeland Security has
determined that the product(s) and service(s) to be acquired from the successful
offeror etc."
7. Revise SECTION C, DESCRIPTION/SPECIFICATIONS/WORK STATEMENT, Section C.3
SBINET OMNIBUS STATEMENT OF OBJECTIVES, Section 5-Assumptions, Ao Business,
paragraph 3, to add the following paragraph at the end:
"The SBInet Program Office will work with the DHS Office of SAFETY Act
Implementation (OSAI) to facilitate and expedite the evaluation and analysis
that would be required prior to any final decision on SAFETY Designation or
Certification. Offerors may begin the SAFETY Act application process prior to
submitting a proposal in response to the SBInet Solicitation. In fact, OSAI has
a preoapplication process through which OSAI provides applicants preliminary
guidance regarding a technology’s prospects for SAFETY Act Designation.
Interested parties should contact OSAI at 1-866-788-9318. It is our intent to
cooperate with the OSAI in order to minimize the time required to reach a final
decision on Designation or Certification. However, no final decision may be
reached in the absence of information about the effectiveness of the particular
technology that the offeror intends to provide."
8. Add the following clauses to SECTION H, SPECIAL CONTRACT REQUIREMENTS:

H.30 ALLOWABLE COST RESTRICTIONS


Clause H.22 TRAVEL is subject to the cost restrictions specified below.

STANDARD FORM 30 (REV, 10-83)


1. CONTRACTID CODE
AMENDMENTOFSOLICITATION/MODIFICATIONOFCONTRACT-Continuation
2. AMENDMENT/MODIFICATIONNO.A0004 I3’ EFF’DATE05/19/2006 I4" REQUISITION/PURCHASEREQ’NO’0020020365 I PAGE
PAGES
O13
13
14. DESCRIPTION OF AMENDMENT/MODIFICATION ( O~anized by UCF sect~n headings, mclu~ng solicitation/contract su~ect matter whe~ ~as~le.)
H.30.I TDY T~VEL
TDY Travel is defined as long distance travel to temporarily work for a short
period of time (not on a regular or routine basis) authorized by the Contracting
Officer’s Technical Representative (COTR) in advance to various areas of the
country for official contractually authorized business, including technical
meetings, conferences, etc., under issued Task Orders. Commuter Travel is
defined as regular or routine long distance travel (more frequently than once
per quarter during the preceding year) by any employee, (key personnel or
otherwise) to the same destination from an employee’s legal residence in order
to work on official contractually authorized business. An example of Commuter
Travel is when an employee travels long distance from their legal residence on
Monday and returns each weekend for an indefinite period. Commuter Travel is
not an allowable expense under this contract and the Government will not
rei~urse the contractor for what, in the Government’s sole judgment, is
Commuter Travel.

H.30.2 CHANGING AIRLINE DEPARTURE TIMES


Change fees charged by airlines are an allowable expense when itinerary changes
are required by the Government or schedule changes required for the performance
of issued Task Orders. Change fees charged by airlines are not a reimbursable
expense for personal convenience and the Government will not reimburse the
contractor for what, in the Government’s sole judgment, is a change in travel
itinerary for personal convenience.

H.30. 4 LOCAL TRAVEL


Local travel (e.g. personal vehicle mileage, parking, tolls, bus or rail fares
etc.) is defined as travel originating and ending at bona fide work locations,
required for the performance of issued Task Orders. Local travel is an
allowable cost and will be reimbursed at the current government specified rates
and in accordance with the Federal Travel Regulations. An employee’s residence
is not a bona fide work location, regardless of whether an employee regularly
"telecommutes." The Government will not reimburse the contractor for what, in
the Government’s sole judgment, is employee commuter travel, including, but not
limited to, daily parking, valet charges, gasoline, personal vehicle mileage,
etc.

H.31 USE OF CELLULAR PHONES AND TELECOMMUNICATION DEVICES


Any and all charges for the purchase, lease, use, connection, or provisioning of
cellular telephones and other telecommunication devices, including but not
limited to "Blackberry’s", notebook or laptop computers, pagers, global
positioning systems (GPS), are not an allowable expense under this contract and
the Government will not reimburse the contractor for what, in the Government’s
sole judgment, is a telecommunication device. The Government reserves the ~ight
to provide Government Furnished Equipment (GFE) to the contractor or authorize

STANDARD FORM 30 (REV, 10-83)


AI~llENDI~IENT OF SOLICITATION/I~IODIFICATION OF CONTRACT - Continuation I
I CONTRACTIDCODE
|
2. AMENDMENT/MODIFICATION NO. I 3. EFF. DATE I 4. REQUISITION/PURCHASE REQ. NO. PAGE OF P
A0004I 05/19/2006I 0020020.365 4/ 13
14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF seclion headings, including solicilation/contract subject mailer where feasible.)
the contractor’s acquisition, leasing, use, and connection etc. of any type of
equipment as necessary under issued Task Orders.

9. Revise Section J, Attachment ii, Reading Room and Virtual Library Material
Listing. The Geospatial Maps referred to in C.3 Section 2 is actually one map
and is located in the Virtual Library. The map is entitled the "U.S. Map Of The
Edges."
i0. Modify Section L, Provision L.2 52.215-1 INSTRUCTIONS TO
OFFERORS-COMPETITIVE ACQUISITION (JAN 2004) ALTERNATE I (OCT 1997) Section (f)
Contract Award, paragraph (i) to replace its sentence from "The Government
intends to award a contract or contracts resulting from this solicitation to the
responsible offeror(s) whose proposal(s) represents the best value after
evaluation in accordance with the factors and subfactors in the solicitation."
to "The Government intends to award a contract resulting from this solicitation
to the responsible offeror whose proposal represents the best value after
evaluation in accordance with the factors and subfactors in the solicitation."
ii. Modify Section L, Provision L.2 52.215-1 INSTRUCTIONS TO
OFFERORS-COMPETITIVE ACQUISITION (JAN 2004) ALTERNATE I (OCT 1997) Section (f)
Contract Award, paragraph (6) to delete its sentence in its entirety and to mark
the paragraph "RESERVED."
12. Modify Section L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, GENERAL PROPOSAL FORMAT AND CONTENT INSTRUCTIONS, the
paragraph on Proposal Submittal to replace the second sentence from "The offeror
shall provide six written and six electronic (CD-ROMs) ." to "The offeror shall
provide one copy of Volume I. The offeror shall provide forty (40) written and
forty (40) electronic (CD-ROMs) of Volume.II sequentially numbered for document
control purposes. The offeror shall provide six written and six electronic
(CD-ROMs) of Volume III."
13. Revise SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume II SBInet Proposal, Part A -
Technical Subpart-A.l Concept of Operations to: (i) replace the second, third
and fourth sentences from "This should include a discussion of the "as is" and
"to be" environment, how this solution will reduce risk, provide the most
efficient and effective use of staff, processes, infrastructure and technology,
and quickly deliver to the Government meaningful results. Include in the concept
of operations the engineering and system design approach, and how it will result
in a comprehensive, coherent, cost effective, reliable, and realistic solution
that meets or exceeds the stated SBInet program objectives. Include a
discussion on how the proposed solution will address threat migration and
changes in tactics." to "This should include a discussion of the "as is" and "to
be" environment, how this solution will reduce risk, provide the most efficient
and effective use of personnel, processes, infrastructure and technology, and
quickly deliver to the Government meaningful results. Include in the concept of
operations the engineering and system design approach, and how it wi]] result in
a comprehensive, coherent, cost effective, reliable, and realistic solution that

STANDARD FORM 30 (REV. 10-83)


AMENDMENTOFSOLICITATION/MODIFICATION OFCONTRACT-Continuation IICONTRACTIDCODE
2. AMENDMENT/MODIFICATIONNO.Ao004 13. EFF. DATE05/19/2006 4. REQUISITION/PURCHASEREQNO.0020020365 I PAGE O15 PAGES 13

14DESCR~PT~N~FAMENDMENT~M~D~F~CAT~N(~anIzedbyUCFsectionhead~ngs~mc~udings~tati~n/c~nt~ctsu~ectmat~erwhe~asib~e.)
meets or exceeds the stated SBInet statement of objectives, which includes the
program objectives. Include a discussion on how the proposed solution will
address threat migration and changes in tactics, as well as data, equipment,
infrastructure, personnel security and safety."
14. Revise SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume II - SBInet Proposal, Part A -
Technical Subpart-A.2 Rough Order of Magnitude (ROM) to replace the text in its
entirety with: "Submit a rough order of magnitude and basis of estimate (BOE)
for implementation of the proposed concept of operations. The BOE shall include
a work breakdown structure to the first level. The ROM to be submitted with
this portion of the proposal should only address the technical/program aspects,
and the cost portion should be redacted from this Subpart A.2. A fully
completed ROM should be included in the Cost/Price proposal (Volume III) ." The
Page Limit of i0 pages is unchanged.
15. Revise SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume II SBInet Proposal, Part A
Technical Subpart-A.50fferor’s Proposed Task Order to: (i) replace the second
sentence from "The offeror must propose this initial task" to "The offeror must
propose this task."; (2) replace the fourth sentence from "The proposed initial
task will be a well-defined segment of work that can be completed within eight
(8) months of award." to "The proposed task will be a well-defined segment of
work, with a contract work breakdown structure (to Level 3), that can be
completed within eight (8) months of award."; and, add the following note after
the sixth sentence: "(Note: Include the metrics and incentive plan, if any,
with the proposed task order’s quality assurance plan that is submitted under
Part B, Performance Measures and Incentives/Disincentives and Quality Assurance
Surveillance Plans). "
16. Revise the title of SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF
PROPOSALS AND OTHER INFORMATION, subsection Volume II SBInet Proposal, Part B
from "Performance Measures and Incentives/Disincentives and Quality Assurance
Surveillance Plan " to "Performance Measures and Incentives/Disincentives and
Quality Assurance Surveillance Plans."
17. Revise SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume II SBInet Proposal, Part B,
Performance Measures and Incentives/Disincentives and Quality Assurance
Surveillance Plans to add the following paragraph / requirement at the end of
the Part: "Provide a detailed QASP for the offeror’s proposed task. The plan
must identify the recommended performance measures/metrics, measurement timing
and methods of collecting and reporting, and any other actions to ensure a
comprehensive quality program that provides accurate, timely and meaningful
measurement and reporting of results. The QASP must address both the development
and implementation as well as post implementation periods. The QASP must further
~dentify any recommended incentive/disincentive program. Page Limit: i0 Pages"
18. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume II - SBInet Proposal, Part C-Management

STANDARD FORM 30 (REV. 10-83)


1. CONTRACTIDCODE
AMENDMENTOFSOLICITATION/MODIFICATION OFCONTRACT-Continuation
2. AMENDMENT/MODIFICATIONNO.A0004 I3’ EFF’DATE05/19/2006 I4 REQUISITION/PURCHASEREQNO0020020365 ] PAGE
PAGESOi6
13
14~DESCR~PT~N~FAMENDMENT~M~D~F~CAT~N(~anizedbyUCFsectt~nheadings’mdu~ngs~1tati~n/contractsu~ectmatterwhere~as~e‘~
Plan to replace in part the second sentence from "This plan must include a
discussion on the offeror’s approach to: implementing transparent governance and
reporting, a sound partnering approach grounded on shared goals and objectives,
proactive problem identification and resolution, sourcing plan, approach and
methodology etc." to "This plan must include a discussion on the offeror’s
approach to: implementing transparent governance and reporting; a sound
partnering approach grounded on shared goals and objectives; the approach for
transitioning start-up ("ramping up") and concluding performance at the end of
the contract period; proactive problem identification and resolution (risk
management); sourcing plan; inventory/asset management; earned value management;
approach and methodology etc."
19. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume II - SBInet Proposal, Part C-Management
Plan to: (i) add the following sentence at the end of the first paragraph of
Part C: "Provide information for the proposed sourcing plan that presents a
systematic approach to continuously seek the best sources of services, products,
and solutions to meet SBInet objectives." and, (2) increase the Page Limit from
60 pages to 70 pages for this requirement.
20. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume II - SBInet Proposal, Part D -
Subcontract Plan, to replace item number two (2) from "The percentages and
methods that the offeror (sic) will acquire and utilize small businesses and
other socio-economic categorized firms to meet DHS’s procurement goals. (DHS and
CBP require a subcontracting plan for SBInet that, on a yearly average basis,
meets or exceeds its goals for FY 06 and FY 07: 36% small business; 5% small
disadvantaged business; 5% small woman-owned small business; 3% service disabled
veteran-owned business; 1% HUBZone business." to "The percentages and methods
that the offeror will locate and/or develop small businesses to satisfy all
socio-economic categories identified in the subcontracting plan. (CBP requires
a subcontracting plan for SBInet that, on a yearly average basis, meets or
exceeds its goals for FY 06 and FY 07: 36% small business, including 5% small
disadvantaged business; 5% small woman-owned small business; 3% service disabled
veteran-owned business; and i% HUBZone business."
21. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume II - SBInet Proposal, Part D -
Subcontract Plan, to replace item number three (3) from "A copy of the offeror’s
individual subcontracting reports, SF 294, for three (3) contracts of comparable
size, scope, and complexity as SBInet submitted within the past year, and a copy
of the most recently submitted summary subcontracting report, SF 295." to "A
copy of the offeror’s individual subcontracting reports (SF 294) for two (2)
contracts of comparable size, scope, and complexity as SBInet submitted since
FY2000."
22. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume III COST/PRICE PROPOSAL, the
paragraph entitled "Offer Proposed CLIN Structure" to replace the second

STANDARD FORM 30 (REV. 10-83)


AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT - Continuation I
I CONTRACT ID CODE
|

14. DESCRIPTION OF AMENDMENT/MODIFICATION (O~an~ed by UCF sect~n headings, including so.#arran/contact subject matter where ~as~le.)
sentence from "However, the contract l±ne item number (CLIN) structure shall be
proposed by Lhe offeror." Lo "However, the Contract Line Item Number (CLIN)
structure shall be proposed by the offeror as stipulated in Section B.5.I,
Contract Line Item Number."
23. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume Ill COST/PRICE PROPOSAL to add the
following paragraph / requirement between the paragraphs entitled "Offer
Proposed CLIN Structure" and "Program Management Task":
Rough Order of Magnitude
Submit the complete ROM and Basis of Estimate as described in Volume II Subpart
A.2 in the contractor’s format, with cost/price data in Volume III. A redacted
copy that does not include cost/pricing information shall be submitted as Volume
II, Subpart A.2 of the proposal.
24. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume III- COST/PRICE PROPOSAL, the
paragraph entitled "Program Management Task" to add the following after the
second sentence: "The prices/costs shall correlate with the program management
support that is proposed in the offeror’s management plan submission in Volume
II, Part C The merits of the offeror’s PM will be evaluated under its
Management Plan, Factor 3" Note: For evaluation purposes, the PM support
prices/costs for each year of the contract will be evaluated under the auspices
of Factor 8 for the criteria described therein."
25. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume III COST/PRICE PROPOSAL, the
paragraph entitled "Tucson Sector Task" to replace the first sentence from
"Submit all prices/costs associated with the contract work breakdown structure
and proposed statement of work for the entire Tucson Sector." to "Submit all
prices/costs associated with the offeror’s work breakdown structure and proposed
statement of work for the entire Tucson Sector."
26. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume III COST/PRICE PROPOSAL, the
paragraph entitled "Offeror’s Proposed Task" to replace the first sentence from
"Submit all prices/costs associated with the proposed statement of work for the
Offeror’s Proposed Task." to "Submit all prices/costs associated with the
offeror’s work breakdown structure and proposed statement of work for the
Offeror’s Proposed Task."
27. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume III COST/PRICE PROPOSAL, the
paragraph entitled Overview to replace the first sentence in paragraph to from
"Separate and apart from the above tasks, provide both unloaded and fully loaded
on-site and off-site labor rates for each year of the base period (three year
base period) based on the anticipated labor mix required to satisfy the broad
SBInet requirements." to "Separate and apart from the above tasks, provide both
unloaded and fully loaded on-site and off-site labor rates for each year of the
base period (three year base period) and all option years based on the

STANDARD FORM 30 (REV. 10-83)


AMENDMENTOFSOLICITATION/MODIFICATIONOFCONTRACT-Continuation II cONTRACTIDcODE
2. AMENDMENT/MODIFICATIONNO.A0004 I3’ EFF’DATE05/I9/2006 I4 REQUIslTION/PURCHAsEREQ’NO’0020020365 I PAGE Oi8 PAGES

14, DESCRIPTION OF AMENDMENT/MODIFICATION ( O~an~ed by UCF sec~on headings, including sol~itat~contract su~ect matter where ~as~le.)
anticipated labor mix required to satisfy the broad SBInet requirements."
28. Revise the title of SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF
PROPOSALS ~D OTHER INFORMATION, subsection Volume IV from "O~L PRESENTATIONS"
to "O~L PRESENTATIONS (DISCUSSIONS)"
29. Replace in its entirety SECTION L, Provision L.12 INSTRUCTIONS FOR
SUBMISSION OF PROPOSALS ~D OTHER INFOR~TION, subsection Volume IV O~L
PRESENTATIONS (DISCUSSIONS), the paragraph on Oral Presentations with the
following:

"Oral Presentations

Oral presentations will be conducted with all offerors submitting a proposal who
are determined to be in the competitive range. The contracting officez will
schedule, by written invitation, oral presentations based on an estimated four
(4) hour time frame per Offeror.

Presentations will be held at the Acquisition Center for Excellence in


Chantilly, Virginia. Offerors participating in oral presentations may elect to
bring all necessary audio-visual materials and devices; however, projection and
presentation devices are available from the Government. Additional details will
be specified in the written invitation to oral presentations provided by the
contracting officer. The Government has not established a formal structure for
oral presentations (e.g., slide limitations, format, agendas etc.) Presenting
offerors and their team members should use the four-hour period to respond to
proposal deficiencies that the Government will have identified in the invitation
by describing their proposed solution’s revisions providing clarifications.

It is required that individuals presenting be those identified as key personnel


and individuals authorized to negotiate for the offeror. Due to space
limitations each offeror is limited to I0 people who are allowed to attend its
oral presentation session with the Government. Forty (40) copies of the oral
presentation in hard copy must be presented to the Government team on the day of
the presentation. Advance copies will be requested in the written invitation.

Oral presentations/discussions will be video taped 5y, and for the sole benefit
of, the Government.

The purpose of these presentations is to allow the Government to better


understand the proposed solution/approach, how weaknesses or deficiencies will
be addressed, and any other aspects of the proposal. The oral presentations
will serve as the opportunity to notify the offerors of proposal weaknesses and
conduct discussions. As such, Government participants may ask questions
throughout the presentation. Contractors will be given the opportunity to ask
the Government questions during this time. While the oral presentations are
scheduled for 4 hours, they may continue beyond that time estimate to allow

STANDARD FORM 30 (REV. 10-83)


AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT - Continuation I
I CONTRACT ID CODE

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, inc/uding sohcitation/contract subject matter where feasible.)
Government participants to gain a thorough understanding of the proposal. At
the conclusion of orals/discussions, offerors will be provided the opportunity
to submit proposal revisions in accordance with FAR Part ]5.307 Proposal
Revisions. "

30. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS


AND OTHER INFORMATION, subsection Volume IV ORAL PRESENTATIONS (DISCUSSIONS),
the paragraph on Topics to replace the first sentence from "To assist the
Government to better understand the offeror’s proposal, it is recommended the
offerors reference Section M evaluation criteria in preparing their oral
presentation." to "To assist the Government to fully understand the offeror’s
proposal, it is recommended the offerors fully address in their oral
presentation any weaknesses and deficiencies and cross-reference these items
with the applicable evaluation criteria specified in Section M."
31. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR I-TECHNICAL, to: (i) replace the first sentence of
the first paragraph from "The proposed technical solution provided in writing
and in the oral presentation will be evaluated for its quality and extent
which it will achieve SBInet’s Statement of Objectives." to "The proposed
technical solution provided in writing and in the oral presentation will be
evaluated for its quality and extent to which it will achieve SBInet’s Statement
of Objectives, including the program objectives." ; and, (2) replace the first
sentence of the first paragraph from "The evaluation will include an assessment
of the degree Go which the proposed solution adheres to sound engineering and
design principles, and incorporates the efficient and effective use of people,
processes, infrastructure and technology." to "The evaluation will include an
assessment of the degree to which the proposed solution adheres to sound
engineering and design principles (including the integration approach, phasing
and knowledge transfer), and incorporates the efficient and effective use of
personnel, processes, infrastructure and technology."
32. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR I-TECHNICAL, to: (I) replace the second sentence of
paragraph A. from "The effectiveness of a phased approach to implement the
solution’s initial and final operating capabilities." to "The solution will be
evaluated for the evidence and effectiveness of a phased approach to implement
the solution’s initial capabilities and continuing through its final operating
capabilities (i. e., SBInet improvements) ."; and (2) to add the following
paragraph / requirement: "A realism assessment of the offeror’s concept of
operation rough order of magnitude (ROM) with regard to completeness and
consistency with the technical approach will be conducted."
33. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR1 TECHNICAL to delete paragraph / requirement D. and
add the following note: "(Note that paragraph D is deleted and is included in
Factor 7).
34. Revise the title of SECTION M, EVALUATION FACTORS FOR AWARD, SECTTON

STANDARD FORM 30 (REV. 10-83)


1. CONTRACTID CODE
AMENDMENTOFSOLICITATION/MODIFICATION OFCONTRACT-Continuation
2. AMENDMENT/MODIFICATIONNO.A0004 I3’EFF’DATE 05/19/2006 I4’REQUIsITION/PURCHA

14.DESCR~PT~N~FAMENDMENT~M~D~F~CAT~N(~an~edbyUCFsectionheadings~c~dings~citatmn/c~ntractsu~ctma~terwhere~as~e.)
SBInet EVALUATION FACTORS, FACTOR 2 from "PERFORMANCE MEASURES ~ND
INCENTIVES/DISINCENTIVES AND QUALITY ASSURANCE SURVEILLANCE PLAN." to
"PERFORMANCE MEASURES AND INCENTIVES/DISINCENTIVES AND QUALITY ASSURANCE
SURVEILLANCE PLANS."
35. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR 2--PERFORMANCE MEASURES AND INCENTIVES/DISINCENTIVES
AND QUALITY ASSURANCE SURVEILLANCE PLANS, paragraph A. to replace the first
sentence from "The proposed performance measures and Quality Assurance
Surveillance Plan (QASP) will be evaluated to the extent they:" to "The proposed
performance measures and Quality Assurance Surveillance Plans (QASPs) will be
evaluated to the extent they:"
36. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION Mo4 SBInet
EVALUATION FACTORS, FACTOR 2--PERFORMANCE MEASURES AND INCENTIVES/DISINCENTIVES
AND QUALITY ASSURANCE SURVEILLANCE PLANS, paragraph A. to replace subparagraph
ii from "Demonstrate how the proposed plan achieves DHS’ responsibility for
complete border security;" to "Demonstrate how the proposed plans achieve DHS’
responsibility for complete border security;"
37. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR 2-PERFORMANCE MEASURES AND INCENTIVES/DISINCENTIVES
AND QUALITY ASSURANCE SURVEILLANCE PLANS, to replace paragraph B from "The QASP
will be evaluated on the extent to which it: identifies measures and metrics to
be applied at the contract level; proposes a incentive/disincentive program;
and, delineates performance measures, tracking and reporting for specific SBInet
system objectives" to "The QASPs will be evaluated on the extent to which they
identify measures and metrics to be applied at the contract level; proposes an
incentive/disincentive program; and, delineate performance measures, tracking
and reporting for specific SBInet solution objectives."
38. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR 3-MANAGEMENT PLAN, paragraph A. to replace the first
sentence from "A transparent governance structure and reporting procedures that
include clear lines of communicatiorl between the Contractor’s team and the
Government, and which prov&de proactive performance and program risk
identification, escalation, mitigation and resolution." to "A transparent
governance structure and reporting procedures that include clear lines of
communication between the Contractor’s team and the Government, and which
provide proactive performance and program risk identification and management,
escalation, mitigation, tracking, reporting and resolution."
39. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR 3-M]tNAGEMENT PLAN, to replace paragraph B from
"Processes and program reporting tools that enhance confidence, credibility, and
trust, as well as provide visibility into program status and the accurate,
timely, and transparent reporting of information on program status and
performance measures and metrics;" to "Processes and program reporting tools
that enhance confidence, credibility, and trust, as well as provide visibility
into program status and the accurate, timely, and transparent reporting of

STANDARD FORM 30 (REV. 10-83)


1. CONTRACT ID CODE
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT - Continuation
2. AMENDMENT/MODIFICATIONNO.A0004 I3 EFFDATE05/19/2006 I4’ REQUISITION/PURCHASEREQNO0020020365 ] PAGE O[11 PAGESI3

14. DESCRIPTION OF AMENDMENT/MODIFICATION (O~an~ed by UCF section headings, including so~itation/cont~ct subject matter where ~as~le.)
information on program status and performance measures and metrics, including
the employment of earned value management and the cost-effective and efficient
management of assets and inventory."
40. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR 3-MANAGEMENT PLAN to add the following paragraphs /
requirements :

G.The extent to which the proposed solution will provide effective


inventory/asset management, including tracking, controlling, maintaining and
disposing equipment.
H.The transition plan and its components for "ramping up" and ’"phasing out" to
a successor contractor.
I.The effective implementation and use of earned value management principles and
methods.
J.The offeror’s approach to accomplishing security, safeguards and disaster
recovery.
41. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SB]net
EVALUATION FACTORS, FACTOR 6-SUBCONTRACT PLAN to replace the first paragraph-
from "The subcontract plan will be evaluated for completeness and the strategy
for meeting and/or exceeding the Department’s goals in each socio-economic
category. This evaluation factor considers the extent to which the offeror meets
the requirements specified in Section H.29, FAR 52.219-9. The percentages and
methods in which the offeror will acquire and utilize small businesses and other
socio-economic categorized firms to meet DHS’s procurement goals will be fully
evaluated. (See Section L for DHS and CBP requirements for subcontracting plan
submission and DHS/CBP goals)." to "The subcontract plan will be evaluated for
completeness and the strategy for meeting and/or exceeding CBP’s goals in each
socio-economic category. This evaluation factor considers the extent to which
the offeror meets the requirements specified in Section H.29, FAR 52.219-9. The
percentages and methods in which the offeror will locate and/or develop small
businesses to satisfy all socio-economic categories identified in the
subcontracting plan will be fully evaluated. (See Section L for DHS and CBP
requirements for subcontracting plan submission and CBP’s goals) . The offeror
will receive extra credit for using its individual DHS approved Mentor Prot@g~
agreements to meet a substantial amount of their total subcontracting
requirements. Substantial is defined as a minimum of 30% and a maximum of 45%
of total subcontract dollars. "
42. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR 6-SUBCONTRACT PLAN to replace the second paragraph
from "The evaluation shall include an assessment of: the offeror’s individual
subcontracting reports, SF 294, for three (3) contracts of comparable size,
scope, and complexity as SBInet submitted within the past year; and the most
recently submitted summary subcontracting report, SF 295." to "The evaluation
shall include an assessment of the offeror’s individual subcontracting reports
(SF 294), for two (2) contracts of comparable size, scope, and complexity as

STANDARD FORM 30 (REV. 10-83)


I CONTRACT ID CODE
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT o Continuation I

14. DESCRIPTION OF AMENDMENT/MODIFICATION ( O~anized by UCF section hea~ngs, including sohcitation/contract su~ec! matter when ~as~le.)
SBInet, submitted since FY2000.
43. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBinet
EVALUATION FACTORS, FACTOR 6-SUBCONTP~ACT PLAN to replace paragraph A in its
entirety with the following:
"A. The greatest consideration will be given to the offeror who proposes the
highest average percentage for all socio-economic categories as reflected on the
SF 294 reports. The average percentage proposed by each offeror shall be
compared to the highest percentage proposed. Each offeror’s percentage will be
ranked on this comparison. "

44. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR 3-SUBCONTRACT PLAN, paragraph B to replace the second
sentence from "The offeror shall provide a list of all contracts covered by
subcontracting plans that were completed with the preceding offeror’s FY." to
"The offeror shall provide a list of all contracts covered by subcontracting
plans that were completed from 2000 to date."
45. Replace in its entirety SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4
SBInet EVALUATION FACTORS, FACTOR 7- OFFEROR’S PROPOSED TASK ORDER with the ,~
following: "The offeror’s proposed task order will be evaluated for its
technical approach and achievability, the extent to which the proposed task wJl]
demonstrate the feasibility of the proposed overall solution. The extent to
which the proposed metrics assure achievement of the cost, schedule, and
performance for the task and the value of proposed incentives shall be included
in the Government’s evaluation under Factor 2."
46. Replace in its entirety SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4
SBInet EVALUATION FACTORS, FACTOR 8- COST/PRICE with the following:

"FACTOR 8 - COST/PRICE. Each offeror’s price and cost proposal will be evaluated
as follows:

The ROM and the basis of the estimate, with the work breakdown structure, will
be evaluated for realism (i.e., consistency with the proposed concept of
operations) and cost/price risk. Major discrepancies and disparities between
the ROM estimate and the offferor’s proposed concept of operations may adversely
impact upon the overall evaluation of the offeror’s proposal.

The Program Management task proposal, the Tucson Sector task proposal, and the
offeror’s proposed task order proposal will be evaluated for reasonableness,
realism and price risk.

Each evaluation will consist of the following, as applicable:

A. Cost/Price Reasonableness

S. Cost/Price Realism

STANDARD FORM 30 (REV. 10-83)


1. CONTRACT ID CODE
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT - Continuation
2. AMENDMENT/MODIFICATION NO. 13. EFF. DATE 4. REQUISITION/PURCHASE REQ. NO. PAGE O_F PAGES
A0004[ 05/I 9/2006 0020020365 13] 13
14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

C. Cost/Price Risk

Any one or more of the proposed Program Management task, Tucson Sector task
and/or the offeror’s proposed task may be awarded at the time of contract
award."

Any questions regarding this amendment should be submitted using the "Required
Question Submission Format" document available under the listing for
Solicitation HSBPI006R0463 at the FedBizOpps website.

STANDARD FORM 30 (REV. 10-83)


HSBP1006R0463 SBInet SECTION : J

ATTACHMENT 04
KEY PERSONNEL RC:SUMI~ FORMAT

Reference: Include this form In Volume t11, Part C of the proposal, as prescribed by the instructions
contained in Section L of the Request for Proposal. A completed form is required for each proposed Key
Personnel Position.

Proposed Key Position Title and Description


Provide the proposed key position title and a brief description of the duties for this position.

Name of Proposed Key Person


Provide the name of the proposed individual for the key position described above.
Education and Training
Provide degree(s) earned (e.g., BSEE), major field of study (e.g., B.S., Computer Science), name and
address of college or university, and year(s) degree(s) awarded. If candidate did not earn a degree,
indicate the program of study and number of credit hours completed.

Professional and/or Technical Certifications


List all applicable professional and/or technical certifications earned, name of certifying body or
organization, and year earned. Describe the relevance to nature of work proposed for SBInet systems
integration support.

Employment History
Provide name and address of employer, total period of employment with employer, reverse chronological
listing of job assignment(s) relevant to proposed assignment for SBInet, For each job assignment, show
the candidate’s:
¯ Labor category and duration of assignment by month and year.
¯ Major customer(s) and program(s) served on the assignment.
¯ Specific relevance of work performed, including accomplishments or innovations in
technical or managerial performance.
¯ Currently and previously held security clearances, if any.
HSBP1006R0463 SBInet SECTION : J

ATTACHMENT 05
RELEVANT CONTRACT REFERENCE DATA (PAST PERFORMANCE)

Reference: Include this form In Volume III, Part G of the proposal, as prescribed by the instructions
contained in Section L of the Request for Proposal. A completed form is required for each relevant
contract effort being referenced. The discussion of performance measures shall be provided as a
narrative attachment to Attachment 05.

Program or Task
Order Title
Customer Name
Customer Address Street
City/State
Zip
Tel. Fax
Contract Points of Contractual: Technical:
Contact
Name Name
Title Title
Organization Organization
Address Address
Tel. Tel.
Fax Fax
Email Email
Contract Type
Contract Number
Task Order # if
Applicable
Name
Title
Contract or Organization
Task Order Technical Address
Point of Contact Tel.
Fax
Email

Project Start Date


Original Completion Date
Period of Estimated/Actual Completion
Performance Date
Explanation of Delay if
Applicable

Original Value
Current Value
Contract Value Estimated/Actual Completion
Date
Explanation of Cost Growth

Levels achieved against


Small Business subcontracting plan goals (if
Subcontracting applicable) and as a percentage
of contract value
HSBP1006R0463 ATTACHMENT 1 1 SECTION J
READING ROOM AND
VIRTUAL LIBRARY MATERIAL LISTING
SBInet Reading Room/Virtual
Library
Reading Room or Virtual Library Document/Media Version/Date
Reading Room 2006 All Marine Asset Capability Slicks 02/06/06
2006 CBP Air and Marine Asset Capability
Reading Room Slicks 2OO6
Reading Room Current Air Assets 01/06/06
SCORE White Paper - Southern California
Reading Room Radar Network
Northern Border Primary and Secondary
Reading Room Road Infrastructure Analysis
Reading Room Technology
Reading Room 1- Vehicle Barrier Standard Design 02/03/06
Office of Border Patrol Tactical
Reading Room Infrastructure 2006 (Power Point)
San Diego 14-mile Fence Border
Reading Room Infrastructure System (Power Point) August 2005
Tactical Infrastructure Vehicle Barriers
Reading Room along Southwest Bo (Power Point)
Reading Room Border Patrol Interfaces (See List)
U.S, Customs and Border Protection (CBP)
Enterprise Performance Architecture and
Reading Room Reference Model v.1,0
Reading Room Program Reference Model v.l.0

Reading Room CBP Enterprise Architecture Principles v2.0 CBP EA Version 4,0
CBP Enterprise Architecture (EA) Structure
Reading Room Document EA Version 4.0 Draft
CBP’s Business Reference Model aka
Enterprise Functional Architecture with
Reading Room FY07 FEA BRM Final v.1.4
Systems Development Life Cycle
Reading Room Handbook CIS HB 5500-07A - February 2001
Reading Room SDLC Addendum as of May 2005 CIS HB 5500-07A - February 2, 2001
Enterprise Life Cycle Methodolgy
Reading Room Framework Version 1

Reading Room i Enterprise Business Process Architecture Version 2.0


High Level Overview Office of Information
Reading Room Technology Hardware/Software Systems 3-17-06
Safecom Statement of Requirements for
3ublic Safety, Wireless Communications &
Reading Room Interoperability October 27,2005 Version 1.1
Reading Room CBP Topology Explanation
Reading Room CBP Topology 11/05/04
Reading Room SAIiTRM Documents (9 Documents)
Information Systems Security Policies and
Reading Room Procedure Handbook February 2005
Reading Room Border Patrol Construction 7 May 04
Reading Room Border Patrol Construction 5/4/2006
Reading Room CBP Construction Spending Plan 1/27/2006

Reading Room i Border Patrol Major Construction Spending 1/19/06

Page 1 of 4
HSBP1006R0463 ATTACHMENT 11 SECTION J
READING ROOM AND
VIRTUAL LIBRARY MATERIAL LISTING
SBInet Reading Room/Virtual
Library
Readin~l Room or Virtual Libra~ Document/Media Version/Date
New CBP Construction Program Funding
Reading Room Initiatives starting in FY 2007
Swanton Sector Tactical Infrastructure
Reading Room Prioritization
Tucson Sector Tactical Infrastructure
Reading Room Prioritization

Reading Room U.S. Border Patrol Apprehensions/Seizures


U.S. Border Patrol Academy Basic Training
Reading Room Curriculum July 2005
Tucson Border Patrol Sector Headquarters
Reading Room Org Chart 4/3/06
Reading Room UAS Presentation from Due Diligence
Reading Room Border Patrol Facility Design Guide November 2003
Reading Room BP Assets, Sensors, RVSS etc.
E3order Violence Video from Press
Virtual Library Conference
Virtual Library AMOC Document (Fact Sheet)
Virtual Library 2 Bike Patrol Videos - Rock Assault
Virtual Library Border Patrol Photos
Virtual Library Border Patrol Rock Assault Photos
Virtual Library Yuma Sector Musteriam Video 8/29/05
Virtual Library SBI Industry Day PMO Presentation 1/26/06

OFO CD - Infrastructure at Ports of Entry -


Virtual Library Northern Land Border Ports of Entry

OFO CD - Infrastructure at Ports of Entry -


Virtual Library Southern Land Border Ports of Entry
OFO CD - Infrastructure at Ports of Entry -
Virtual Library Location of Ports of Entry
OFO CD - Initiatives and Tecnology at Ports
Virtual Library of Entry - web links
Virtual Library Border Patrol Liason
Virtual Library Border Patrol Mission
Virtual Library Border Patrol Organization
Virtual Library Border Patrol Support Resources

Virtual Library Congressional Speech-Border Incursions Tuesday February 7, 2006


Virtual Library Description of Border Patrol Operations
Virtual Library Orientation OBP 2005 COMPLETE 3 2005
Virtual Library Patrol Border Fundamentals
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Blaine Sector Version 1 - July 1, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Buffalo Sector Version 1 - July 1,2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Del Rio Sector Version 1 - June 1, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Detroit Sector Version 1 - July 1, 2005

Page 2 of 4
HSBP1006R0463 ATTACHMENT 1 1 SECTION J
READING ROOM AND
VIRTUAL LIBRARY MATERIAL LISTING
SBInet Reading Room/Virtual
Library
Reading Room or Virtual Library Document]Media Version/Date
Annual Operations Plan Fiscal Year 2006 -
Virtual Library El Centro Sector Version 1 - 6/30/05
Annual Operations Plan Fiscal Year 2006 -
Virtual Library El Paso Sector Version 1 - July 1, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Grand Forks Sector Version 1 - July 1, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Havre Sector Version 1 - June 30, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Houlton Sector Version 1 - July 1, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Laredo Sector Version 1 - July 1,2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Marfa Sector Version 1 - July 1, 2005
Rio Grande Valley Sector Requirement
Virtual Library Fiscal Year 2006
Annual Operations Plan Fiscal Year 2006 -
Virtual Library San Diego Sector Version 1 - June 30, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Spokane Sector Version 1 - March 14, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Swanton Sector Version 1 - June 17, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Tucson Sector Version 1 - July 1,2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Yuma Sector Version 1 - July 1,2005
Virtual Library Z- Border Control Definitions

Virtual Library DHS Secretary Chertoffs Address to SBI November 2, 2005


Virtual Library Border Patrol Recruitment Video
Virtual Library BP Construction for (SBI ALL) 3/29/06
Virtual Library DHS Facilities & TI Edited 2/16/06
Due Diligence Tucson Sector (Site Visit
Virtual Library Information
Virtual Library Assault Statistics
Virtual Library Assets
Border Patrol Field Inteligence Center
Virtual Library (BORFIC) Concept of Operations October 6, 2005
Virtual Library BORFIC General Information May 4, 2006
Virtual Library BORFIC Mission Structure
CBP Inteligence Reporting System Concept
Virtual Library of Operations 5/5/2006

ICBP Inteligence Reporting System Users


Virtual Library Guide for Inteligence Analysts and Agents
Virtual Library BP Construction for (SBI ALL) i3/30/06
Virtual Library DHS Facilities & TI Edited 2/16/06
Virtual Library Due Diligence Site Visit Information
Virtual Library BPETS Overview
Virtual Library BPETS Overview2
Virtual Library ENFORCE

Page 3 of 4
HSBP1006R0463 ATTACHMENT 11 SECTION J
READING ROOM AND
VIRTUAL LIBRARY MATERIAL LISTING
SBInet Reading Room/Virtual
Library
Reading Room or Virtual Library Document/Media Version/Date
Virtual Library National Targeting Center Info
Virtual Library U.S. Map of the Edges

Page 4 of 4
D -- SBInet Solicitation

¯ Synopsis - Posted on Apr 11,2006


¯ Solicitation 01 - Posted on Apr 11, 2006
¯ Modification 01 - Posted on Apr 13, 2006
¯ Amendment 01 - Posted on Apr 14, 2006
¯ Modification 02 - Posted on Apr 24, 2006
¯ Amendmenl 02 - Posted on Apr 24, 2006
¯ Alnendment 03 - Posted on May 12, 2006
¯ Modification 03 - Posted on May 12, 2006
¯ Amendment 04 - Posted on May 19, 2006

General Information

Document Type: Modification to a Previous Notice


Solicitation Number: HSBP 1006R0463
Posted Date: May 19, 2006
Original Response Date:May 30, 2006
Current Response Date: May 30, 2006
Original Archive Date: May 19, 2007
Current Archive Date: May 19, 2007
Classification Code: D -- Information technology services, including telecommunications services
Naics Code: 541512 -- Computer Systems Design Services

Contracting Office Address

Department of Homeland Security, Customs and Border Protection, Office of Procurement. 1300 Pennsylvania
Avenue, N.W., Room 1310 NP, Washington, DC, 20229

Description

Department of Homeland Security / U.S. Customs and Border Protection hereby issues Amendment 0004 to
Solicitation HSBP1006R0463 for SBInet. Questions from offerors regarding the solicitation must be submitted to
the Government in the format provided as an attachment to the original Solicitation entitled "SBInet Required
Question Format."

Point of Contact

Ronald Rosenberg, Contracting Officer, Phone 202-344-2500, Fax null, Email SBInet@DHS.gov

http://www.lbo.gov/spg/DHS/USCS/PDDC20229/HSBP 1006R0463/Modification%2004.html 5/23/2006

Você também pode gostar