Appendix F BPA 12314420A0034

Appendix F BPA 12314420A0034.pdf

FNS 775 EmpowHR/Person Model Non-Employee Data Sheet

Appendix F BPA 12314420A0034

OMB: 0584-0686

Document [pdf]
Download: pdf | pdf
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

1. REQUISITION NUMBER

PAGE

2. CONTRACT NO.

3. AWARD/

12314420A0034
7.

4. ORDER NUMBER

b. TELEPHONE NUMBER

MONICA TAYLOR

202-720-3009
10. THIS ACQUISITION IS
DASO-OCP-POD-AMB-CO

CODE

USDA, DM/OCP/POD/AMB, POD Acq Mgmt
Acquisition Management Branch-CO
301 S. Howes St., Suite 321
Fort Collins CO 80521-2795

11. DELIVERY FOR FOB DESTINATION UNLESS BLOCK IS
MARKED

HUBZONE SMALL
BUSINESS
SERVICE-DISABLED
VETERAN-OWNED
SMALL BUSINESS

UNRESTRICTED OR

SET ASIDE:

8(A)

% FOR:

541519

SIZE STANDARD:

13a. THIS CONTRACT IS A
RATED ORDER UNDER
DPAS (15 CFR 700)

$30.00

14. METHOD OF SOLICITATION
RFQ

16. ADMINISTERED BY

As Indicated On Each Call

1100046778#

09/04/2020
8. OFFER DUE DATE/LOCAL TIME

13b. RATING

As Indicated On Each Call
CODE

CODE

(No collect calls)

ISSUE DATE

WOMEN-OWNED SMALL BUSINESS
(WOSB) ELIGIBLE UNDER THE WOMEN-OWNED
SMALL BUSINESS PROGRAM
NAICS:
EDWOSB

SMALL BUSINESS

SEE SCHEDULE

17a. CONTRACTOR/
OFFEROR

X

12. DISCOUNT TERMS

15. DELIVER TO

6. SOLICITATION

12314420Q0048

a. NAME

9. ISSUED BY

3

5. SOLICITATION NUMBER

EFFECTIVE DATE

FOR SOLICITATION
INFORMATION CALL:

OF

1

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30

IFB
CODE

RFP

DASO-OCP-POD-AMB-CO

USDA, DM/OCP/POD/AMB, POD Acq Mgmt
Acquisition Management Branch-CO
301 S. Howes St., Suite 321
Fort Collins CO 80521-2795

FACILITY
CODE

DELOITTE CONSULTING LLP - 0191215860000
DELOITTE CONSULTING LLP SUITE 800
1919 N. LYNN STREET
1100046778#
ARLINGTON VA 22209-1742

18a. PAYMENT WILL BE MADE BY

CODE

As Indicated On Each Call

TELEPHONE NO.
17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER
19.
ITEM NO.

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW
IS CHECKED
SEE ADDENDUM

20.
SCHEDULE OF SUPPLIES/SERVICES

21.
QUANTITY

22.
UNIT

23.
UNIT PRICE

24.
AMOUNT

GSA Contract #: GS-35F-0617Y
Tax ID Number: 06-1454513
DUNS Number: 019121586
Salesforce Portal Development and Support Services
Multiple-Award Federal Supply Schedule BPA
This is a GSA Federal Supply Schedule
Multiple-Award Blanket Purchase Agreement (BPA)
for agile Salesforce Portal Development and
Support Services. The multiple-award BPA numbers
are as follows: 12314420A0032; 12314420A0033;
(Use Reverse and/or Attach Additional Sheets as Necessary)
26. TOTAL AWARD AMOUNT (For Govt. Use Only)

25. ACCOUNTING AND APPROPRIATION DATA

As Indicated On Each Call

$0.00

27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED.
X 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED.
X 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN
1
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER
ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL
SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED.

ARE NOT ATTACHED.
ARE NOT ATTACHED.

OFFER
X 29. AWARD OF CONTRACT:
REF.
DATED
. YOUR OFFER ON SOLICITATION (BLOCK 5),
INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH
HEREIN, IS ACCEPTED AS TO ITEMS:

30c. DATE SIGNED

31b. NAME OF CONTRACTING OFFICER (Type or print)

MONICA L. TAYLOR
AUTHORIZED FOR LOCAL REPRODUCTION
PREVIOUS EDITION IS NOT USABLE

ARE
X ARE

ADDENDA

31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

30a. SIGNATURE OF OFFEROR/CONTRACTOR

30b. NAME AND TITLE OF SIGNER (Type or print)

ADDENDA

31c. DATE SIGNED

09/28/2020
STANDARD FORM 1449 (REV. 2/2012)
Prescribed by GSA - FAR (48 CFR) 53.212

3

2 of
19.
ITEM NO.

20.
SCHEDULE OF SUPPLIES/SERVICES

21.
QUANTITY

22.
UNIT

23.
UNIT PRICE

24.
AMOUNT

12314420A0034; and 12314420A0035. Orders are to
be issued in accordance with the FAR BPA terms
and conditions. Any warranted Contracting Officer
within USDA, Procurement Operations Division can
place call orders in accordance with FAR 8.405-3,
BPAs, agency guidelines, and procurement
regulations. This is an office-wide BPA.
Contracting Officers must receive written
concurrence from the BPA Contracting Officer
prior to placement of an order.
This BPA does not prohibit the Contractor(s) from
offering additional discounts (e.g., quality,
volume, cumulative) on a procurement specific
basis. This BPA is not a binding contract. The
parties are bound when and if a Call Order is
issued under this agreement.
See BPA attachments for additional details.
Attachments
-USDA Contract Clauses
-BPA Ordering Terms and Performance Work Statement
-FPAC Special IT Clauses
-BPA Pricing Sheet (12314420A0034 Deloitte)
Period of Performance: 09/29/2020 to 09/28/2025
Footer Text
Contracting Officer:
Monica L. Taylor, 202-720-3009,
Continued ...
32a. QUANTITY IN COLUMN 21 HAS BEEN
RECEIVED

INSPECTED

ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:

32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32c. DATE

32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHIP NUMBER

34. VOUCHER NUMBER

35. AMOUNT VERIFIED
CORRECT FOR

36. PAYMENT
COMPLETE

PARTIAL

37. CHECK NUMBER
PARTIAL

FINAL

FINAL

38. S/R ACCOUNT NUMBER

39. S/R VOUCHER NUMBER

40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT
41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER

42a. RECEIVED BY (Print)
41c. DATE
42b. RECEIVED AT (Location)
42c. DATE REC'D (YY/MM/DD)

42d. TOTAL CONTAINERS
STANDARD FORM 1449 (REV. 2/2012) BACK

CONTINUATION SHEET

PAGE

REFERENCE NO. OF DOCUMENT BEING CONTINUED

12314420A0034

OF

3

3

NAME OF OFFEROR OR CONTRACTOR

DELOITTE CONSULTING LLP - 0191215860000
ITEM NO.

SUPPLIES/SERVICES

(A)

(B)

QUANTITY

(C)

UNIT

(D)

UNIT PRICE

(E)

AMOUNT

(F)

[email protected]
Contracting Officer Representative:
Michelle Jardine, 801-844-2909,
[email protected]
Contractor Point of Contact:
Michelle L. Koval, Senior Contracts Manager,
[email protected]
------------------------------A call order can include at a minimum one
Functional Area or any combination of the
following:
Functional Area 1: UX Design, Business Analysis,
Development, Integration and Post-Implementation
Defect Resolution Support
Functional Area 2: Data Management and
Securitization
Functional Area 3: Program Management Support, IT
Product Management and Governance
Functional Area 4: Systems Support, Release
Management and Post-Implementation Maintenance
Support
See BPA for details.

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86)
Sponsored by GSA
FAR (48 CFR) 53.110

Contents

1.0 GENERAL INFORMATION ................................................................................................ 2
1.1 Authorized BPA Users...................................................................................................... 2
1.2 BPA Term and Call Order Type ......................................................................................... 2
1.3 BPA Pricing .................................................................................................................... 2

2.0 PERFORMANCE WORK STATEMENT .............................................................................. 3
2.1 Background ..................................................................................................................... 3
2.2 Objective ........................................................................................................................ 4
2.3 Scope ............................................................................................................................. 4
2.4 Tasks .............................................................................................................................. 5
2.5 Place of Performance ........................................................................................................ 9
2.6 Skillsets/Key Capabilities.................................................................................................. 9
2.7 Guardrails ......................................................................................................................10
2.8 Additional Information Technology Requirements ..............................................................10
2.9 Performance Based Service ..............................................................................................11
2.10 Expense Tracking and Reporting .....................................................................................11
3.0 ADDITIONAL BPA REQUIREMENTS ...............................................................................12
3.1 BPA Annual Review .......................................................................................................12
3.2 Quarterly Status Report....................................................................................................12
3.3 Quality Assurance ...........................................................................................................13
3.4 BPA Call Order(s) Transition-In/Transition-Out .................................................................13
3.5 Travel ............................................................................................................................14
3.6 Program Increment Planning ............................................................................................14
3.7 Contract Clauses and FPAC Information Technology Clauses ..............................................15
3.8 Local Contracting Officer Representative ...........................................................................15
4.0 BPA Attachments List .........................................................................................................15

Multiple Award BPA Page 1 of 15

United States Department of Agriculture
Farm Production and Conservation
Salesforce Portal Development and Support Services
Multiple-Award Blanket Purchase Agreement
Performance Work Statement
1.0 GENERAL INFORMATION
Pursuant to FAR Part 8.4, Federal Supply Schedules, USDA is entering into a multiple-award
Blanket Purchase Agreement (FAR Part 8.405-3) for agile Salesforce Portal Development and
Support Services. The objective of this multiple-award Blanket Purchase Agreement (BPA) is to
provide a fast and effective way to procure high-level salesforce services while streamlining the
process. The multiple-award BPA holders are as follows:
BPA No. 12314420A0032
BPA No. 12314420A0033
BPA No. 12314420A0034
BPA No. 12314420A0035

Accenture Federal Services LLC
Acumen Solutions, Inc.
Deloitte Consulting LLP
Vsolvit LLC

This BPA does not prohibit the Contractor(s) from offering additional discounts (e.g., quality,
volume, cumulative) on a procurement specific basis. This BPA is not a binding contract. The
parties are bound when and if a Call Order is issued under this agreement.
1.1 Authorized BPA Users
Any warranted Contracting Officer within USDA, Procurement Operations Division can place
call orders in accordance with FAR 8.405-3, BPAs, agency guidelines, and procurement
regulations. This is an office-wide BPA. Contracting Officers must receive written concurrence
from the BPA Contracting Officer prior to placement of an order. Upon placement of a call
order, the Contracting Officer shall send a copy of the fully executed order to the BPA
Contracting Officer Representative (COR) and the USDA Contracting Officer within two (2)
business days.
1.2 BPA Term and Call Order Type
The term of this multiple-award BPA will be for a total of five (5) years. Firm Fixed Price (FFP)
orders are preferred as stated in FAR 8.405-3(c)(3). Each order issued will have its own period of
performance.
1.3 BPA Pricing
The multiple awardees will propose discounted rates under their GSA Federal Supply Schedule
(FSS) labor categories. USDA is buying capacity and pricing at the call order level will be per
iteration and/or scrum teams. Any applicable GSA labor categories automatically flow to this
USDA multiple-award BPA.

Multiple Award BPA Page 2 of 15

2.0 PERFORMANCE WORK STATEMENT
2.1 Background
On May 11, 2017, the United States Secretary of Agriculture Sonny Perdue announced the
reorganization of the USDA to better serve rural America. As a part of the reorganization, three
USDA agencies – the Farm Service Agency (FSA), Natural Resources Conservation Service
(NRCS), and Risk Management Agency (RMA) – were relocated under a newly-created FPAC
mission area. The new mission area focuses on domestic agricultural issues and simplified
service for the USDA’s customers.
The USDA's FPAC mission area offers production and conservation tools, financial assistance,
and technical advice along with commodity, lending, and disaster programs for America’s
farmers, ranchers, and private foresters. With offices that serve customers in every state and
county, FPAC agency employees deliver personalized customer service locally to producers, a
service valued by producers and partners alike. The reorganization brought similar resources,
programs, and tools together for customers. Those digital resources include three agency
websites and a wide range of user business applications, all in varying conditions and on
different platforms. Among its web applications, NRCS hosts the NRCS Conservation Client
Gateway (CCG), a secured web application through which a client, individual or business, can
manage their conservation plans and contracts, through an integrated document management
system, and a system of request management. FSA hosts Farm+ (Farm Plus), a secure web
application through which a client, individual or business, can manage and meet reporting
requirements and view, export and print farm records data, including maps, through a public
facing web portal.
Online, customers and the USDA employees that serve those customers encounter inconsistent
digital information and resources spread across agencies and built outside of current design and
customer-centric best practices, often utilizing outdated technology causing significant delays in
conducting business with USDA and general dissatisfaction overall.
Motivated by Secretary Purdue’s vision to better serve rural America, the Farmers.gov Customer
Experience Portal was established as a central location for the breadth of services provided by
USDA FPAC. As it continues to expand, this platform of integrated services will provide USDA
FPAC customers and the USDA employees who serve those customers with consistency in
design and functionality throughout their digital experience. The portal ecosystem contains two
parts: 1) The Farmers.gov website provides customers with open online informational materials
and engagement opportunities with USDA; and 2) a Transactional Portal with self-service
options and tools for external and internal USDA customers that is the focus of this document.
Farmers.gov interacts with dozens of backend systems and sources of record to provide value
through the features delivered. USDA FPAC has deployed more than 50 functional releases
since 2018 across 20 major value streams. A few examples are illustrated below:
Multiple Award BPA Page 3 of 15

Figure 1: Farmers Past Production Releases
2.2 Objective
The objective of this BPA is to continually improve USDA FPAC customer and employee
experience by continuing the integration of key business functions and services on Farmers.gov
Customer Experience Portal built on Salesforce.com. The services procured under this BPA will
be epitomized by driving towards the delivery of quality product within rapid time frames
through the utilization of the Salesforce and MuleSoft platforms, and Esri tools to create
applications with consistent architecture following standard Salesforce and MuleSoft
development guidelines to promote reuse and shareability of all code and functionality across
government in alignment with the Federal Digital Government Strategy 'Shared Platform
Approach' to "build once, use many times".
2.3 Scope
The scope of this BPA encompasses requirements for providing platform strategy services,
business process analysis, solution architecture and design, application development and
configuration, implementation, release and enterprise environment management, and
maintenance services required to successfully implement the Salesforce platform and
applications to meet agency requirements.
The services provided under this BPA are for enterprise-level Salesforce partners with MuleSoft
architects and Geospatial capability/experience who can manage implementations within
complex, multi-org government cloud ecosystems. In some cases supporting more than 100
active applications and several thousand users. The complexity of the work requires that the
service providers have proven Salesforce consulting capabilities, a strong past performance
record and customer stories of the same scope, a bench of Certified Salesforce personnel, and the
ability to manage large-scale, centralized releases and Agile development portfolios.
USDA intends to establish a multiple-award BPA for Salesforce-certified, MuleSoft, and
Geospatial portal development and support services. Performance management information
technology (IT) tools that are incidental to and in support of the implementation, integration, and
support services may also be provided at the call order level.
Multiple Award BPA Page 4 of 15

The call orders to be issued under this multiple-award BPA will be based on scopes of work
defining specific requirements.
2.4 Tasks
To fulfill the requirements of this multiple-award BPA, the contractors are expected to provide,
but are not limited to, the following services. Call Orders placed under this
BPA will specify which Functional Area(s) will be included in scope for each individual order. A
call order can include at a minimum one Functional Area or any combination of the following:
Functional Area 1: UX Design, Business Analysis, Development, Integration and PostImplementation Defect Resolution Support
Functional Area 2: Data Management and Securitization
Functional Area 3: Program Management Support, IT Product Management and
Governance
Functional Area 4: Systems Support, Release Management and Post-Implementation
Maintenance Support
2.4.1

Functional Area 1: UX Design, Business Analysis, Development, Integration and PostImplementation Defect Resolution Support Creation of a technical architecture leading to the development of business applications,
including integration with the existing systems. This includes expansion or updates to
existing production applications to meet the ongoing, unique objectives and requirements
of specific components.
Sample activities that would typically fall under Functional Area 1 are:
● Design solutions toward the end user experience so that products produced meet
end user goals and measure of success as well as the strategic business objectives
of the providing organization.
● Work with stakeholders and technology professionals to properly understand
business requirements and develop an industry best practice approach to
technology solutions;
●Provide subject matter expertise for the Salesforce Apex coding language;
●Develop, test, stage, and release business applications by applying iterative
processes utilizing the proposed Agile methodology and a frequent release cycle;
●Provide customer-friendly open source solutions that provide ease of use for
non-technical Government users;
Multiple Award BPA Page 5 of 15

●Ensure commercial best practices workflows shall come bundled with the
solutions;
●Design solutions that offer role-based identity management, authorization, and
authentication across all business applications;
●Ensure all content and activities are traceable to specific persons;
●Ensure all content is preserved according to federal record retention
requirements, and applications have the ability to protect personally identifiable
information (PII);
●Ensure applications are developed such that response times fall within
acceptable limits;
●Provide secure mechanisms to allow data exchange and interaction with external
systems through Application Programming Interfaces (APIs) or other methods;
●Provide business process analysis expertise with regard to optimizing the
utilization and adoption of the software platform among government users;
●Seek to configure out-of-the-box aspects of the selected platform before
recommending a customized coding approach to the maximum extent possible;
●Develop system configuration in such a manner as to leverage maximum re-use
and sharing across the platform by other federal agencies;
●Provide full technical documentation for all software development efforts and
product releases with all information necessary to document processes,
procedures, code artifacts, and/or policies that were implemented in the creation
of the development work;
●Include unified and comprehensive solution documentation for FSA features as
standalone output.
●Include unified and comprehensive Wiki-style solution documentation for all
features across the full development lifecycle within Confluence and Jira as
applicable.
●Be equipped to support an enterprise-wide, multi-org Salesforce, Mulesoft &
ESRI ecosystem, providing analysis and solution architecture recommendations
considering functional overlap and reuse of objects or utilities;
●Rapidly deploy new or improved independent site features without requiring
changes or downtime to unrelated site features;
●Design and implement system changes in a manner to support interoperability
and scalability with future development efforts and in an open architecture
manner;
●Allow the government to publish all source code or software artifacts for reuse
in an open source manner;
Multiple Award BPA Page 6 of 15

2.4.2

Functional Area 2: Data Management and Security – Data management may
include database architecture, data import/export tasks, data migration efforts,
security with a Government provided third-party encryption tool, and creation of
policy and/or procedures surrounding data implementation.
Sample activities that would typically fall under Functional Area 2 are:
●Provide database architecture subject matter expertise for the Salesforce and
Force.com platforms;
●Include database performance and impact in all system design or development
efforts to ensure industry best practices are supported;
●Work with third-party cloud encryption gateway technologies, if present,
provided by the government to secure designated data while in transit to/from the
cloud as well as at rest;
● Work with security in the creation of policy and/or procedures surrounding data
implementation including the correction of application security vulnerabilities
within 24 hours;
●Verify in writing to the Government that data migrated from any legacy system
to the new Salesforce application is complete and accurate in accordance with the
Federal Records Act and any other applicable federal law, according to the agreed
upon framework coordinated with Agency and the Contractor and that all data is
accessible;
●Be knowledgeable in data warehousing, data visualization and business
intelligence best practices to provide guidance on data architecture and mapping;
●Provide systems and data integration and orchestration services between
Salesforce and other systems of record or data warehouses using Mulesoft;

2.4.3

Functional Area 3: Program Management Support, IT Product Management and
Governance - Provide the government program management, product
management and governance support for managing applications on an enterprisewide platform.
Sample activities that would typically fall under Functional Area 3 are:
●Give periodic project, program, product, and operational status updates as
required by the government within an agreed-upon frequency and schedule. These

Multiple Award BPA Page 7 of 15

are typically bi-weekly agency program reviews and governance meetings along
with call order status reports and weekly Agile/Scrum development meetings.
●Provide on-site project management support and attend in-person meetings on
an ad-hoc basis.
●As part of the support, enterprise-wide platform architectural design, centralized
design review of configuration and code prior to release, and support of the most
current Salesforce / Force.com implementation best practices, features and
functions.
●Provide project and operational documentation as required by the government to
support specific project deliverables or ongoing operational support such as
security Authority to Operate.
●Manage and oversee daily, weekly, and monthly workloads and schedule for
active tasks with regard to schedule, budget, priority, risk, and quality to ensure
quality response to government call order requests.
●Provide Product Management leadership that will lead cross-functional teams to
deliver user-centered products using agile methodologies and modern software
development practices while building capacity for product innovation in
government. Coach agencies on modern product development practices so they’re
set up for success in the long term.
●Provide programmatic support for the agency’s governing body, including
application portfolio management and engagement with Enterprise Architecture,
developing strategic roadmaps, creation of executive-level briefings, support in
developing OMB capital planning reports, managing the new request intake and
governance process, license management, and facilitating recurring program
meetings.
2.4.4

Functional Area 4: Release Management and Post-Implementation Maintenance
Support - Systems Support, Release Management and Post-Implementation
Maintenance Support Enterprise-level management of releases from development
to production and post-implementation operational and maintenance support of
production applications on the platform.
Sample activities that would typically fall under Functional Area 4 are:
●Identify usability issues and craft solutions to resolve bug fixes or other
performance problems;
Multiple Award BPA Page 8 of 15

●Advise and provide recommendations of how new manufacturer-driven updates
of the platform shall be affected or upgraded according to manufacturer release
schedules;
●Provide enterprise-wide release management support for large monthly releases,
small configuration changes, and out-of-cycle emergency releases of code and
configuration to higher environments, including production;
●Provide enterprise-wide release management support for incremental feature
releases, configuration changes, and expedited code changes from development
through production environments;
●Provide development environment management expertise, regression testing,
and continuous integration management including the administration of the
systems and tools that are used as part of that process.
2.5 Place of Performance
The performance location requirements will be identified at the call order level.
2.6 Skillsets/Key Capabilities
Skillsets of vendor resources for each call order may include, but are not limited to the
following:
•

•

•

Salesforce Certified: Salesforce platform development is among the greatest overall
demand. This program requires technical architects that will be engaged in priority
feature development such as Conservation, Farm Programs, Common Enablers, and RAP.
Certified Technical Architects are required that will be directed by the Federal head of
architecture for this program. All Salesforce Technical Architects are considered critical
resources and are expected to be full time for the entire duration of the program. All
efforts to minimize attrition in this area should be considered. Salesforce developers must
be of the highest quality and greatest experience in order to handle the complexity and
demand. They will be closely evaluated for performance, skills, and applied aptitude.
MuleSoft: MuleSoft is the primary platform for integration with the FPAC ecosystem
and critical path to the success of Farmers.gov. This program requires MuleSoft
architects that will be under the direction of the Federal head of architecture for this
program. All MuleSoft Architects are considered critical resources and are expected to be
full time for the entire duration of the program. All efforts to minimize attrition in this
area should be considered. MuleSoft developers must be of the highest quality and
greatest experience in order to handle the complexity and demand. They will be closely
evaluated for performance, skills, and applied aptitude.
Geospatial Information Systems (GIS): Geospatial functionality is among the most
complex challenges faced to date and expected into the future for the Farmers.gov
platform - from the way it is being integrated with Salesforce and MuleSoft to the
Multiple Award BPA Page 9 of 15

•

demands being made of the capabilities developed for end users. Strong experience and a
depth of skills is required in this area with significant impact on the capabilities that can
be delivered. As such, this program requires GIS architects that will be assigned as
needed under the direction of the Federal head of architecture. All GIS Architects are
considered critical resources and are expected to be full time for the entire duration of the
program. All efforts to minimize attrition in this area should be considered. GIS
developers must be of the highest quality and greatest experience in order to handle the
complexity and demand. They are closely evaluated for performance, skills, and applied
aptitude.
Program Leadership: Farmers.gov is a complex platform with demands from multiple
agencies and active political oversight. Demands for functionality come fast and furious,
often requiring compromise. Demands can be legislatively, or strategic vision driven. The
combination leads to a dynamic environment. Although Farmers.gov is implemented
using SAFe as the primary methodology, this approach is relatively new to the federal
government with adoption that is less then complete. There are many within the
stakeholder community that will expect a more waterfall model at some level. Due to the
level of investment, often the delivery team finds itself in a situation where time, cost,
and scope are all fixed. Much of the functionality delivered through Farmers.gov is of
limited value in MVP form requiring full functionality from the initial release. Tolerance
to defects is low and stakeholders are willing to invest in quality, but timelines are short,
and delays are not well received. Reporting and status expectations are extremely high
with root cause analysis and justification for issues even higher. The resulting expectation
of performance is very high and significantly subjective. Program leadership must be
adroit at dealing with all aspects illustrated above. Program leadership is part of critical
path to success and considered key personnel that will be dedicated and full time at the
call order level.

2.7 Guardrails
When using SAFe Agile methodologies, lean budget guardrails are to be established specific to
the call order within the first program increment. Proposed and agreed upon guardrails must
include an explanation of the guardrails and how they will be protected. Guardrails will be
finalized in the call order Performance Work Statement by modification. Adjustment or change
to the guardrails must be authorized by the call order Contracting Officer through a modification
to the call order.
2.8 Additional Information Technology Requirements
Attachment B, FPAC Special IT Clauses, are USDA/FPAC specific requirements applicable to
information technology acquisitions. These requirements are periodically updated, and the most
recent version will be included with competed/awarded call orders. Refer to the attachment for
requirements regarding Information Security, Personnel, Accessibility, Internet Protocol Version
6 (IPV6), Data Ownership, Non-Disclosure of Sensitive or Proprietary Information, Software
Multiple Award BPA Page 10 of 15

Line Item License Line Item Data, Government Furnished Property/Information Access, and
Call order Administration. Attachment C, FPAC-BC SDLC, System Development Lifecycle
Document, provides the framework and standard to guide the development and delivery of
software solutions.
2.9 Performance Based Service
Performance-based call orders will be issued against this BPA and will include a mutually
agreed upon Performance Work Statement incorporating the provided Statement of Objectives,
as well as a mutually agreed upon Quality Assurance Surveillance Plan (QASP)/Service Level
Agreement which may include, but not limited to standards covering the following:
•
•
•
•
•

•
•
•

•
•
•

Delivery decrement due to attrition
Velocity/Rate of functionality delivery
Defects
SAFe process implemented taking into account the agency’s SAFe maturity level
Building quality and testing into development to ensure minimum testing after user
acceptance testing. This may include a rolling increase to unit test coverage per program
increment from the current base of 81%, as well as standards for automated testing of 6070%.
Ensuring a clear definition of done that meets agreed upon functionality and quality.
Delivery of up to 80 to 90% of capacity/functionality from user stories developed during
PI (program increment) planning sessions.
Supports rapid, cost effective development/modification of the operational system,
training system, and support components to meet business user defined thresholds and as
many stretch objectives as are affordable.
Includes the ability to easily and inexpensively upgrade existing software and/or make
use of existing components if available.
Mitigates the risks associated with technology obsolescence, proprietary technologies,
and reliance on a single source of supply over the life of the system.
Risks to achieving functionality and deadline are clearly and timely communicated to
Government product and business owners, program manager, sponsor, and agency
leadership (when necessary) through agreed upon channels.
Explanation of and adherence to lean budget guardrails critical to ensuring quality
delivery and that expectations are met.

2.10 Expense Tracking and Reporting
Call orders may require expense tracking and reporting by major feature and value stream to
ensure compliance with investment management and audits. Requirements will be described in
call orders.

Multiple Award BPA Page 11 of 15

3.0 ADDITIONAL BPA REQUIREMENTS
3.1 BPA Annual Review
This BPA will be reviewed annually to determine whether it is in the best interest of the
Government to continue use of this BPA. Either party, the government or the contractor, may
cancel this BPA by providing written notice. The cancellation will take effect 30 calendar days
after the other party receives the notice of cancellation. BPA cancellation does not release the
BPA contractor from the duty to continue performance on existing orders. Ongoing orders will
continue in accordance with their own period of performance, even if the BPA is cancelled.
3.2 Quarterly Status Report
The Quarterly Status Report (QSR) shall consist of high level and detailed information for each
awarded call order. The BPA holder shall electronically update and submit the quarterly status
report to the BPA Contracting Officer and COR containing the information below, using the
format provided by the Contracting Officer or COR following award, if provided. Reports are to
be submitted no later than fifteen (15) workdays after the end of each calendar year quarter. BPA
holders with no call orders awarded during the quarter are required to submit an email
notification to the BPA CO and COR stating that there is no quarterly status report. The status
reports shall be cumulative, beginning from the time of BPA establishment, and include the
following:
Call Order Report
•
•
•
•
•
•
•
•
•
•
•
•
•
•

BPA No.
Call Order No.
Ordering Entity
Call order Title
Ordering CO name, phone number and email address
Ordering Contracting Officer Representative name, phone number and email address
Period of Performance (inclusive of base and options)
Small Business subcontractor(s) (if applicable)
Call Order Value for each small business subcontractor (if applicable)
Order type
Awarded call order price (inclusive of base and options)
Total price at GSA schedule rates (with no discounts)
Overall % discount
Overall $ discount

Call Order Detail
• Call Order No./Line No.
• BPA task title (BPA SOW task area that encompasses call order work)
• GSA Schedule Contact Labor category Title
• GSA Schedule Contract # for labor category
• GSA Schedule Contract hourly rate (non-discounted rate)
• Call order hourly rate (discounted rate)
Multiple Award BPA Page 12 of 15

•
•

Number of estimated hours
Discount %

3.3 Quality Assurance
The performance of BPA contract holders will be measured in two contexts. One will be at the
Call order level using quality metrics specific to the nature of the work required on the Call
order. The Government may specify required metrics for a specific Call order Quality Assurance
Surveillance Plan (QASP). The QASP will provide oversight help to ensure that the vendor’s
service levels reach and maintain the required levels for performance of the call order. The
Vendor will provide a Quality Control Plan in response to each call/call order QASP. At the
government’s discretion, the government may determine it is in the best interest for the
contractor to provide a Quality Assurance Surveillance Plan as a part of the proposal under the
Call order. It is the Government’s preference, when appropriate and practical, that performance
information be provided via real-time tools (e.g. dashboards) made available to the Government
rather than via separate paper or electronic reports.
Performance at the Call order level will also be measured in the categories of on-time
delivery/schedule, cost control (if applicable), and management. Additionally, for Call orders
that exceed the Simplified Acquisition Threshold, in order to meet Contractor Performance
Information requirements in accordance with FAR Part 42.15, Contractor Performance
Assessment Reporting System (CPARS) will be utilized. The Call order level QASP
assessments will inform with those entered into CPARS. The second context will be for the
evaluation of Past Performance at the Call order level. The Past Performance evaluations will be
based upon input from the government to the Call order Contracting Officer Representative and
Contracting Officer.
3.4 BPA Call Order(s) Transition-In/Transition-Out
Each Call order shall include transition-in/transition out as a part of its scope that may be more
specifically prescribed at the call order level. During the transition-in period resources are being
onboarded and knowledge transfer with the incumbent is taking place. Onboarding may require
between four and eight weeks to receive a Security Initial Determination and Government
Furnished Equipment required to work on USDA/FPAC systems. The ending performance
period of call orders may also require similar knowledge transfer activities in order to
successfully transition the performance to a new vendor. Performance of incoming and outgoing
transition activities may be factored into the CPARS evaluation. The Vendor shall:
a) Ensure and agree that all deliverables, products, licenses, designs, data,
documentation, tests, user research notes, source code, configuration settings and
files, and materials developed throughout this call order will be the property of the
U.S. Government.
b) Within a designated period in the call order, provide a brief Transition Plan for all
deliverables, products, and materials in coordination with the COR, Product Manager
and Product Owner from FPAC.
Multiple Award BPA Page 13 of 15

c) Coordinate with the COR and potentially another vendor and implement the
Transition Plan according to the COR’s direction.
d) Assist the COR, Product Manager, and potentially other Government staff to stand-up
any applications developed during the call order.
3.4.1 Transition Activities
During the transition to the Government, or a new vendor, the Vendor shall perform all
necessary transition activities. Expected transition activities may include, but not be
limited to, continuation of full services to FPAC Conservation and other customers;
participation in meetings with the Government or new vendor to effect a smooth
transition and provide detailed information on the operation of all deliverables, at COR's
discretion; training of new personnel, either Government or new vendor, during transition
period; and appropriate close-out of any outstanding technical and related performance
elements for this task.
Final report shall include a list of sprint tasks completed, documentation, and link to code
repository developed for Conservation. Should the Vendor be terminated prior to the end
of the period of performance, the Vendor shall transfer all project materials to the COR
within two weeks of the COR’s request. Provide leadership and support for architecture
and design of secure software applications and computer systems.
3.5 Travel
The Contractor may be required to support non-commuter travel in support of the call orders
awarded against this BPA, as required by the Government. The Call order Contracting Officer
and COR have sole authority to approve non-local travel requests necessary to support contract
performance. Not later than five (5) business days prior to the Contractor’s estimated date of
departure, the Contractor must submit a travel request to the COR, to include travel justification,
the proposed itinerary, and cost estimates for such travel. Reimbursement of travel costs shall be
in accordance with FAR subsection 31.205-46 and schedule contract requirements. The
Contractor must be responsible for all travel arrangements including airline, hotel, and rental car
reservations. The Contractor must make every commercially reasonable effort to schedule travel
far enough in advance to take advantage of reduced airfares. Expenses shall be forecast, tracked,
and invoiced by event, i.e., Program Increment planning or specific workshops.
3.6 Program Increment Planning
If applicable to the Call order, the vendor shall secure appropriate space for program increment
planning sessions and other meetings requiring attendance by large groups of vendor personnel.
The meeting space and travel by vendor personnel shall be included in the vendor’s total firm
fixed price (not expensed via ODCs). A separate travel line item or accounting can be requested
at the call order level if needed.

Multiple Award BPA Page 14 of 15

If available, suitable and in the government’s best interest, a facility owned or leased by the
government may be used at no additional cost or requirement for reimbursement from the
vendor.
If federal employees are requested to attend the meeting the vendor shall work with the COR and
CO prior to finalizing the location and facilities to consider factors such as: the government’s
local presence, required federal employee travel funds availability, public perception and ethics
regulations federal employees are subject to including, but not limited to, food, beverages and
gifts. The vendor shall work with the COR and CO to complete required requests and reports to
fulfill USDA’s conference transparency, accountability and tracking requirements.
3.7 Contract Clauses and FPAC Information Technology Clauses
The USDA Contract Clauses automatically flow to all BPA call orders under this BPA. FPAC
Special IT Clauses, Attachment B automatically flow to all BPA call orders.
3.8 Local Contracting Officer Representative
Unless otherwise identified, there will be one single COR for the BPA and call orders. In the
event an order is issued at an agency other than FPAC, a local COR should be identified.
4.0 BPA ATTACHMENTS LIST
Attachment A – Removed
Attachment B – FPAC Special IT Clauses
Attachment C – System Development Lifecycle Document (SDLC)
Attachment D – Removed

Multiple Award BPA Page 15 of 15

Year 1 - 2020-2021

BPA Price List 12314420A0034 Deloitte

Labor Category Role
Automated Test Architect
Configuration Specialist
Configurator I
Configurator II
Configurator III
Developer I
Developer II
Developer III
DevOps Engineer I
DevOps Engineer II
Functional Lead
GIS/Geospatial/Esri Architect
GIS/Geospatial/Esri Developer
Interactive Experience Designer
Interface Specialist
MuleSoft Architect
MuleSoft Developer
Product Manager
Program Manager
Project Manager
Project Specialist I
Project Specialist II
Project Specialist III
Project Specialist IV
Project Support I
Project Support II
Project Support III
Project Support IV
QA Specialist
Regression Tester
Release Train Engineer I
Release Train Engineer II
Salesforce Certified Technical Architect/SME
Salesforce Developer
Scrum Master
Scrum Master / PO Liaison
Solutions Train Engineer/SAFe SME
Technical Architect - Salesforce
Visual Designer

GSA Schedule 70 Labor Category
(54151S) IT Sr. Consultant
(54151S) IT Project Delivery Manager
(54151S) Project Controller II
(54151S) Project Controller III
(54151S) IT Center Associate Lead
(54151S) IT Analyst
(54151S) IT Consultant
(54151S) IT Sr. Consultant
(54151S) IT Consultant
(54151S) IT Sr. Consultant
(54151S) IT Sr. Consultant
(54151S) IT Sr. Manager
(54151S) IT Sr. Consultant
(54151S) IT Sr. Consultant
(54151S) IT Analyst
(54151S) IT Sr. Manager
(54151S) IT Consultant
(54151S) IT Sr. Consultant
(54151S) IT Partner/Principal/Director
(54151S) IT Manager
(54151S) IT Analyst
(54151S) IT Consultant
(54151S) IT Sr. Consultant
(54151S) IT Manager
(54151S) Project Controller III
(54151S) IT Center Associate Lead
(54151S) IT Project Delivery Manager
(54151S) IT Project Delivery Manager II
(54151S) IT Center Associate Lead
(54151S) IT Center Associate Lead
(54151S) IT Manager
(54151S) IT Sr. Manager
(54151S) IT Sr. Manager
(54151S) IT Consultant
(54151S) IT Manager
(54151S) IT Manager
(54151S) IT Sr. Manager
(54151S) IT Manager
(54151S) IT Consultant

Year 2 - 2021-2022

Year 3 - 2022-2023

Year 4 - 2023-2024

Year 5 - 2024-2025

GSA Schedule
BPA
BPA
GSA
BPA
BPA
GSA Schedule
BPA
GSA Schedule
BPA
BPA
GSA Schedule
BPA
BPA
BPA
70 Hourly
Discounted
70 Hourly
Discount Discounted
Discount Discounted Schedule 70 Discount Discounted
70 Hourly
70 Hourly
Discount Discounted
Discount %
Rate
%
Hourly Rate
Rate
%
Hourly Rate
Hourly Rate Hourly Rate
%
Hourly Rate
Rate
Rate
%
Hourly Rate
0.00%
$185.22
$185.22
0.00%
$185.22
$185.22
$184.36
$185.22
6.00%
$174.11
$185.22
3.27%
$179.16
$185.22
0.46%
$144.73
5.00%
$137.49
$144.73
2.25%
$141.48
$144.73
0.00%
$144.73
$144.73
0.00%
$144.73
$144.73
0.00%
$144.73
$81.42
4.99%
$85.70
$85.70
2.24%
$83.78
$85.70
0.00%
$85.70
$85.70
0.00%
$85.70
$85.70
0.00%
$85.70
0.00%
$114.40
$114.40
0.00%
$114.40
$114.40
$114.40
$114.40
5.00%
$108.68
$114.40
2.25%
$111.83
$114.40
0.00%
$133.77
9.00%
$121.73
$133.77
6.36%
$125.26
$133.77
3.65%
$128.89
$133.77
0.85%
$132.63
$133.77
0.00%
$133.77
$125.77
3.00%
$129.66
$129.66
0.19%
$129.42
$129.66
0.00%
$129.66
$129.66
0.00%
$129.66
$129.66
0.00%
$129.66
$149.05
0.00%
$149.05
$149.05
0.00%
$149.05
$149.05
$149.05
4.00%
$143.09
$149.05
1.21%
$147.24
$149.05
0.00%
$184.36
$185.22
0.00%
$185.22
$185.22
0.00%
$185.22
$185.22
6.00%
$174.11
$185.22
3.27%
$179.16
$185.22
0.46%
$149.05
4.00%
$143.09
$149.05
1.21%
$147.24
$149.05
0.00%
$149.05
$149.05
0.00%
$149.05
$149.05
0.00%
$149.05
$185.22
6.00%
$174.11
$185.22
3.27%
$179.16
$185.22
0.46%
$184.36
$185.22
0.00%
$185.22
$185.22
0.00%
$185.22
$184.36
$185.22
0.00%
$185.22
$185.22
0.00%
$185.22
$185.22
6.00%
$174.11
$185.22
3.27%
$179.16
$185.22
0.46%
$267.12
18.00%
$219.04
$267.12
15.62%
$225.39
$267.12
13.17%
$231.93
$267.12
10.65%
$238.66
$267.12
8.06%
$245.58
$185.22
0.00%
$185.22
$185.22
0.46%
$184.36
$185.22
0.00%
$185.22
$185.22
6.00%
$174.11
$185.22
3.27%
$179.16
$185.22
6.00%
$174.11
$185.22
3.27%
$179.16
$185.22
0.46%
$184.36
$185.22
0.00%
$185.22
$185.22
0.00%
$185.22
$129.66
3.00%
$125.77
$129.66
0.19%
$129.42
$129.66
0.00%
$129.66
$129.66
0.00%
$129.66
$129.66
0.00%
$129.66
$238.66
$267.12
8.06%
$245.58
$267.12
13.17%
$231.93
$267.12
10.65%
$267.12
18.00%
$219.04
$267.12
15.62%
$225.39
4.00%
$143.09
$149.05
$149.05
1.21%
$147.24
$149.05
0.00%
$149.05
$149.05
0.00%
$149.05
$149.05
0.00%
$149.05
$185.22
6.00%
$174.11
$185.22
3.27%
$179.16
$185.22
0.46%
$184.36
$185.22
0.00%
$185.22
$185.22
0.00%
$185.22
$259.40
$290.35
8.07%
$266.92
$290.35
18.00%
$238.09
$290.35
15.62%
$244.99
$290.35
13.18%
$252.09
$290.35
10.66%
18.00%
$197.45
$240.79
$240.79
15.62%
$203.18
$240.79
13.17%
$209.07
$240.79
10.66%
$215.13
$240.79
8.07%
$221.37
$129.66
3.00%
$125.77
$129.66
0.19%
$129.42
$129.66
0.00%
$129.66
$129.66
0.00%
$129.66
$129.66
0.00%
$129.66
$149.05
4.00%
$143.09
$149.05
1.21%
$147.24
$149.05
0.00%
$149.05
$149.05
0.00%
$149.05
$149.05
0.00%
$149.05
0.46%
$185.22
$184.36
6.00%
$174.11
$185.22
3.27%
$179.16
$185.22
0.00%
$185.22
$185.22
0.00%
$185.22
$185.22
$240.79
18.00%
$197.45
$240.79
15.62%
$203.18
$240.79
13.17%
$209.07
$240.79
10.66%
$215.13
$240.79
8.07%
$221.37
$114.40
$114.40
0.00%
$114.40
$114.40
5.00%
$108.68
$114.40
2.25%
$111.83
$114.40
0.00%
$114.40
$114.40
0.00%
$132.63
$133.77
0.00%
3.65%
$128.89
$133.77
0.85%
$133.77
9.00%
$121.73
$133.77
6.36%
$125.26
$133.77
$133.77
$144.73
5.00%
$137.49
$144.73
2.25%
$141.48
$144.73
0.00%
$144.73
$144.73
0.00%
$144.73
$144.73
0.00%
$144.73
$171.41
5.00%
$162.84
$171.41
2.25%
$167.56
$171.41
0.00%
$171.41
$171.41
0.00%
$171.41
$171.41
0.00%
$171.41
$132.63
$133.77
0.00%
3.65%
$128.89
$133.77
0.85%
$133.77
9.00%
$121.73
$133.77
6.36%
$125.26
$133.77
$133.77
$133.77
9.00%
$121.73
$133.77
6.36%
$125.26
$133.77
3.65%
$128.89
$133.77
0.85%
$132.63
$133.77
0.00%
$133.77
$240.79
18.00%
$197.45
$240.79
15.62%
$203.18
$240.79
13.17%
$209.07
$240.79
10.66%
$215.13
$240.79
8.07%
$221.37
$238.66
$267.12
8.06%
$245.58
13.17%
$231.93
$267.12
10.65%
18.00%
$219.04
$267.12
15.62%
$225.39
$267.12
$267.12
$267.12
18.00%
$219.04
$267.12
15.62%
$225.39
$267.12
13.17%
$231.93
$267.12
10.65%
$238.66
$267.12
8.06%
$245.58
$149.05
4.00%
$143.09
$149.05
1.21%
$147.24
$149.05
0.00%
$149.05
$149.05
0.00%
$149.05
$149.05
0.00%
$149.05
$240.79
8.07%
$221.37
$215.13
18.00%
$197.45
$240.79
15.62%
$203.18
$240.79
13.17%
$209.07
$240.79
10.66%
$240.79
$240.79
18.00%
$197.45
$240.79
15.62%
$203.18
$240.79
13.17%
$209.07
$240.79
10.66%
$215.13
$240.79
8.07%
$221.37
$267.12
18.00%
$219.04
$267.12
15.62%
$225.39
$267.12
13.17%
$231.93
$267.12
10.65%
$238.66
$267.12
8.06%
$245.58
$240.79
8.07%
$221.37
$215.13
18.00%
$197.45
$240.79
15.62%
$203.18
$240.79
13.17%
$209.07
$240.79
10.66%
$240.79
$149.05
4.00%
$143.09
$149.05
1.21%
$147.24
$149.05
0.00%
$149.05
$149.05
0.00%
$149.05
$149.05
0.00%
$149.05

Offerors may add labor category roles as needed to best reflect those that may be required by the BPA and potential call orders. Offerors must annotate any additions to this table. Offerors are not required to add any additional labor categories.

MULTIPLE AWARD BPA FOR SALESFORCE PORTAL DEVELOPMENT AND SUPPORT SERVICES

USDA CONTRACT CLAUSES
*ALL APPLICABLE GSA FEDERAL SUPPLY SCHEDULE CLAUSES AUTOMATICALLY FLOW TO THIS SOLICITATION AND RESULTING AWARD(S).

1. 52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST (JUN 2020)
2. 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)
3. 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
4. 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
5. 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORATION SYSTEMS
(JUN 2016)
(a) Definitions. As used in this clause–
“Covered contractor information system” means an information system that is owned or operated by a
contractor that processes, stores, or transmits Federal contract information.
“Federal contract information” means information, not intended for public release, that is provided by
or generated for the Government under a contract to develop or deliver a product or service to the
Government, but not including information provided by the Government to the public (such as on public
websites) or simple transactional information, such as necessary to process payments.
“Information” means any communication or representation of knowledge such as facts, data, or
opinions, in any medium or form, including textual, numerical, graphic, cartographic, narrative, or
audiovisual (Committee on National Security Systems Instruction (CNSSI) 4009).
“Information system” means a discrete set of information resources organized for the collection,
processing, maintenance, use, sharing, dissemination, or disposition of information (44 U.S.C. 3502).
“Safeguarding” means measures or controls that are prescribed to protect information systems.
(b) Safeguarding requirements and procedures.
(1) The Contractor shall apply the following basic safeguarding requirements and procedures to
protect covered contractor information systems. Requirements and procedures for basic safeguarding of
covered contractor information systems shall include, at a minimum, the following security controls:
(i)
Limit information system access to authorized users, processes acting on behalf of
authorized users, or devices (including other information systems).
(ii)
Limit information system access to the types of transactions and functions that authorized
users are permitted to execute.
(iii)
Verify and control/limit connections to and use of external information systems.
(iv)
Control information posted or processed on publicly accessible information systems.
(v)
Identify information system users, processes acting on behalf of users, or devices.
(vi)
Authenticate (or verify) the identities of those users, processes, or devices, as a
prerequisite to allowing access to organizational information systems.
(vii)
Sanitize or destroy information system media containing Federal Contract Information
before disposal or release for reuse.
(viii) Limit physical access to organizational information systems, equipment, and the
respective operating environments to authorized individuals.
(ix)
Escort visitors and monitor visitor activity; maintain audit logs of physical access; and
control and manage physical access devices.

Current through FAC 2020-08, August 13, 2020

Page 1

MULTIPLE AWARD BPA FOR SALESFORCE PORTAL DEVELOPMENT AND SUPPORT SERVICES

(x)
Monitor, control, and protect organizational communications (i.e., information transmitted
or received by organizational information systems) at the external boundaries and key internal boundaries
of the information systems.
(xi)
Implement subnetworks for publicly accessible system components that are physically or
logically separated from internal networks.
(xii)
Identify, report, and correct information and information system flaws in a timely manner.
(xiii) Provide protection from malicious code at appropriate locations within organizational
information systems.
(xiv) Update malicious code protection mechanisms when new releases are available.
(xv) Perform periodic scans of the information system and real-time scans of files from
external sources as files are downloaded, opened, or executed.
(2) Other requirements. This clause does not relieve the Contractor of any other specific
safeguarding requirements specified by Federal agencies and departments relating to covered contractor
information systems generally or other Federal safeguarding requirements for controlled unclassified
information (CUI) as established by Executive Order 13556.
(c) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph
(c), in subcontracts under this contract (including subcontracts for the acquisition of commercial items,
other than commercially available off-the-shelf items), in which the subcontractor may have Federal
contract information residing in or transiting through its information system.
(End of Clause)
6. 52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO
SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020).
7. 52.242-15 STOP WORK ORDER (AUG 1989)
8. 52.245-1 GOVERNMENT PROPERTY (JAN 2017)
9. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
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): http://www.acquisition.gov/far
(End of clause)
10. AGAR 452.224-70 CONFIDENTIALITY OF INFORMATION (FEB 1988)
(a) Confidential information, as used in this clause, means -(1) information or data of a personal nature, proprietary about an individual, or
(2) information or data submitted by or pertaining to an organization.
(b) In addition to the types of confidential information described in (a)(1) and (2) above, information
which might require special consideration with regard to the timing of its disclosure may derive from
Current through FAC 2020-08, August 13, 2020

Page 2

MULTIPLE AWARD BPA FOR SALESFORCE PORTAL DEVELOPMENT AND SUPPORT SERVICES

studies or research, during which public disclosure of primarily invalidated findings could create an
erroneous conclusion which might threaten public health or safety if acted upon.
(c) The Contracting Officer and the Contractor may, by mutual consent, identify elsewhere in this
contract specific information and/or categories of information which the Government will furnish to the
Contractor or that the Contractor is expected to generate which is confidential. Similarly, the contracting
Officer and the Contractor may, by mutual consent, identify such confidential information from time to time
during the performance of the contract. Failure to agree will be settled pursuant to the "Disputes" clause.
(d) If it is established that information to be utilized under this contract is subject to the Privacy Act, the
Contractor will follow the rules and procedures of disclosure set forth in the Privacy Act of 1974, 5 U.S.C.
552a, and implementing regulations and policies, with respect to systems of records determined to be
subject to the Privacy Act.
(e) Confidential information, as defined in (a)(1) and (2) above, shall not be disclosed without the prior
written consent of the individual, institution or organization.
(f) Written advance notice of at least 45 days will be provided to the Contracting Officer of the
Contractor's intent to release findings of studies or research, which have the possibility of adverse effects
on the public or the Federal agency, as described in (b) above. If the Contracting Officer does not pose
any objections in writing within the 45-day period, the contractor may proceed with disclosure.
Disagreements not resolved by the Contractor and Contracting Officer will be settled pursuant to the
"Disputes" clause.
(g) Whenever the Contractor is uncertain with regard to the proper handling of material under the
contract, or if the material in question is subject to the Privacy Act or is confidential information subject to
the provisions of this clause, the Contractor shall obtain a written determination from the Contracting
Officer prior to any release, disclosure, dissemination, or publication.
(h) The provisions of paragraph (e) of this clause shall not apply when the information is subject to
conflicting or overlapping provisions in other Federal, State or local laws.
(End of Clause)
11. AGAR 452.237-74 KEY PERSONNEL (FEB 1988)
(a) The Contractor shall assign to this contract the following key personnel:
(b) During the first ninety (90) days of performance, the Contractor shall make no substitutions of key
personnel unless the substitution is necessitated by illness, death, or termination of employment. The
Contractor shall notify the Contracting Officer within 15 calendar days after the occurrence of any of these
events and provide the information required by paragraph (c) below. After the initial 90-day period, the
Contractor shall submit the information required by paragraph (c) to the Contracting Officer at least 15
days prior to making any permanent substitutions.
(c) The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed
substitutions, complete resumes for the proposed substitutes, and any additional information requested
by the Contracting Officer. Proposed substitutes should have comparable qualifications to those of the
persons being replaced. The Contracting Officer will notify the Contractor within 15 calendar days after
receipt of all required information of the decision on substitutions. The contract will be modified to reflect
any approved changes of key personnel.
Current through FAC 2020-08, August 13, 2020

Page 3

MULTIPLE AWARD BPA FOR SALESFORCE PORTAL DEVELOPMENT AND SUPPORT SERVICES

(End of Clause)
12. AGAR 452.237-75 RESTRICTIONS AGAINST DISCLOSURE (FEB 1988)
(a) The Contractor agrees, in the performance of this contract, to keep all information contained in
source documents or other media furnished by the Government in the strictest confidence. The
Contractor also agrees not to publish or otherwise divulge such information in whole or in part in any
manner or form, or to authorize or permit others to do so, taking such reasonable measures as are
necessary to restrict access to such information while in the Contractor's possession, to those
employees needing such information to perform the work provided herein, i.e., on a "need to know"
basis. The Contractor agrees to immediately notify in writing, the Contracting Officer, named herein, in
the event that the Contractor determines or has reason to suspect a breach of this requirement.
(b) The Contractor agrees not to disclose any information concerning the work under this contract to
any persons or individual unless prior written approval is obtained from the Contracting Officer. The
Contractor agrees to insert the substance of this clause in any consultant agreement or subcontract
hereunder.
(End of Clause)
13. LOCAL CLAUSE – INVOICING PROCEDURES
(a) Invoices shall be submitted electronically through the Department of Treasury’s Invoice
Processing Platform (IPP). The contractor shall follow instructions on how to register and submit invoices
via IPP as prescribed at the IPP website https://www.ipp.gov/.
(b) Additional Information regarding what constitutes a proper invoice can be found by reviewing the
Prompt Payment Act (31 USC Chapter 32 - PROMPT PAYMENT ACT).
(c) A complete contractor-generated invoice shall be provided electronically (either as an attachment
via IPP or via email direct to the ACO and COR) along with applicable back up documentation.
(d) The Contractor shall submit any other information or documentation required by other clauses of
the contract/order to support the invoice request such as reports, copies of travel vouchers, hotel and
meal receipts, supporting paid invoices, receiving/acceptance reports, etc. Original receipts shall be
maintained by the Contractor and made available to Government auditors upon request.
(End of Clause)

Current through FAC 2020-08, August 13, 2020

Page 4

Attachment B

Salesforce Portal Development and Support Services BPA

Multiple-Award BPA

FPAC SPECIAL IT CLAUSES
INFORMATION SECURITY
1.1. Information Security Incidents
An Information Security Incident is an incident that includes the known, potential, or suspected exposure,
loss of control, compromise, unauthorized disclosure, unauthorized acquisition, or unauthorized access of
any Contractor or Government systems or information, including, but not limited to, Sensitive
Information.
1.1.1. Information Security Incident Reporting Requirements
All Information Security Incidents must be reported in accordance with the requirements below, even if it
is believed the Incident may be limited, small, or insignificant.
a) The Contractor must report all Information Security Incidents immediately, but not later than 30
minutes after becoming aware of the Incident.
b) Copy the Contracting Officer Representative (COR) if possible, or if Contracting Officer
Representative (COR) email is not immediately available; contact the Contracting Officer
Representative (COR) immediately after reporting the incident.
c) Do NOT include any Sensitive Information in the subject or body of any e-mail. To transmit
Sensitive Information, use FIPS 140-2 compliant encryption methods to protect Sensitive
Information in attachments to email. Passwords must not be communicated in the same email as
the attachment.
1.1.2. Information Security Incident Response Requirements
a) All determinations related to Information Security Incidents, including response activities,
notifications to affected individuals and/or Federal agencies, and related services (e.g., credit
monitoring) will be made by authorized USDA officials.
b) The Contractor must provide full access and cooperation for all activities (determined by the
authorized Government official to be required) to ensure an effective Incident Response, including
providing all requested images, log files, and event information to facilitate rapid resolution of
Information Security Incidents.
c) Incident Response activities determined to be required may include but are not limited to:
inspections, investigations, forensic reviews, data analyses & processing, and final determinations
of responsibility for the Incident and/or liability for any additional Response activities.
d) USDA, at its sole discretion, may obtain the assistance of Federal agencies and/or third party firms
to aid in Incident Response activities.
1.2. Information Types
The term Information is synonymous with Data, regardless of format or medium. Personally Identifiable
Information (PII) is a subset of Sensitive Information. Sensitive PII is a subset of PII, and therefore a subset
of Sensitive Information. All requirements for Sensitive Information apply to PII and Sensitive PII. All
requirements for PII apply to Sensitive PII.
1

Attachment B

Salesforce Portal Development and Support Services BPA

Multiple-Award BPA

1.2.1. Sensitive Information
Sensitive Information is any information, which if lost, compromised, or disclosed, could result in
substantial harm, embarrassment, inconvenience, or unfairness to an individual, the Government, or the
Government’s interests. Sensitive Information is subject to stricter handling requirements because of the
increased risk if the data is compromised. Some categories of Sensitive Information include Financial,
Medical/Health, Legal, Strategic, Security, Intellectual Property & Business, Human Resources, Personally
Identifiable Information (PII), and Sensitive PII. These categories of information require appropriate
protection as stand-alone information and may require additional protection in aggregate.
1.2.2. Personally Identifiable Information (PII)
PII, as defined in OMB Memorandum M-07-16, refers to information that can be used to distinguish or
trace an individual’s identity, either alone or when combined with other personal or identifying
information that is linked or linkable to a specific individual. The definition of PII is not anchored to any
single category of information or technology. Rather, it requires a case-by-case assessment of the specific
risk that an individual can be identified. In performing this assessment, it is important to recognize that
non-PII can become PII whenever additional information [that is publicly available] — in any medium and
from any source — is or can be combined to identify an individual. As an example, PII includes a name and
an address because it uniquely identifies an individual, but alone may not constitute Sensitive PII.
1.2.3. Sensitive PII
Sensitive PII refers to information that can be used to target, harm, or coerce an individual or entity,
assume or alter an individual’s or entity’s identity, or alter the outcome of an individual’s or entity’s
activities. Sensitive PII requires stricter handling because of the increased risk to an individual or associates
if the information is compromised. Some categories of Sensitive PII include stand-alone information, such
as Social Security numbers (SSN) or biometric identifiers. Other information such as a financial account,
date of birth, maiden names, citizenship status, or medical information, in conjunction with the identity of
an individual (directly or indirectly inferred), is also considered Sensitive PII. In addition, the context of the
information may determine whether it is sensitive, such as a list of employees with poor performance
ratings or a list of employees who have filed a grievance or complaint.
1.3. Compliance with Security IT Policies
Information systems and system services provided by the Contractor must comply with the current USDA
IT security and privacy policies, specifically the 3500 – 3599 Cyber Security Department regulations https://www.ocio.usda.gov/policy-directives-records-forms/directives-categories.
The Contractor is required to comply with current Federal regulations and guidance found in the Federal
Information Security Modernization act of 2014 (FISMA); Privacy Act of 1974; E-Government Act of 2002,
Section 208; National Institute of Standards and Technology (NIST) Federal Information Processing
Standards (FIPS) and the 800-Series Special Publications (SP), specifically 800-40, Guide to Enterprise Patch
Management Technologies; Office of Management and Budget (OMB) memoranda; USDA Information
Security Program policies and other relevant Federal laws and regulations with which USDA must comply.
House Resolution 83-15 “Consolidated and Further Continuing Appropriations Act, 2015” requires that
USDA demonstrate each project/investment is “being managed in accordance with applicable lifecycle
2

Attachment B

Salesforce Portal Development and Support Services BPA

Multiple-Award BPA

management policies and guidance.” This mandates that USDA development projects are required to
follow the Agency’s System Development Lifecycle (SDLC). All projects listed in Farm Service Agency Farm
Programs IT plan for expenditure can expect to be audited for compliance. Audits may occur at any time
after the plan for expenditure is submitted to Congress.
The Contractor must protect information regarding security issues and associated documentation to limit
the likelihood that vulnerabilities in operational client software are exposed. If new vulnerabilities are
identified after the acceptance of COTS software, the vendor must review and remediate the
vulnerabilities and present the results for Government approval within the timeframes documented in
USDA IT security policies.
1.4. Security Assessment and Authorization
a. This contract requires the Contractor to develop, deploy, and/or use information systems to access
and/or store Government information, including Sensitive Information. The Contractor must cooperate
and support the Government in the development of required documentation and artifacts.
b. All information systems that input, store, process, and/or output Government information must be
provided an Authority to Operate (ATO) signed by the authorizing official as identified by the CIO. The
Contractor must adhere to current policies, procedures, and guidance for security Assessment and
Authorization (A&A) activities.
1.5. Federal Reporting Requirements
Contractors operating information systems must comply with Federal Information Security Modernization Act
(FISMA) reporting requirements. Annual and quarterly data collection will be coordinated by the Government.
Contractors must provide the Government with the requested information based on the timeframes provided
with each request. Reporting requirements are determined by the Office of Management and Budget (OMB),
and may change each reporting period. The Contractor will provide the Government with all information to
fully satisfy FISMA reporting requirements for Contractor systems.
1.6. Acquiring And/Or Implementing Software Applications
Secure Coding Skills: Contractor must certify that at least one member of each programming team working on
any code (including C, Java, .Net, ASP.NET, Visual Basic) to be delivered to the Govt. has earned the Global
Information Assurance Certification for Secured Software Programming or equivalent.
Source code testing, binary code testing, application scanning, and penetration testing: At least one (1) week
prior to delivery of any code due under this contract, Contractor will deliver to the COR the following reports
covering all code that will be delivered:
A. Source code testing results showing all potential security flaws identified by at least one of the commercial
source code testing tools approved by the Office of the Chief Information Officer of USDA. On the report, the
Contractor will highlight all vulnerabilities rated “critical” and “high.” The Contractor must then correct the
vulnerabilities, resend the code, and ensure the health of delivered source code.
B. For web applications, web application scanning test results showing all potential security flaws identified by
at least one of the commercial web application scanning tools approved by the Office of the Chief Information
Officer of USDA. On the report, the Contractor will highlight all vulnerabilities rated “critical” and “high.”
C. For all applications: application penetration results.
3

Attachment B

Salesforce Portal Development and Support Services BPA

Multiple-Award BPA

Copyright Management and Responsibility: By delivering applications or programming code to the Federal
Government, the vendor or Contractor certifies that they have the proper authority to transfer the property
and will defend the Government against copyright or other lawsuit resulting from the application or
programming delivered.
1.7. Processing, Storing, Transmitting Government Data to Non-Government System
The Contractor or other external organizations will develop, provide, implement, and maintain an IT System
Security Plan for any system that includes acquisition, transmission or analysis of data owned by the
Government with significant replacement cost should the Contractor’s and other external organization’s copy
be corrupted. This plan will describe the processes and procedures that will be followed to ensure
appropriate security of IT resources that are developed, processed, or used under this contract. The plan will
describe those parts of the contract to which this clause applies. The Contractor or other external
organization’s IT System Security Plan will be compliant with applicable Federal laws that include, but are not
limited to: (e.g., the Clinger-Cohen Act of 1996 and the Federal Information Security Management Act of
2002). The IT System Security Plan will meet IT security requirements in accordance with Government policies
and procedures that include, but are not limited to: National Institute of Standards and Technology (NIST) SP
800-53 Guidelines.
The Contractor and other external organizations will ensure that the appropriate security banners are
displayed on all Government systems (both public and private) operated by the contractors and other external
organizations prior to allowing anyone access to the system.

PERSONNEL
2.1. Personnel Security
2.1.1. Background Investigation Requirements
Contractor personnel must be able to obtain a favorable suitability decision in accordance with 5 CFR part
731.
The duties of this contract range from low risk to high risk positions and, as such, Contractor personnel will
be required to submit all required documentation necessary for the agency to provide a favorable
preliminary decision on suitability. This decision is required prior to commencing work on the contract.
Contractor personnel who receive an unfavorable suitability decision must be immediately removed from
consideration for work on the contract.
The company is accountable for selecting personnel capable of receiving favorable suitability
determinations; consequences for advancing personnel not able to pass government background checks
may include providing invoice credits effectively reimbursing the government for background check
expenses. Performance delays or detrimental project outcomes due to not onboarding or removal of staff
will be directly attributable to the vendor and documented.

4

Attachment B

Salesforce Portal Development and Support Services BPA

Multiple-Award BPA

2.1.2. HSPD-12 -Credentials
Contractor personnel must complete necessary requirements to obtain HSPD-12 credentials immediately
upon beginning work on the contract. Failure to obtain HSPD-12 credentials is grounds for
removal/suspension of Contractor personnel from the contract.
2.2. Training
2.2.1. Mandatory Government Training
Mandatory training must be completed by the required dates by all contract employees. Mandatory
Government training classes may be completed during work hours. It is the intent of USDA to provide
thirty (30) calendar days written notice of annual training requirements to the Contractor. In the event
the Contractor does not receive thirty (30) calendar day notice, the Contractor is still required to
complete the training by the specified required date(s).
These mandatory courses are typically provided through USDA’s education/learning application and are
free-of-charge. The education/learning application will typically load mandatory training to the
individual’s education/learning application profile to-do list. The COR will notify the Contractor of new
training requirements. Training can typically be completed within 30-60 minutes. This training includes:





Information Security Awareness Training (ISAT) - All Contractor personnel working on this contract
are required to complete USDA provided ISAT both before beginning work and annually thereafter.
Failure to take this training within the prescribed window will result in removal of the Contractor
employee from the contract.
Records Management training - is a one-time training that is required for everyone within ninety
(90) days of their start date.
Other training that is federally mandated or required by the agency.

SECTION 508 – ACCESSIBILITY OF INFORMATION AND COMMUNICATIONS TECHNOLOGY
(a) This Statement of Work (SOW) is subject to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) as
amended by the Workforce Investment Act of 1998 (P.L. 105-220). Specifically, subsection 508(a)(1) requires that when
the Federal Government procures Information and Communications Technology (ICT) 1, the ICT must allow Federal
employees and members of the public with disabilities comparable access to and use of information and data provided
to Federal employees and members of the public without disabilities.
(b) The ICT accessibility standards as 36 CFR Part 1194 were developed by the Architectural and Transportation Barriers
Compliance Board (also known as the Access Board) and apply to contracts, task orders, and indefinite quantity
contracts on or after June 25, 2001.
(c) Each Information and Communications Technology (ICT) product or service furnished under this contract shall comply
with the Information and Communications Technology Accessibility Standards (36 CFR 1194), as specified in the
contract, at a minimum. If the Contracting Officer determines any furnished product or service is not in compliance with
the contract, the Contracting Officer will promptly inform the Contractor in writing. The Contractor shall, without charge
to the Government, repair or replace the non-compliant products or services within a period of time specified by the
Please note that the term Information and Communications Technology (ICT) is synonymous with Electronic and Information
Technology (EIT), the previously used term. The term ICT will be used to meet international standards after the release of the
Section 508 Refresh.

1

5

Attachment B

Salesforce Portal Development and Support Services BPA

Multiple-Award BPA

Government in writing. If such repair or replacement is not completed within the time specified, the Government shall
have the following recourses:
1) Cancellation of the contract, delivery, or task order, purchase or line item without termination liabilities; or
2) In the case of custom Information and Communications Technology (ICT) being developed by a contractor for
the Government, the Government shall have the right to have any necessary changes made or repairs
performed by itself or by another firm for the non-compliant ICT, with the contractor liable for reimbursement
to the Government for any expenses incurred thereby.
(d) The contractor must ensure that all ICT products and services that are less than fully compliant with the accessibility
standards are provided pursuant to extensive market research and are the most current compliant products or services
available to satisfy the contract requirements.
(e) For every ICT product or service accepted under this contract by the Government that does not comply with 36 CFR
1194, the contractor shall, at the discretion of the Government, make every effort to replace or upgrade it with a
compliant equivalent product or service, if commercially available and cost neutral, on either a contract specified refresh
cycle for the product or service, or on a contract effective option/renewal date, whichever shall occur first.

3.1. Section 508 Compliance
The software shall comply with the standards, policies, and procedures below. In the event of conflicts between the
referenced documents and this SOW, the SOW shall take precedence.
Section 508 Accessibility Standards
1) 29 U.S.C. 794d (Rehabilitation Act as amended)
2) 36 CFR 1194 (Section 508 standards)
3) http://www.access-board.gov/sec508/508standards.htm (Section 508 standards)
4) FAR 39.2 (Section 508)
5) http://www.ocio.usda.gov/document/departmental-regulation-4030-001 (USDA standards, policies, and
procedures for Section 508)
In addition, all contract deliverables are subject to these standards.
All web content or communications materials produced, regardless of format (text, audio, video, etc.), must conform
to the applicable Section 508 standards to allow Federal employees and members of the public with disabilities
comparable access to and use of information and data provided to Federal employees and members of the public
without disabilities. All contractors (including sub-contractors) and consultants responsible for preparing or posting
content must comply with the applicable Section 508 accessibility standards and, where applicable, those set forth
in the referenced policy or standards document above. Remediation of any materials that do not comply with the
applicable provisions of 36 CFR Part 1194 as set forth in the SOW shall be the responsibility of the contractor or
consultant.
The following Section 508 provisions apply to the products and/or services identified in this SOW:
• 36 CFR Part 1194.21 provisions a-l
• 36 CFR Part 1194.22 provisions a-p
• 36 CFR Part 1194.23 provisions a-k[4]
• 36 CFR Part 1194.24 provisions a-e
• 36 CFR Part 1194.25 provisions a-j[4]
• 36 CFR Part 1194.26 provisions a-d
• 36 CFR Part 1194.31 provisions a-f
• 36 CFR Part 1194.41 provisions a-c

6

Attachment B

Salesforce Portal Development and Support Services BPA

Multiple-Award BPA

The following Section 508 provisions apply for software development material identified in this SOW:
For software development, software applications, and operating systems the Vendor shall comply with the
following standards, policies, and procedures:
Section 508 Accessibility Standards
1) 29 U.S.C. 794d (Rehabilitation Act as amended)
2) 36 CFR 1194 (Section 508 standards)
a. 36 CFR Part 1194.21 provisions a-l
b. 36 CFR Part 1194.31 provisions a-f
c. 36 CFR Part 1194.41 provisions a-c
For web-based applications (intranet, internet information and applications, 16 rules), the Vendor shall comply with the
following standards, policies, and procedures:
Section 508 Accessibility Standards
1)
29 U.S.C. 794d (Rehabilitation Act as amended)
2)
36 CFR 1194 (Section 508 standards)
a.
36 CFR Part 1194.21 provisions a-l
b.
36 CFR Part 1194.22 provisions a-p
c.
36 CFR Part 1194.31 provisions a-f
d.
36 CFR Part 1194.41 provisions a-c
For telecommunication products and services, the Vendor shall comply with the following standards, policies, and
procedures:
Section 508 Accessibility Standards
1) 29 U.S.C. 794d (Rehabilitation Act as amended)
2)
36 CFR 1194 (Section 508 standards)
a.
36 CFR Part 1194.23 provisions a-k
b.
36 CFR Part 1194.31 provisions a-f
c.
36 CFR Part 1194.41 provisions a-c
For video and multimedia applications (including training materials), the Vendor shall comply with the following
standards, policies, and procedures:
Section 508 Accessibility Standards
1) 29 U.S.C. 794d (Rehabilitation Act as amended)
2)
36 CFR 1194 (Section 508 standards)
a.
36 CFR Part 1194.24 provisions a-e
b.
36 CFR Part 1194.31 provisions a-f
c.
36 CFR Part 1194.41 provisions a-c
For self-contained and closed products, the Vendor shall comply with the following standards, policies, and
procedures:
Section 508 Accessibility Standards
1) 29 U.S.C. 794d (Rehabilitation Act as amended)
2)
36 CFR 1194 (Section 508 standards)
a.
36 CFR Part 1194.21 provisions a-l
b.
36 CFR Part 1194.25 provisions a-j
c.
36 CFR Part 1194.31 provisions a-f
7

Attachment B

Salesforce Portal Development and Support Services BPA

d.

Multiple-Award BPA

36 CFR Part 1194.41 provisions a-c

For desktop and portable computers, the Vendor shall comply with the following standards, policies, and
procedures:
Section 508 Accessibility Standards
1) 29 U.S.C. 794d (Rehabilitation Act as amended)
2)
36 CFR 1194 (Section 508 standards)
a.
36 CFR Part 1194.21 provisions a-l
b.
36 CFR Part 1194.26 provisions a-d
c.
36 CFR Part 1194.31 provisions a-f
d.
36 CFR Part 1194.41 provisions a-c
For help desk and other support services, the Vendor shall comply with the following standards, policies, and
procedures:
Section 508 Accessibility Standards
1) 29 U.S.C. 794d (Rehabilitation Act as amended)
2)
36 CFR 1194 (Section 508 standards)
a.
36 CFR Part 1194.31 provisions a-f
b.
36 CFR Part 1194.41 provisions a-c
If the help desk or other support services include training, Vendor must also comply with the following standards,
policies, and procedures in addition to 36 CFR Part 1194.31 provisions a-f and 36 CFR Part 1194.41 provisions a-c:
a. 36 CFR Part 1194.21 provisions a-l (installable and web-based training)
b. 36 CFR Part 1194.22 provisions a-p (web-based software)
All Information and Communications Technology (ICT) subject to the 36 CFR 1194 standards will have a Section 508
usability and acceptance test where Section 508 compliance will be validated. This test must be administered by a
Federal Section 508 Testing Center.
All maintenance for Information and Communications Technology that requires upgrades, modifications,
installations, and purchases will adhere to the Section 508 standards and 36 CFR 1194.

3.2. WCAG 2.0 Compliance
The software shall comply with the standards, policies, and procedures below. In the event of conflicts between the
referenced documents and this SOW, the SOW shall take precedence.
Custom ICT Development Services
When Vendor provides custom ICT development services pursuant to this contract, Vendor shall ensure the ICT fully
conforms to the applicable Revised 508 Standards prior to delivery and before final acceptance.
Installation, Configuration, and Integration Services
When Vendor provides installation, configuration, or integration services for equipment and software pursuant to
this contract, the offeror shall not install, configure, or integrate the equipment and software in a way that reduces
the level of conformance with the applicable Revised 508 standards.

8

Attachment B

Salesforce Portal Development and Support Services BPA

Multiple-Award BPA

Maintenance, Upgrades, and Replacements
Vendor shall ensure maintenance upgrades, substitutions, and replacements to equipment and software pursuant
to this contract do not reduce the original level of conformance with the applicable Revised 508 standards at the
time of the contract award.
Service Personnel
Vendor shall ensure the personnel providing the labor hours possess the knowledge, skills, and ability necessary to
address the applicable Revised 508 standards defined in this contract and shall provide supporting documentation
upon request.
Hosting Services
When providing hosting services for electronic content provided by the agency, Vendor shall not implement the
hosting services in a manner that reduces the existing level of conformance of the electronic content with applicable
Revised 508 standards. Throughout the life of the contract, the agency reserves the right to perform testing on a
vendor or contractor’s hosted solution to verify conformance with this requirement.
Validation for ICT Items
When purchasing ICT where 1) 508 validation is not possible prior to award, 2) when ICT will be changed after the
award, or 3) ICT will be hosted in a third-party environment, Vendor shall test and validate the ICT solution for
conformance to the Revised 508 standards, in accordance with the requirement testing methods, as defined by the
agency. Throughout the life of the contract, the agency reserves the right to perform testing to verify conformance
with this requirement.
Documentation
Vendor shall maintain and retain full documentation of the measures taken to ensure compliance with the
applicable requirements, including records of any testing or demonstrations conducted.
Conformance Reporting
Prior to acceptance, Vendor shall provide an Accessibility Conformance Report (ACR) for each ICT item that is
developed, updated, configured for the agency, and when product substitutions are offered. The ACR should be
based on the latest version of the Voluntary Product Accessibility Template (VPAT) provided by the Information
Technology Industry Council (ITI). To be considered for award, an ACR must be submitted for each ICT item, and
must be completed according to the instructions provided by ITI.
When the contractor is required to perform testing to validate conformance to the agency’s accessibility
requirements, Vendor shall provide a Supplemental Accessibility Conformance Report (SAR) that contains the
following information:
•

Accessibility test results based on the required test methods.

•

Documentation of features provided to help achieve accessibility and usability for people with disabilities.

•

Documentation of core functions that cannot be accessed by persons with disabilities.

•

Documentation on how to configure and install the ICT item to support accessibility.

•

When an ICT item is an authoring tool that generates content (including documents, reports, videos, multimedia
productions, web content, etc.)., provide information on how the ICT item enables the creation of accessible
electronic content that conforms to the Revised 508 Standards, including the range of accessible user interface
elements the tool can create.

9

Attachment B
•

Salesforce Portal Development and Support Services BPA

Multiple-Award BPA

Before final acceptance, the contractor shall provide a fully working demonstration of the completed ICT Item to
demonstrate conformance to the agency's accessibility requirements. The demonstration shall expose where
such conformance is and is not achieved.

Before acceptance, the agency reserves the right to perform independent testing to validate that the ICT solution
provided by the contractor conforms to the applicable Revised 508 standards.
Non-Compliance
Before final acceptance of any ICT item, including updates and replacements, if Vendor claims its products or
services satisfy the applicable Revised 508 standards specified in the contract vehicle, and the contracting officer
determines that any furnished ICT item is not in compliance with such requirements, the contracting officer will
promptly inform Vendor in writing of the non-compliance. Vendor shall, at no cost to the agency, repair or replace
the non-compliant products or services within the period specified by the contracting officer.

COMPLIANCE WITH INTERNET PROTOCOL VERSION 6 (IPV6) IN ACQUIRING
INFORMATION TECHNOLOGY
Any system, hardware, software, firmware or networked component (voice, video or data) developed, procured or
acquired in support or performance of this contract shall be capable of transmitting, receiving, processing,
forwarding and storing digital information across system boundaries utilizing system packets that are formatted in
accordance with commercial standards of Internet Protocol (IP) version 6 (IPv6) as set forth in the USGv6 Profile
(NIST Special Publication 500-267) and corresponding declarations of conformance defined in the USGv6 Test
Program. In addition, this system shall maintain interoperability with IPv4 systems and provide at least the same
level of performance and reliability capabilities of IPv4 products:
• Specifically, any new IP product or system developed, acquired, or produced must:
o Interoperate with both IPv6 and IPv4 systems and products, and
o Have available contractor/vendor IPv6 technical support for development and implementation and
fielded product management.
• As IPv6 evolves, the Contractor commits to upgrading or providing an appropriate migration path for each
item developed, delivered or utilized at no additional cost to the Government.
• The Contractor shall provide technical support for both IPv4 and IPv6.
• Any system or software must be able to operate on networks supporting IPv4, IPv6 or one that supports
both.
• Any product whose non-compliance is discovered and made known to the Contractor within one year after
acceptance shall be upgraded, modified or replaced to bring it into compliance at no additional cost to the
Government.

DATA OWNERSHIP
5.1. Data and Deliverable Rights
All information such as software, data, designs, test materials, documents, documentation, notes, records,
software tools acquired, and/or software source code and modifications produced by the Contractor
under this contract is the sole property of the U.S. Government, which has unlimited rights to all materials
and can determine the scope of publication and distribution. The Government retains ownership of all
proprietary information and intellectual property generated under this contract.

10

Attachment B

Salesforce Portal Development and Support Services BPA

Multiple-Award BPA

5.2. Transfer of Ownership
All data and documentation, including all studies, reports, spreadsheets, software, data, designs,
presentations, documentation, etc., produced by the Contractor or for the Government using this contract
are the property of the Government upon its taking possession of task deliverables or upon termination of
the contract.

NON-DISCLOSURE OF SENSITIVE OR PROPRIETARY INFORMATION
6.1. Non-Disclosure Agreement
Due to the sensitive nature of the data and information being worked with on a daily basis, all Contractor
personnel assigned to the contract are required to complete the Government provided non-disclosure
agreement prior to contract assignment to ensure information that is considered sensitive or proprietary is
not compromised. Signed non-disclosure statements must be provided in accordance with the direction
provided by the COR.
6.2. Data Access
The Contractor may be required to have access to live production data for the performance of this
contract. Any records and data or information the Contractor may have access to may be highly sensitive
and confidential. The Contractor must not divulge or misuse any information about files, data processing
activities or functions, user IDs or passwords, or any other knowledge that may be gained, to anyone who
is not authorized to have access to such information. It is the Contractor's responsibility to ensure that
other persons have the proper authorization.
6.3. Privacy Act Compliance
Contractors must comply with the Privacy Act of 1974 requirements in the design, development, or
operation of any system of records containing PII developed or operated for USDA or to accomplish an
USDA function for a System of Records (SOR)
a. “System of Records” is defined as a group of any records under the control of any agency from which
information is retrieved by the name of the individual or by some identifying number, symbol, or other
identifying particular assigned to the individual.
b. In the event of violations of the Act, a civil action may be brought against USDA/FPAC when the
violation concerns the design, development, or operation of a SOR on individuals to accomplish an
USDA/FPAC function, and criminal penalties may be imposed upon the officers or employees of
USDA/FPAC when the violation concerns the operation of a SOR on individuals to accomplish an USDA
function. For purposes of the Act, when the contract is for the operation of a SOR on individuals to
accomplish an USDA function, the Contractor is considered to be an employee of the agency.

SOFTWARE LICENSE LINE ITEM DATA
In accordance with Office of Management and Budget Memorandum M-16-12, Category Management Policy
16-1: Improving the Acquisition and Management of Information Technology: Software Licensing, USDA must
11

Attachment B

Salesforce Portal Development and Support Services BPA

Multiple-Award BPA

maintain an inventory of its software licenses, including pricing data. The contractor shall provide line item
pricing data on all software licenses provided to USDA at award and/or during performance of the
contract/order. The attachment entitled “Software Template Line Item Pricing” must be completed and
provided to the Contracting Officer’s Representative within 10 days of award, or within 10 days of activation
for licenses provided after the award date.

8.0 GOVERNMENT FURNISHED PROPERTY/INFORMATION/ACCESS
8.1. General
The Government must provide, without cost, the facilities, equipment, materials and services listed below. The
Government furnished property and services provided as part of this contract must be used only by the Contractor only to
perform under the terms of this contract. No expectation of personal privacy or ownership using any USDA electronic
information or communication equipment must be expected. All property at Government work sites, except for Contractor
personal items will be assumed to be Government property unless an inventory of Contractor property is submitted and
approved by the CO/COR. Contractor personal items do not include computers, external drives, software, printers, and/or
other office equipment (e.g., chairs, desks, file cabinets). The Contractor must maintain an accurate inventory of
Government furnished property.
Contractor employees must clearly identify themselves as such at all times (badge display; identification announcement
prior to or at the commencement of meetings and teleconferences; and correspondence including e-mail, etc.).
8.2. Contractor Access to IT Systems
a. Immediately following contract award, the Contractor must provide Contracting Officer’s Representative a complete list
of employee names, approval to work and current FY year completion certificate of USDA Information Security Awareness
Training.
b. Each Contractor is required to utilize a Personal Identity Verification (PIV) card to access IT systems and Sensitive
Information. Using shared accounts to access IT systems and Sensitive Information is strictly prohibited. USDA/FPAC
may disable accounts, and access to IT systems may be revoked and denied if Contractors share accounts. Users of the
systems will be subject to periodic auditing to ensure compliance with USDA and Agency policies.
c. Each Contractor is required to utilize Government furnished equipment as appropriate.
d. In coordination with the Contracting Officer Representative (COR), USDA may suspend or terminate the access to any
systems and/or facilities when an Information Security Incident or other electronic access violation, use or misuse issue
gives cause for such action. The suspension or termination may last until such time as USDA determines that the situation
has been corrected or no longer exists.
e. Upon request of USDA, the Contractor must immediately return all Government issued equipment including, but not
limited to Government issued external storage media (i.e. external drives, thumb drives).
f. Copying of USDA information outside of USDA controlled space or technology is prohibited. The Contractor must
request permission from the COR to remove any data from the USDA environments. Upon request of USDA, the
Contractor must immediately return all Government information and attest by non-disclosure agreement the Government
information is properly and securely removed from media that is not Government furnished equipment.
g. The Contracting Officer’s Representative (COR) must be notified at least five (5) days prior to a Contractor being
removed from a contract. For unplanned terminations or removals of Contractors from the organization that occur with
less than five (5) days’ notice, the COR must be notified immediately. PIV cards issued to Contractors must be returned to
the COR prior to departure.
h. All access to USDAIT systems will be accomplished using Personal Identity Verification (PIV) credentials, in
accordance with NIST FIPS 201, Personal Identity Verification (PIV) of Federal Employees and Contractors. At USDA the
PIV credential is branded “LincPass”.
8.3. Property
8.3.1. Facilities
The Government will provide the Contractor access to buildings as required for meetings, planning or workshops, subject
to the Contractor’s employees obtaining the required clearances and approvals.
8.3.2. Safety
12

Attachment B

Salesforce Portal Development and Support Services BPA

Multiple-Award BPA

The Contractor must comply with all local safety regulations and procedures in effect at the respective installation
locations.
8.3.3. Facilities and Equipment at Remote Work Locations
The Government will provide an imaged laptop for performance of this contract.
For work from a remote location, the Government will not reimburse the Contractor for costs associated with remote
connectivity from cell phones, Wi-Fi access or Internet connection.
The Contractor must be responsible for ensuring the Contractor employee has an adequate and safe office space that
sufficiently protects Government equipment and information from loss, theft or unauthorized access.
8.3.4. Materials
The Government must furnish basic reference manuals, and any revisions, updates, and changes thereto for use by the
Contractor necessary to perform work assignments under the contract.
8.3.5. Validation of Government Furnished Items (GFI) and Equipment Inventory
The Contractor must develop and maintain a complete GFI inventory that must be made available to the Government
upon request. Within three (3) work days of receipt of any GFI, the Contractor must validate the accuracy of the materials
and notify the COR, in writing, of any discrepancies.
8.3.6. Use of Government Property
8.3.6.1. Office Equipment and Services
Office equipment and services in Government facilities include desk telephones, printers, copiers, multi-function devices,
mail and postage services, Internet access, and electronic media. Office equipment also includes mobile/wireless
telephones, hotspots, or smart devices, if authorized by the COR. Office equipment is to be used for official Government
business only in the performance of the tasks in this contract.
8.3.6.2. Electronic Mail (E-mail)
All Government e-mail access and use by Contractor employees must be in support of the individual’s official duties and
task responsibilities. All information that is created, transmitted, received, obtained, or accessed in any way or captured
electronically using USDA’s e-mail systems is the property of the Government. Contractor employees must have clear
identification in their e-mail signature block that identifies themselves as Contractor employees in support of USDA.
Contractor employees are prohibited from forwarding e-mail generated from a Government provided e-mail account to
personal mobile devices.
8.3.6.3. Security Violations Using Government Equipment
Any Contractor violating USDA security policies, guidelines, procedures, or requirements while using Government
equipment or while accessing the USDA network may, without notice, will have their computer and network access
terminated, be escorted from their work location, and have their physical access to their work location removed at the
discretion of the CO/COR. The CO/COR will notify the Contractor of the security violation and request immediate removal
of the contract employee.
8.3.6.4. Government Vehicles
The use of Government-furnished vehicles is NOT authorized under this contract.
8.3.7. Return of Government Property
All Government property, data, software, information, documentation and equipment whether furnished by the
Government to the Contractor, created by the Contractor, or acquired by the Contractor with Government funding is
property of the Government and must be delivered/transmitted to the COR upon termination or expiration of the call order
or per instructions from the CO.
8.3.8. Conservation of Utilities While Working from a Government Facility
The Contractor must instruct employees in utilities conservation practices. The Contractor must be responsible for
operating practices that preclude the waste of utilities, which must include:
§ Lights must be used only in areas where and when work is actually being performed.
13

Attachment B

Salesforce Portal Development and Support Services BPA

Multiple-Award BPA

§ Mechanical equipment controls for heating, ventilation, and air conditioning system must not be adjusted by the
Contractor or by Contractor employees.
§ Water faucets or valves must be turned off after the required usage has been accomplished.
9.0 CONTRACT/CALL ORDER ADMINISTRATION
Contract Type: This will be a Blanket Purchase Agreement with firm fixed priced call order. Payment from USDA is based
on the Contractor meeting the established milestones and agreed to tasks during the contracting phase. Projects under a
Firm Fixed Price do not require tracking individual hours or costs against given level of effort hours.
Period of Performance: 15 September 2020 through 14 September 2025
Points of Contact: The contractor shall immediately bring problems or potential problems affecting performance to the
attention of the Contracting Officer’s Representative (COR). Verbal reports will be followed up with written reports when
directed by the CO or COR. The following points of contact are to be used to communicate with the Government during
the contract duration.
Contracting Officer’s Representative (COR)
Michelle Jardine
801-844-2909
[email protected]
Ste 6401, 125 S. State St
Salt Lake City, UT 84138
The Contracting Officer Representative (COR) may work with other Government personnel to monitor technical progress.
The Contractor must work with other Government personnel, as designated by the COR, in review of specified requests
and implementation of the specified task assignment request. Any actions resulting from such interactions that affect the
contract or scope of work, or administrative issues, including work schedules and resources, must be documented and
reported to the COR and the Contracting Officer (CO), as appropriate, for approval before being implemented by the
Contractor. The Contractor must bring problems or potential problems affecting performance to the attention of the COR
as soon as possible. Verbal reports must be followed up with written reports, when directed by the COR, within twentyfour (24) hours.
Only the CO may take action affecting the contractual relationship between the Government and the Contractor, including
interpreting or changing the terms and conditions of the contract. The Contractor must not contact nor take direction from
unauthorized FPAC employees, under any circumstances. The Contractor must direct all written and/or oral
communications, throughout the project life cycle, to the CO and the COR.

14


File Typeapplication/pdf
File Modified2023-05-05
File Created2021-02-16

© 2024 OMB.report | Privacy Policy