U.S. Department of Justice
Memorandum
Federal Bureau of Prisons
MCC New York
MCC .Vnv York ISO Park Row
New York NY 10007
September 6, 2018
MEMORANDUM FOR NM cting Facility Manager
FROM:
MCC New York
Finding Limitation
SUBJECT: Request to Exceed Work Order
orders
MWR 08158 - Replace Camera Rec
MCC New York
,
s Operations Manual PS4200.12
As described in the Facilitie eed the
uesting your approval to exc
Chapter 2, Page 4, I am req k
ding limitation for Minor Wor
$10,000.00 work request fun rep lac e (2) DVRs
is required to
Request (MWR) #8158. This MWR as well as
the encoders and decoders
for the NICE camera system, a rec order
, the server, purchase
rack mounts and power supply era s and
nnels, install 272 cam
redundancy license for 350 cha pro vide
tems. The vendor will also
upgrade software for said sys ators.
for operators and administr
4 hours of on-site training
uction
e not been ordered and constr
I certify that materials hav
on. MWR #8158.
work has not been performed
MWR Estimated Cost: $800,030
Funding Decision Unit: El
800
Estimated Staff Man Hours:
Estimated Start Date: Dec emb er 1, 2018
e: Feb ruary 9, 2019
Estimated Completion Dat
edule of Cost Input (SCI) and
I have included MWR #8158, Sch .
te (IGE) for your reference
Independent Government Estima
,
concerns regarding this matter
If you have any questions or
please contact me directly.
EFTA00141789
U.S. Department of Justice
Memorandum
Federal Bureau of Prisons
MCC Nix• ISvA MCC New York
ISO Park Row
New York NY IC1007
September 6, 2018
MEMORANDUM FOR S REGIONAL DIRECTOR
NORTHEAST REG:ON
FROM:
MCC New York
SUBJECT: Request to Exceed Work Request Funding Limitation
MWR #8158 - Replace Camera System
MCC New York
It has come to my attention that the work request referenced
above will require MCC New York to exceed the $10,000.00 work
request funding limitation. Therefore, I am submitting this
request for approval to exceed the funding limit policy. This
request is submitted in accordance with the guidelines set forth
in Facilities Operations Manual, PS4200.12, Chapter 2, Page 4.
The statement of work for this project is as follows: This MWR
is required to replace (2) DVRs for the NICE camera system, the
encoders and decoders as well as rack mounts and power supply,
the server, purchase a recorder redundancy license for 350
channels, install 272 cameras and upgrade software for said
systems. The vendor will also provide 4 hours of on-site
training for operators and administrators.
I certify that materials have not been ordered and construction
work has not been performed on the minor work request referenced
above.
Work Order Estimated Cost: $800,000
Funding by Decision Unit: El
Estimated Staff Man-Hours: 800
Estimated Start Date: December 1, 2018
Estimated Completion Date: February 9, 2019
EFTA00141790
for your reference. If
All supporting documentation is attached
regarding this
you have any further questions or concerns
matter, please contact me.
Attachkents: SCI, IGE
EFTA00141791
M2.5 - Schedule of Cost Input (SCI)
Date 8/24/2018 Request Initial
Institution MCC NEW YORK Category General Repairs
Project Title Replace Camera System
FY18 FY19 FY20
Object Gass POS WY $ x 1000 POS WY $ x 1000 POS WY $ x 1000
11.1 Full-Time Permanent
11.5 Other Personal Compensation
12.1 Personal Benefits: Civilian
21.0 Travel and Transportation of Persons
22.0 Transportation of Things
23.2 Rental Payments to Others
23.3 Communication, Utilities and Miscellaneous Charges
24.0 Printing and Reproduction
25.0 Other Contract Services 19 767.4
26.0 Supplies and Materials 32.6
31.0 Minor Equipment
32.0 Land Structures
Total 800.0 0.0 0.0
Total 800.0
Total in Dollars $800,000.00
Currently, MCC New York has two ninety six (96) channel DVR's which have failed repeatedly,
leaving critical areas of the institution without video coverage. There are no OEM replacement parts
Current available for purchase to repair the recorders. The current recorders use obsolete technology which
Conditions cannot be upgraded without upgrading equipment. They are unsupportable, unreliable, and have
exceeded their life expectancy. Cameras and recorders are an essential component which supports a
safe and secure environment for both inmates and staff.
We propose to hire a contractor to replace two existing ninety six (96) channel DVR's with a new
three hundred fifty (350) channel NVR systems configured at 40F, 15FPS to RAID 6 array for 14
days, provide a redundant recorder in a Plus (1) one configuration, replace the existing AMS server
and Decoder, install two hundred seventy two (272) cameras, and provide four (4) hours total of on-
site training for operators and administrators on the latest software package.
a. MCC New York, 150 Park Row, NY, NY
b. N/A
c. N/A
d. N/A
Proposal e. N/A
f. Quote
g. Contractor, In-House
h. Contractor: Communications ($767,421.25), In-House: Electrical (5325,78.75)
i. N/A
j. This project will comply with all FBOP Technical Design Guidelines, seismic zone requirements,
environmental compliance, Life Safety, NFPA, ADA-ABA, and Federal, State, and Local codes and
regulations as applicable to this project.j. Compliance has been addressed as applicable to this project,
inclusive of FBOP Technical Design Guidelines, seismic zone requirements, environmental compliance, Life
Safety, NFPA, ADA-ABA, and Federal, State, and Local codes and regulations.
k. N/A
FBOP TedmIcal Design Guidelines, seismic zone requirements, environmental compliance, life Safety, NFPA, ADA-ABA, and Federal, State, and Local codes and
regulations have been reviewed or II Alit services are required must all be addressed In the proposal section of this Justification.
Page 1
EFTA00141792
Independent Government Estimate (IGE
Institution: Project Title: Replace Camera System
MCC New York
Object Class
Category 25 (Contract) 26 (In-House) Man-Hours
1 General Requirements
2 Sitework
3 Concrete
4 Masonry
5 Metals
a. Structural
b. Miscellaneous
6 Wood & Plastic
7 Thermal & Moisture Protection
a. Insulation
8 Doors & Windows
9 finishes
a. Paint
b. Flooring
c. Ceiling
d. Other
10 Specialties
11 Equipment (See Attachment)
12 Furnishings
13 Special Construction
14 Conveying Systems
15 Mechanical
a. Plumbing
b. HVAC
16 Electrical
a. Primary
532,578.75 400.00
b. Secondary
C. Lighting
5767,421.25 400.00
d. Communications
5767,421.25 532.578.75 800.00
TOTALS: .— —
Grand Total
EFTA00141793
FBOP WC) Tech
Facility Minor Work Request 8158
NYM CM2
TO: FACILITY MANAGER
FROM: Facilities THAL::
(Entered by:) (DepartmeM) (Phone) (Dopartmont Head Slonsturo)
Slte: MYM Building: GEN Location: INST1TUT1O - THROUGHOUT THE Work Location:
Ifieumiturf
You are requested to perform the following work:
One ninety sts (96) channel RAID-con%ured DVR has failed repeatedly, leaving critical areas of the institution without recording capahlity.
App2cablo, ensure al safely procautona am toliewed, to include, but not Eniltod to 1LOCKOUT/TAGOUT AND CONFINED SPACE ENTRY'
Date Active: 4/2472018 Status: CMPLT Priority No: 1
TIMIS No.: 8158 Facility Manager:
You are authorized to perform the above work:
To Foreman: CM2• Comm Teich/H. I=
Skill: Communication en Signature for greater than S10,000
IF WORK ORDER WAS CREATED FROST A PM, ENTER PM WORK ORDER P:
list below aJ monolith used:
Description %MEM gOkl Unit Prick TA!lei
Grand Total:
If Ape:table, ensure that the equipment nee a MWI label affbcod In deaf view and tosato. MWI P.
❑ Asbestos Abatement Is required or has boon completed. Foreman's Total Hours: 3.00
❑ FTTARA process Is required. Crate Completed: 4/24/2018
Upon complcalon of work, complete town end return to the Facility Manager. Staff Signature
Completion Comments:
OEM, parts no longer produced by man sogato ocntuded manufacture. AC available bald dnvo are second hand or roman.
1
EFTA00141794
U.S. Department of.Iustice
Mend Bureau of Prisons
Ilitthmtgew. 2`IKLI
September 14, 2018
MEMORANDUM FOR FACILITIES ADMINISTRATOR
NORTHEAST REGION
FROM:
Facilities/ Operations
SUBJECT: Request4o Purchase Electronic Equipment
CCTV
Metropolitan Correctional Center (MCC) New York
This is in response to your request for a technical review of the
equipment listed below for MCC New York. As required by Facilities
Operations Manual, your request to purchase Electronic Equipment
that exceeds $25,000 has been reviewed and approved. For reference
purposes, this document is assigned as EEA 2018-0913-b.
350) Enterprise software upgrade for video channels from pre-Net 2
.0 to Net 3.1, NV-ENT-CHVUPG-PNET2 NET31 POS
1) Enterprise software package major version upgrade for site,
users and channels from NET 3.0 to Net3 .1, NV-ENT-MJVUPG
-NET2X NET 3.1
4) VisionHub Smart Video Recorder 9820, 2U with internal RAID6 +
Raidl BOTB net storage, NV-SVR9820-RIN 6-RIN1-BOTB
11) NiceVision Encorder/Decorder rack mont kit, supporting 4
NVE/NVD 1002 (for non-XT models) , 6 NVE/NVD 1002 Power Supply
(for non-XT models) , 5 NVE1008 and NVE2016 or 5 AED1016 Power
Supply , NV-ED-RMKIT
22) NiceVision H.264 Encoder supporting 16 cameras at 30/25fps in
4CIF resolution includes dual PS, NV-NVE-2016
22) NiceVision Decoder 5204 supporting up to 4 video outputs (10),
NV-NVD-5204
1) AMS Sever, SGT-AMS
EFTA00141795
17) Outdoor PTZ/1080P/X32/IP, Q6055-E
75) Corner/VANCAM/1.3MM, Q8414LVS
180) Indoor/Outdoor mini dome, 1080P, Q3515-LVE
Please note that additional approval is required through the
Information, Policy, and Public Affairs (IPPA) Division before
purchase.
If you have any questions please call me, or have your staff contact
Telecommunication Specialist, at
EFTA00141796
U.S. Department of Justice
Federal Bureau of Prisons
lEitaluturon. DC' 20534
September 20. 2018
MEMORANDUM FO REGIONAL DIRECTOR
NORTHEAST REGION
FROM:
assistant Director
for Administration
SUBJECT: Request to Exceed Work Request Funding Limit
Replace Camera System
Metropolitian Correctional Center (MCC) New York
This is an approval of your September 11, 2018, request to exceed
the spending limit of 550,000 on Work Request #8158, Replace Camera
System, at MCC New York. This work request is to replace the current
degraded camera system. The total cost of this work request is not
to exceed $800,000. Please note that additional approval is
required through the Information, Policy, and Public Affairs (IPPA)
Division.
If you have any questions, please call me or have your staff contact
Chief, Facilities Management Branch, at
cc: Facilities Administrator
EFTA00141797
U.S. Department of Justice
Federal Bureau of Prisons
Memorandum
MCC New York
September 11, 2019
MOD 0321-19 MOD 0002
MEMORANDUM FOR CONTRACTING
Reply TO
ATTN OF acuity Manager
SUBJECT: Modification Request
Vendor: Anixter
Fund Control Number: TP120240
RP Number: 1128-18
Total Amount of Current Purchase Order: $34,089.28
Requesting Amount (+/-): -$9,171.00
New Amount of Purchase Order: $24,918.28
Reason for Mod: Please remove line item 6 from modification 1 (S13,350.00) and
add line item LP from the attached quote ($4,179.00) to the purchase order.
The cost per unit of several items within the quote have changed resulting in
a significant difference in the purchase amounts. Please see attached quote.
Please modify line item(s):
Enter Enter
Enter Enter Service Current Enter Unit Change in New Dollar
Item No.: or Supply: Qty: Price: Qty (+1-): New Qty: Subtotal:
6 Supply 7500 $1.7800 -7500 0 -513,350.0000
1312 Supply 0 -10:5600S0.5572 7500 7500 54,179.0000
0 $0.0000
0 $0.0000
EFTA00141798
158NYM18FTP120240/P00002 Page 1 of 6
1. CONTRACT ID CODE
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT GS-07F-6060R
AMENDMENT/MODIFICATION NUMBER ) LIFECTIvt DATE 4. REGunirnOmauRCHASE REOMUTION NUMZEIt 5 PROJECT NUMBER (0
aspIrstaa
P00002 10212019 1128-18
6 ISSuE0 Br CODE 15BNYM T. ADMocSTERED By al other man mem cu CODE BNEF
Federal Bureau of Prisons (O) 718-420-4200 Federal Bureau of Prisons
MDC Brooklyn BRO/ NE Finance Center- FCI Fort Dix
P.O. Box 329001 AccountingNYM--(0bop.gov NE FINANCE CENTER
Brooklyn, NY 11232 BLDG 5756 HARTFORD ROAD
Ioint Base MAL N, 0864)
L NAME AND ADDRESS OF CONTRACTOR (Manbat area. county stars end ZP Cods) IA AIMADNENT OF SOOCITATON NumBER
OC)
ANDCER INC.
Dans Banda At
ANDCIER a. DATED (SEE i TEN ID
2301 PATRIOT BLVD
GLENVIEW, IL 60026.8020 10A ta0OiRCATION OF CONTRACT/ORDER
DUNS: 047583851 NUMBER
15BNYM18F7P 120240
We. DATED (SEE tins is)
X
Enna 1671617RS I nen trt rrawl)47iRiftiI 09/24/2018
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOUCITATIONS
O The above numbered soititalion is amended as set forth in Item 14. The hour and date specified for receipt of Offers s Warded. El is not aderzied.
Offers must ackruswledge receipt of this amendment prior to the hour and dies specified 41 the scacitabon or as amended, by one al the Sowing meet (a)
By comsat:tang hems 8 and IS. end return:we copies of dw amendment: (b) By ecknowledging receipt of MIS amendment on adi copy C4 the
offer submtted: or (c) By separate letter sr electronk communkadon welch ae...uaes a reference to the soeceavon and amendment numbers. FAILURE OF YOUR
ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOLRI AND DATE SPECIFIED MAY
RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such thanee may be made by letter or
electonk conumunIcatort provided each letter or etectront communication makes reference to the scacltation and this amendment end is received prior to the opening
hour and dale SpC01100.
12. ACCOUNTING MD APPROPRIATION DATA alraaAraca
SA-2018-02-FP021452PI -2699-20 18
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS.
IT MODIFIES THE CONTRACT/ORDER NUMBER AS DESCRIBED IN ITEM 14.
CHEO( ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (gratify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT
ORDER NUMBER IN ITEM 10.4.
B. THE ABOVE NUMBERED CONTRACTORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (spat as (Mangos In paying aka.
sisPropneHon dots. elc.) SET FORTH IN ITEM 14. PURSUANT TO THE Amortrry OF FAR 43.10304
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER (Stiffly type of morMkeeon an authority)
X SEE BLOCK 14.
E. MORTAR: Cans 0 •,,o,. 0 • mono] h sign mis docionent end Warn opplas to the alai? taco.
14. OESCRUMON OF AMENOMENT/MOOIRCATION fOrosNred Dy L/CP aedlon reactres, inctstop imirJteesnrcontrect SAW, "Malt wage Matta,
MODIFICATION TO DECREASE FUNDS.
ORIGINAL PO s 34,089.28
DECREASE BY: 1-9,171.00
NEW AMOUNT: 524,918.28
NO OTHER CHANGES NEEDED AT THIS TIME.
Etas( a sutendad wen all lama aId conIdarre nee doorsanl NIetencad In ban OA or 10A. as harelotors charge:I rests sncliangad and n 6a lace rd ebot
ISA. NAME AND TITLE OF SIGNER (Fyn wpm) 1611. NAME AND TITLE OF CONTRACTING OFFICER Moo or print)
158. COMRACTOROF NOR 1SC. DATE SIGNED
(Skinaturo ofperson authaitred so sign)
PsviNaa S unseal*
EFTA00141799
15BNYM18FTP1202401P00002 Page 2 of 6
Table of Contents
HMS Dasrinti2n Page Number
1 Solicitation/Contract Form I
2 Commodity or Services Schedule. 3
3 Contract Clauses 5
52.232-18 Availability Of Funds (Apr 1984) 5
4 List of Attachments 6
EFTA00141800
15BNYM18FTP120240/P00002 Page 3 of 6
Section 2 - Commodity or Services Schedule
MCC New York FIBER
Quote# O002R0BV
GSA: GS-07F-606OR
SCHEDULE OF SUPPLIES/SERVICES
CONTINUATION SHEET
ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 MFR PART,/ CCH-OIU PrOVX)US: EA Previous Previous: $3.250.65
PART• 180626
Closet Connector Housing (CCH). Black Empty. One Rack Unit 15.030000 5218.7100 Chart): $0.00
High (1 RMU). Holds Two CCH
Connector Panels Change: 0.000000 Change: 50.0000 Current $3,250.85
Current: Current
15.000000 $216.7100
0002 MFR PART • VFL950 Previous: EA Previous: Previous: $959.96
Visual Fault Locator, 2.5 mm adapter
2.000000 $479.9800 Change: $0.00
Change: 0.000000 Change: $0.0000 Current 3959.96
Current 2.000000 Current:
$479.9800
0003 FCC-WIPES Prat/kiwi: EA Prevkus: Previous: $28.44
348034
Fiber Optic Cleaning Wipes,90 Wipes per Canister tint free 2.000000 $142200 Change: $0.00
Change: 0.000000 Change: $0.0000 Current: $28.44
Current: 2.000000 Current:
$14 2200
0004 MFR PART • 241201081000 Previous: BX Previous. Previous: $4,912.40
PART • CM 0042180N-7RB-02
Mull-Conductor.Enhanced Category 6 Nonbonded- 20.000000 5245.6200 Change: $0.00
Pair Cables 4-pek U/UTP OAR Reel-In-Box Black
Change: 0.000000 Change: $90000 Current: $4,912.40
Current: Current:
20.000000 5245.6200
0005 AX103253 Previous: FA Previous: Previous: $3,780.40
PART,/ 371650
CAT6• KeyConnect Patch Panel,24-port 1U, Black 20.9=000 $1899200 Change: $0.00
Change. 0.000000 Change: $0.0000 Current $3,780.40
Current: Current:
20.000000 $1890200
EFTA00141801
168NYMMTP120240/P00002 Page 4 of 6
0006 373-COR8.3-TBRA-12 Previous: FT Previous: Previous: $13.350.00
CORNING-C 012E8F-31131-Al
12-F 8.3/125 SMTB IN/OUT RISER1.011.010.75 DB/KM ARMORED 7.500.000000 $1.7800 Change: ($13.350.00)
FREEDM ONE
Change: Change: $0.0000 Current: $0.00
-7.500.000000 Current: $1.7800
went: 0.000000
0007 20201W Previous: EA Previous: Previous: $227.70
387791
Cable Connector,I-Plece.Cal 6. RJ45,0 28" Cable Outer Diameter 3.000000 575.9000 Change: $0 00
100 per jar
hange: 0.000000 Charge: 50.0000 Current $227.70
:anent: 3.000000 Current:
$75.9000
0008 100064C Previous: EA Previous: Previous: $186.50
408271
EZ-RJ PRO HD Crimp TooL(Cal5 a Cat6). Clamshell 2.000000 $932500 Change: $0.00
Change: 0.000000 Change: $0.0100 Current $186.50
Current: 2.000000 Current:
$932500
0009 MM02-BNTEC6-02 Previous: EA Previous: Previous: $2.676.00
BELDEN/ENT C601100002
CBL ASSY MOD 24-4PR SOLID CATS* IP5 BONDED T568A/B 400.000000 56.6900 Change: am
CMR 2FT BLACK
hangs: 0.000000 Change: $013000 Current $2,676.00
Current: Current: $6.6900
400.000000
0010 R51215-20 Previous: EA Previous: Previous. $1.385.80
246718
1U RackMount Power Strip,120)./.20A.820P 12 Outlets (6 Front- 20.000000 $692900 Change: $0.00
Facing, 6-Rear-Facing) 15 ft Cord
hangs: 0.000000 Change' $0.0000 Current $1,385.80
Current: Current:
20.000000 $69.2900
0011 207404 Previous: EA Previous' Previous: $1,498.40
CORNING-C CCH-CP12-19T
12 PORT PANEL ST SM LOADED USE WITH CCH ENCLOSURE 20.000000 $74.9200 Change: $0.00
hangs: 0.000000 Change: $0.0000 Current $1,498.40
Current Curtail:
20.000000 $74.9200
0012 FI-500 Previous: EA Previous: Previous: $1,833.03
810589
Fiber Optic Inspection System Includes a handheld 1.000000 $1.833.0300 Change: $0.00
color display auto-focus inspection scope and 4
lips for LC and SC style bulkheads and 1.25 and 2.50mm patch hype: 0.000000] Change: $0.0000 Current: $1,833.03
cords.
EFTA00141802
15BNYM18FTP120240/P00002 Page 5 of 6
Current: 1.000000 Current:
51,833.0300
0013 373- COR8.3-TBRD-12 Previous: EA Previous: Previous: $0.00
CORNING-C 012E8F-31131-29
12-F 8.3/125 TB IN/OUT RISER 1.0/0.75 DR/KM FREEDM ONE
0.000000 $0.0000 Change $4,179.00
Change: Change: S0.5572 Current. 54,179.00
7 500 000000 Current: $0.5572
Currant:
7.500.000000
PREVIOUS TOTAL 534.089.28
CHANGE ($9,171.00)
CURRENT TOTAL 524.918.28
FUNDING DETAILS:
ITEM FUNDING LINE OBLIGATED AMOUNT ACCOUNTING CODES
NO.
NIA 1 Previous: 534,089.28 SA-2018.02-FP021452Pi -2699-2018
Change: ($9,171.00)
Current: S24.918.28
PREVIOUS: $34.089.28
CHANGE: ($9,171.00)
CURRENT: $24.918 28
Small Business Set Aside
Section 3 - Contract Clauses
Clauses By Full Text
52.232-18 Availability Of Funds (Apr 1984)
Funds arc not presently available for this contract. The Government's obligation under this contract is contingent upon the availability
of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any
payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice
of such availability, to be continued in writing by the Contracting Officer.
(End of clause)
EFTA00141803
15BNYM18FTP120240/P00002 Page 6 of 6
Section 4 - List of Attachments
No Clauses
No Attachments
EFTA00141804
LIMITED-SOURCES JUSTIFICATION
IAW FAR 8.4 13.106-3
1. REQUIRING AGENCY: DOJ/Bureau of Prisons. MCC New York. 150 Park Row. New York. NY 10007
2. NATURE/DESCRIPTION OF ACTION: Limited Sources Justification in accordance with FAR 8.405-6(a)(1)(A) and
13 106-3(b)(3)(i). Urgent and Compelling Need
3. DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S: The Agency requires two (2)
Nicevision Professional Smart Video Recorder Digital Video Systems to be supplied and installed at MCC New York. This
requirement includes the provision of all equipment and labor for the replacement of existing DVR system with an
upgraded NVR system MCC New York has two ninety six (96) channel DVR's which have failed repeatedly, leaving
critical areas of the institution without video coverage. There are no OEM replacement parts available for purchase to
repair the recorders. The current recorders use obsolete technology that cannot be upgraded without upgrading the
equipment. The current equipment is unsupportable. unreliable. and has exceeded its life expectancy Cameras and
records are an essential component that support a safe and secure environment for both inmates and staff It is unusual
and compelling urgency to meet this requirement to maintain supervision of exit doors in the inmate housing areas.
safeguarding government property, and to avoid seriously bodily harm.
The estimated value of this requirement is 5696.108 99
4. AUTHORITY: Acquisition is conducted under the authority of the Multiple-Award Schedule Program - 41 U.S.C. 152(3).
In accordance with FAR 8 405-6(a)(1)(A) and 13.106-3(b)(3)0) an urgent and compelling need exists, and following the
procedures would result in unacceptable delays.
5. DEMONSTRATION THAT THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS OR THE NATURE OF
THE ACQUISITION REQUIRES USE OF THE AUTHORITY CITED: MCC New York is a Federal Prison and safety and
security is of the utmost importance. A proper functioning security system is vital to carrying out our mission. The
procurement of the NICE Vision upgrade will allow appropriate video storage. playback and still images capture. as well as
the ability to control the PTZ camera for security needs within a prison setting where video footage is reviewed routinely to
determine improper activity within the institution and is often used to support legal cases. Failure to have this capability
puts the institution at an extreme risk and liability Additionally. we lost recording capabilities in some areas which made
this an urgent and compelling need. Failure to make this award immediately would result in safety and security concerns
for staff and inmates and increase liability to the government.
SigNet Technologies. Inc, (SigNet) is the current provider of all Digital Video Recording Systems Maintenance Services for
the Bureau of Prisons (BOP). These services are procured under Blanket Purchase Agreement DJBP00700NASBPA113.
SigNet is also an approved distributor of NICE products and can provide the required supply of equipment and installation
of the upgraded system under the terms and conditions of Federal Supply Schedule GS-07F0322T
The recording system. required to be connected to the existing BOPNET (Bureau of Prisons Network) WAN system, must
follow strict IPV6 protocol standards. Currently. the NICE Whole System is approved for BOPNET and is maintained by
SigNet under the terms and conditions of GS-07F0322T. Any other system that has not been approved must be vetted
and evaluated prior to utilization. This process would take between six months to one year.
SigNet is ready to receive the delivery order for the supply and installation of the NICE recording system.
6. BEST VALUE: Pncing proposed is comparable to previous prices paid for similar requirements and is in line with the
government estimate provided by Bureaus facility staff. It is in the government's interest and in my determination, issuing
an order under the terms of GS-07F-0322T represents the best value for this requirement consistent with FAR 8 404(d)
7. A DESCRIPTION OF MARKET RESEARCH CONDUCTED AND THE RESULTS: A brief review of the contractor
listing for FSS 84. SIN 246 60 1 revealed SigNet holds a current FSS contract SigNet is a known contractor who has
established a record of satisfactory performance in servicing security systems across the Bureau. SigNet is capable of
meeting the requirement at a reasonable price and due to the urgency in obtaining this equipment. no other sources were
considered.
EFTA00141805
8. ANY OTHER FACT SUPPORTING THE JUSTIFICATION: In accordance with FAR8 405.6(a)(2)(iv). this Justification
will not be posted to the Government Point of Entry (GPE) due to security risks A public posting that MCC New York
currently has an unstable and often-inoperable video recording system, could potentially endanger inmates and staff
safety
9 ACTIONS TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE ANY SUBSEQUENT
ACQUISITIONS: This action is necessary due to existing security concerns of failing equipment that is essential to the
safety of staff and the inmate population incarcerated at MCC New York Future requirements of similar magnitude will be
ordered in accordance with the procedures at FAR 8 405.1(d) on a competitive basis as circumstances allow
TECHNICAL CERTIFICATION:
I hereby certify that trie supporting data provided by the technical and requirements personnel that for the basis for
rusufication is,corriviete and accurate to the best of my knowledge
? - /7 -
Date
MCC New York, NY
CONTRACTING OFFICER'S CERTIFICATION:
In accordance with FAR 8.405-6(d) and BPAP 8 405.6. I certify this justification is accurate and complete to the best of
knowledge and belief.
SUBMITTED BY:
n/n
ecialist Date
MCC New York, NY
Contracting Officer Date
Acquisition ffice
ENCE
( Ct iff
Date
MCC New York. NY
Chief Date
Field Acquisition Office
Date
Acting Procurement Executive
EFTA00141806
APPROVAL:
Date
NM. for Administration
Competition Advocate
EFTA00141807
MCC NEW YORK 158NYM18FTP120150 Page 1 of 15
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS I. REQUISITION NUMBER
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24 £ 30 1064-18
2. CONTRACT NO 3 AWARDIEPPECTIvE 4. CODER NUMBER 5. SOLICITATION NUMBER S. SOLICITATION ISSUE
DATE DATE
GS-07F-0322T 09/21/2018 15BNYM I 8FTP120150
A. NAME D. TELEPHONE mapaER (No WWIma) S. OFFER DUE DATE /LOOM
7. FOR SOUCITATION TIME
INFORMATION CALL:
A ISSUED ar CODE I SBNYM 10. THE ACQUISITION IS K UNRESTRICTED OR O SET ASDOE: %FOR
Federal Bureau of Prisons
O SlIMS„ Has IN rotor* or
MCC New York inert
ISVALLIBISNEWIPROWJA Kum 334512
ISO Park Row El t itrgss"Au In owos
New York, NY 10007 SEA SIZE STANDARD, Employees
ID n I'l'V,ZEZISABLED
P.A.OWNID
:Alai in-Llintfil ❑ 41, 4
II. DELIVERY FOR FOB OESTINATVAI It OISCOUNT TERMS 1313 RATING
UNLESS FROCK IS WALED
13a. THIS CONTRACT IS A
SEE NET 30 RATED ORDER LINGER OPAS 4. METHOD OP SOLICITATION
SCHEDULE (15CFR 700) 0 RFQ In IFB ❑RFP
IS. DELIVER TO 000E 15BNYM It ADMINISTERED BY 000E I BNEF
Federal Bureau of Prisons Federal Bureau of Prisons
MCC New York NE Finance Center- FCI Fort Dix
150 Park Row i NE FINANCE CENTER
New York, NY 10007 BLDG 5756 HARTFORD ROAD
Joint Base MDL, NJ 08640
sit CCWTRACTOW cow lc i 578695 I FCOO!
ACUAY lin 8s6222 ma. PAYMENT WIU. BE MICE BY ROTE I BFTD
OFFEROR
Federal Bureau of Prisons ATTN: NYM ACCOUNT!
SIGNET TECHNOLOGIES. INC.
I2300 KILN COURT FCI Fort Dix PAYABLE
SUITE E P.O. Box 38
BELTSVILLE, MD 20705.1357 NER Finance Center - Acecotmting
DUNS: 171/6522 Joint Base MDL, NJ 08640
TEUEPH0NE NO. 240-264-3295
12b. CHECK I? REMITTANCE IS OFFEROR NO PUT SUCH ADDRESS IN Ilb. SUBMIT PNOICEIJA ADDRESS SHOWN IN BLOCK I W UNLESS BLOCK BELOW IS
OFFER
CHEOCED LI SEE ADDEICW
19. 20. 21. 22. n 24.
ITEM NO. SCHEDULE OF'SUPPUES/SOZVICES QUANTITY UNIT IMIT PRICE AMOUNT
Delivery Date: 09/28/2018
MCC NEW YORK - CAMERA SYSTEM
Provide services in accordance with the FSS. SOW and
technical proposal.
GSA: GS-07F-0322T
See Continuation Shea('s)
(u....4......reaselSboalanto a Awl)
2S. ACCOUNTING AND APPROPWATON DATA a TOTAL AWARD AMOUNT (Far GBH We OW)
SA-2018-02-FP021452P1-29F-31M-2018 5698.108.99
O M. SOUCITATION INCORPORATES BY RE reiteNce FAR 522124.52212-4. PAR 52212-3 AND 512174NW ATTACHED. ADDENDA O ARE
x 27b. COMMACT/PURCHASE ORD02 INCORPORATES BY REFERENCE FAR 52212-4. 522124 IS ATTACHED. ADDENDA
ARE NOT ATTACHED
0 ARE0
ARE NOT ATTACHED
i
FAR
29 CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN I COPIES TO
ISSUING OFFiCt. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH
OR OTHERWISE IDENTIFIED ABOVE MOON ANY ADDITIONAL SHEETS SUBJECT TO THE
D
29. AWARD OF CONTRACT: REF.
DATED
OFFER
. YOUR OFFER ON SOLICITATION Olt6CX 5)
oicLuouro ANY ADDITIONS CR GANGES LYNCH ARE SET FORTH HEREIN.
TERMS AND CONDITIONS SPECIFIED IS ACCEPTED AS TO ITEMS:
30e. SONATWIE OF OFFEROPICONTRACTOR 31t WETED STATES OF AMERICA (SWARMOPOONIIMOTENPOWISER)
An. NAAIE AND TITLE OF SIGNER (TYPE ORPRIM) At DATE SIGNED 13IA NAME OF THE CONTPACTIVG OFFICER (TYPE ORPawl) 314. DATE 51G
Section Chief, FAO 09/21/2018
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV 2/2012)
PREVIOUS EDITION IS NOT USABLE Presorted by GSA . AR (a CFR) 53 212
EFTA00141808
15BNYM18FTP120150 Page 2 of 15
ITEMNO.
19.
SCHEDULE
OFSUPPLESISERVICES
20,
QUANTITYUNIT
21. 22.
UNITPRICE
23.
AMOUNT
24
QUANTITY
32a. INCOLUMNHASBEEN 21
RECEIVED 9 ANDCONFORMS
ACCEPTED,
INSPECTED 9 EXCEPTASNOTED:
TOTHECONTRACT.
GOVERNMENT
OFAUTHORIZED
SIGNATURE
REPRESENTATIVE
32b. DATE PRINTED GOVERNMENT
NAM.EAND AUTHORIZED
REPRESENTATIVE
32c. 320. MEE OF
32o. ADDRESS
MAILING GOVERNMENT
OFAUTHORIZED NUMBER
REPRESENTATIVE REPRESENTATIVE
TELEPHONE OFAUTHORIZED
321. GOVERNMENT
E-MAILOFAUTHORIZED
GOVERNMENT
32g. REPRESENTATIVE
33. SNIPNUMBER NUMBER CORRECT
VOUCHER
34. 35.AMOUNTVERIFIED PAYMENT
FOR 36. 37.CHECKNUMBER
LAR11 COMPLETE OPARILAL
I. FINAL II
M. ACC.1NTNUMBER VOUCHER
I FINAL
NUMBER PAIDBY
39. SAL 40.
418. I CERTIFY
THISACCOUNT FORPAYMENT
ANDPROPER
ISCORRECT 424. RECEIVED BY (Pins)
OFFICER DATE
ANDTITLEOFCERTIFYING
41b. SIGNATURE 41c.
42b. RECEIVED
AT (Location)
42c. DATE RECD (YY/MMIDO) 42d TOTALCONTAINERS
FORM (REV. BACK
STANDARD 1449 ovzom
EFTA00141809
15BNYM18FT1P120150 Page 3 of IS
Table of Contents
USSR DUSEIRthIll Eagainadta
1 Solicitation/Contract Fonn 1
2 Commodity or Services Schedule 4
3 Contract Clauses 6
52.21403-70 Contracting Officer's Representative (COR) (June 2012) 6
2852.223-70 Unsafe Conditions Due to the Presence of Hazardous Material (June 1996) 6
52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005) 6
52.27-103-72 DOJ CONTRACTOR RESIDENCY REQUIREMENT BUREAU OF PRISONS (JUNE
2004) 8
DJAR-POD-15-02-1B Contractor Imam! Confidentiality Agreements or Statements Prohibiting or
Restricting Reporting ofWaste, Fraud, and Abuse - Solicitation - (DEVIATION 2015-02) (Much
2015) 8
DJAR-PGD-15-03 Security ofDepartment Information and Systems 8
BOP 2852.242-71 EVALUATION OF CONTRACTOR PERFORMANCE UTILIZING CPARS (APR
2011) 13
508 COMPLIANCE WITH SECTION 508 OF WE REHABILITATION ACT OF 1973, 1998
AMENDMENTS 13
DJAR-POD-1542-2A Corporate Representation Regarding Felony Conviction Under Any Federal Law
or Unpaid Delinquent Tax Liability - Award (DEVIATION 2015-02) (March 2015) 13
4 List of Attachments 15
EFTA00141810
15BNYM18FTP120150 Page 4 of 15
Section 2 - Commodity or Services Schedule
SCHEDULE OF SUPPLIES/SERVICES
CONTINUATION SHEET
ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 NV-ENT-1CH 350.000000 EA 5239.4000 $83.790.00
Single License for Nice Wsion Enterprise package video/audio
channel
0002 NV-SVR9620-RIN6-RIN1-80T6 4.000000 EA 522,184.4000 588,737.60
VISIONHUB SMART VIDEO RECORDER 9820, 2U WITH
INTERNAL RAIDS • RAID 1 80Th NET STORAGE
0003 NWENT-RSVR-1CH 350.000000 OR 566.5000 $23.275.00
RECORDER REDUNDANCY LICENSE PER 1 CHANNEL
0004 NV-ENT-MJVUPG-NET2X NET31 1.000000 EA 50.0000 50.00
ENTERPRISE SOFTWARE PACKAGE MAJOR VERSION
UPGRADE FOR SITE, USERS AND CHANNELS FROM NET 2.X
TO NET 3.1
0005 NWNVD0204 1.000000 EA 53.8000800 53000.48
NICEVISION DECODER 5204 SUPPORTING UP TO 4 VIDEO
OUTPUTS (1U)
0006 1.000000 EA 54.389.0000 54.389.03
AMS SERVER
0007 NV-NVE-2016 22.000000 EA 52,493.7500 $54.862.50
NICEVISION H.264 ENCODER SUPPORTING 16 CAMERAS AT
30/25FPS IN 4CIF RESOLUTION. INCLUDES DUAL PS
0008 10M62WR-89 135.000000 EA $517.3700 569,844.95
IP CAMERA
0009 SIGNET LABOR 1.000000 EA $243023.0000 5243,523.00
0010 NWED-RMK 11.000000 EA $119.7000 S1,316.70
NICE VISION ENCODER/DECODER RACK MOUNT KIT
SUPPORTING 4 NVE/NVO 1002 (FOR NOT-XT-MODELS), OR 6
NVE/NVD 1002 POWERRS
0011 17.000000 EA $20000000 542.50000
06055-EOR PTZ/1060P/X32/IP
OUTDO
0012 08414LVS 75.000000 EA 51.050.0000 578.750.00
CORNER NANCAW1.3MM
0013 791L61 17.000000 EA $82.0000 $1.394.00
WALL MOUNT FOR 06055.E
0014 T98A18-VE 8.000000 EA 5240.7200 $1.925.76
MEDIA CONVERTER CABINET
TOTAL 5698.108.99
FUNDING DETAILS:
ITEM FUNDING LINE OBLIGATED AMOUNT ACCOUNTING CODES
NO.
N/A • 5698.108.99 SA-2018-02•FP021452P1-29F-3100-2018
TOTAL: 5698.108.99
EFTA00141811
15BNYM18FTP120150 Page 5 of 15
Lame &alp
EFTA00141812
15BNYM18FTP120150 Page 6 of 15
Section 3 - Contract Clauses
Clauses By Full Text
52.21-603-70 Contracting Officer's Representative (COR) (June 2012)
(a)LIF.FF COLTON FACTI ITFS MANAGF,R , MCC NEW YORK fArea Code and Telephone Number) is hereby designated as the
Contracting Officer's Representative (COR) under this contract.
(b) The COR is responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies or services provide
hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the con-
tractor effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying
all invoices/vouchers for acceptance of the supplies or services furnished for payment.
(c) The COR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed
terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions it is desirable to alter/change contrac-
tual obligations or the Scope of Work, the Contracting Officer shall issue such changes.
2852.223.70 Unsafe Conditions Due to the Presence of Hazardous Material (June 1996)
(a) "Unsafe condition" as used in this clause means the actual or potential exposure of contractor or Government employees to a haz-
ardous material as defined in Federal Standard No. 313, and any revisions thereto during the term of this contract, or any other materi-
al or working condition designated by the Contacting Officer's Technical Representative (COTR) as potentially hazardous and requir-
ing safety controls.
(b) The Occupational Safety and Health Administration (OSHA) is responsible for issuing and administering regulations that require
contractors to apprise its employees of all hazards to which they may be exposed in the course of their employment; proper conditions
and precautions for safe use and exposure; and related symptoms and emergency treatment in the event of exposure.
(c) Prior to commencement of work, contractors are required to inspect for and report to the contracting officer or designee the pres-
ence of, or suspected presence of, any unsafe condition including asbestos or other hazardous materials or working conditions in areas
in which they will be working.
(d) If during the performance of the work under this contract, the contractor or any of its employees, or subcontractor employees, dis-
covers the existence of an unsafe condition, the contractor shall immediately notify the contracting officer, or designee, (with written
notice provided not later than three (3) working days thereafter) of the existence of an unsafe condition. Such notice shall include the
contractor's recommendations for the protection and the safety of Government, contractor and subcontractor personnel and property
that may be exposed to the unsafe condition.
(e) When the Government receives notice of an unsafe condition from the contractor, the parties will agree on a course of action to
mitigate the effects of that condition and, if necessary, the contract will be amended. Failure to agree on a course of action will consti-
tute a dispute under the Disputes clause of this contract.
(f) Nothing contained in this clause shall relieve the contractor or subcontractors from complying with applicable Federal State, and
local laws, codes, ordinances and regulations (including the obtaining of licenses and permits) in connection with hazardous material
including but not limited to the use, disturbance, or disposal of such material.
(End of Clause)
52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005)
Compliance with Homeland Security Presidential Directive-12 (HSPD-I2) and Federal Information Processing Standard Publication
201 (FIPS 201) I entitled "Personal Identification Verification (PIV) for Federal Employees and Contractors," Phase I.
I. Long-Term Contractor Personnel:
In order to be compliant with HSPD-12/PIV I, the following investigative requirements must be met for each new long-term 2 con-
tractor employee whose background investigation (BI) process begins on or after October 27, 2005:
a. Contractor Personnel must present two forms of identification in original font prior to badge issuance (acceptable documents arc
listed in Form 1-9, OMB No. 1615-0047, "Employment Eligibility Verification," and at least one document must be a valid State or
EFTA00141813
158NYMUFTP120150 Page 7 of 15
Federal government-issued picture ID);
b. Contractor Personnel must appear in person at least once before a DOS official who is responsible for checking the identification
documents. This identity proofing must be completed sometime during the clearance process but prior to badge issuance and must be
documented by the DOS official;
c. Contractor Personnel must undergo a HI commensurate with the designated risk level associated with the duties of each position.
Outlined below are the minimum BI requirements for each risk level:
• High Risk - Background Investigation (5 year scope)
• Moderate Risk - Limited Background Investigation (LBI) or Minimum Background Investigation (MBI)
• Low Risk - National Agency Check with Inquiries (NACI) investigation
d. The pre-appointment B1 waiver requirements for all position sensitivity levels are a:
I) Favorable review of the security questionnaire form;
2) Favorable fingerprint results;
3) Favorable credit report, if required:3
4) Waiver request memorandum, including both the Office ofPersonnel Management schedule date and position sensitivity/risk level;
and
5) Favorable review of the National Agency Check (NAC) 4 portion of the applicable BI that is determined by position sensitivity/risk
level.
A badge may be issued following approval of the above waiver requirements.
If the NAC is not received within five days of OPM's scheduling date, the badge can be issued based on a favorable review of the Se-
curity Questionnaire and the Federal Bureau of Investigation Criminal History Check (i.e., fingerprint check results).
e. Badge re-validation will occur once the investigation is completed and favorably adjudicated. If the BI results so justify, badges is-
sued under these procedures will be suspended or revoked.
2. Short-Term Contractor Personnel:
It is the policy of the DOS that short-term contractors having access to Dal information systems and/or DOS facilities or space for six
months or fewer are subject to the identity proofing requirements listed in items la. and lb. above. The pre-appointment waiver re-
quirements for short-term contractors are:
a. Favorable review of the security questionnaire form;
b. Favorable fingerprint results;
c. Favorable credit report, if required;3 and
d. Waiver request memorandum indicating both the position sensitivity/risk level and the duration of the appointment. The commen-
surate BI does not need to be initiated.
A badge may be issued following approval of the above waiver requirements and the badge will expire six months from the date of is-
suance. This process can only be used once for a short-term contractor in a twelve month period. This will ensure that any consecutive
short-term appointments are subject to the MI PIV-I identity proofing process.
For example, if a contractor employee requires daily access for a three or four-week period, this contractor would be cleared according
to the above short-term requirements. However, if a second request is submitted for the same contractor employee within a twelve-
month period for the purpose of extending the initial contract or for employment under a totally different contract for another three or
four-week period, this contractor would now be considered "long-term' and must be cleared according to the long-term requirements
as stated in this interim policy.
3. Intermittent Contractors:
An exception to the above-mentioned short-term requirements would be intermittent contractors.
a. For purposes of this policy, "intermittent" is defined as those contractor employees needing access to DOS information systems and/
or DOS facilities or space for a maximum of one day per week, regardless of the duration of the required intermittent access. For ex-
ample, the water delivery contractor that delivers water one time each week and is working on a one-year contract.
b. Contractors requiring intermittent access should follow the Department's escort policy. Please reference the August 11, 2004, and
January 29, 2001, Department Security Officer policy memoranda that conveys the requirements for contractor facility escorted ac-
cess.
c. Due to extenuating circumstances, if a component requests unescorted access or DOS IT system access for an intermittent contract-
or, the same pre-employment background investigation waiver requirements that apply to short-term contractors are required.
d. If an intermittent contractor is approved for unescorted access, the contractor will only be issued a daily badge. The daily badge will
be issued upon entrance into a DOS facility or space and must be returned upon exiting the same facility or space.
e. If an intermittent contractor is approved for unescorted access, the approval will not exceed one year. If the intermittent contractor
requires unescorted access beyond one year, the contractor will need to be re-approved each year.
4. An individual transferring from another department or agency shall not be re-adjudicated provided the individual has a current
(within the last five years), favorably adjudicated B1meeting HSPD-12 and DOS's BI requirements.
5. The DOJ's current escorted contractor policy remains unchanged by this acquisition notice.
Notes:
1. MPS 201 is available at: www.csrc.nist.gov/publications/fips/fips201/FIPS-201-022505.pdf
2. Under HSPD-I2, long-term contractors are contractors having access to DOS information systems and/or DOS facilities or space for
six months or longer. The Ply-I identity proofing process, including initiation and adjudication of the required background investiga-
tion, is required for all new long-term contractors regardless of whether it is the current practice to issue a badge. The second phase of
HSPD-I2 implementation (PIV-I1) requires badge issuance to all affected long-term contractors.
3. For contractors in position sensitivity/risk levels above level I, a favorable review of a credit check is required as part of the pre-
appointment waiver package.
EFTA00141814
15BNYM18FTP120150 Page 8 of 15
4. In order to avoid a delay in the hiring process, components should request an Advance NAC Report when initiating investigations
to OPM. Per OPM ' s instructions, to obtain an Advance NAC Report, a Code " 3" must be placed in block " B " of the " Agency Use
Only " section of the investigative form. This report is available for all case types.
5.For contractors in position sensitivity/risk levels above level 1, a favorable review of a credit check is required as part of the pre-
appointment waiver package.
[End of Clause]
52.27-103-72 DO) CONTRACTOR RESIDENCY REQUIREMENT BUREAU OF PRISONS (JUNE 2004)
For three of the five years immediately prior to submission of an offer/bid/quote, or prior to perfomiance under a contract or commit-
ment, individuals or contractor employees providing services must have:
I. Legally resided in the United States (U.S.);
2. worked for the U.S. overseas in a Federal or military capacity; or
3. been a dependent of a Federal or military employee serving overseas.
If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current inform-
ation regarding allied countries: http://www.opm.gov/employ/html/citizen.htrn
By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction.
[End of Clause]
DJAR-PGD-15-02-IB Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste,
Fraud, and Abuse - Solicitation - (DEVIATION 2015-02) (March 2015)
None of the fiends appropriated to the Department under its current Appropriations Act may be used to enter into a contract, grant,
or cooperative agreement with an entity that requires cmployess or contractors of such entity that requires employees or contractors of
such entity seeking to report fraud, waste, and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise
restricting such employees or contractors from lawfully reporting such waste, fraud, ora bust to a designated investigative or law en-
forcement representative of a Federal department or agency authorized to receive such information. By submitting a response to ibis
solicitation, the contractor certifies that it does not require employees or contractors of the contractor seeking to report fraud, waste,
and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors
from lawfully reporting waste, fraud, and abuse to a designated investigative or law enforcement representative of a Federal depart-
ment or agency authorized to receive such information.
(End of Provision)
DJAR-PGD-15-03 Security ofDepartment Information and Systems
1. Applicability to Contractors and Subcontractors
This clause applies to all contractors and subcontractors, including cloud service providers ("CSPs"), and personnel of contractors,
subcontractors, and CSPs (hereinafter collectively, "Contractor") that may access, collect, store, process, maintain, use, share, retrieve,
disseminate, transmit, or dispose of DO.1Information. It establishes and implements specific DO) requirements applicable to this Con-
tract The requirements established herein are in addition to those required by the Federal Acquisition Regulation ("FAR"), including
FAR 11.002(g) and 52.239-1, the Privacy Act of 1974, and any other applicable laws, mandates, Procurement Guidance Documents,
and Executive Orders pertaining to the development and operation of Information Systems and the protection of Government Informa-
tion. This clause does not alter or diminish any existing rights, obligation or liability under any other civil and/or criminal law, rule,
regulation or mandate.
11. General Definitions
The following general definitions apply to this clause. Specific definitions also apply as set forth in other paragraphs.
A. Information means any communication or representation of knowledge such as facts, data, or opinions, in any form or me-
dium, including textual, numerical, graphic, cartographic, narrative, or audiovisual. Information includes information in an electronic
format that allows it be stored, retrieved or transmitted, also referred to as "data," and "personally identifiable information" ("PIT), re-
gardless of form.
B. Personally Identifiable Information (or pm means any information about an individual maintained by an agency, includ-
ing, but not limited to, information related to education, financial transactions, medical history, and criminal or employment history
and information, which can be used to distinguish or trace an individual's identity, such as his or her name, social security number,
EFTA00141815
158NYM18FTP120150 Page 9 of 15
date and place of birth, mother's maiden name, biometric records, etc., including any other personal information which is linked or
linkable to an individual.
C. Dal Information means any Information that is owned, produced; controlled, protected by, or otherwise within the custody
or responsibility of the DOI, including, without limitation, Information related to Dal programs or personnel. It includes, without lim-
itation, Information (I) provided by or generated for the DOJ, (2) managed or acquired by Contractor for the DOI in connection with
the performance of the contract, and/or (3) acquired in order to perform the contract
D. Information System means any resources, or set of resources organized for accessing, collecting, storing, processing, main-
taining, using, sharing, retrieving, disseminating, transmitting, or disposing of(hereinafter collectively. "processing, storing, or trans-
mitting") Information.
E. Covered Information System means any information system used for, involved with, or allowing, the processing, storing,
or transmitting of DOJ Information.
III. Confidentiality and Non-disclosure of DOJ Information
A. Preliminary and final deliverables and all associated working papers and material generated by Contractor containing DO)
Information are the property of the U.S. Government and must be submitted to the Contracting Officer ("CO") or the CO's Represent-
ative ("COR") at the conclusion of the contract. The U.S. Government has unlimited data rights to all such deliverables and associated
working papers and materials in accordance with FAR 52.227-14.
B. All documents produced in the performance of this contract containing DOI Information are the property of the U.S. Gov-
ernment and Contractor shall neither reproduce nor release to any third-party at any time, including during or at expiration or termina-
tion of the contract without the prior written permission of the CO.
C. Any Dal information made available to Contractor under this contract shall be used only for the purpose of performance of
this contract and shall not be divulged or made known in any manner to any persons except as may be necessary in the performance of
this contract. In performance of this contract, Contractor assumes responsibility for the protection of the confidentiality of any and all
DOJ Information processed, stored, or transmitted by the Contractor. When requested by the CO (typically no more than annually),
Contractor shall provide a report to the CO identifying, to the best of Contractor's knowledge and belief, the type, amount, and level
of sensitivity of the DOI Information processed, stored, or transmitted under the Contract, including an estimate of the number of indi-
viduals for whom P11 has been processed, stored or transmitted under the Contract and whether such information includes social secur-
ity numbers (in whole or in part).
IV. Compliance with Information Technology Security Policies, Procedures and Requirements
A. For all Covered Information Systems, Contractor shall comply with all security requirements, including but not limited to
the regulations and guidance found in the Federal Information Security Management Act of 2014 ("FISMA"), Privacy Act of 1974, E-
Government Act of 2002, National Institute of Standards and Technology ("KIST') Special Publications ("SP"), including MST SP
800-37, 800-53, and 800-60 Volumes I and II, Federal Information Processing Standards ("PIPS") Publications 140-2, 199, and 200,
OMB Memoranda, Federal Risk and Authorization Management Program ("FedRAMP"), DOI IT Security Standards, including DOJ
Order 2640.2, as amended. These requirements include but are not limited to:
1. Limiting access to DOI Information and Covered Information Systems to authorized users and to transactions and functions
that authorized users are permitted to exercise;
2. Providing security awareness training including, but not limited to, recognizing and reporting potential indicators of insider
threats to users and managers of DO1Information and Covered Information Systems;
3. Creating, protecting, and retaining Covered Information System audit records, reports, and supporting documentation to en-
able reviewing, monitoring, analysis, investigation, reconstruction, and reporting ofunlawful, unauthorized, or inappropriate activity
related to such Covered Information Systems and/or Dal Information;
4. Maintaining authorizations to operate any Covered Information System;
5. Performing continuous monitoring on all Covered Information Systems;
6. Establishing and maintaining baseline configurations and inventories of Covered Information Systems, including hardware,
software, firmware, and documentation, throughout the Information System Development Lifecycle, and establishing and enforcing
security configuration settings for IT products employed in Information Systems;
7. Ensuring appropriate contingency planning has been performed, including Dal Information and Covered Information Sys-
tem backups;
EFTA00141816
15BNYtAl8FTP120150 Page 10 of 15
8. Identifying Covered Information System users, processes acting on behalf of users, or devices, and authenticating and veri-
fying the identities of such users, processes, or devices, using multifactor authentication or HSPD-I2 compliant authentication meth-
ods where required;
9. Establishing an operational incident handling capability for Covered Information Systems that includes adequate prepara-
tion, detection, analysis, containment, recovery, and user response activities, and tracking, documenting, and reporting incidents to ap-
propriate officials and authorities within Contractor's organization and the DOS;
10. Performing periodic and timely maintenance on Covered Information Systems, and providing effective controls on tools,
techniques, mechanisms, and personnel used to conduct such maintenance;
12. Protecting Covered Information System media containing DOS Information, including paper, digital and electronic media;
limiting access to DOS Infonnation to authorized users; and sanitizing or destroying Covered Information System media containing
DOS Information before disposal, release or reuse of such media;
13. Limiting physical access to Covered Information Systems, equipment, and physical facilities housing such Covered Informa-
tion Systems to authorized U.S. citizens unless a waiver has been granted by the Contracting Officer ("CO"), and protecting the phys-
ical facilities and support infrastructure for such Information Systems;
14. Screening individuals prior to authorizing access to Covered Information Systems to ensure compliance with DOS Security
standards;
15. Assessing the risk to DOS Information in Covered Information Systems periodically, including scanning for vulnerabilities
and remediating such vulnerabilities in accordance with Dal policy and ensuring the timely removal of assets no longer supported by
the Contractor,
16. Assessing the security controls of Covered Information Systems periodically to determine if the controls are effective in their
application, developing and implementing plans of action designed to correct deficiencies and eliminate or reduce vulnerabilities in
such Information Systems, and monitoring security controls on an ongoing basis to ensure the continued effectiveness of the controls;
17. Monitoring, controlling, and protecting information transmitted or received by Covered Information Systems at the external
boundaries and key internal boundaries of such Information Systems, and employing architectural designs, software development
techniques, and systems engineering principles that promote effective security; and
18. Identifying, reporting, and correcting Covered Infonnation System security flaws in a timely manner, providing protection
from malicious code at appropriate locations, monitoring security alerts and advisories and taking appropriate action in response.
B. Contractor shall not process, store, or transmit DOJ Information using a Covered Information System without first obtaining
an Authority to Operate ("ATO") for each Covered Information System. The ATO shall be signed by the Authorizing Official for the
DOS component responsible for maintaining the security, confidentiality, integrity, and availability of the DOS Information under this
contract. The DOS standards and requirements for obtaining an ATO may be found at DOS Order 26401, as amended. (For Cloud
Computing Systems, see Section V, below.)
C. Contractor shall ensure that no Non-U.S. citizen accesses or assists in the development, operation, management, or mainten-
ance of any DOS Information System, unless a waiver has been granted by the by the DOS Component Head (or his or her designee)
responsible for the Dal Information System, the DOS Chief Information Officer, and the DO) Security Officer.
D. When requested by the Dal CO or COR, or other DOS official as described below, in connection with DOS's efforts to en-
sure compliance with security requirements and to maintain and safeguard against threats and hazards to the security, confidentiality,
integrity, and availability of DOS Information, Contractor shall provide DOS, including the Office of Inspector General ("OIG") and
Federal law enforcement components, (1) access to any and all information and records, including electronic information, regarding a
Covered Information System, and (2) physical access to Contractor's facilities, installations, systems, operations, documents, records,
and databases. Such access may include independent validation testing of controls, system penetration testing, and FISMA data re-
views by DOS or agents acting on behalf of DOS, and such access shall be provided within 72 hours of the request. Additionally, Con-
tractor shall cooperate with DOS's efforts to ensure, maintain, and safeguard the security, confidentiality, integrity, and availability of
DOS Information.
E. The use of Contractor-owned laptops or other portable digital or electronic media to process or store DOS Information
covered by this clause is prohibited until Contractor provides a letter to the Dal CO, and obtains the CO's approval, certifying com-
pliance with the following requirements:
1. Media must be encrypted using a NIST FPS 140-2 approved product;
2. Contractor must develop and implement a process to ensure that security and other applications software is kept up-to-date;
EFTA00141817
15BNY1A18FTP120150 Page 11 of 15
3. Where applicable, media must utilize antivirus software and a host-based firewall mechanism;
4. Contractor must log all computer-readable data extracts from databases holding DOS Information and verify that each ex-
tract including such data has been erased within 90 days of extraction or that its use is still required. All DOS Information is sensitive
information unless specifically designated as non-sensitive by the DOS; and,
5. A Rules of Behavior ("ROB") form must be signed by users. These rules must address, at a minimum, authorized and offi-
cial use, prohibition against unauthorized users and use, and the protection of DOJ Information. The form also must notify the user
that he or she has no reasonable expectation of privacy regarding any communications transmitted through or data stored on Contract-
or-owned laptops or other portable digital or electronic media.
F. Contractor-owned removable media containing Dal Information shall not be removed from Dal facilities without prior ap-
proval of the DOS CO or COR.
G. When no longer needed, all media must be processed (sanitized, degaussed, or destroyed) in accordance with DOJ security
requirements.
H. Contractor must keep an accurate inventory of digital or electronic media used in the performance ofDOS contracts.
I. Contractor must remove all DOS Information from Contractor media and return all such information to the DOJ within 15
days of the expiration or termination of the contract, unless otherwise extended by the CO, or waived (in part or whole) by the CO,
and all such information shall be returned to the Dal in a format and form acceptable to the DOJ. The removal and return of all Dal
Information must be accomplished in accordance with DOS IT Security Standard requirements, and an official of the Contractor shall
provide a written certification certifying the removal and return of all such information to the CO within IS days of the removal and
return of all DO) Information.
J. DOS, at its discretion, may suspend Contractor's access to any Dal Information, or terminate the contract, when DOS sus-
pects that Contractor has failed to comply with any security requirement, or in the event of an Information System Security Incident
(see Section V.E. below), where the Department determines that either event gives cause for such action. The suspension of access to
Dal Information may last until such time as DOS, in its sole discretion, determines that the situation giving rise to such action has
been corrected or no longer exists. Contractor understands that any suspension or termination in accordance with this provision shall
be at no cost to the DOS, and that upon request by the CO, Contractor must immediately return all DOI Information to DOS, as well as
any media upon which DOI Information resides, at Contractor's expense.
V. Cloud Computing
A. Cloud Computing means an Information System having the essential characteristics described in NIST SP 800-145, The
MST Definition of Cloud Computing. For the sake of this provision and clause, Cloud Computing includes Software as a Service,
Platform as a Service, and Infrastructure as a Service, and deployment in a Private Cloud, Community Cloud, Public Cloud, or Hybrid
Cloud.
B. Contractor may not utilize the Cloud system of any CSP unless:
1. The Cloud system and CSP have been evaluated and approved by a 3PAO certified under FedRAMP and Contractor has
provided the most current Security Assessment Report ("SAR") to the DOS CO for consideration as part of Contractor's overall Sys-
tem Security Plan, and any subsequent SARs within 30 days of issuance, and has received an ATO from the Authorizing Official for
the DOJ component responsible for maintaining the security confidentiality, integrity, and availability of the Dal Information under
contract; or,
2. If not certified under FedRAMP, the Cloud System and CSP have received an ATO signed by the Authorizing Official for
the DO) component responsible for maintaining the security, confidentiality, integrity, and availability of the Dal Information under
the contract.
C. Contractor must ensure that the CSP allows DOI to access and retrieve any DOS Information processed, stored or transmit-
ted in a Cloud system under this Contract within a reasonable time of any such request, but in no event less than 48 hours from the re-
quest To ensure that the DOJ can Italy and appropriately search and retrieve DOS Information from the Cloud system, access shall in-
clude any schemes, meta-data, and other associated data artifacts.
VI. Information System Security Breach or Incident
A. Definitions
I. Confirmed Security Breach (hereinafter, "Confirmed Breach') means any confirmed unauthorized exposure, loss of con-
trol, compromise, exfiltration, manipulation, disclosure, acquisition, or accessing of any Covered Information System or any DOS In-
formation accessed by, retrievable from, processed by, stored on, or transmitted within, to or from any such system.
EFTA00141818
15BNYM18FTP120150 Pago 12 of 15
2. Potential Security Breach (hereinafter, "Potential Breach") means any suspected, but unconfirmed, Covered Information
System Security Breach.
3. Security Incident means any Confirmed or Potential Covered Information System Security Breach.
B. Confirmed firrseh. Contractor shall immediately (and in no event later than within I hour of discovery) report any Con-
firmed Breach to the Dal CO and the CO's Representative ("COR"). If the Confirmed Breach occurs outside ofregular business hours
and/or neither the DOJ CO nor the COR can be reached, Contractor must call Dal-CERT at 1-866-US4-CERT (1-866-874-2378) im-
mediately (and in no event later than within 1 hour of discovery of the Confirmed Breach), and shall notify the CO and COR as soon
as practicable.
C. Potential Breach.
1. Contractor shall report any Potential Breach within 72 hours of detection to the DOI CO and the COR, unless Contractor has
(a) completed its investigation of the Potential Breach in accordance with its own internal policies and procedures for identification,
investigation and mitigation of Security Incidents and (b) determined that there has been no Confirmed Breach.
2. If Contractor has not made a determination within 72 hours of detection of the Potential Breach whether an Confirmed
Breach has occurred, Contractor shall report the Potential Mach to the DOI CO and COR within one-hour (i.e., 73 hours from detec-
tion of the Potential Breach). If the time by which to report the Potential Breach occurs outside ofregular business hours and/or
neither the DOJ CO nor the COR can be reached, Contractor must call the DOI Computer Emergency Readiness Team (Dal-CERT)
at 1-866-US4-CERT (1-866-874-2378) within one-hour (i.e., 73 hours from detection of the Potential Breach) and contact the DO!
CO and COR as soon as practicable.
D. Any report submitted in accordance with paragraphs (B) and (C), above, shall identify (I) both the Information Systems and
Dal Information involved or at risk, including the type, amount, and level of sensitivity of the Dal Information and, if the DOJ In-
formation contains PII, the estimated number of unique instances of PH, (2) all steps and processes being undertaken by Contractor to
minimize, remedy, and/or investigate the Security Incident, (3) any and all other information as required by the US-CERT Federal In-
cident Notification Guidelines, including the functional impact, information impact, impact to recoverability, threat vector, mitigation
details, and all available incident details; and (4) any other information specifically requested by theDOJ. Contractor shall continue to
provide written updates to the Dal CO regarding the status of the Security Incident at least every three (3) calendar days until in-
formed otherwise by the Dal CO.
E. All determinations regarding whether and when to notify individuals and/or federal agencies potentially affected by a Secur-
ity Incident will be made by Dal senior officials or the DO) Core Management Team at DOJ's discretion.
F. Upon notification of a Security Incident in accordance with this section, Contractor must provide to DOJ full access to any
affected or potentially affected facility and/or Information System, including access by the DOJ OIG and Federal law enforcement or-
ganizations, and undertake any and all response actions DOJ determines are required to ensure the protection of DOS Information, in-
cluding providing all requested images, log files, and event information to facilitate rapid resolution of any Security Incident.
G. Dal, at its sole discretion, may obtain, and Contractor will permit, the assistance of other federal agencies and/or third party
contractors or firms to aid in response activities related to any Security Incident. Additionally, DOJ, at its sole discretion, may require
Contractor to retain, at Contractor's expense, a Third Party Assessing Organization (3PAO), acceptable to DOJ, with expertise in in-
cident response, compromise assessment, and federal security control requirements, to conduct a thorough vulnerability and security
assessment of all affected Information Systems.
H. Response activities related to any Security Incident undertaken by Dal, including activities undertaken by Contractor, other
federal agencies, and any third-party contractors or firms at the request or direction ofDOI, may include inspections, investigations,
forensic reviews, data analyses and processing, and final determinations of responsibility for the Security Incident and/or liability for
any additional response activities. Contractor shall be responsible for all costs and related resource allocations required for all such re-
sponse activities related to any Security Incident, including the cost of any penetration testing.
VII. Personally Identifiable Information Notification Requirement
Contractor certifies that it has a security policy in place that contains procedures to promptly notify any individual whose Personally
Identifiable Information ("PII") was, or is reasonably determined by Dal to have been, compromised. Any notification shall be co-
ordinated with the Dal CO and shall not proceed until the DOJ has made a determination that notification would not impede a law en-
forcement investigation or jeopardize national security. The method and content of any notification by Contractor shall be coordinated
with, and subject to the approval of, Dal. Contractor shall be responsible for taking corrective action consistent with Dal Data
Breach Notification Procedures and as directed by the DOJ CO, including all costs and expenses associated with such corrective ac-
tion, which may include providing credit monitoring to any individuals whose Pll was actually or potentially compromised.
VIII. Pass-through of Security Requirements to Subcontractors and CSPs
EFTA00141819
1513NYIA18FfP120150 Page 13 of 15
The requirements set forth in the preceding paragraphs of this clause apply to all subcontractors and CSPs who perform work in con-
nection with this Contract, including any CSP providing services for any other CSP under this Contract, and Contractor shall flow
down this clause to all subcontractors and CSPs performing under this contract. Any breach by any subcontractor or CSP of any of the
provisions set forth in this clause will be attributed to Contractor.
BOP 2852.242-71 EVALUATION OF CONTRACTOR PERFORMANCE UTILIZING CPARS (APR 2011)
The services, although not directly supervised, shall be reviewed by Federal Bureau of Prisons (BOP) staff to ensure contract compli-
ance. The contractor's performance will be evaluated in accordance with FAR 42.15. Contract monitoring reports will be prepared by
the Contacting Officer's Representative (COR) and maintained in the contract file.
In accordance with FAR 42.1502 and 42.1503, agencies shall prepare an evaluation of contractor performance and submit it to the
Past Perfornuuwe Information Retrieval System (PPIRS). The BOP utilizes the Department of Defense (DOD) web-based Contractor
Performance Assessment Reporting System (CPARS) to provide contractor performance evaluations. The contractor shall provide and
maintain a current e-mail address throughout the life of the contract. The contractor will receive an e-mail from the Focal Point thru
the following website address webptsmIggnavy.milwhen the contract is registered in CPARS. The e-mail will contain a "user ID" and
temporary password to register in the CPARS system. The contractor must be registered to access and review its evaluation and/or
provide a response. If assistance is required when registering, please contact the Contracting Staff/Focal Point.
(End of Clause)
508 COMPLIANCE WITH SECTION 508 OF THE REHABILITATION ACT OF 1973, 1998 AMENDMENTS
All electronic and information technology (EIT) procured through this solicitation and any resulting contract, task order, delivery or-
der, or purchase order must meet the applicable accessibility standards at 36 CFR 1194. 36 CFR implements Section 508 of the Re-
habilitation Act of 1973, as amended, and viewable at http://www.section508.gov (See Standards-Part 1194).
Part 1194.21 - Software applications and operating systems
Part 1194.22 - Web-Based Intranet and Internet Information and Applications
Part 1194.23 — Telecommunications Products
Part 1194.24— Video and Multimedia Products
Part 1194.25 — Self-Contained, Closed Products
Part 119426 —Desktop and Portable Computers
Part 119431 - Functional Performance Criteria
Part 1194.41 - Information, documentation, and Support
The contractor shall indicate for each line item in the schedule of items whether each product is compliant or noncompliant with the
accessibility standards at 36 CFR 1194. Further, the offer must indicate where full details of compliance can be found (e.g., with of-
fer, vendor's website or other location).
(End of Clause)
WAR-POD-15-02-2A Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax
Liability - Award (DEVIATION 2015-02) (March 2015)
(a) None of the funds made available by the Department's current Appropriations Act may be used to enter
into a contract, memorandum of understanding, or cooperative agreement with a corporation -
(1) convicted of a felony criminal violation under any Federal law within the preceding 24 months, where
the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of
the corporation and made a determination that this further action is not necessary to protect the interests of the
Government, or
(2) that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrat-
ive remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an
agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of
the unpaid tax liability ,
unless an agency has considered suspension or debarment of the corporation and made a determination that this
further action is not necessary to protect the interests of the Government.
(b) By accepting this award or order, in writing or by performance, the offeror/contractor represents that-
(1) the offeror is not a corporation convicted of a felony criminal violation under any Federal or State law
EFTA00141820
15BNYM18FTP120150 Page 14 of 15
within the preceding 24 months; and,
(2) the offeror is not a corporation that has any unpaid Federal or State tax liability that has been assessed,
for wl3ich all judicial and administrative remedies have been exhausted or have lapsed, and that is not being
paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
(End of Clause)
EFTA00141821
15BNYM18FTP120150 Page 15 of 15
Section 4 - List of Attachments
This Section Is Intentionally Left Blank
EFTA00141822
The roquest covers imatedåls,
supplies, equipment, or services
PRICING IS CONSIDERED for which there is en Immediate PAR 52.232-18. AVAILABILITY
To RE FAIR AND REASONABLE need; and then. only in the OF FUNDS IS INCLUDED BY
AzQueeeniht*e ITIMPAffleed REFERENCE
PURCHASE CARD ACQUISITION (No: or Personal use :teas)
U.S. DEPARTMENT OF JUSTICE
FEDERAL BUREAU OF PRISt
- - - • :. : .
MCC No .., Yak Faci,oes
I ten OSA/Oth..; 4::.:4..;A:?::4:.
No. Q:Y (04:7 0:::7 A:400N:-
Ztork No. PP :CL
• Enterpnse software upgrade! 'or viCteci cnarnels from pre•Net 2 0 to Ne: 3 I
J00
uppaie pack al me Goan ng sa.e
350 ea 5239 40 83 790 CO
2 NceVision I- 264 Encocer supporting 16 cameras at 30'25•04 in 4C11, ?erol On i
:00
inc.ualf CLO: PS
22 I ea 52:93 75 54 S62 SO
I
3 horeVitssn Fn.corlei Cie:oper rack o eery kt support rg a •NE NvD ICO2 i'c•
J.00
I
nee -XI mOde sl. or 8 NVE:NVD 1002 Porker S 'I I 318 70
ea 5115 70
4 veapnlituti &ranked* ReccrPer 9820 2U wan internal RA 08 • RAID1 8078
3 00
net singe
4 ea 522.184 40 88.737.60
5 Recoroer recolgaity license pet 1:Panne 350 ea $6,5 50 .:. 23.275.00 '
5 Enterprae sotare package inapt version upgreae Me See u50.5 and <runnels
3.00
Bureau of Prisons Tax ID: 153-0205705 TOTAL AMOUNT
S pNe: Tech-0106es
8 9 ,c
-1-e1/4.1 t) (r) ►'
123)0 <4,- C: Ste E
,. Beltsvele. MD 20705
Steve Sernei
la- t kr dot ..•
A „i LI?... 21,6 ), I. 13.: " .
.y) ft''.•:-.1i4 zi S i a Cit F :-..3ir7--5 ll' 3\,g
INCIC1(."- to,c 15,4•11•,92‘F Tf Ii2outo %tee.
_)
) 23Ce kkAr1 CI+ t ,-)Qt 3c %11%!•I
K-eAkssi3Or f\ill k GSN-
, y -
- ö 7 F
I•
- 0322T
•
ej.24.0-crie C j. .
l t em
isflEocts" as" (>7_,2. '201 • ►064.18
09/21/2018
WARNING, AMMVNITZON/WIAPCNS/RAZAPIOUS MATtRIAL FOR ?MS
DIST/TUTIOR - DEL:VIR TO LRMORYJSPeCiFiLD stare ORLY
*Kano
EFTA00141823
UNITED STATES DEPARTMENT OF JUSTICE Page of
FEDERAL BUREAU OF PRISONS
0 REQUEST FOR PURCHASE
O PURCHASE CARD ACQUISITION (Not for Personal Wm I ten )
CONTINUATION PAWL
Institution/Facility Requisitioning Department Date of Order
MCC New Vert FecdUes
Requestor Name/Telephone Number Receiving Report 4 114arehor.se Use)
IIII IIMIIIIMIS Wareham° Signature
Item GSA/Other DESCRIPTION QTY UNIT UNIT AMOUNT
No. Stock No. PRICE
from Net 2X to Net 3.1 1 ea SO00
Wool
,tobail
7 NieeVflice Deculer 5204 supporav up to 4 videoWiwi,
(1U/
1 es 64419,75 Settl5 3100.44
it tst leis
a
AM Sonar 1 ea 14:1SSSOB fa 4, r9.5.
9 Odd= PT7J10130P/X32AP 17 ea SOP:13015441
r ele
ia.
COmer/VANCAM/1.3M14
10 75 ea S4T101e013
',r ola. III
$970440
7s, /so..
11 IP Camera 'Rt. es $517.37 Sear420,88
1 75 .9•
12 WO mount for 013055.5 17 ea Sie444.70 ,
Ste n I 314.. Co
13 Meats comorlar catint a ea 5240.72 $1.925.78 `Rs/7(
14 Law& Inatid 1 013 ? C SITS, 8,
erMr
$O 001
SO Go '
SO CO
$0.00
$000
$0 00
w00
O 00
$0
$0.00
Bureau of Prisons Tax ID 153-0205705 toTAL ANXINT-Page 2
1.
Contracting Officer / Cardholder YAW= / RP I
TP 12015O
EFTA00141824
U.S. Department of Justice
Federal Bureau of Prisons
Office of Information Technology Washington. O.C. 70534
September 13, 2018
MEMORANDUM Fa, WARDEN
MCC NEW YORK
FROM: Senior Deputy Assistant Director
Information, Policy and Public Affairs Division
SUBJECT: Purchase of Computer Equipment, Supplies, and
Services (BOPNet)
The following information technology-related equipment purchase is authorized per your
recent request:
SA No: SA18-0117
LOCATION ITEM DESCRIPTION ESTIMATED PRICE
New York Purchase hardware and software to $800,000.00
upgrade the NICE camera system
Contracting officers should be familiar with FAR Part 8, required sources of supplies and
services.
This procurement is authorized in accordance with requirements as set forth by the
Federal Information Technology Acquisition Reform Act (FITARA).
Approved By:
Chief, IT Planning and Development
EFTA00141825
U.S. Department of Justice
Memorandum
Federal Bureau of Prisons
NinliwtAt firgunwl Wu thwil/ Mato (mourn/los/I..
IniCheonuOlaW - floor
NW athiph M19106
September 25, 2017
MEMORANDUM FOR WARDEN
MCC NEW YORK
FROM: Regional 'Director
Naitheast Region
SUBJECT: Request to Exceed Work Request Funding Limitation
WO #08158 Replace Camera System
MCC New York
As required by PS4200.12, Chapter 2, Page 4, your request to
Exceed Work Request Funding Limitation of 850,000.00 for WO
#08158 Replace Camera System has been reviewed and approved by
Central and Regional Offices. This work request is to replace
existing camera system hardware. The total cost of this work
request is not to exceed $800,000.00.
Please note that additional approval is required through the
Information, Policy, and Public Affairs (IPPA) Division before
purchase.
If you have arlv ouperions or o ncerns regarding this matter,
please contact directly a
Attachment
EFTA00141826
U.S. Department of Justice
Fedend Bureau of Prison:,
tVGAMONLDC20$4
September 20. 2018
MEMORANDUM FCR REZICNA: DIRECTOR
NORTHEAST REGION
FROM:
Assistank Director
for Administration
SUBJECT: Request to Exceed Work Request Funding Limit
Replace Camera System
Metropolitian Correctional Center (MCC} New York
This is an approval of your September 11, 2018, request to exceed
the spending 1:mtt of 550,000 on Work Request #8158, Rep:ace Camera
System, at MCC New York. This work request is to replace the current
degraded camera system. The total cost of this work request is not
to exceed $800,000. Please note that additional approval is
required through the Tnformation, Policy, and Public Affairs (IPPA)
Division.
If yea have any questions, please call me cr have your staff contact
, Chief, Fa;:ii.ties Menagenect ?tench, at
t2O2) 514-6652.
cc: Michael , Facilities Administrator
EFTA00141827