Free Motion to Dismiss - Rule 12(b)(6) - District Court of Federal Claims - federal


File Size: 2,285.1 kB
Pages: 52
Date: July 18, 2008
File Format: PDF
State: federal
Category: District
Author: unknown
Word Count: 9,900 Words, 65,541 Characters
Page Size: Letter (8 1/2" x 11")
URL

https://www.findforms.com/pdf_files/cofc/23091/9-3.pdf

Download Motion to Dismiss - Rule 12(b)(6) - District Court of Federal Claims ( 2,285.1 kB)


Preview Motion to Dismiss - Rule 12(b)(6) - District Court of Federal Claims
Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 1 of 52

EXHIBIT C

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 2 of 52

STATEMENT OF WORK CORRECTIONS AND INTERNMENT ANALYST SUPPORT 1. Objective and Scope a. Objective. This Statement of Work is intended to provide technical assistance in support of Headquarters, Department of the Army (HQDA), Office of the Provost Marshal General (OPMG), Operations Division (DAPM-OPS), Corrections and Internment Branch operations mission. b. Scope. (1) The Contractor shall provide a broad range of technical support including policy and doctrinal development, training, requirements analysis, planning assistance, assessment execution, and corrections planning, integration, and execution. Several principal tasks within the scope of the contract provide Army planning, analyses, assessments, training, and education. These tasks may be applied to related and specific tasks envisioned being required in support of corrections and internment program and operations. The Contractor will provide a broad range of technical tasks supporting corrections and internment operations. Tasks include policy development, operational planning, trend and program analyses, conducting technical assistance visits, Army Corrections Information System (AClS), Detainee Reporting System (DRS), and conduct training. (2) The contractor shall provide primary technical support as program specialist, advocate and focal point for activities relating to the Army Corrections Victim and Witness Assistance Program and Sexual Offender Registration. Develop and implement specific program activities within the ACS that promote compliance with such victim-witness laws as the Victims and Witness Protection Act of 1982, the Comprehensive Crime Control Act of 1984 Victims of Crime Act), the Crime Control Act of 1990, Jacob Wetterling Crimes Against Children and Sexually Violent Offender Registration Act of 1994, Megan's Law of 1995, DOD and DODI 1030. ! and 1030.2 and Army Regulation 27-10, Army Regulation 190-47 through reviews and on-site assists. Programmatic activities include establishing and maintaining mutual communications between all ACS facilities, DoD Service facilities, Federal state, and local law enforcement agencies and organization while promoting the rights of victims and witnesses under applicable laws and regulations. Work is accomplished by analyzing ACS programs and audiences, identifying the informational needs of victims and witnesses and facilities within the ACS, developing and disseminating relevant information through appropriate media and ensuring that DoD and ACS victim witness activities are promoted through a comprehensive victim-witness program. 2. Background a. OPMG serves as the Department of the Army (DA) focal point for corrections and internment operations worldwide. In accordance with AR 190-47, OPMG provides policy for oversight for the Army Corrections System and conducts Annual Technical Assistance Visits (TAVs). b. The Army is the Department of Defense (DOD) Executive Agent for long-term corrections and for the Administration of the DoD Enemy Prisoner of War Detainee program.

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 3 of 52

3. Security Requirements. Security will be lAW DD Form 254 (DOD Contract Security Classification Specification). Contractor personnel will have a Top Secret clearance and be eligible to gain a clearance at the SCI level. 4. Tasks. The Contract Company will provide highly qualified experienced corrections personnel to fill the corrections positions. Included in this Statement of Work (SOW) are the following tasks to be performed by the contractor throughout the duration of the Period of Performance (POP): Task 1' Senior Corrections Analyst. Subtask 1. Contractor shall research and prepare the revisions to all Army corrections regulations. Subtask 2. Contractor shall prepare responses to Congressional, White House, Freedom of Information, and other public inquiries concerning Army corrections policies and regulations. Subtask 3. Contractor shall prepare statistical reports, trend analysis and other data required to support the Army corrections program. Subtask 4. Contractor shall perform initial review of problem reports and recommendations for enhancement of the AClS program. Subtask 5. Contractor shall review AClS application system users manuals, conduct software application testing, and assist in training sessions. Subtask 6. Contractor shall process new accounts, manages existing accounts and serves as the system administrator for sister Service military installations that utilize AClS where Army soldiers are confined. Subtask 7. Contractor shall conduct TAVs of correctional facilities and contingency detention facilities. Subtask 8. Contractor shall coordinate with U.S. Army Military Police School on establishment, implementation and ongoing updates of AClS as it relates to training the force. Subtask 9. Contractor shall conduct bed space designation and assignment of military inmates into U.S. Army Correctional Facilities, coordinate bed space assignment with Sister Services and coordinate inmate transfers to the Federal Bureau of Prisons. Task 2. Corrections Victim Witness/Sex Offender Manager. Subtask 1. Contractor shall conduct examination and production of regulations to ensure compliance with relevant, statues, laws, and polices. Subtask 2. Contractor shall develop guidance for the field in managing facility Victim Witness and offender compliance programs. Subtask 3. Contractor shall analyze and advise on proposed program changes and produce manuals and directives covering all administrative aspects of facility operations for Sexual Offender Registration requirements.

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 4 of 52

Subtask 4. Contractor shall assist in the development of a project plan, for interpreting regulations and procedures, assisting in the evaluation of program funding, planning and organizing studies, cost estimates, staff management coordination. Subtask 5. Contractor shall conduct analysis of appropriate references for specific issues; manage workflow while ensuring program efficiency, effectiveness and regulatory compliance. Subtask 6. Contractor shall conduct analysis and formulate branch requirements for support necessary to ensure the efficient and effective management of the Victim Witness/Offender program for the Department of the Army. Subtask 7. Contractor shall assist in the development and planning of long-range program goals and evaluates regular input from the field to assess the effectiveness of program functions, productivity and accomplishments. Subtask 8. Contractor shall provide advice on program related issues, identification of decision-making alternatives where program compliance cannot be met through current procedural application. Subtask 9. Contractor shall conduct TAVs of correctional facilities. Subtask 10. Contractor shall prepare responses to time-sensitive taskers associated with the Army's correction polices. Subtask 11. Contractor shall prepare responses to Congressional, White House, Freedom of Information, and other public inquiries concerning Army corrections policies and regulations. Subtask 12. Contractor shall coordinate safe movement between gaining and losing facility and Sister-service of prisoner transfers as necessary. Subtask 13. Contractor shall provide effective telephonic communications assistance with victims and witnesses addressing their concerns about the program. Subtask 14. Contractor shall serve as action officer for office file management under the Army Records Information Management System (ARIMS). Subtask 15. Contractor shall perform limited monitoring of new DNA requirements. Subtask 16. Contractor shall prepare statistical reports, trend analysis and other data required to support the Army corrections program. 5. Travel. The Contractors will travel in support of Military Corrections and Internment Operations. Estimated travel includes the following: t Trip Destination Fort Sill, OK TRADOC ~ ~ ACA Conference Training_ Conference Max # Trips 2 2 2 1 I Max Days per Trip 5 I I 5 ! 5 5 I Max Personnel 2

Case 1:08-cv-00191-FMA 6. Deliverables. a. Products.

Document 9-3

Filed 07/18/2008

Page 5 of 52

(1) The Contractor will prepare and deliver written and/or oral assessments reports of work performed, as required by the COTR. (2) The Contractor shall submit Quarterly External Customer reviews to the COTR for the purpose of retrieving evaluation criteria of the contract. The Contractor shall keep a copy of all input for auditing purposes. b. Place of Delivery. HQDA, OPMG (DAPM-OPS), 2800 Army Pentagon, Washington, DC 20310-2800. 7. Control Procedures. The DAPM-OPS POC will be the governing authority for the effort and will assure necessary Government coordination and input. The Contractor will coordinate with the COTR for any travel requirements other than programmed local travel. Any other travel requirements will constitute a requirement for amendment to the delivery order. Travel may be required to locations above (Paragraph 5), during the execution of this delivery order. Travel will be lAW Joint Travel Regulation 2 and section H, paragraph H12 (Travel Time). All travel will be approved in advance by the COTR. 8. Government Furnished Support. DAPM-OPS will provide the Contractor with appropriate Government facilities, building passes/badges, communications, computers, equipment, supplies, and documentation along with other current information regarding the content, status and objectives of this Delivery Order as this data is identified or becomes available. The DAPMOPS POC is the governing authority for this effort and will assure necessary Government coordination and input. 9. Data Rights. The government owns the copyrights to all deliverables developed under this contract lAW DFARS Clause 252.227-7020 (Rights in Special Works-June 1995). Material developed under this contract will not be utilized outside of DAPM-OPS, unless authorized by COTR. 10. Period of Performance. 9 Dec 05 - 8 Dec 06 (base year), plus two (2) option years .. 11. Level of Effort. The government estimates level of effort to be two-man years. 12. Travel and Other Direct Cost Account Status Sheet. The Contractor will prepare each month an accounting sheet reflecting total funds allocated for travel and DAPM-OPS, funds expended for the month and reason for expenditure. 13. Government POCs. a. Contracting Officer Representative (COR). The OPMG COR for this effort is Ms. Shirley A. Freelon, DAPM-RMD, COM (703) 695-9319; FAX (703) 697-7653. b. Contracting Officer's Technical Representative (COTR). The COTR for this effort is LTC Anthony Cruz, DAPM-MPD-CI, COM (703) 695-8499; FAX (703) 695-8277.

4

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 6 of 52

c. Contract Monitor (CM). The CM for this effort is rvls. Tamika Leach, DAPM-OPS, COM (703) 695-9329; FAX (703) 693-6580.

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 7 of 52

EXHIBIT D

ORDER FOR 'PPLIES OR SERVICES Case 1:08-cv-00191-FMA Document 9-3 a0d papers wit~_~or order nur IMP_M_P_O_RTANT:!. DATE OF ORDERMark al! packagesCONTRACT NO, (If any) 2. 12/08/2005 NBCHD010004 NO. 4. REQUISITION/REFERENCE NO. 00040052 NBCHZ060435 5. ISSUING OFFICE (Address correspondence to) DOI - NBC, Ft. Huachuca AZ P.O. Box 12924 ATTN: Lisa A. Mattocks,520-533-0387 Fort Huachuca AZ 85670-2924 SHiP VIA

Filed 07/18/2008

Page 8 of 52

OF
~12

.. 6. SHIP TO: a. NAME OF CONSIGNEE No Shipping Information b. STREET ADDRESS

CITY

d. STATE e. ZIPCODE

7. TO: a. NAME OF CONTRACTOR b. COMPANY NAME Chenega Technology Services c. STREET ADDRESS 5971 Kingstowne Village Pkwy.,Suite 100 d. CITY e. STATE Tf. ZIP CODE Alexandria VA / 22315-5891 9. ACCOUNTING AND APPROPRIATION DATA 2006- -WH-6522- -252Z- -WHOTH- - -INBC!0- -1A .... 11. BUSINESS CLASSIFICATION .~] a. SMALL 12. F.O.B. POINT Destination 13. PLACE OF b. ACCEPTANCE (Chec_,k appropriate box(es)) ! : b OTHER THAN SMALL

8. TYPE OF ORDER

[ a. PURCHASE ~
REFERENCEYOUR: Please furnish the following on the terms and conditions specified on both sides of this order and on the attached sheet, if any, including delivery as indicated. b DELIVERY - Except for billing instructions on the reverse, this delivery order is subject 1o instructions contained on this side only of this form and is issued subject to the terms and conditions of the above-numbered contract.

10. REQUISITIONING OFFICE

LV.J C. DISADVANTAGED

_.~ d. WOMEN-OWNED 16, DISCOUNT TERMS 10 days 20 days 30 days ! 4 days % % % %

14. GOVERNMENT B/L NO, 15. DELIVER TO F.O.B. POINT ON OR BEFORE (Date)

ITEM NO. (a)

17. SCHEDULE (See reverse for Rejections) QUANTITY ORDERED SUPPLIES OR SERVICES (b) (c)

UNIT

(d)

UNIT PRICE (e)

AMOUNT

QUANTIT ACCEPTE

(f)

(g)

SEE LINE ITEM DETAIL

!8. SHIPPING POINT

19. GROSS SHIPPING WEIGHT

20. ,Nvo,cE 4o.
17(h) TOT. (C'on~
pages)

21. MAIL INVOICE TO:Teresa Gurule SEE BILLING NAME INSTRUCTIONS ON Dept of the Interior - National Business Center REVERSE b. STREET ADDRESS (or P.O. Box) Accounting Operations Branch 7301 W Marrsfi'eld Avenue d. STATE C. CITY /" ,"' Denver AMERICA BY (Signature)
HSN 7540-01i'r~vlotJ~; ~,(Jl[tl)[! {3o1 U}~lble

, ," ....... ~ i ., ,,'
~f'

//

!CO

e. ZIP CODE 80235-2230

$67,000.00

1 7(0 GRAND tOrAL

23. NAME (Typed) Dean R. Haskin I TITLE: CONTRACTING/ORDERING OFFICER
OPTIONAL FORM 347 {REV 6195) Prescnbed by GSA/FAR 48 ::FR

Case 1:08-cv-00191-FMA Document 9-3 Filed 07/18/2008 Page 9 of 52 If desired, this order (or a copy thereof) may be us~ j the Contractor as the Contractor's invoice, insteae separate ~nvoice,
provided the following statement, (signed and dated) is on (or attached to) the order: "Payment is requested in the amount of . No other invoice will be submitted." However, if the Contractor wishes to submit an invoice, the following information S 'be provided; contract number (if any), order number, item number(s), description of supplies or service, sizes, quantities, unit and extended totals. Prepaid shipping costs will be indicated as a separate item on the invoice. Where shipping costs S 10 (except for parcel post), the billing must be supported by a bill of lading or receipt. When several orders are invoiced to an ordering actNity during the same billing period, consolidated periodic billings are encouraged. RECEIVING REPORT Quantity in the "Quantity Accepted" column on the face of this order has been: [] inspected, by me and conforms to contract. Items listed below have been rejected for the reasons indicated. SHIPMENT PARTIAL DATE RECEIVED [] accepted, [] received DATE

S' ,r PLEMENTAL INVOICING INFORMATION

PAGE NO. 2of 12

SIGNATURE OF AUTHORIZED U.S. GOV'T REP.

NUMBER FINAL TOTAL CONTAINERS GROSS WEIGHT RECEIVED AT

TITLE

REPORT OF REJECTIONS ITEM NO. SUPPLIES OR SERVICES UNIT QUANTITY REJECTED REASON FOR REJECTION

OPTIONAL FORM 347 (REV. 6t95) BACK

ORDF ":OR Document 9-3 Case 1:08-cv-00191-FMA SUPPLIES OR SERVICES 07/18/2008 Filed S .~EDULE - CONTINUATION
IMPORTANT: Mark all packages and papers with contract and/or order numbers. CONTRACT NO. P,~TE OF ORDER 12/o8/2oo5 NBCHD010004 ITEM NO. (a) SUPPLIES OR SERVICES QUANTITY ORDERED UNIT (c) (d)

Page 10 of 52

PAGE NO. 3of12

ORDER NO. D0100040052 UNIT PRICE AMOUNT QUANTI ACCEPT

(b)

(e)

(f)

(g)

VERBAL AUTHORIZATION TO PROCEED GIVEN ON 12/8/05 BY DEAN HASKIN, CONTRACTING OFFICER.

0001

Technical Services The Contractor shall provide the necessary personnel to meet the requirements of the Performance Work Statement. The Contractor's proposal entitled "Corrections Branch" dated 1 December 2005 is hereby accepted and incorporated into the order. End Date Start Date 12/08/2001~ 12/09/2005 Travel All travel shall be conducted and reimbursed in accordance with FAR Part 31 Start Date 12/09/2005 End Date 12/08/2006

1.00 lot

388,643.800

388,643.80

0002

1.00 lot

11,865.420

11,865.42

TOTAL CARRIED FORWARD TO lST PAGE (ITEil!i 17i) ~ $400,509.22
NSN 7540-01-152-8082

OPTIONAL FORI~I 348 (10-83) Prescribed by GSA-FAR/48 CFR)

Title Documeot N ,ber i Contract Level1:08-cv-00191-FMA Document 9-3 Filed 07/18/2008 Case Corrections & Internment Analyst Do~o0o4o0~_

iFunding Summary

Page 11 of 52

Page 4ofl2

-WH-6522- -252Z- -WHOTH- - -INBC10- -IA .... $67,000,00 Reference Requisition: NBCHZ060435

Total Funding: $67,000.00

Case 1:08-cv-00191-FMA Document No. Award/Contract
DO 100040052

Document 9-3 TitleFiled 07/18/2008 Document
Corrections & Internment Anal,vst TABLE OFCONTENTS

Page 12 of 52
Page 5 of 5

COMMERCIAL CLAUSES 1 Contracting Officer's Representative 2 Incremental Funding 3 Invoice Instructions 4 Security Requirements 5 Statement of Work SECTION H -- Special Contract Requirements H. 1 Special Contract Requirements SECTION I -- Contract Clauses I. 1 Clauses By Reference

6 6 6 6 7 7 11 11 12 12

I

Document No. Case 1:08-cv-00191-FMA Award/Contract

Document Document 9-3Title Filed 07/18/2008 ,ffprrect,ions & !n!,emmen,! Anal~vst

Page 13 of 52

Page 6 of 6

DO 100040052

....OMMERCL~L CLAUSES CONTRACTING OFFICER'S REPRESENTATWE
The Contracting Ofticer's Representative for this order is: Ms. Shirley A. Freelong DAPM-RMD Phone: 703-695-9319 Fax: 703-697-7653

INCREMENTAL FUNDING
Of the total price of the contract, the sum of $67,000.00 is presently available for payment and allotted to this contract. It is anticipated from time to time additional funds will be allotted to this contract until the total price of these items is allotted. It is contemplated funds presently allotted to this contract will cover the work to be performed through 8 February 2006. For the purposes of the Limitation of Funds clause 52.232-22, this provision will be the "Schedule". Accordingly, the contractor is working at their own risk if funds are expended beyond those currently allotted to the contract at any given time.

INVOICE ~STRUCTIONS
contractor shall submit one (1) original invoice to the POC listed below and one (1) copy of the invoice to the Contract Administrator listed below. All invoices will be certified by the COR (Shirley Freelon). The certified invoice will be sent to the payment office for processing. Contractor shall submit one invoice only for all CLINS unless written authorization is obtained from the Contracting Ot~cer. PO.__F_C: Shirley Freelon DAPM-PdvID Phone: (703) 695-9319 Fax: (703) 697-7653
Contract Administrator: Yvorme Jennings, Contractor, ORI Services Department of the Interior National Business Center Acquisition & Property Management Division Southwest Branch, P.O. Box 12924 Fort Huachuca, AZ 85670-1294 Phone: {520) 538-0413 Fax: (520) 538-0415 Yvorme M [email protected]

Payment Office: Department of the Interior National Business Center ' Accounting Office : TTN: Teresa Gurule .... 7301 ',.Vest Manstield Avenue Denver, (70 80235
The certification to be completed by the Government Technical Rcpresentative shall contain the ~~llowing information:

I

Case 1:08-cv-00191-FMA Document No. Award/Contract
D0 100040052

Document 9-3 Document Title Filed 07/18/2008
Corrections & Internment ,\nalyst

Page 14 of 52

Page 7 of 7 I

:~me and Address of Certifier: ~elephone Number of Certifier: E-Mail Address of Certifier (if None, state so): Contract Number: Task Order Number: Invoice Number: Date of Invoice: Invoice Amount: Signature of Certifier: Date Cer'dfied:

4

S ECURITY REQUIRENIENTS

In accordance with FAR 52,204-2, Security Requirements, the attached DD 254, Department of Defense Contract Security Classification Specification, dated 8 December 2005 is hereby incorporated into the order.

STATEMENT OF WORK
STATEMENT OF WORK CORRECTIONS AND INTERNMENT ANALYST SUPPORT Objective and Scope

a. Objective. This Statement of Work is intended to provide technical assistance in support of Headquarters, Department of the Army (HQDA), Office of the Provost Marshal General (OPMG), Operations Division (DAPM-OPS), Corrections and Internment Branch operations mission. b. Scope. (1) The Contractor shall provide a broad range of technical support including policy and doctrinal development, gaining, requirements analysis, planning assistance, assessment execution, and corrections planning, integration, and execution. Several principal tasks within the scope of the contract provide Army planning, analyses, assessments, training, and education. These tasks may be applied to related and specific tasks envisioned being required in support of corrections and internment program and operations. The Contractor will provide a broad range of technical tasks supporting corrections and internment operations. Tasks include policy development, operational planning, trend and program analyses, conducting technical assistance visits, Army Corrections Information System (ACIS), Detainee Reporting System (DRS), and conduct training. (2) The contractor shall provide primary technical support as program specialist, advocate and local point for activities relating to the Army Corrections Victim and Witness Assistance Program and Sexual Offender Registration. Develop and implement specific program activities within the ACS that promote compliance with such victim-witness laws as the Victims and Witness Protection Act of 1982, the Comprehensive Crime Control Act of 1984 Victims of Crime Act), the Crime Control Act of 1990. Jacob Wetterling Crimes Against Children and Sexually Violent Offender Registration Act of 1994, Megan's Law of 1995, DOD and DODI 1030.1 and 1030.2 and Army Regulation 27-10, Army Regulation 190-47 through reviews and on-site assists. Pro~ammatic activities include establishing and maintaining mutual communications between all ACS facilities, DoD Service facilities, Federal state, and local law enforcement agencies and organization while promoting the rights of victims and witnesses under applicable laws and regulations. Work is accomplished by analyzing ACS programs and audiences, identifying the informational needs of victims and witnesses and ~:'tc lities xvithin the ACS, developing and disseminating relevant information through appropriate media and ensuring that DoD and I, CS victim witness activities are promoted through a comprehensive victim-witness program. 2. Background

Award/Contract I,

Case 1:08-cv-00191-FMA Document No.
DO 100040052

Document 9-3 Title Filed 07/18/2008 Document
Corrections & I!~telTtmen[.. Anal,vst ,,

Page 15 of 52

Page 8 of 8 1

...... a. OPMG serves as the Department of the Army (DA) focal point for corrections and internment operations worldwide. In )ordance with AR 190-47, OPMG provides policy for oversight for the Army Corrections System and conducts Azmual Technical Assistance Visits (I'AVs). b. The Army is the Department of Defense (DOD) Executive Agent for long-term corrections and for the Administration of the DoD Enemy Prisoner of War Detainee program. 3. Security Requirements. Security will be IAW DD Form 254 (DOD Contract Security Classification Specification). Contractor persmmel will have a "Fop Secret clearance and be eligible to gain a clearance at the SCI level. 4. Tasks. The Contract Company will provide highly qualified experienced corrections personnel to fill the corrections positions. Included in this Statement of Work (SOW) are the following tasks to be performed by the contractor throughout the duration of the Period of Performance (POP):
Task 1: Senior Corrections Analyst. Subtask l. Contractor shall research and prepare the revisions to all Army corrections regulations.

Subtask 2. Contractor shall prepare responses to Congressional, White House, Freedom of Infornmtion, and other public inquiries concerning Army corrections policies and regulations. Subtask 3. Contractor shall prepare statistical reports, trend analysis and other data required to support the Army corrections program. Subtask 4. Contractor shall perform initial review of problem reports and recommendations for enhancement of the ACIS program. Subtask 5. Contractor shall review ACIS application system users manuals, conduct software application testing, and assist in ,. i~aining sessions. Subtask 6. Contractor shall process new accounts, manages existing accounts and serves as the system administrator for sister Service military installations that utilize ACIS where Army soldiers are confined. Subtask 7. Contractor shall conduct TAVs of correctional facilities and contingency detention facilities. Subtask 8. Contractor shall coordinate with U.S. Army Military Police School on establishment, implementation and ongoing updates of ACIS as it relates to training the force. Subtask 9. Contractor shall conduct bed space designation and assigmnent of military inmates into U.S. Army Correctional Facilities, coordinate bed space assignment with Sister Services and coordinate inmate transfers to the Federal Bureau of Prisons. Task 2. Corrections Victim Witness/Sex Offender Manager. Subtask l. Contractor shall conduct examination and production of regulations to ensure compliance with relevant, statues, laws, and polices. Subtask 2. Contractor shall develop guidance for the field in managing facility Victim Witness and offender compliance programs. Subtask 3. Contractor shall analyze and advise on proposed program changes and produce manuals and directives covering all administrative aspects of facility operations for Sexual Offender Registration requirements. Subtask 4. Contractor shall assist in the development of a project plan, for interpreting regulations and procedures, assisting in the evaluation of program funding, planning and organizing studies, cost estimates, staff management coordination, qubtask 5. Contractor shall conduct analysis of appropriate retErences lbr specific issues; manage workflow while ensuring program ;fficiency, effectiveness and regulatory compliance.
Submsk 6. Contractor shall conduct analysis and formulate branch requirements tbr support necessary to ensure the efficient and effective management of the Victim Witness/Offender program ibr the Department of the Army,

Case 1:08-cv-00191-FMA Award/Contract Document No.
D0100040052

Document 9-3 Title Filed 07/18/2008 Document
Corrections & Internment Analyst

Page 16 of 52

Page 9 of 9

.... :i'?ubtask 7 Cont,'actor shall assist in the development and plam~ing of long-range program goals and evaluates regular input from the )ld to assess ~he effectiveness of program functions, productivity and accomplishments. Subtask ,3. Contractor shall provide advice on program related issues, identification of decision-making alternatives where program compliance cannot be met through current procedural application. Subtask 9. Contractor shall conduct TAVs of correctional facilities. Subtask 10. Contractor shall prepare responses to time-sensitive taskers associated with the Army's correction polices. Subtask 11. Contractor shall prepare responses to Congressional, White House, Freedom of Information. and other public inquiries concerning Army corrections policies and regulations. Subtask ! 2. Contractor shall coordinate sate movement between gaining and losing facility and Sister-service of prisoner transfers as necessary. Subtask 13. Contractor shall provide effective telephonic communications assistance with victims and witnesses addressing their concerns about the program. Subtask 14. Contractor shall serve as action officer for office file management under the Army Records Information Management System (ARIMS). Subtask 15. Contractor shall pertbrrn limited monitoring of new DNA requirements. Subtask 16. Contractor shall prepare statistical reports, trend analysis and other data required to support the Army corrections program. The Contractors will travel in support of Military Corrections and Internment Operations. Estimated travel includes the Trip Destination Max # Trips 5 Fort Sill, OK 2 5 TRADOC 2 5 ACA Conference 2 1 Training Conference 6. Deliverables. a. Products. (l) The Contractor will prepare and deliver written and/or oral assessments reports of work performed, as required by the COTR. (2) The Contractor shall submit Quarterly External Customer reviews to the COTR for the purpose of retrieving evaluation criteria of the contract. The Contractor shall keep a copy of all input for auditing purposes. b. Place of Delivery. HQDA, OPMG (DAPM-OPS), 2800 Army Pentagon, Washington, DC 20310-2800. 7. Control Procedures. The DAPM-OPS POC will be the governing authority for the effort and will assure necessary Government coordination and input. The Contractor will coordinate with the COTR for any travel requirements other than programmed local travel. Any other travel requirements will constitute a requirement for amendment to the delivery order. Travel may be required to locations above (Paragraph 5). during the execution of this deiivery order. Travel will be IAW Joint Travel Regulation 2 and section H, paragraph HI2 (Travel Time). All travel will be approved in advance by the COTR.
i! Government Furnished Support. DAPM-OPS will provide the Contractor with appropriate Government facilities, building passes/badges, communications, computers, equipment, supplies, and documentation along with other current intbrmafion regarding the contc'nt, status and objectives of th~s Delivery Order as this data is identified or becomes available. The DAPM-OPS POC is the governing authority Ibr this effort and will assure necessary Government coordination and input.

Max Days per Trip 2 2 1 5 1

Max Personnel

Case 1:08-cv-00191-FMA Award/Contract
DO [ 00040052 ,,',, Document No.

Document 9-3 Title Filed 07/18/2008 Document
Co~'ections & Internment,Analyst

Page 17 of 52
Page 10 of 10

Data Rights. The government owns the cop~ights to all deliverables developed under this contract IAW DFARS Clause 252.227.1.20 (Rights in Special Works-June 1995). Material developed under this contract will not be utilized outside of DAPM-OPS, unless ~thorized by COTR. I0. Period ofPerfommnce. 9 Dec 05 - 8 Dec 06 (base year), plus two (2) option years.,
1 !. Level of Effort. The govertm-~ent estimates level of effort to be two-man years.

12. "fravel and Other Direct Cost Accotmt Status Sheet. The Contractor will prepare each month an accounting sheet reflecting tota! t\mds allocated tot travel and DAPM-OPS, f~mds expended for the month and reason for expenditure. 13. Govenm~ent POCs. a. Contracting Officer Representative (COR). The OPMG COR for this effort is Ms. Shirley A. Freelon, DAPM-RMD, COM (703) 695-9319; FAX (703) 697-7653. b. Contracting Officer's Tectmical Representative (COTR.). The COTR for this effort is LTC Anthony Cruz, DAPM-MPD-CI, COM (703) 695-8499; FAX (703) 695-8277. c. Contract Monitor (CM). The CIVl for this effort is Ms. Tamika Leach, DAPM-OPS, COM (703) 695-9329; FAX (703) 6936580.

Case 1:08-cv-00191-FMA Award/Contract Document No.
D0100040052

Document 9-3

Document Title ColTections & Interlm~ent Anal_.,vst

Filed 07/18/2008

Page 18 of 52

l

Pa~,ell ofll

:~,CTIO~ H -- SPECIAL CONTRACT REQUIREMENTS
H. 1 SPECIAL CONTI%'4CT REQUIREMENTS

This contr.act shall not be consmied or modified to provide for intenogation or human intelli~ence~ services, includin~ requirements related to mterroaation, screening of foreign detainees, an&or linguists and translators associated with the interrotzation or screening process. ~

I

Case 1:08-cv-00191-FMA Document No. Award/Contract
DO 100040052

Document 9-3 Title Filed 07/18/2008 Document
Corrections & In[errm~ent Anal~vst

Page 19 of 52

Page 12 of 12

,.CTION I -- CONTRACT CLAUSES
I. 1 52.252-02 CLAUSES INCORPORATED BY REFERENCE

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): h t__tp :/,'w vv w. a rnet. ~ov! far/ h~ ','farsite. h ill.a f. m i I/v ft'a," i .htm http://ios doi.~ov/~uniaindex.html

Clause
52.204-02 DFARS 252.204-705

Title

Security R~qu!rements ....
Oral Attestation of Security, .Requirem~,,nts ...........
Limitation Of Funds ....

Date August 1996
Dec 2002 April 1984

52.232-22

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 20 of 52

Y I 2, AMENDMENT/MODIFICATION0001 NO. 3. EFFECTIVE01/3112006 DATE 4. REQUISITION/PURCHASEsee Lines REQ. NO. 5, PROJECT NO. (If applicable)

1 of 9

UED48c, BYFt. Huachuca AZ CODE ~ 00063 P,,..,. Box 12924,ATTN: Yvonne M, Jennings,520-538-0413 Fort Huachuca, AZ 85670-2924-

7. ADMINISTERED BY (If other than Item 6) CODE[

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and Zip Code)

9A. AMENDMENT OF SOLICITATION NO.

Chenega Technology Services 5971 Kingstowne Village Pkwy.,Suite 100 Alexandria, VA 22315-5891 CODE *
(X)

DATED (SEE ITEM 11)

(x) 10A. MODIFICATION OF CONTRACT/ORDER NO. NBCHD0100041 D0100040052
IFACILITY CODE
10B, DATED 12/08/2005 (SEEITEM 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 extended, [---] is not extended.

Offers must acknowledge receipt of this amendment pdor 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 __ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate/et~er or telegram which Includes a reference to {:he soticffation and amendment numbers, FAILURE OF YOUR ACKNOWLEDGMENT 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 sellcitatien and this amendment, and is received prior 1o the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required) 2006- -WH-6522- -252Z- -WHOTH- - -INBC10- -1B .... $333,509.22
13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. CHPCK ON 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 CONTRACT/ORDER IS MODIFIED TO REFI' ECT 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) FAR 52.243-3 "Changes, Time-and-Material and Labor Hours (09100)"

E. IMPORTANT: Contractor [] is not, [~] is required to sign this document and return __ copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

SEE BLOCK 14 CONTINUATION FOR DESCRIPTION OF MODIFICATION

~"~eot as provided herein, all terms and conditions of the document referenced in I~em 9A or 10A, as herelolore changed, remains un.£hange~orse and effect, NAME AND TITLE OF SIGNER(Typ~ Orprint) 16A, NAME AND TITEE OF C.,~T/~CTING OFFICER(Type orpdnt)

I Dean R. Has~kin..._.---'~,/~_.~.~...,_,___.~
15B. co'NTRA~TOR/0FFEROR 15C. DATE SIGNED 16B. United S~

,

16CI DATE SIGNED

....

(Signature of person authorized to si[m)

I
I

I~v
I

(Si[l#'a~-of Contractin9 Officer)

k/~/Z:~.,.---'~~~

~

I~.,,~"^ ~/,
1 ~,~ ~--~./ ~
53,243

UNUSABLE

Case 1:08-cv-00191-FMA

Document 9-3
Title

Filed 07/18/2008

Page 21 of 52
Page 2 of 9

ILine item Summary
Total Funding: Ys Division Fund

Document Num DO10004005Z/Ou~, S400,509.22 Budget Org Sub Object Class Sub

Corrections & Internment Analyst

Program

Cost Org Sub

Proj/Job No. Sub Reporting Category

Closed FYs Cancelled Fund

Line Item Number Description

Delivery Date (Start date to End date) Quantity

Unit of Issue

Unit Price

Total Cost

0003

Technical Services - OPTION YEAR 1

12/09/2006

1.00

lot

$404,175.56

(12/09/2006 to 12/08/2007) This is a New Line The Contractor shall provide the nec6ssary personnel to meet the requirements of the Performance Work Statement. The Contractor's proposal entitled "Corrections Branch" dated 8 February 2006 is hereby accepted and incorporated into the order.

$404,175, 56 OPTION PERIOD

3004

Travel - OPTION YEAR 1

12/09/2006

1,00

lot

$12,393.43

(12/09/2006 to 12/08/2007) This is a New Line AJJ trave~ shaJI be conducted and reimbursed in accordance with FAR Par~ 31.

$12,393,43 OPTION PERIOD

0005

Technical Services - OPTION YEAR 2

12/09/2007
(12J09/2007 to 01/31/2008)

1.00

lot

$420,350.92

$420,350.92 OPTION PERIOD

This is a New Line The Contractor shall provide the necessary personnel to meet the requirements of the Performance Work Statement. The Contractor's proposal entitled "Corrections Branch" dated 8 February 2006 is hereby accepted and incorporated into the order.

OO06

Travel - OPTION YEAR 1

12/09/2007

1.00

lot

$13,013.11

(1 2/09/2007 to 01/31/2008) This is a New Line All travel shall be conducted and reimbursed in accordance with FAR Part 31.

$13,013.11 OPTION PERIOD

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 22 of 52
Page 3 of 9

Line ~tem Summary

Document NunDO 100040052/0,~,~ ~ Corrections & Internment Analyst [ Title

Line Item Number Description

Delivery Date (Start date to End date) Quantity

Unit of Issue

Unit Price

Total Cost

Previous Total:

$67,000.00

Modification Total: $333,509.22 Grand Total: $400,509.22 (Includes Discounts)

Case 1:08-cv-00191-FMA

Document 9-3
Title

Filed 07/18/2008

Page 23 of 52
Page 4 of 9

Contract Leve~ Funding Summary

Document D0100040052/v,,,~

Corrections & Internment Analyst

"tin_q Stril~ Code ¯ -WH-6522- -252Z- -WHOTH- -

Change in Funded Amount -INBCIO- -1B .... $333.509.22

Reference Requisition: NBCHZ060681

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 24 of 52

l

Award/Contract Modification

Document No.

DO 100040052/0001

Document Title Corrections & Intermnent Analyst

Page 5 of 9

TABLE OF CONTENTS COMMERCIAL CLAUSES 1 BLOCK 14 CONTINUATION 2 Incremental Funding 3 Invoice Instructions 5 Statement of Work 6 Personal Identity Verification of Contractor Personnel. 6 6 6 7 7 9

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 25 of 52

i

Award/Contract I

Document No.

Modification

D0100040052/000I

Document Title Corrections & Internment Analyst

Page 6 of 9 ]

'OMMERCIAL CLAUSES 1. BLOCK 14 CONTINUATION

The purpose of this modification is to add Option Years ! & 2 (CLIN 0003, 0004, 0005 & 0006) wl~ich was inadvertently left off contract and to provide an increment of funding, update Payment Office information, update Contracting Officer's Technical Representative (COTR), incoorporating Clause 52.204-9 and adding Contractor Personnel Security and Suitability Requirements into the Statement of Work. A. Option Year 1 (CLIN 0003, CL1N 0004) and Option Year 2 (CLIN 0005, CLIN 0006) are added to contract as shown: CLIN 0003: Estimated value is increased by $ 404, I75.56 from $ 0.00 to $ 404,175.56. CLIN 0004: Estimated value is increased by $ 12,393.43 from $ 0.00 to $ 12,393.43. CLIN 0005: Estimated value is increased by $ 420,350.92 from $ 0.00 to $ 420,350.92. CLIN0006: Estimated value is increased by $ 13,013.11from $ 0.00 to $ 13,013.11. B. This modification is being issued to apply incremental funding to the base year in the amount of $ 333,509.22. C, As a result of the inclusive of options, the estimated contract value is increased by $ 849,933.02 from $ 400,509.22 to $ 1,250,442.24. D. The total obligated value is hereby increased by $ 333,509.22 from $ 67,000.00 to $ 400,509.22. E. Payment Office in Commercial Clause 3, Invoice Instructions is updated with the following information: Dept of the Interior -National Business Center ATTN: Denver Payment Office National Business Center - Denver Fiscal Support Section - D2777-FH 7301 W. Mansfield Denver, CO 80235-2230 Phone: (303) 969-5879 Fax: (303) 969-6631 F. The Contracting Officer's Technical Representative (COTR) on this order is changed from LTC Anthony Cruz to MAJ Alexander Conyers, DAPM-MPD-CI, COM (703) 695-8499, FAX (703) 695-8227, Email: [email protected]. G. Clause 52.204-9, Personal Identity Verification of Contract Personnel (PIV) is hereby added. H. Paragraph 14.0, Contractor Personnel Security and Suitability Requirements, is added to Statement of Work. I. The period of performance remains unchanged through 12/08/2006.

2.

INCREi~E~-i~ING

Of the total price of the contract, the sum of $ 400,509.22 is presently available for payment and allotted to this contract. It is contemplated funds presently allotted to this contract will cover the work to be performed through 8 December 2006. For the 'urposes of the Limitation of Funds clause 52.232-22, this provision will be the "Schedule". Accordingly, the contractor is working at their own risk if funds are expended beyond those currently allotted to the contract at any given time.

Case 1:08-cv-00191-FMA Award/Contract Modification
Document No.

Document 9-3

Filed 07/18/2008

Page 26 of 52
Page 7 of 9

DO 1000400521000

Document Title Corrections & Internment Analyst

INVOICE INSTRUCTIONS
The contractor shall submit one (1) original invoice to the POC listed below and one (1) copy of the invoice to the Contract Administrator listed below. All invoices will be certified by the COR (Shirley Freelon). The certified invoice will be sent to the payment office for processing. Contractor shall submit one invoice only for all CLINS unless written authorization is obtained from the Contracting Officer. PO___C_C: Shirley Freelon DAPM-tLMD Phone: (703) 695-9319 Fax: (703) 697-7653 Contract Administrator: Yvonne k. Moreno (Jennings), Contractor, ORI Services Department of the Interior National Business Center Acquisition & Property Management Division Southwest Branch, P.O. Box 12924 Fort Huachuca, AZ 85670-1294 Phone: (520) 538-0413 Fax: (520) 538-0415 Yvorme L [email protected]
Payment Office: 'ept of the Interior -National Business Center ~TTN: Denver Payment Office National Business Center - Denver Fisca! Support Section - D2777-FH 7301 W. Mansfield Denver, CO 80235-2230 Phone: (303) 969-5879 Fax: (303) 969-6631

The certification to be completed by the Government Technical Representative shall contain the following information: Name and Address of Certifier: Telephone Number of Certifier: E-Mail Address of Certifier (if None, state so): Contract Number: Task Order Number: Invoice Number: Date of Invoice: Invoice Amount: Signature of Certifier: Date Certified: ............

5.

STATEMENT OF WORK

STATEMENT OF WORK CORRECTIONS AND INTERNMENT ANALYST SUPPORT 13. Government POCs.

Case 1:08-cv-00191-FMA Award/Contract M odificatio n | Document No. ~. Do 10o040052/000

Document 9-3

Filed 07/18/2008

Page 27 of 52
Page 8 of 9 i

Document Title Corrections & Internment Analyst

a. Contracting Officer Representative (COR). The OPMG COR for this effort is Ms. Shirley A. Freelon, DAPM-RMD, COM (703) 695-9319; FAX (703) 697-7653.
b. Contracting Officer's Technical Representative (COTR). The COTR for this effort is MAJ Alexander Conyers, DAPM3"IPD-CI, COM (703) 695-8499; FAX (703) 695-8277, Emaih [email protected].

c. Contract Monitor (CM). The CM for this effort is Ms. Tamika Leach, DAPM-OPS, COM (703) 695-9329; FAX (703) 6936580. 14. Contractor Personnel Security and Suitability Requirements Performance of this contract requires contractor personnel to have a Federal government-issued personal identification card before being allowed unsupervised access to any federally owned facility and/or information system. The Contracting Officer's Representative (COR) will be the sponsoring official, and will make the arrangements for personal identify verification and card issuance. At least two weeks before start of contract performance, the Contractor will identify all contractor and subcontractor personnel who will require physical and/or logical access for performance of work under this contract. The Contractor must make their personnel available at the place and time specified by the COR in order to initiate screening and background investigations. The following forms, or their equivalent, may be used to initiate the credentialing process: o OPM Standard Form 85 or 85P o OF 306 o Fingerprint card (local procedures may require the fingerprinting to be done at a police station; in this case, any charges are to be borne by the contractor.) o Release to Obtain Credit Information o PIV card application (web-based) Contractor employees are required to give, and to authorize others to give, full, frank, and truthful answers to relevant and material questions needed to reach a suitability determination. Refusal or failure to furnish or authorize provision of information may constitute grounds for denial or revocation of credentials. Government personnel may contact the contractor personnel being screened or investigated in person, by telephone or in writing, and the Contractor agrees to make them available for such contact. Alternatively, if an individual has already been credentialed by another agency, and that credential has not yet expired, further investigation may not be necessary. Provide the COR with documentation that supports the individual's status. During performance of the contract, the Contractor will keep the COR apprised of changes in personnel to ensure that performance is not delayed by compliance with credentialing processes. Cards that have been lost, damaged, or stolen must be reported to the COR and Issuing Office within 24 hours. Replacement will be at the contractor's expense. If re-issuance of expired credentials is needed, it will be coordinated through the COR. At the end of contract performance, or when a contractor employee is no longer working under this contract, the Contractor will ensure that all identification cards are returned to the COR. Before starting work under this contract, a National Agency Check (NAC) will be conducted to verify the identity of the individual applying for clearance. Upon successful completion of the NAC process, an identification card will be issued and access granted. Simultaneously, a NAC with Inquiries (NACI) will be initiated to determine the individual's suitability for the position. If the NACI adjudication is favorable, nothing more needs to be done. If the adjudication is unfavorable, the credentials will be revoked. In the event of a disagreement between the Contractor and the Government concerning the suitability of an individual to perform work under this contract, the Contracting Officer shall have the right of final determination. IOTE: This requirement must be incorporated into any subcontracts that require subcontractor personnel to have routine and regular unsupervised access to a federally controlled facility for more than 180 calendar days or unsupervised access to a federally controlled Level 3 or 4 information system.

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 28 of 52
Page 9 of 9

Award/Contract Modification
o. 52.204-09

Document No.

D0100040052/0001

Document Title Corrections & Internment Analyst

PERSONAL IDENTITY VERWICATION OF CONTRACTOR JANUARY 2006 PERSONNEL.

(a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have physical access to a federallycontrolled facility or access to a Federal information system. (End of clause)

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 29 of 52

EXI-IIBIT E

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 30 of 52

"Leach, Tamika J GS-11 USA DA AOC OPtvlG" 11/20/2006 10:13 AM

To: Dean R Hask~n/NBC/OS/DOI@DOI cc: "Conyers, Alexander MAJ USA DA AOC ©PMG" , "Patterson, Gerald Sr GS-13 USA DA AOC OPMG" , "Lawhorn, Patficia E" , "Headen, Mary F CTR USA DA AOC OPMG \(Eskridge Research Corp\)" , "Mock, Randal L LTC USA DA AOC OPMG" Subject: FW: FW: Corrections Contract NBCHD010004/DO1000040052

Classification: U~CLASSIFIED Caveats: FOUO Mr. Haskin: Per our conversation .... The office of the Provost Marshal General (OPMG) would like to exercise option Year 1 (9 Dec 06 8 Dec 07) on subject contract (Delivery Order). Attached is the Statement of Work (SOW). The only change to the SOW is the period of performance and the COTR is now LTC Alexander Conyers. Please send us a Cost Estimate so The sooner that we can get a MIPR completed and funding sent to you. the better since 9 Dec is right around the corner.
Thanks, Tamika Leach OPMG, Operaticns Division COM: (703) 695-9329 DSN: 225-9329

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 31 of 52

EXHIBIT F

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 32 of 52

STATEMENT OF WORK CORRECTIONS AND INTERNMENT ANALYST SUPPORT 1. Objective and Scope a. Objective. This Statement of Work is intended to provide technical assistance in support of Headquarters, Department of the Army (HQDA), Office of the Provost Marshal General (OPMG), Operations Division (DAPM-OPS), Corrections and Internment Branch operations mission. b. Scope. (1) The Contractor shall provide a broad range of technical support including policy and doctrinal development, training, requirements analysis, planning assistance, assessment execution, and corrections planning, integration, and execution. Several principal tasks within the scope of the contract provide Army planning, analyses, assessments, training, and education. These tasks may be applied to related and specific tasks envisioned being required in support of corrections and internment program and operations. The Contractor will provide a broad range of technical tasks supporting corrections and internment operations. Tasks include policy development, operational planning, trend and program analyses, conducting technical assistance visits, Army Corrections Information System (ACIS), Detainee Reporting System (DRS), and conduct training. (2) The contractor shall provide primary technical support as program specialist, advocate and focal point for activities relating to the Army Corrections Victim and Witness Assistance Program and Sexual Offender Registration. Develop and implement specific program activities within the ACS that promote compliance with such victim-witness laws as the Victims and Witness Protection Act of 1982, the Comprehensive Crime Control Act of 1984 Victims of Crime Act), the Crime Control Act of 1990, Jacob Wetterling Crimes Against Children and Sexually Violent Offender Registration Act of 1994, Megan's Law of 1995, DOD and DODI 1030.1 and 1030.2 and Army Regulation 27-10, Army Regulation 190-47 through reviews and on-site assists. Programmatic activities include establishing and maintaining mutual communications between all ACS facilities, DoD Service facilities, Federal state, and local law enforcement agencies and organization while promoting the rights of victims and witnesses under applicable laws and regulations. Work is accomplished by analyzing ACS programs and audiences, identifying the informational needs of victims and witnesses and facilities within the ACS, developing and disseminating relevant information through appropriate media and ensuring that DoD and ACS victim witness activities are promoted through a comprehensive victim-witness program. 2. Background a. OPMG serves as the Department of the Army (DA) focal point for corrections and internment operations worldwide. In accordance with AR 190-47, OPMG provides policy for oversight for the Army Corrections System and conducts Annual Technical Assistance Visits (TAVs). b. The Army is the Department of Defense (DOD) Executive Agent for long-term corrections and for the Administration of the DoD Enemy Prisoner of War Detainee program.

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 33 of 52

3. Security Requirements. Security will be lAW DD Form 254 (DOD Contract Security Classification Specification). Contractor personnel will have a Top Secret clearance and be eligible to gain a clearance at the SCI level. 4. Tasks. The Contract Company will provide highly qualified experienced corrections personnel to fill the corrections positions. Included in this Statement of Work (SOW) are the following tasks to be performed by the contractor throughout the duration of the Period of Performance (POP): Task 1 Senior Corrections Analyst. Subtask 1. Contractor shall research and prepare the revisions to all Army corrections regulations. Subtask 2. Contractor shall prepare responses to Congressional, White House, Freedom of Information, and other public inquiries concerning Army corrections policies and regulations. Subtask 3. Contractor shall prepare statistical reports, trend analysis and other data required to support the Army corrections program. Subtask 4. Contractor shall perform initial review of problem reports and recommendations for enhancement of the AClS program. Subtask 5. Contractor shall review AClS application system users manuals, conduct software application testing, and assist in training sessions. Subtask 6. Contractor shall process new accounts, manages existing accounts and serves as the system administrator for sister Service military installations that utilize AClS where Army soldiers are confined. Subtask 7. Contractor shall conduct TAVs of correctional facilities and contingency detention facilities. Subtask 8. Contractor shall coordinate with U.S. Army Military Police School on establishment, implementation and ongoing updates of AClS as it relates to training the force. Subtask 9. Contractor shall conduct bed space designation and assignment of military inmates into U.S. Army Correctional Facilities, coordinate bed space assignment with Sister Services and coordinate inmate transfers to the Federal Bureau of Prisons. Task 2. Corrections Victim Witness/Sex Offender Manager. Subtask 1. Contractor shall conduct examination and production of regulations to ensure compliance with relevant, statues, laws, and polices. Subtask 2. Contractor shall develop guidance for the field in managing facility Victim Witness and offender compliance programs. Subtask 3. Contractor shall analyze and advise on proposed program changes and produce manuals and directives covering all administrative aspects of facility operations for Sexual Offender Registration requirements.

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 34 of 52

Subtask 4. Contractor shall assist in the development of a project plan, for interpreting regulations and procedures, assisting in the evaluation of program funding, planning and organizing studies, cost estimates, staff management coordination. Subtask 5. Contractor shall conduct analysis of appropriate references for specific issues; manage workflow while ensuring program efficiency, effectiveness and regulatory compliance. Subtask 6. Contractor shall conduct analysis and formulate branch requirements for support necessary to ensure the efficient and effective management of the Victim Witness/Offender program for the Department of the Army. Subtask 7. Contractor shall assist in the development and planning of long-range program goals and evaluates regular input from the field to assess the effectiveness of program functions, productivity and accomplishments. Subtask 8. Contractor shall provide advice on program related issues, identification of decision-making alternatives where program compliance cannot be met through current procedural application. Subtask 9. Contractor shall conduct TAVs of correctional facilities. Subtask 10. Contractor shall prepare responses to time-sensitive taskers associated with the Army's correction polices. Subtask 11. Contractor shall prepare responses to Congressional, White House, Freedom of Information, and other public inquiries concerning Army corrections policies and regulations. Subtask 12. Contractor shall coordinate safe movement between gaining and losing facility and Sister-service of prisoner transfers as necessary. Subtask 13. Contractor shall provide effective telephonic communications assistance with victims and witnesses addressing their concerns about the program. Subtask 14. Contractor shall serve as action officer for office file management under the Army Records Information Management System (ARIMS). Subtask 15. Contractor shall perform limited monitoring of new DNA requirements. Subtask 16. Contractor shall prepare statistical reports, trend analysis and other data required to support the Army corrections program. 5. Travel. The Contractors will travel in support of Military Corrections and Internment ©perations. Estimated travel includes the following: Trip Destination Fort Sill, OK TRADOC ACA Conference ~___T_r_~!n_i__n_,,q Conference I t t ! [ Max # Trips 2 2 2 1 I Max Days per Trip ' 5 5 t 5 I 5 ! I ! i t Max Personnel 2 2 1 1

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 35 of 52

6. Deliverables. a. Products. (1) The Contractor will prepare and deliver written and/or oral assessments reports of work performed, as required by the COTR. (2) The Contractor shall submit Quarterly External Customer reviews to the COTR for the purpose of retrieving evaluation criteria of the contract. The Contractor shall keep a copy of all input for auditing purposes. b. Place of Delivery. HQDA, OPMG (DAPM-OPS), 2800 Army Pentagon, Washington, DC 20310-2800. 7. Control Procedures. The DAPM-OPS POC will be the governing authority for the effort and will assure necessary Government coordination and input. The Contractor will coordinate with the COTR for any travel requirements other than programmed local travel. Any other travel requirements will constitute a requirement for amendment to the delivery order. Travel may be required to locations above (Paragraph 5), during the execution of this delivery order. Travel will be lAW Joint Travel Regulation 2 and section H, paragraph H12 (Travel Time). All travel will be approved in advance by the COTR. 8. Government Furnished Support. DAPM-OPS will provide the Contractor with appropriate Government facilities, building passes/badges, communications, computers, equipment, supplies, and documentation along with other current information regarding the content, status and objectives of this Delivery Order as this data is identified or becomes available. The DAPMOPS POC is the governing authority for this effort and will assure necessary Government coordination and input. 9. Data Rights. The government owns the copyrights to all detiverables developed under this contract lAW DFARS Clause 252.227-7020 (Rights in Special Works-June 1995). Material developed under this contract will not be utilized outside of DAPM-OPS, unless authorized by COTR. 10. Period of Performance. 9 Dec 06 - 8 Dec 07. 11. Level of Effort. The government estimates level of effort to be two-man years. 12. Travel and Other Direct Cost Account Status Sheet. The Contractor will prepare each month an accounting sheet reflecting total funds allocated for travel and DAPM-OPS, funds expended for the month and reason for expenditure. 13. Government POCs. a. Contracting Officer Representative (COR). The OPMG COR for this effort is Ms. Shirley A. Freelon, DAPM-RMD, COM (703) 695-9319; FAX (703) 697-7653. b. Contracting Officer's Technical Representative (COTR). The COTR for this effort is LTC Alexander Conyers, DAPM-MPD-Cl, COM (703) 695-8499; FAX (703) 695-8277.

4

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 36 of 52

c. Contract Monitor (CM). The CM for this effort is Ms. Tamika Leach, DAPM-OPS, COM (703) 695-9329; FAX (703) 693-6580.

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 37 of 52

EXHIBIT G

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 38 of 52

Dean R Haskin 11/21i2006 07:00 AM

To: "Leach, Tamika J GS-11 USA DA AOC OPMG"
cc:

Subject: RE: FW: FW: Corrections Contract NBCHD0 !0004 ,~ DQ 1000040052 (UNCLASSIFIED)~j There is a service fee for every action. As of 1 Oct, our fee is 2.5%. If an adjustment is POP is necessary, it will be made when we exercise the option. FYI - as a minimum, we require at least 60 days to complete a contract action. With our present workload and resources, we cannot guarantee that everything that is necessary to complele this action will be done prior to the current POP expiration date. You may want to expedite the funds and send them to us soonest. Dean DEAN R. HASKIN DOI/NBC ACQUISITION SERVICES DIVISION SOUTHWEST BRANCH PO BOX 12924 Fort Huachuca, AZ 85670-2924 Phone: 520.538.0396; Fax 520.538.0415 Dean R [email protected] "Leach, Tamika J GS-11 USA DA AOC OPMG"

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 39 of 52

EXHIBIT H

From: [email protected] Document 9-3 Case 1:08-cv-00191-FMA [mailto:[email protected]] Filed 07/18/2008

Sent: Friday, December 01, 2006 12:48 PM To: Leach, Tamika .] GS-11 USA DA AOC OPMG Cc: Conyers, Alexander MAJ USA DA AOC OPNG; Headen, Mary F CTR USA DA AOC OPMG (Es Research Corp); Lawhom, Patricia E; Mock, Randal L LTC USA DA AOC OPNG; Trucks, Susan [email protected] Subje~: RE: Contract NBCHD010004-0052

Page 40 of 52

As of today, we have NOT received any funding to exercise the next option period under this ta,, The current performance period ends on the 8th of December. Since there are only 5 working the current performance period, we will not be able to complete all the necessary actions nece,, ensure there is no lapse in service.

DEAN R. HASKIN DOI/NBC ACQUISITION SERVICES DIVISION SOUTHWEST BRANCH PQ BOX 12924 Fort Huachuca, AZ 85670-2924 Phone: 520.538.0396; Fax 520.538.0415 [email protected]

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 41 of 52

EXHIBIT I

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 42 of 52

"Paula Isicson" 12/05/2006 10:26 AM

To: Dean R Haskin/NBC/OS/DOI@DOI cc: "Douglas G. Shevchik" , "Calherine Fultz" Subject: NBCHD010004/0052

Mr. Haskin, The subject task order is due to expire on December 8, 2006. Please advise the status of the government issuing a modification to exercise the option to extend the Period of Performance so we can advise our employees as to whether they should report to work after December 8'h. Is the government willing to exercise the option period subject to the availability of funds clause? Sincerely,

Paula Isicson
Senior Contracts Administrator CTSC 5911 Kingstowne Village Parkway, Suite 300 Alexandria, VA 22315 ~Phone: (703) 822-2745 ~, Fax: (703) 822-2868 []Email: [email protected]

*** CONFIDENTIALITY NOTICE *** This message and any attached files are for the designated recipient only and may contain privileged, proprietary, or otherwise private information. If you have received it in error, please notify the sender immediately and delete the original. Any dissemination, distribution, copying or any other use of this message is strictly prohibited.

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 43 of 52

EXHIBIT J

Case 1:08-cv-00191-FMA

Document 9-3

Filed 07/18/2008

Page 44 of 52

"Paula Isicson" 12/05/2006 01:38 PM

To: Dean R HaskintNBC/OS/DOI@DOI cc: Brenda L CampbelI/NBC/OS/DOI@DOI. "Douglas G. Shevch~k" . "Scott Conrad" Subject: NBCHD0! 0004-0052

Dean, As per our conversation it is my understanding since the government has received the funding to exercise the option on this task order that CTSC can continue to work on INs task until the modification is processed. Please let me know if this is not your understanding of our conversation. Thanks, Paula

Paula Isicson Senior Contracts Administrator CTSC 5911 Kingstowne Village Parkway, Suite 300 Alexandria, VA 22315 ~ Phone: (.703) 822-2745 ~~Fax: (703) 822-2868 !i.il;~Email: paula.isicsont~.ctsc, net

*** CONFIDENTIALITY NOTICE *** This message and any attached files are for the designated recipient only and may contain privileged, proprietary, or otherwise private information. If you have received it in error, please notify the sender immediately and delete the original. Any dissemination, distribution, copying or any other use of this message is strictly prohibited.

Case 1:08-cv-00191-F