SCHEDULE OF CHANGES

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT See Block #2 1 of 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ.NO. 5. PROJECT NO. (If applicable) 0001

6. ISSUED BY SMC/SYK CODE FA8823 7. ADMINISTERED BY (If other than Item 6) CODE

SPACE & MISSILE SYSTEMS CENTER

1050 E. STEWART AVE., BLDG 2025

PETERSON AFB, CO 80914

STEPHANIE L. ROSENTHAL 7195562258

[email protected]

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) (X) 9A. AMENDMENT OF SOLICITATION NO. FA8823-19-R-0005 9B. DATED (SEE ITEM 11) X 21 MAR 2019 10A. MODIFICATION OF CONTRACT/ORDER NO.

10B. DATED (SEE ITEM 13)

CODE FACILITY CODE

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, X is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a) By completing Items 8 and 15, and returning 1 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required)

13. THIS ITEM APPLIES ONLY TO MODIFICATION OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (X ) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: ( ) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

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

The purpose of this amendment is to replace Attachment 1, PWS, Rev A with Attachment 1, PWS, Rev A, Chg 1 and replace Attachment 8, Section L, Rev A with Attachment 8, Section L, Rev A, Chg 1 due to necessary updates.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print). 16A. NAME AND TITLE OF SIGNER (Type or print)

SENECA J. ALVARADO

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

______BY______(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV.10-83) PREVIOUS EDITION UNUSABLE Prescribed by GSA ConWrite Version 7.1.2.2 FAR (48 CFR) 53.243 Created 27 Mar 2019 1:20 PM

DOCUMENT PGS DATE TITLE

ATTACHMENT 1 63 26 MAR 2019 PERFORMANCE WORK STATEMENT FOR MOSSAIC, REV A, CHG 1

ATTACHMENT 8 70 26 MAR 2019 SECTION L, REV A, CHG 1

PAGE 2 OF 2 SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

PERFORMANCE WORK STATEMENT (PWS)

FOR

MAINTENANCE OF SPACE SITUATIONAL AWARENESS INTEGRATED CAPABILITIES (MOSSAIC) CONTRACT

18 26 MARCH 2019

SOLICITATION NO.: FA8823-19-R-0005

ATTACHMENT 01

Ground Based Space Surveillance (GBSS) Division Space Superiority Systems Directorate SMC/SYG 1050 East Stewart Ave. Peterson AFB, CO 80914

DISTRIBUTION STATEMENT D: Distribution authorized to the Department of Defense and U.S. DoD Contractors only; administrative/operational use; 30 May 2018. Other requests for this document shall be referred to the SMC/SYGI, 1050 E. Stewart Ave., STE 2025, Peterson AFB, CO 80914. WARNING: This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, USC, Sec 2751, et. seq.) or the Export Administration Act of 1979, as amended, Title 50, USC., App. 2401, et. seq. Violations of these export laws are subject to severe criminal penalties. Dissemination of this document is controlled under DoD Directive 5230.25. DESTRUCTION NOTICE: Destroy by any method that will prevent disclosure of contents or reconstruction of the document.

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

CHANGE CONTROL SUMMARY Revision (Rev). A revision should be used to consolidate all changes into a new basic document with a new basic date. It should be used to clean up the document when it begins to become confusing with too many changes. It is the Data Managers (DM) decision when to revise the document. Number the revision and include a summary of the revisions in the change table. DM will remove all change bars when the document is revised since the revised document takes all previous changes into account. Do not remove changes from the change table when the document is revised since they may lend important historical value. Version (Ver). A change that is administrative in nature does not require the document to be re-staffed. Changes that remove or add items periodically assessed or affect items assessed in frequency of assessment or thresholds must be re-staffed for approval. Consolidate changes when possible. Include a summary of the changes incorporated in the change table. Ensure change bars have been inserted after initial release.

Rev./Ver. Eff. Date Description 1.0 30 May 18 First draft for Industry review and comments. 1.1 29 Jun 18 Made CDRL updates. Adjusted for Industry and Internal review comments. Made suggested updates from SAW review.

1.2 20 Jul 18 Preliminary SRB Review updates 1.3 29 Aug 18 Updated from CDRL review. Replaced Tables 1-1 and 1-2. Incorporated comments from ACE (PID) review. 2.0 17 Sep 18 Draft SRB Review 3.0 19 Oct 18 Updated based on Industry and 3-ltr review comments. 3.1 2 Nov 18 Incorporated comments from PKC-PKF review. 4.0 11 Dec 18 Incorporated SRB comments. 4.1 18 Dec 18 Post SRB coordination comments addressed before delta-SRB. 4.2 19 Dec 18 Approved version at Delta-SRB. 4.3 3 Jan 19 Admin change (SEPs to SEP). 4.4 30 Jan 19 New Solicitation Number. Added Annex A. 4.5 19 Feb 19 Accepted all changes for draft RFP release to Industry. 4.6 15 Mar 19 Corrections made to paragraphs 3.4, 3.17. 5.6(c), 5.11, and 5.13. A 18 Mar 19 Final RFP Release. A, Chg 1 26 Mar 19 Updated reference documents in paragraphs 3.22, 5.9, 5.13(m), 5.15, 6.1, 6.2, 6.6, 6.13.

SOLICITATION NO: FA8823-19-R-0005 Pg A SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

TABLE OF CONTENTS

Para Page 1. DESCRIPTION OF SERVICES ...... 1 1.1 Introduction/Scope ...... 1 1.2 Approach ...... 3 2. TRANSITION ...... 4 3. PORTFOLIO MANAGEMENT ...... 5 4. PORTFOLIO SYSTEMS ENGINEERING (SE) ...... 16 5. PORTFOLIO LIFE CYCLE SUPPORT ...... 25 6. PROGRAM PROTECTION, SECURITY, AND CYBERSECURITY ...... 40 7. C2 SYSTEMS/CAPABILITIES UNIQUE REQUIREMENTS ...... 45 8. VERSION RELEASES (SVR) ...... 48 9. ANNUAL SYSTEM MODIFICATIONS ...... 49 10. MOSSAIC FORMAL MEETINGS ...... 50 11. LIST OF ACRONYMS AND ABBREVIATIONS ...... 51

List of Tables Table Page Table 1-1: MOSSAIC Covered Systems ...... 2 Table 1-2: Systems/Subsystems/Capabilities Under DSC2-D ...... 3 Table 1-3: MOSSAIC Sustainment Services Phasing ...... 3 Table 1-4: MOSSAIC Software Version Releases ...... 3

ANNEX A: Enabling Requirements for Government Program Contracts Requiring Interface with Aerospace Federally Funded Research and Development Contractor (FFRDC) Contract Support..…58

SOLICITATION NO: FA8823-19-R-0005 Page i

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

1. DESCRIPTION OF SERVICES 1.1 Introduction/Scope The Maintenance of Space Situational Awareness Integrated Capabilities (MOSSAIC) acquisition will provide sustainment services for current and future ground-based Space Situational Awareness (SSA) sensors, SSA Command and Control (C2) systems, and Space Battle Management Command and Control (BMC2) capabilities in the SYG portfolio. These systems are identified in Table 1-1. Current SSA sensors are the Ground-based Electro Optical Deep Space Surveillance (GEODSS) systems, the Eglin Radar (AN/FPS-85) in Florida, the C-Band Radar in Australia, and the C-Band Radar on Ascension. Additionally, MOSSAIC scope includes sensor systems that are transitioning into the MOSSAIC portfolio as described in Tables 1-1 and 1-3. These are the Space Surveillance Telescope (SST), Space Fence, and European Bi-static Radar (EBR). Current SSA C2 and Space BMC2 systems are the Distributed Space Command and Control system – Dahlgren (DSC2-D) at Dahlgren, VA, and the National Space Defense Center (NSDC) at Schriever Air Force Base (AFB), Colorado (CO). DSC2-D includes several tools and systems geographically separated from DSC2-D and within the MOSSAIC scope of responsibility. These are identified in Table 1-2. Command and Control capabilities (normally applications) are continuously being developed for the NSDC will also be supported from a Product Support Integrator perspective, sustained and/or modified under MOSSAIC. Additionally, MOSSAIC provides for sustainment and modernization of associated test and integration infrastructure capabilities supporting the SYG portfolio. These are identified in Table 1-1. This PWS includes Sustainment Services, Software Version Releases (SVR), and System Modification requirements. Table 1-3 shows the time-phased MOSSAIC responsibility versus system and Table 1-4 shows the number of SVRs by system and by Option Year. Other systems are expected to be added over time (e.g., the Deep Space Advanced Radar Capability [DARC] system). Very limited support is included in this PWS scope for the DARC radar. It is currently limited to providing mothball maintenance for the prototype at White Sands Missile Range (WSMR), NM, for a 12-month period in OY2, (PWS 5.12). Any systems and/or additional tasks (not included in the current PWS) added to MOSSAIC responsibility after award will be through a bilateral contract modification. Table 1-1 identifies the systems covered by this PWS. Unless otherwise noted in Table 1-1 below, all systems are current and must be transitioned to MOSSAIC in accordance with (IAW) PWS Section 2.

SOLICITATION NO: FA8823-19-R-0005 Page 1 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

Table 1-1: MOSSAIC Covered Systems Current Operational Systems System Location(s) Type Nomenclature Mission C-Band Ascension Radar AN/FPQ-15 SSA C-Band Exmouth, WA, Australia Radar AN/FPS-134 SSA DSC2-D Dahlgren, VA; (see Table 1-2) C2 N/A SSA C2, Space BMC2 Eglin Site C-6 Eglin AFB, FL Radar (PA) AN/FPS-85 SSA European Bi-static Radar TBD (Italy) Radar TBD SSA (EBR) Not a current system. See Table 1-3 for transition timeline. GEODSS systems Site 1: White Sands Missile Range Electro-Optical AN/FSD-3 SSA (WSMR), NM Site 2: Diego Garcia, British Indian Ocean Territory Site 3: Maui, HI Site 4: Australia (future site) Site 5: Europe (future site) National Space Defense Schriever AFB, CO C2 N/A Space BMC2 Center (NSDC) Capabilities Integration Office (NCIO) Space Fence Kwajalein Atoll, Republic of Radar TBD SSA Marshall Islands Not a current system. See Table 1-3 for transition timeline. Space Surveillance Exmouth, WA, Australia and No. 1 Electro-Optical AN/FSQ-241 SSA Telescope (SST) Remote Sensing Unit (1RSU), Royal Australian Air Force (RAAF) Base Edinburgh, Adelaide, Australia. Not a current system. See Table 1-3 for transition timeline. Current System Integration Labs (SIL) System Location(s) Type Nomenclature Mission DSC2-D Development Dahlgren, VA C2 N/A Dev & Test Network (DevNet) and Test Network (TNet) Eglin SIL Harris Facility, Colorado Springs, Radar (PA) N/A Dev & Test CO GEODSS SIL Harris Facility, Colorado Springs, Electro-Optical N/A Dev & Test CO GEODSS Test Bed (GTB) Yoder, CO Electro-Optical N/A Test NSDC Shadow Ops Lab Colorado Springs, CO C2 N/A Space BMC2 Space Battle Management Colorado Springs, CO C2 N/A Space BMC2 Lab (SMBL) PA=Phased Array, SSA=Space Situational Awareness, WSMR=White Sands Missile Range

SOLICITATION NO: FA8823-19-R-0005 Page 2 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

Table 1-2: Systems/Subsystems/Capabilities Under DSC2-D DSC2-D Systems and Capabilities System Ops Location(s) SIL Location Astrodynamic Support Workstation (ASW) Vandenberg AFB, CA Colorado Springs, CO (Govt Facility) Common Framework Equipment (CFE) Dahlgren, VA, Vandenberg None AFB, CA, Schriever AFB, CO Integrated Space Situational Awareness (ISSA) Dahlgren, VA, Schriever AFB, Schriever AFB, CO (Govt CO Facility) Mission Processing System (MPS) Dahlgren, VA & Colorado Dahlgren, VA Springs, CO (Govt Facility) Non-Traditional Data Pre-Processor (NDPP) Vandenberg AFB, CA Colorado Springs, CO (Govt Facility) Special Perturbation Tasker (SPT) Vandenberg AFB, CA Colorado Springs, CO (Govt Facility) SSA Data Library (under development) Dahlgren, VA Colorado Springs, CO Table 1-3: MOSSAIC Sustainment Services Phasing

C-Band C-Band Description Duration Start Stop Eglin GEODS S DSC2 NSDC Australia Ascension EB R Space Fence SST 1 month 6 months Specific PWS Sustainment Services OY1 12 mo 2/1/2020 1/31/2021 Full Full Full Full Full Full Transition-In Transition-In Tasks 3 months 12 month Transition-In; 9 12 months Sustainment Services OY2 12 mo 2/1/2021 1/31/2022 Full Full Full Full Full Full Transition-In months Full Transition-In Sustainment Services OY3 12 mo 2/1/2022 1/31/2023 Full Full Full Full Full Full Full Full Full Sustainment Services OY4 12 mo 2/1/2023 1/31/2024 Full Full Full Full Full Full Full Full Full Sustainment Services OY5 12 mo 2/1/2024 1/31/2025 Full Full Full Full Full Full Full Full Full Sustainment Services OY6 12 mo 2/1/2025 1/31/2026 Full Full Full Full Full Full Full Full Full Sustainment Services OY7 12 mo 2/1/2026 1/31/2027 Full Full Full Full Full Full Full Full Full Sustainment Services OY8 12 mo 2/1/2027 1/31/2028 Full Full Full Full Full Full Full Full Full Sustainment Services OY9 12 mo 2/1/2028 1/31/2029 Full Full Full Full Full Full Full Full Full Sustainment Services OY10 12 mo 2/1/2029 1/31/2030 Full Full Full Full Full Full Full Full Full Extension of Services 1 3 mo 2/1/2030 4/30/2030 Full Full Full Full Full Full Full Full Full Extension of Services 2 3 mo 5/1/2030 7/31/2030 Full Full Full Full Full Full Full Full Full Full sustainment services (as defined by PWS for each system) -- see PWS Task Applicability

Table 1-4: MOSSAIC Software Version Releases

Number of SVRs Per Option Year Per System 56 Total SVRs System OY1 OY2 OY3 OY4 OY5 OY6 OY7 OY8 OY9 OY1 0 Eglin 1 1 1 1 1 1 1 1 1 1 GEODSS 1 1 1 1 1 1 1 1 1 1 DSC2-D 2 2 2 2 2 2 2 2 2 2 EBR 0 0 1 1 1 1 1 1 1 1 C-Band Aus 0 0 0 0 0 0 0 0 0 0 C-Band Asc 0 0 0 0 0 0 0 0 0 0 Space Fence 0 0 0 0 0 0 0 0 0 0 SST 0 0 1 1 1 1 1 1 1 1 Each OY SVR starts 1st day of March and ends last day of February (e.g., For OY1, SVRs start 3/1/2020 and end 2/28/2021) 1.2 Approach The PWS is generally structured with a numbered task statement, accompanied with a performance standard, workload factor, and deliverables. In cases where a standard is not required (i.e., it is self- evident in the task itself or is not applicable), a “Performance Standard” line is not included. The same is true for workload factors and deliverables. If none are required or applicable, the PWS task will not include those lines. In some cases, the same performance standard, workload factor, and/or

SOLICITATION NO: FA8823-19-R-0005 Page 3 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

deliverable applies to a series of tasks. In those cases, the performance standard, workload factor, and/or deliverable requirements will be identified at the end of the task series and the PWS will clearly indicate which tasks are associated with the identified performance standard, workload factors, and deliverables. For each task, applicability will be defined. As the roles and responsibilities vary by system, the PWS will identify which systems and capabilities the task applies to, and if the task applies to sustainment services, system modifications, and/or Software Version Releases (SVR). PWS Tasks 5.1 and 5.2 identify the system specific requirements for the two C-Band Radars. Other PWS tasks include the C-Band Radars, but only as part of the overall MOSSAIC program (e.g., PMRs, financial reports, SEMP). The C-Band radars must be addressed in, and comply with the requirements of those tasks commensurate with the limited MOSSAIC roles and responsibilities associated with these two sensors. Use of the words “day”/“days” in PWS means calendar days unless otherwise specified. For all documents referenced in the PWS, the Contractor shall follow the latest release versions. Those rescinded during the execution of the contract will be applicable until the date rescinded. The contractor shall notify the Contracting Officer within 30 calendar days if there is contract cost impact related to revisions, changes, supplements, notifications and/or rescissions of any compliance documents. If the Contracting Officer is not notified, and the contractor performs in accordance with such revisions, changes, supplements, notification and/or rescissions, it will be at no cost increase. 2. TRANSITION The Contractor shall ensure the successful transition (full Program Management Responsibility Transfer [PMRT]) of responsibilities, identified in this PWS, for the MOSSAIC systems and capabilities identified in Table 1-1 and 1-2, from the SENSOR contract to the MOSSAIC contract by the end of the Transition Period. The Contractor shall: 2.1 Manage and execute the transition of MOSSAIC system sustainment responsibilities to ensure mission requirements are met without interruption. 2.2 Identify the roles and responsibilities between itself, the government, and the SENSOR incumbent; and identify those actions the Contractor considers the government and/or incumbent must accomplish, and the date they must be accomplished, in order to complete PMRT. 2.3 Develop and maintain a checklist and schedule of actions (e.g., stand up of an Integrated Data Environment [IDE], transfer of IDE data) that must be accomplished to complete PMRT by the end of the Transition Period. 2.4 Transition (or acquire) the staff required to complete PMRT by the end of the Transition Period. 2.5 Identify, within the first 30 days of the Transition Period, all government property and information, currently housed in SENSOR Contractor facilities and managed by the SENSOR Contractor, that they (the MOSSAIC Contractor) plan to transition for use on the MOSSAIC contract. 2.6 Provide facilities for, physically transfer, and assume management responsibility for all government property, identified in Task 2.5, by the end of the Transition Period. 2.7 Perform an accounting inventory during the transition period to transfer equipment accountability. 2.8 Physically transfer, and assume management responsibility for the electronic data libraries, databases, and information systems (identified below), hard copy information/data, and any other government owned information/data, identified in Task 2.5, by the end of the Transition Period.

SOLICITATION NO: FA8823-19-R-0005 Page 4 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

Reference PWS Tasks 3.17, 4.7, and 5.6 for requirements on information systems identified below. a) Integrated Data Environment (IDE), b) Aras Innovator®, c) GOLD inventory management system, d) SENSOR Supportability Analysis Tool (SENSAT), e) ID Advantage (IUID Tool) application, and f) Data Management System (DMS).

2.9 Work with the Government within the first 21 days of the Transition Period to identify Associated Contractor Agreements (ACA) and Agreements with government organizations needed for execution of the PWS tasks, and shall execute those agreements by the end of the Transition Period Reference Task 3.14 for ACA workload factors. 2.10 Conduct an initial kick-off meeting and bi-weekly management reviews, during the Transition Period, to provide status of the transition tasks, risks, and issues. The Contractor shall conduct more frequent reviews if needed to ensure successful completion of all transition tasks needed to support full PMRT from SENSOR to MOSSAIC by the end of the Transition Period. 2.11 The Contractor may initiate efforts during Transition to develop plans and processes (CDRLs A008, A015, A020, A021, A022, A024, A025, A026, A027, A101, A107, A108, A201, A211, A303, and A305) as deemed necessary to meet the Option Year one delivery requirements identified in the Contract Data Requirements List (CDRL). PERFORMANCE STANDARDS (all Section 2 tasks, unless as noted below) PMRT from SENSOR to MOSSAIC completed by the end of the Transition Period; All staff, with appropriate clearances, required to execute PWS tasks are available by the end of the Transition Period; All facilities, at the appropriate classification level, are available to execute PWS tasks by the end of the Transition Period; SILs are fully functional and able to support PWS task execution before the end of the Transition Period; All information systems needed to execute MOSSAIC PWS tasks are fully functional by the end of the Transition Period; All ACAs and Agreements required to execute the PWS tasks are fully executed and in effect by the end of the Transition Period; Initial kickoff meeting successfully conducted within 14 days from Authority to Proceed (ATP) of the MOSSAIC transition tasks (Task 2.11). DELIVERABLES A003 – Meetings and Reviews Minutes (Task 2.10); A011 – Transition Plan and Updates (All Section 2 Tasks); A012 – Government Property Inventory Report (Task 2.7); A018 – Kick-off Meeting (Task 2.10); A028 – Briefing Material (Task 2.10). 3. PORTFOLIO MANAGEMENT The Contractor is responsible for managing all aspects of the contract to include cost, schedule, and performance.

SOLICITATION NO: FA8823-19-R-0005 Page 5 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

3.1 The Contractor shall conduct quarterly Program Management Reviews (PMR) with the Government (see Formal Meetings, Section 10). The Government has the option to request two additional PMRs per Option Year (OY) to address major issues/concerns. PERFORMANCE STANDARD Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A002 – Program Management Reviews; A003 – Meetings and Reviews Minutes. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment Services, System Modifications, SVRs. 3.2 The Contractor shall develop, maintain and implement an Integrated Master Plan (IMP), and an Integrated Master Schedule (IMS) that integrates sustainment services, SVRs and system modification tasks down to Work Breakdown Structure (WBS) level 3, IAW MIL-STD-881 (para 3.1, 3.2, 4.1-4.4). The IMP must also define the Contractor’s plan to manage the MOSSAIC portfolio as an “enterprise”, rather than an aggregation of independent systems. The Contractor shall: a) Establish and maintain a stand-alone Integrated Master Schedule (IMS) incorporating schedule activities for sustainment services, system modifications, and SVRs, and b) Use the IMS as a day-to-day management tool to ensure identification of potential or existing problem areas sufficiently early so that schedule impacts can be eliminated or mitigated. 3.3 The Contractor shall resolve schedule conflicts that are within their control. For conflicts outside of their control, the Contractor shall advise the Government in sufficient time for conflict resolution before contract requirements are impacted. PERFORMANCE STANDARD (for PWS 3.2 and 3.3) Changes to IMS schedule events are included in the IMS NLT 30 calendar days after change is identified. 100% of impacts to other schedule events resulting from the change are accurately reflected in the IMS within 30 calendar days of the event change. 100% of contractor controllable disconnects are resolved within 30 calendar days of identification. When a disconnect or issue is outside the contractor’s ability to resolve, contractor shall notify the Government within seven calendar days of identification of the disconnect or issue; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES (for 3.2 and 3.3) A005 – Contract Work Breakdown Structure (CWBS); A016 – Integrated Master Schedule (IMS); A017 – Integrated Master Plan (IMP). APPLICABILITY (for 3.2 and 3.3) All MOSSAIC systems and capabilities; Sustainment Services, System Modifications, SVRs. 3.4 The Contractor shall develop and deliver a Quality Management Plan (QMP), IAW ISO 9001-2015, that: a) Contains a disciplined, metrics-based approach to track the quality of the services provided, b) Emphasizes continuous process improvement to reduce cycle time and costs for all sustainment services, SVRs and system modifications,

SOLICITATION NO: FA8823-19-R-0005 Page 6 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

c) Ensures quality records are maintained intact and available to the Government for the life of the contract, d) Records, tracks, and disseminates lessons learned from all MOSSIAC activities, and e) to Incentive Plan. Upon approval of the QMP by the Government, the Contractor shall maintain and implement the approved QMP. PERFORMANCE STANDARDS ≥75% of quality related corrective actions are preventative (correcting issues before there is a negative impact on program execution) Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A001 – Contractor Performance Assessment Report; A008 – Quality Management Plan (QMP); A009 – Program Metrics Report. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment Services, System Modifications, SVRs. 3.5 The Contractor shall: (1) prepare information/data and deliverables for; (2) develop and deliver briefings and agenda for; (3) document and record minutes and action items from; (3) host and facilitate; and (4) actively participate in, specified meetings. PERFORMANCE STANDARDS Technical reviews IAW IEEE 15288.2-2014 (ch 4-7); Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS Formal Meetings Defined in Section 10 and PWS tasks. DELIVERABLES A003 – Meeting and Review Minutes; A028 – Briefing Material. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment Services, System Modifications, SVRs. 3.6 The Contractor shall procure and maintain all licenses, service contracts, maintenance agreements and subscription services required for performance of any work under this contract IAW FAR 52.212-4. PERFORMANCE STANDARDS No expiration of any license, service contract, warranty, or subscription services needed for the execution of MOSSAIC PWS tasks; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS License costs included in Sustainment Services Cost Reimbursement CLINs. DELIVERABLES A007 – License Report. APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension;

SOLICITATION NO: FA8823-19-R-0005 Page 7 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

Sustainment Services, System Modifications, and SVRs. 3.7 The Contractor shall comply with direction contained in PWS ANNEX A, titled “Enabling Requirements for Government Program Contracts Requiring Interface with Aerospace FFRDC (Federally Funded Research and Development Contractor) Contract Support”. 3.8 The Contractor shall support the Government in preparing annual Logistics Support Review (LSR) brochures and Program Objective Memorandum (POM) inputs (see Formal Meetings, Section 10). PERFORMANCE STANDARDS Inputs delivered within 30-calendar days of Government request; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS 160 person-hours per system, per year for LSR and POM inputs in OY1 through OY10. DELIVERABLES A003 – Meeting and Review Minutes. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment Services. 3.9 The Contractor shall develop, maintain and implement a disciplined proposal development process to be used when responding to government Requests for Proposals (RFP) that: a) Ensures proposals are accurate and complete (require minimal changes after submittal due to errors), b) Ensures proposals comply with the instructions in each RFP, and c) Identifies government/Contractor interaction needed (from RFP development through award). PERFORMANCE STANDARDS Proposals delivered within 21 days from receipt of RFP; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS 24,000 hours per year (total all systems) in OY1 through OY10. DELIVERABLES A024 – Proposal Development and Review Process; Proposals delivered per follow-on RFP instructions. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment Services, System Modifications, SVRs. 3.10 The Contractor shall obtain and maintain sufficient Common Access Cards (CAC), Public Key Infrastructure (PKI) Certifications, and Secret Internet Protocol Router Network (SIPRNet) access capability within their facility(ies) to effectively and efficiently conduct business with the government. PERFORMANCE STANDARDS No PWS execution issues related to contractor failure (for issues within the control of the contractor) to obtain and maintain sufficient Common Access Cards (CAC), Public Key Infrastructure (PKI) Certifications, and Secret Internet Protocol Router Network (SIPRNet) access.

SOLICITATION NO: FA8823-19-R-0005 Page 8 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

APPLICABILITY All MOSSAIC systems and capabilities; Sustainment services, System Modifications, SVRs. 3.11 The Contractor shall provide personnel with clearances as needed to execute the requirements of this PWS. The Government will assist the Contractor in obtaining needed billets and processing access requests. The MOSSAIC PWS will require up to TS/SCI access and Special Access Program (SAP) access. In general, personnel that qualify for access to TS/SCI information are likely to meet the requirements for access to the SAPs needed to execute all MOSSAIC requirements. In some cases (NSDC, Shadow Ops, part of the SMBL), facility entry requires accesses only possible for those that have been adjudicated for TS/SCI and/or SAP access. PERFORMANCE STANDARDS Number of personnel eligible to access TS/SCI information and facilities: 25 at start of OY1; 100 (Total) by the end of OY1. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment services, System Modifications, SVRs. 3.12 The Contractor shall make their own travel and lodging arrangements and shall ensure all required security requirements (e.g., Visit Requests) required for access to installations and/or facilities are completed prior to travel. The Contractor shall: a) Perform all required travel to execute the requirements in this PWS; b) Perform and bill all travel IAW Joint Travel Regulations (JTR); and c) Establish and maintain disciplined procedures to ensure that security and notification requirements for foreign travel are met. 1) The Contractor shall submit applicable paperwork for foreign travel to the Defense Industrial Security Clearance Office (DISCO) through the traveler’s own security department, and process the applicable paperwork through the embassy at least 60 days prior to required arrival date; 2) For Emergency Depot Level Maintenance (EDLM)/Urgent Depot Level Maintenance (UDLM), the Contractor shall work with the Government to resolve foreign travel requirements; 3) For Diego Garcia, Australia and any other required foreign travel, the Contractor shall work with the appropriate government representative to arrange travel, lodging and theater clearance; 4) For Australia, the Contractor shall obtain an appropriate VISA (currently International Relations [subclass 403]) from the Department of Immigration and Border Protection for all contractor personnel who must enter and work in Australia. The Contractor shall work with the appropriate government representative and the US Embassy to obtain sponsorship of the VISA. This requirement applies to any foreign country that may also require a VISA. PERFORMANCE STANDARDS All travel conducted IAW JTR; All security requirements for installation and/or facility access met before travel. WORKLOAD FACTORS Travel costs included in Sustainment Services Cost Reimbursement CLINs. APPLICABILITY All MOSSAIC systems and capabilities;

SOLICITATION NO: FA8823-19-R-0005 Page 9 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

Sustainment services, System Modifications, SVRs. 3.13 The Contractor shall establish and maintain a physical presence in El Paso County, Colorado, that provides: a) An effective and efficient level of each weapon system’s management and technical staff, b) The capability necessary to process and store materials, equipment, and data (up to the classification level specified in the DD Form 254), c) Facility(ies) (not necessarily collocated with office space) sufficient to house the System Integration Laboratories (SIL), spares, and assets awaiting final disposition, d) An effective and efficient number of conference rooms, each with a capacity of at least 20 persons, to accommodate multiple simultaneous meetings with government Integrated Product Teams (IPT) and leadership (see Formal Meetings, Section 10), including: 1) Support for classified discussions (up to the classification level in the DD Form 254) in at least one conference room, and 2) Support for a meeting size of 80 persons when needed (does not necessarily need to be collocated with the proposed office space, and may be in a facility that the Contractor has access to, versus one specifically owned or leased by the Contractor for continuous use), e) The capability to house and enable operation of all MOSSAIC SIL equipment that is not co- located with the operational systems (e.g., DSC2-D, NSDC Shadow Ops Center), and f) The capability to store all government owned property and information in the possession of the MOSSAIC Contractor for performance of the MOSSAIC contract. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment services, System Modifications, SVRs. 3.14 The Contractor shall establish and maintain effective business and technical relationships through Associate Contractor Agreements (ACA) with other Contractors [e.g., 21st Space Wing Level 1 O&M Contractor(s)], agreements with government organizations (e.g., 21st Space Wing, JSPoC), and any other agreements needed to execute the MOSSAIC tasks. PERFORMANCE STANDARDS Greater than or equal to 80% of agreements are executed within 60 calendar days of Government direction to establish such an agreement; 100% of agreements are executed within 90 calendar days of Government direction to establish such an agreement, unless extension approved by the Government. WORKLOAD FACTORS All MOSSAIC systems except NSDC: Six agreements during Transition Period and two agreements per OY (total for all systems) thereafter, as needed to execute MOSSAIC PWS requirements (not related to Public Private Partnership (PPP)—these agreements specifically addressed in PWS 3.16); NSDC: 10 agreements per OY for OY1 through OY10 on as-needed timelines. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment services, System Modifications, SVRs. 3.15 The Contractor shall provide Small Business (SB) Contractors with substantive work and report semi-annually the progress on meeting the SB requirement of 15% of total contract value. No specific requirements or goals are specified for various small business subcategories. PERFORMANCE STANDARDS SB participation meets or exceeds 15% of total contract value each Option Year;

SOLICITATION NO: FA8823-19-R-0005 Page 10 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A009 – Program Metrics Report; A031 – Small Business Utilization Report. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment services, System Modifications, SVRs. 3.16 The Contractor shall execute Public Private Partnership (PPP) agreement(s) and report annually on the progress of meeting the Public Private Partnership goals of: 4% in OY1 and OY2; 6% in OY3 and OY4; and 8% in OY5 through OY10. PERFORMANCE STANDARDS Meet or exceed PPP goals (% of total sustainment services CLIN value: 4% in OY1 and OY2; 6% in OY3 and OY4; and 8% in OY5 through OY10; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A009 – Program Metrics Report; A010 – Public Private Partnership Report. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment services, System Modifications, SVRs. 3.17 The Contractor shall provide an unclassified Integrated Data Environment (IDE) providing on- demand data access for government and contractor personnel throughout the MOSSAIC contract. The Contractor shall transition all Government owned content from the current SENSOR contract IDE to the new IDE for use on MOSSAIC. The IDE shall meet the requirements defined in this Task. The Contractor may use a proprietary system if it meets the requirements defined in this Task and does not preclude delivery of all government-owned data/information in formats, described in (d) below, at the end of the contract. The unclassified IDE shall: a) Be the primary data storage, retrieval, and management system for MOSSAIC contract management and execution information (at the unclassified level) and shall be the primary tool for information sharing and collaboration with the Government. Unless otherwise approved by the Government, all MOSSAIC related unclassified information and data shall be accessible through the IDE, b) Be compatible with the government firewalls, c) Be web-enabled and accessible 24/7 IAW Performance Standard, and designed to enable unclassified/FOUO sharing of formal/informal program status information and project- related artifacts (e.g., action item database, document look-up/routing, metrics access, analytical tools) with the Government, d) Provide all documents in native Microsoft Office, Adobe Acrobat, or other native format confirmed to be compatible with government IT systems and applications (type and version), e) Include Contractor-developed training materials with Contractor-conducted training for government personnel, as required, to enable effective and efficient use of the IDE (the Contractor should assume trainees have working knowledge of networks and Microsoft Windows environment and products),

SOLICITATION NO: FA8823-19-R-0005 Page 11 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

f) Provide a Graphical User Interface (GUI) usable by personnel upon completion of Contractor-conducted training on the IDE, with access for at least 50 concurrent government users, g) Provide a section within the IDE that is available for government use only, h) Include Contractor-maintained and tracked documentation detailing the design, operation and support requirements of the IDE, and i) Not be significantly changed (change to IDE capability, functionality or user interface) without notifying the Government in advance and providing any necessary training for the change. PERFORMANCE STANDARDS 24/7 accessibility. IDE continuous downtime shall not exceed 24 hours, nor shall IDE cumulative downtime exceed 72 hours (scheduled or unscheduled) in any consecutive 90-day period; Security accreditation maintained IAW DoDM 5200.01 (volume 4). APPLICABILITY All MOSSAIC systems and capabilities; Sustainment services, System Modifications, SVRs. 3.18 The Contractor shall develop and deliver financial reports for MOSSAIC sustainment services, SVRs, and system modifications. Financial status of MOSSAIC services tasks shall be reported in the Contract Funds Status Report (CFSR). PERFORMANCE STANDARDS Contractor provides at least 30 calendar days notification when additional obligation of funding is required for contract execution; Zero (0) incidents (within the control of the contractor) where contractor fails to identify obligated but unneeded funds before they expire; all funding can be tracked to individual weapon systems with greater than 95% accuracy; Work Breakdown structure IAW latest version of MIL-STD-881, paragraphs 3.1, 3.2 and 4.1-4.4; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal.

DELIVERABLES A013 – Contract Funds Status Report (CFSR); A019 – Earned Value Management (EVM) Report. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment services, System Modifications, SVRs. 3.19 The Contractor shall provide, as requested by the Government, engineering (cost and hours) estimates, in Contractor format, to support the Government when issues requiring rapid planning arise. PERFORMANCE STANDARDS Engineering estimates provided within five business days of Government request, unless extension approved by the Government; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS 320 hours, per year for OY1 through OY10. DELIVERABLES A102 – Special Studies Report.

SOLICITATION NO: FA8823-19-R-0005 Page 12 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

APPLICABILITY All MOSSAIC systems and capabilities; Sustainment services. 3.20 The Contractor shall develop, maintain and implement a Property Control Process and an Inventory Management System, IAW AFI 23-119 (section F, Attachment 4, and Addendum B) and the GFM Accountability CICP Implementation Guide, HAF/A4LR, that is capable of interfacing with DOD and Air Force systems through the Defense Logistics Agency’s Defense Automated Addressing System (DAAS), using Defense Logistics Management Standards (DLMS) transactions. This includes maintaining accountability records in the Air Force Accountable Property System of Record (APSR) for Government Furnished Property (GFP) and Contractor-Acquired Property (CAP) in the Contractor’s possession. The Contractor shall perform annual physical inventories and support an annual audit of accountability records of all government property including materials of a type and frequency as approved by the Contracting Officer (CO) and/or the Contracting Officer Representative (COR). PERFORMANCE STANDARDS No more than 5% errors in accountability records identified during Government audits; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS One physical inventory per year OY1 through OY9; one transition-in inventory in Transition Period; one transition-out inventory in OY10; and 160 hours per year for OY1 through OY10 for audit support. DELIVERABLES A012 – Government Property Inventory Report; A025 – Government Property Control Process. APPLICABILITY All GFP and CAP property under MOSSAIC responsibility and control; Sustainment services, System Modifications, SVRs. 3.21 The Contractor shall report the loss, damage, or destruction of government or user-accountable property to the Government Contracting Officer immediately IAW FAR Part 45. PERFORMANCE STANDARDS Report loss, damage, or destruction of government or user accountable property to the Government Contracting Officer within 48-hours of identification of the loss, damage, or destruction. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment services, System Modifications, SVRs. 3.22 The Contractor shall dispose of equipment IAW DoDM 4160.21 (Vols. 1-4) and AFI 63-101/20- 101 (paragraph 7.20). The Contractor shall request disposition instructions from the Government before disposition of equipment. PERFORMANCE STANDARDS 100% of equipment is disposed of IAW government disposition instructions. WORKLOAD FACTORS Sustainment Services 500 hours per year (total for all systems) in OY1 through OY10; SVRs: no disposal required; System modifications: 300 hours per system modification. Any material and/or ODCs required for this task are included in the material and ODC costs in the annual CR CLINs for

SOLICITATION NO: FA8823-19-R-0005 Page 13 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

sustainment services and in the material and ODCs proposed for system modifications and SVR CLINs. APPLICABILITY All MOSSAIC systems and capabilities where execution of a PWS task requires disposal of equipment; Sustainment services, System Modifications, SVRs. 3.23 The Contractor shall ensure contractor personnel observe and comply with all applicable local, host base, host nation, headquarters (HQ), United States Air Force (USAF), and Department of Defense (DoD) policies and certifications (e.g., fire, security, safety, environmental protection, sanitation, traffic, parking, gratuities, flag courtesy, “off limits” areas, possession of firearms or other lethal weapons). All contractors who physically perform work on an Air Force installation shall receive Environmental Management Training prior to beginning work. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment services, System Modifications, SVRs. 3.24 The Contractor shall comply with all applicable laws, policies, regulations, directives and instructions (e.g., International Traffic in Arms Regulations [ITAR], Export Administration Regulations [EAR], Arms Export Control Act [AECA], DoDD 5230.25, 10 United States Code [U.S.C.] 130, 22 U.S.C. 2751). The Contractor shall obtain export licenses to enable exporting of hardware, software, data and other items that fall under export control domain. The Contractor shall require all U.S. persons that manufacture or export defense articles, or furnish defense services, and U.S. and foreign persons engaged in arms brokering to register with the State Department (via Directorate of Defense Trade Controls [DDTC]). APPLICABILITY All MOSSAIC systems and capabilities; Sustainment services, System Modifications, SVRs. 3.25 The Contractor shall obtain a Technical Assistance Agreement (TAA), or other related authority, as required to conduct international business, to include a proviso enabling the release of documentation up to and including FOUO. APPLICABILITY C-Band Ascension, C-Band Australia, SST, EBR, Space Fence, and GEODSS systems (including new GEODSS sites resulting from the GEODSS Upgrade); Sustainment services, System Modifications, SVRs. 3.26 The Contractor shall conduct and support one meeting per week for each System Integrated Product Team (IPT) to discuss program status and issues. This is in addition to other formal meetings identified elsewhere in the PWS. The Government has the option to request four additional weekly meetings per year to address major issues/concerns. PERFORMANCE STANDARD Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A002 – Program Management Reviews; A003 – Meetings and Reviews Minutes. APPLICABILITY All MOSSAIC systems and capabilities except C-Band Ascension and C-Band Australia; Sustainment services, System Modifications, SVRs.

SOLICITATION NO: FA8823-19-R-0005 Page 14 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

3.27 The Contractor shall conduct a kick-off meeting and Integrated Baseline Review (IBR), IAW the Air Force IBR Process Guide, for each new effort added to the MOSSAIC contract, to include the exercise of each annual sustainment option, exercise of SVR priced options, and award of a system modification effort. The objective of the kick-off meeting is to ensure both the Contractor and Government have a common understanding of the requirements, that any anticipated execution issues are identified, that the tasks associated with the effort are clearly understood, that the Contractor has an executable staffing plan to execute the effort, that any government dependencies are clearly identified, and that an initial plan to ensure the new effort is integrated and de-conflicted with all other MOSSAIC effort. PERFORMANCE STANDARD Sustainment Services and SVR Option Exercise: Kick-off within 30 days of contract start; IBR within 60 days of contract start; System Modifications: Kick-off meeting within 30 days of contract start; IBR within 60 days of contract start; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A002 – Program Management Reviews; A003 – Meetings and Reviews Minutes; A016 – Integrated Master Schedule (IMS); A018 – Kick-off Briefing; A019 – Earned Value Management (EVM) Report. APPLICABILITY All Options exercised on MOSSAIC and/or system modification efforts added to MOSSAIC; Sustainment services, System Modifications, SVRs. 3.28 The Contractor shall track and maintain action items resulting from all meetings hosted by the Contractor. PERFORMANCE STANDARD Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A003 – Meetings and Reviews Minutes. APPLICABILITY All MOSSAIC Action Items; Sustainment services, System Modifications, SVRs. 3.29 The Contractor shall provide special tooling, test equipment, computer services, unique taxes, etc., as required to execute the tasks in this PWS. WORKLOAD FACTORS Other Direct Costs (ODC) are included in Sustainment Services Cost Reimbursement CLINs. APPLICABILITY All MOSSAIC systems and capabilities except C-Band Ascension and C-Band Australia; Sustainment services, System Modifications, SVRs. 3.30 The Contractor shall provide all material (e.g., raw material, parts, components, and assemblies) required to execute the tasks in this PWS. WORKLOAD FACTORS Material costs are included in Sustainment Services Cost Reimbursement CLINs.

SOLICITATION NO: FA8823-19-R-0005 Page 15 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

APPLICABILITY All MOSSAIC systems and capabilities except C-Band Ascension and C-Band Australia; Sustainment services, System Modifications, SVRs. 4. PORTFOLIO SYSTEMS ENGINEERING (SE) 4.1 The Contractor shall develop and deliver a MOSSAIC Systems Engineering Management Plan (SEMP) that: a) Is compliant with AFI 63-101/20-101 (ch 5), IEEE 15288.1-2015 (for general systems engineering standard) and 12207-2017 for software engineering standard), b) Is consistent with the SMC/SYG Systems Engineering Plan (SEP), c) Is consistent with government-approved MOSSAIC Risk Management and Configuration Management Plans, d) Provides a standardized framework integrating the implementation of, and products from, all MOSSAIC engineering processes, and e) Defines the Contractors engineering approach/process to manage the MOSSAIC portfolio as an “enterprise”, rather than an aggregation of independent systems. f) Is consistent with the quantitative probability scale in MIL-STD-882E. Contractor may propose tailoring the probability scale if necessary; use of the proposed alternative must be approved by the Government before implementation. Upon government approval of the SEMP, the Contractor shall maintain and implement the approved SEMP. PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A101 – Systems Engineering Management Plan (SEMP). APPLICABILITY All MOSSAIC system and capabilities; Sustainment services, System Modifications, SVRs. 4.2 The Contractor shall develop and deliver a MOSSAIC Risk Management Plan (RMP), compliant with AFI 63-101/20-101 (para 4.6.1, Atch 3) and consistent with the SMC/SYG SEP. Upon government approval of the RMP, the Contractor shall maintain and implement the approved RMP. PERFORMANCE STANDARDS Greater than 90% of yellow and 95% of red risks (within the contractor’s control) are mitigated before they become issues; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A108 – Risk Management Plan (RMP). APPLICABILITY All MOSSAIC systems and capabilities; Sustainment services, System Modifications, SVRs.

SOLICITATION NO: FA8823-19-R-0005 Page 16 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

4.3 RESERVED 4.4 The Contractor shall develop and deliver a Continuous Requirements analysis and prototyping Process (CRP) that: a) Supports analysis and response to approved Joint Deficiency Reporting System (JDRS) Deficiency Reports (DR), IAW TO 00-35D-54 (ch 1, 3-8), and AF Form 1067s. For Contractor-Inventory Control Point (C-ICP) spares, the Contractor shall be the support point for DRs reported in JDRS (to include failure analysis on the DR exhibit, as requested by the Government), b) Assesses requirements (e.g., Deficiency Reports (DR), AF Form 1067s, MOSSAIC produced supportability analysis findings) that would benefit from additional analysis and prototyping, c) Identifies key enterprise and system level metrics needed to define the anticipated Return on Investment (ROI) estimates for each candidate requirement. ROI assessments, as part of the CRP process, shall be based on expected operational advantages (e.g., performance gains, reduced Life Cycle Cost (LCC), improved maintainability) relative to the recommended effort’s LCC estimate, d) Includes a CRP initial meeting within 30 days of the start of each sustainment services option year with the Government to select candidate requirements and establish the priority ranking. The candidate requirement identification and assessment process for the next option year will begin in the current option year so the 30 day timeline can be met, e) Identifies analysis/prototype objectives, CRP exit criteria, and technical plan for each approved candidate requirement, f) Executes the approved analysis and prototype plan for each candidate requirement, g) Includes monthly meetings to review CRP execution progress, status, and issues. Meeting frequency can be adjusted by joint government and contractor agreement, h) Includes informal documentation approach to produce and store information (e.g., engineering notes, run logs) for future reference and potential aide when transitioning efforts to the formal system modification and/or SVR process, i) Includes, as a deliverable, an annual final report that summarizes the analysis results and identifies candidate requirements ready for inclusion in the next version release or system modification. The candidate list shall consider all applicable potential requirements, not just those that were addressed in the annual analysis and prototype plan, and j) Includes an annual Resource Allocation Board (RAB) process and meeting 30 days prior to the start of the next sustainment services option year at which the Government and Contractor jointly allocate candidate requirements for the next Software Version Release (for each system). k) Includes a TIM no later than two Business days prior to the end of the current sustainment services option year where the Contractor shall develop and present a high-level plan for each system’s next SVR to execute the agreed-to requirements (agreed to as part of (j) above). The plan shall identify, but is not limited to: (1) the proposed content and delivery schedule; (2) the content and schedule of each incremental delivery (if an incremental delivery schedule is being used); and (3) all dependencies/assumptions associated with the proposed plan. Upon approval of the CRP by the Government, the Contractor shall maintain and implement the approved CRP.

SOLICITATION NO: FA8823-19-R-0005 Page 17 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

PERFORMANCE STANDARDS Greater than 90% of government-approved annual CRP objectives met; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS 5000 total hours, per system, per year, in OY1 through OY10. Material and ODCs required for this task are included in the Material and ODCs proposed for Tasks 3.29 and 3.30, which are included in the annual CR CLINs. DELIVERABLES A003 – Meeting and Review Minutes; A027 – Continuous Requirements Analysis and Prototyping Process; A028 – Briefing Material; A102 – Special Studies Report; A103 – Technical Analysis Report. APPLICABILITY All MOSSAIC system and capabilities except C-Band Ascension and C-Band Australia; Sustainment services. The output of the process are potential candidates for a SVR or Modification project. 4.5 The Contractor shall develop and deliver an internal Requirements Development and Management Process (RDMP) that: a) Is consistent with the requirements process as specified in the SMC/SYG SEP and government- approved MOSSAIC SEMP; and b) Uses a Dynamic Object-Oriented Requirements System (DOORS)-compatible system to maintain and track requirements, and ensures bi-directional traceability of all requirements. Upon government approval of the RDMP, the Contractor shall maintain and implement the approved RDMP. PERFORMANCE STANDARDS 100% of new and/or changed requirements are entered and tracked in a DOORS compatible system within 30 calendar days of Government approval of the new and/or changed requirements; Complete bi-directional traceability is achieved within 60 calendar days of Government approval of a new and/or changed requirement; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A026 - Requirements Development and Management Process. APPLICABILITY All MOSSAIC system and capabilities except C-Band Ascension and C-Band Australia; Sustainment services, System Modifications, SVRs. 4.6 The Contractor shall develop and deliver a MOSSAIC Data Management Plan (DMP) that: a) Is compliant with GEIA-859 “Data Management”, b) Is consistent with SMC/SYG SEP, c) Maintains a current, accurate and complete Data Accession List (DAL) that includes all internally generated documents, data or computer software used by the Contractor to support and manage the MOSSAIC PWS tasks, d) Maintains surveillance over process execution to ensure compliance, and e) Maintains style consistency of documentation across the MOSSAIC Program.

SOLICITATION NO: FA8823-19-R-0005 Page 18 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

Upon government approval of the MOSSAIC DMP, the Contractor shall maintain and implement the approved DMP. PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A014 – Data Accession List (DAL); A015 – Contractor’s Data Management Plan (DMP). APPLICABILITY All MOSSAIC deliverables; Sustainment services, System Modifications, SVRs. 4.7 The Contractor shall develop and deliver a MOSSAIC Configuration Management Plan (CMP) that: a) Is compliant with SMC-T-0007 (ANSI/EIA-649-1 tailored), b) Is consistent with SMC/SYG SEP, c) Implements CM functions to provide consistency among the product requirements and the product’s configuration information throughout the applicable phases of the MOSSAIC- covered systems’ and System Integration Laboratories (SIL) life cycle, d) Integrates two government provided CM personnel who will work at the MOSSAIC Contractor facility and provide oversight of the Aras Innovator® database and official baselines for each system (MOSSAIC Contractor shall provide full access to all CM systems to the government designated personnel), e) Integrates with and is compatible with the Government Configuration Control Board (CCB) process, f) Defines the Contractor’s engineering drawing management process, g) Includes preparation for and conduct of CCBs, h) Includes management and maintenance of the government-furnished tool, Aras Innovator®, for configuration management and control of MOSSAIC system technical baseline documents, and i) Maintains surveillance over process execution to ensure compliance. Upon Government approval of the MOSSAIC CMP, the Contractor shall maintain and implement the approved CMP. PERFORMANCE STANDARDS IAW ISO 10007-2017; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A107 – Contractors Configuration Management Plan (CMP); A116 – Request for Waiver (RFW); A119 – Request for Variance (RFV); A125 – Engineering Change Proposal (ECP); A126 – Notice of Revision (NOR); A127 – Specification Change Notice (SCN); A140 – Configuration Audit Summary Report and Certification. APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; Sustainment services, System Modifications, SVRs.

SOLICITATION NO: FA8823-19-R-0005 Page 19 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

4.8 The Contractor shall develop and deliver, IAW government-approved CMP and DMP, a recommended annual work plan, within 30 days of the award of each sustainment services Option Year, to improve each system’s technical baselines. The work plan shall include but is not limited to: a) Correcting legacy baseline inaccuracies, b) Incorporating changes resulting from an engineering assist (EA), technical assist (TA), EDLM, UDLM or any other sustainment action that altered a system technical baseline, c) Converting non-editable files (e.g., PDFs, Mylar drawings) to editable formats, d) Incorporate redline changes into drawings, and e) Creating technical documents that are absent from the baseline for current and future systems, as well as SILs. Technical baseline or configuration changes resulting from SVRs and/or system modification efforts are not included in this task. WORKLOAD FACTORS One plan delivered per year for OY1 through OY10. PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A118 – Annual Technical Baseline Work Plan. APPLICABILITY All MOSSAIC system and capabilities except C-Band Australia and C-Band Ascension; Sustainment services (baseline updates resulting from modifications and/or SVRs will be made as part of the modification and/or SVR effort; see PWS 4.10). 4.9 The Contractor shall update technical baseline documents IAW government-approved annual work plan, and government-approved CMP and DMP. Technical baseline or configuration changes resulting from SVRs and/or system modification efforts are not included in this task. WORKLOAD FACTORS 14,000 hours of baseline update effort per year (total for all systems) in OY1 through OY10. PERFORMANCE STANDARDS 95% or greater of the technical baseline updates in the annual approved work plan are updated and approved, unless excused by the Government (excused under authority of contract clauses such as FAR 52.249-8 “Termination for Default”, or FAR 52.249-14 “Excusable Delays”, or FAR 52.242-17 Government Delay of Work); Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A106 – Engineering Drawings and Associated Lists; A117 – Baseline Description Document (BDD); A120 – Interface Control Document (ICD); A124 – Interface Requirements Specification (IRS); A125 – Engineering Change Proposal (ECP); A126 – Notice of Revision (NOR); A127 – Specification Change Notice (SCN); A128 – System or Subsystem Specification (A, B, and C specifications); A129 – Database Design Description (DBDD); A130 – Interface Design Description (IDD);

SOLICITATION NO: FA8823-19-R-0005 Page 20 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

A135 – Computer Operation Manual (COM); A136 – Hardware Requirements Specification (HRS); A137 – System or Subsystem Design Description (SSDD); A138 – Firmware Description Document (FDD); A139 – Firmware Support Manual (FSM); A141 – System Administrators Manual (SAM); A142 – DoD Architecture Framework Documentation; A402 – Software Requirements Specification (SRS); A403 – Software Design Description (SDD); A404 – Software Version Description (SVD); A405 – Software User Manual (SUM); A406 – Software Programmer’s Manual (SPM). APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; Sustainment Services. 4.10 The Contractor shall update technical and configuration baselines IAW government-approved CMP and DMP for all SVR and/or system modifications resulting in a baseline change. WORKLOAD FACTORS Per SVR and Modification. PERFORMANCE STANDARDS 100% of technical baseline changes resulting from SVRs and/or modifications are approved by the Government on or before the appropriate milestone event for each document (as agreed to at SVR kickoff meetings and as specified in RFP for modifications); Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A106 – Engineering Drawings and Associated Lists; A117 – Baseline Description Document (BDD); A120 – Interface Control Document (ICD); A124 – Interface Requirements Specification (IRS); A125 – Engineering Change Proposal (ECP); A126 – Notice of Revision (NOR); A127 – Specification Change Notice (SCN); A128 – System or Subsystem Specification (A, B, and C specifications); A129 – Database Design Description (DBDD); A130 – Interface Design Description (IDD); A135 – Computer Operation Manual (COM); A136 – Hardware Requirements Specification (HRS); A137 – System or Subsystem Design Description (SSDD); A138 – Firmware Description Document (FDD); A139 – Firmware Support Manual (FSM); A141 – System Administrators Manual (SAM); A142 – DoD Architecture Framework Documentation; A402 – Software Requirements Specification (SRS); A403 – Software Design Description (SDD); A404 – Software Version Description (SVD); A405 – Software User Manual (SUM);

SOLICITATION NO: FA8823-19-R-0005 Page 21 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

A406 – Software Programmer’s Manual (SPM). APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; System Modifications, SVRs. 4.11 The Contractor shall ensure there is a commercially available Computer-Aided Design (CAD) viewer that allows the Government to view CAD files produced by the Contractor. APPLICABILITY All MOSSAIC systems and capabilities for which PWS tasks require the production of CAD files by the Contractor; Sustainment services, System Modifications, SVRs. 4.12 RESERVED 4.13 The Contractor shall establish, maintain, and execute an agile portfolio engineering capability. That capability (e.g., ability to perform portfolio-level engineering analyses, studies, simulations, prototyping/modeling) shall be applied to optimally maintain and improve (through investment recommendations) performance of the portfolio to maximize its ability to support the Space Situational Awareness (SSA), SSA Command and Control (C2), and Space Battle Management and Control (BMC2) missions. The capability shall be able to support quick-turn (days-to-weeks, versus months-to-years) assessment of emerging operational needs and analysis of solution alternatives. PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS 11 FTEs of effort per year OY1 through OY10 (total for entire portfolio). DELIVERABLES A102 – Special Studies Report. APPLICABILITY All MOSSAIC systems and capabilities. Sustainment Services. 4.14 The Contractor shall comply with Human Systems Integration (HSI) and Human Factors Engineering (HFE) principles and techniques (IAW AFPAM 63-128 (ch 6 and Attachment 2), MIL-STD-1472 (ch 4-5 and Appendices A-B), MIL-STD-46855, and the government-approved MOSSAIC SEMP). APPLICABILITY All MOSSAIC systems and capabilities; Sustainment Services, System Modifications, SVRs. 4.15 The Contractor shall develop and deliver an Environment, Safety, and Occupational Health (ESOH) Compliance Process and System Safety Program Plan (SSPP), compliant with MIL-STD-882 and AFI 91-202 (chapters 3-5, 8-12), that: a) Ensures compliance with National Environmental Policy Act (NEPA), Federal Communication Commission (FCC), International Telecommunication Union (ITU), and all applicable Environment, Safety, and Occupational Health (ESOH) laws and regulations during all sustainment services, SVRs, and system modifications, b) Ensures systems/subsystems/components/materials are tested, maintained, repaired, and disposed of in compliance with all applicable NEPA/ ESOH laws and regulations,

SOLICITATION NO: FA8823-19-R-0005 Page 22 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

c) Provides the qualitative and quantitative data necessary to support the Government’s NEPA analysis process, including development of the PESHE and the Air Force Environmental Impact Analysis Process (EIAP) (e.g., the AF Form 813 [Request for Environmental Impact Analysis]), d) Ensures use of hazardous materials is minimized IAW DoDM 4160.21, Volume 4 (No Class I Ozone Depleting Substances shall be used without prior approval from the PCO), and e) Ensures hazardous materials are handled in an environmentally safe manner, IAW applicable environmental laws and regulations. Upon government approval of the ESOH Compliance Process and SSPP, the Contractor shall maintain and implement the approved ESOH Compliance Process and SSPP. PERFORMANCE STANDARDS 100% of NEPA/EO 12114 requirements met; No occurrence of a catastrophic or critical mishap (within the Contractor’s control) per contract option year and no more than 1 marginal mishap (within the Contractor’s control) per contract option year (IAW MIL-STD 882E severity definitions); Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A020 – NEPA/PESHE/ESOH Compliance Process; A109 – NEPA/PESHE Technical Analysis Report; A110 – System Safety Program Plan (SSPP); A111 – Waiver or Deviation System Safety Report; A112 – Mishap Risk Assessment Report (MRAR); A113 – System Safety Hazard Analysis Report; A114 – Safety Assessment Report. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment Services, System Modifications, SVRs. 4.16 The Contractor shall develop and deliver a MOSSAIC Test and Evaluation (T&E) Process that: a) Is compliant with AFI 99-103 (chapters 1-3, 7); AFSPC Instruction (AFSPCI) 99-103; AF Policy Directive (AFPD) 99-1; 21st Space Wing Instruction (21 SWI) 21-131 (chapters 3-7); DoDI 5000.02; AFMAN 63-119; TO 00-35D-54 (chapters 2-4); and NI 10-3, b) Minimizes mission impacts (e.g., minimize downtime at operational sites – hours per day and continuous days), and optimizes T&E activities through use of simulation/SILs when possible, c) Supports performing Independent Verification and Validation (IV&V), Development and Operational Test & Evaluation (DT&E and OT&E), Trial Period (including Trial Period Review Panels [TPRP]), Installation Checkout Evaluation (ICE) activities, and conformance testing, d) Identifies appropriate planning, in addition to execution, that incorporates all applicable test stakeholders (e.g., System Program Office [SPO], 17th Test Squadron, site analysts), e) Provides technical and analytical support for: (1) Configuration Readiness Review Boards (CRRB) and 17th Test Squadron Test Readiness Reviews (TRR), (2) document development to conduct end-to-end communication tests, as specified in NI 10-3, and (3) Deficiency Review Boards (DRB), f) Addresses method to record and track identified DRs (in JDRS) through closure IAW TO 00-35D-54. If a DR is classified, a non-classified version of the discrepancy shall be entered into JDRS with reference to location where complete information can be found,

SOLICITATION NO: FA8823-19-R-0005 Page 23 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

g) Clearly identifies tailoring to address differences in T&E activities for sustainment services, SVRs, and system modifications, h) Supports external-contractor modifications to ensure a smooth and cost-effective transition of modifications from development to sustainment, and i) Supports government meetings (see Formal Meetings, Section 10). Upon government approval of the MOSSAIC T&E Process, the Contractor shall maintain and implement the approved T&E process. PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A003 – Meeting and Review Minutes; A021 – Test and Evaluation (T&E) Process. APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; Sustainment Services, System Modifications, SVRs. 4.17 The Contractor shall develop and deliver detailed test plans, procedures, and reports for each SVR and system modification IAW the government-approved T&E process, and an annual Master Test Plan (MTP) for each system reflecting planned test activities. In addition to formal testing, the test plans, procedures, and reports shall address pre-Developmental Test and Evaluation (DT&E) activities (e.g., prototype testing, system and subsystem characterization testing, System Integration Testing [SIT], dry-run testing). PERFORMANCE STANDARDS; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTOR Per system modification and SVR. DELIVERABLES A131 – Master Test Plan (MTP)/Operational Asset Use Request (OAUR); A132 – Detailed Test Plans (DTP); A133 – Test Procedures; A134 – System Test Report (STR). APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; System Modifications, SVRs. 4.18 The Contractor shall develop and deliver operational site testing downtime requests, IAW 21 SWI 21-131 (chapters 3-7), for sustainment services, SVRs and/or system modifications, and support the Government in 21SW meetings (see Formal Meetings, Section 10) to ensure proper allocation and duration of requested downtime. PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A003 – Meeting and Review Minutes.

SOLICITATION NO: FA8823-19-R-0005 Page 24 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

APPLICABILITY Any MOSSAIC system or capability where execution of a PWS task requires operational system downtime; Sustainment Services, System Modifications, SVRs. 4.19 RESERVED 4.20 The Contractor shall update SST hardware and software specifications, drawings, interface documents, and interconnection documents. The Contractor shall conduct physical and functional configuration audits, as required, to update the baseline. PERFORMANCE STANDARDS IAW MOSSAIC PWS 4.7 and 4.9. Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS Baseline the following SST Subsystem Drawings: Telescope Subsystem; Control and Data Processing; Sensor Subsystem. 2000 hours per year for OY1 and OY2. DELIVERABLES A106 – Engineering Drawings and Associated Lists; A120 – Interface Control Document (ICD); A124 – Interface Requirements Specification (IRS); A128 – System or Subsystem Specification (A, B, and C specifications); A136 – Hardware Requirements Specification (HRS); A140 – Configuration Audit Summary Report and Certification; A402 – Software Requirements Specification (SRS). APPLICABILITY SST pre-operational transition support; Sustainment Services. 5. PORTFOLIO LIFE CYCLE SUPPORT The Contractor shall provide for the maintenance and support of the MOSSAIC systems. 5.1 The Contractor shall develop and deliver an Integrated Support Plan (ISP), compliant with AFPAM 63-128 (chapters 4, 8, 10, 11, and 12) and AFI 63-101/20-101 (chapters 7 and 9), and that: a) Integrates sustainment services activities for all systems consistent with guidance in the task’s Performance Standards and this PWS; b) Is reviewed for updates annually; c) Includes an annex for the Programmed Depot Maintenance Plan (PDMP), that: 1) Provides a schedule with a 12-month history and 12-month look-ahead for all Programmed Depot Maintenance (PDM) activities for every MOSSAIC system operational site, and 2) Integrates and deconflicts PDM visits with other site activities (e.g., operations, maintenance, training, SVRs, system modifications) to minimize downtime. d) Clearly identifies the MOSSAIC Contractor roles and responsibilities as the Product Support Integrator (PSI), specifically addressing the roles identified below: 1) Be the single point of accountability, responsible for integrating all sources of product support, both private and public, to deliver the specified support and performance metrics, consistent with the scope of this PWS. Integration refers to coordinating the 12

SOLICITATION NO: FA8823-19-R-0005 Page 25 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

product support element activities to deliver an effective and efficient product support solution to the Warfighter, 2) Be responsible for the activities and output of one or more product support providers (PSP) within a specific Integrated Product Support (IPS) Element and across IPS Elements, 3) Be the single-point of responsibility and provide for a comprehensive and horizontally/ vertically integrated support solution that accounts for all the product support elements, 4) Be responsible for entire system level outcomes in accordance with PWS Task 5.2 below, 5) Coordinate activities/functions provided by public organizations, private sector providers, or partnership(s) between organic and private sector providers, 6) Be responsible for the performance of one or more PSPs (public or private) within a specific product support element or across product support elements, 7) Act as an integrator, organizer, and aggregator of information for the program to facilitate Government definition of system level requirements, Upon approval of the ISP by the Government, the Contractor shall maintain and implement the approved ISP. PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A201 – Integrated Support Plan (ISP). APPLICABILITY All MOSSIAC systems and capabilities; support to C-Band Ascension and C-Band Australia limited to supportability analyses only; Sustainment Services. 5.2 The Contractor shall measure, track and analyze system metrics, IAW ISO/IEC STD 15939 and AFPAM 63-128 (Attach 6.9), such that system deficiencies will be identified and corrected before they affect operational capability. The Contractor shall document the metrics and analysis results in the Sustainability Analysis Report (SAR). The SAR shall: (1) provide predictive analysis, (2) provide insight into negative trends, (3) identify root causes, (4) identify weapon system impacts, and (5) provide applicable prioritized, actionable recommended solutions. The Contractor shall identify and use metrics, in addition to those in AFPAM 63-128 Attachment 6.9, when needed to provide accurate and complete insight into system performance and supportability trends. PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS Two SARs per system, per year in OY1 through OY10. DELIVERABLES A202 – Sustainability Analysis Report (SAR). APPLICABILITY All MOSSAIC systems and capabilities; for C-Band Australia and C-Band Ascension, all data will be provided by the Government to the Contractor for analysis; Sustainment Services.

SOLICITATION NO: FA8823-19-R-0005 Page 26 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

5.3 The Contractor shall manage, maintain and operate System Integration Laboratories (SIL) to support contract requirements and ensure CM is maintained per the approved SIL baseline and government-approved CMP. The Contractor shall: a) Establish, maintain and implement administrative procedures to: (1) control SIL operations, (2) ensuring security procedures are complied with by SIL users, (3) maintaining the SILs and SIL tools, and (4) implementing necessary changes to ensure SIL configuration is maintained IAW the approved SIL baseline, b) Chair SIL Scheduling Meetings (see Formal Meetings, Section 10), unless otherwise directed by the Government. Any conflicts with external Contractors will be adjudicated by the Government, c) Provide full access to SIL facilities for all personnel approved by the designated Government Point(s) of Contact (POC) within seven days of request, d) Implement SIL modifications IAW contractor-established and maintained SIL modification procedures, e) Provide technical support to external contractors during SIL use (as requested by the Government), and ensure the SIL is reconfigured to the approved baseline prior to and after use, 1) External contractors will be required to provide technical advice and documentation for modifications developed under their contract, and to provide the modified hardware, software, and any supporting equipment needed to modify the SILs, and f) Update SIL technical baselines (to include spares provisioning) and incorporate changes resulting from system modifications and/or SVRs in the SILs. PERFORMANCE STANDARD MOSSAIC controlled SILs have a 90% or greater availability to support execution of MOSSAIC tasks (availability is defined as operational when needed to support a task or event); Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS 1. Scheduling meetings frequency per SIL [Applies to 5.3 (b)]: NSDC Shadow Ops: 12 in OY1 through OY10; GEODSS SIL and Test Bed: Six in OY1 through OY10; Eglin SIL: Six in OY1 through OY10; DSC2-D and associated capabilities (e.g., NDPP): Six in OY1 through OY10; 2. Technical Support to external contractors and/or integration of new capabilities/configurations per year per SIL for OY1 through OY10. Applies to 5.3 (e). NSDC Shadow Ops: 7440 hours; GEODSS: 100 hours, Eglin: 100 hours; DSC2-D and associated capabilities: 3720 hours; and Space Management Battle Lab (SMBL): 7440 hours. DELIVERABLES A003 – Meeting and Review Minutes; A028 – Briefing Material. APPLICABILITY Applies to all SILs that MOSSAIC has configuration management control responsibility: Eglin SIL (MOSSAIC Contractor facility, currently in Colorado Springs, CO); GEODSS SIL (MOSSAIC Contractor facility, currently in Colorado Springs, CO);

SOLICITATION NO: FA8823-19-R-0005 Page 27 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

GEODSS Test Bed (MOSSAIC Contractor facility, currently on contractor leased property in Yoder, CO); DSC2-D TNET and DEVNET (government facility in Dahlgren, VA), NDPP (contractor facility in Colorado Springs, CO), NSDC Shadow Operations Lab (government facility, Schriever AFB, CO); SMBL (MOSSAIC Contractor facility, currently contractor-leased and located in Colorado Springs, CO); Sustainment Services (SIL changes resulting from MOSSAIC modifications and/or SVRs are included in the modification and/or SVR effort). 5.4 The Contractor shall, IAW SD 22 (Diminishing Manufacturing Sources and Material Shortages (DMSMS) Guidebook), AFI 23-119 (section F, Attachment 4, and Addendum B), HQ AF/A4LR Government Furnished Material—Contractor Inventory Control Point Implementation Guide, and government-approved MOSSAIC ISP, manage and maintain all items in the Contractor-Inventory Control Point (C-ICP), support site demands submitted within the Standard Base Supply System (SBSS), and repair C-ICP spares, or purchase additional spares, to ensure no Mission Impaired Capability Awaiting Parts (MICAP) condition occurs at any operational site. PERFORMANCE STANDARD No more than 1 High Priority Bad Actor (HPBA) per contract option year for contractor-controlled parts (HPBA is defined as any item that could negatively affect system performance and/or readiness within one (1) calendar year, for which there are no identified corrective action plans (e.g., an unresolved DMSMS issue); >90% of MICAPs are filled at the site within 48-hours (for CONUS sites) 96-hours (for OCONUS sites). WORKLOAD FACTORS 500 labor hours per system, per year in OY1 through OY10. Material and ODCs required in support of Task 5.4 are included in the Material and ODC costs proposed for PWS Tasks 3.29 and 3.30, which are included in the annual CR CLINs. APPLICABILITY All MOSSAIC spares for which the MOSSAIC Contractor has Contractor Logistics Support (CLS) and/or Contractor Supported Weapon System (CSWS) responsibilities; Sustainment Services. 5.5 Contractor shall, IAW SD 22 (Diminishing Manufacturing Sources and Material Shortages (DMSMS) Guidebook) and government-approved MOSSAIC ISP, develop and deliver a quarterly Supply Supportability Analysis Report (SSAR) for each system and conduct quarterly Supply Support IPT (SSIPT) meetings to address Supply support status. PERFORMANCE STANDARDS (applies to PWS 5.4 and 5.5) Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal; >90% of MICAPs are filled at the site within 48-hours for CONUS sites and 96-hours for OCONUS sites. WORLOAD FACTORS (applies to PWS 5.4 and 5.5) Four SSARs, per system, per year, in OY1 through OY10; Four SSIPTs, per system, per year, in OY1 through OY10. DELIVERABLES (Applies to PWS 5.4 and 5.5) A003 – Meeting and Review Minutes; A203 – Supply Supportability Analysis Report (SSAR). APPLICABILITY All MOSSAIC systems and capabilities except C-Band Ascension and C-Band Australia; Sustainment Services; System Modifications and SVRs (all information and material required to incorporate new C-ICP and/or Standard Base Supply System (SBSS) items resulting from modifications

SOLICITATION NO: FA8823-19-R-0005 Page 28 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

and/or SVRs into the appropriate supply systems shall be included as part of the modification and/or SVR effort). 5.6 Contractor shall maintain, manage, and use the government-provided Inventory Management (GOLD IMS) tool, ID Advantage IUID tool, and the Logistics Data Management and Analysis tool (SENSAT) for the purposes described in 5.6 (a-c). The Contractor can propose a suitable replacement tool to the Government. Government approval is required to change tools. a) GOLD is an inventory management system that conforms to Air Force (AF) standards allowing communication between the SBSS and Contractor Inventory Control Point (C-ICP). The GOLD application facilitates automatic communication between the Government and Contractor supply systems. GOLD tracks all inventory on the SENSOR contract, manages the calibration requirements, tracks repair activities, and communicates with the IUID database during key process points. b) The ID Advantage (IUID Tool) application is used for processing the required IUID information in accordance with Department of Defense (DoD) Directive 8320.03, Item Unique Identification (IUID) Standards for a Net-Centric Department of Defense. The ID Advantage application has a back-end database connection to Oracle and is used to print UII labels; communicate to the Hand Held Terminal; and upload, via SFTP, the electronic record to the IUID Registry. DataMan® 7500 Series SW is used to verify the scanned UII and communicates to the Cognex Verifier. c) SENSAT is a web-based application that serves as a database for Logistics Management Information (LMI), Diminishing Manufacturing Sources and Material Shortages (DMSMS), and depot maintenance activities. SENSAT uses LMI as source data for performing probability calculations and generating the resulting supportability analysis reports. SENSAT is a tool developed to provide all weapon systems with the capability to conduct a bottoms-up supportability review of equipment items to identify potential supportability issues, allowing for detailed analyses (sustainment and sensitivity) for operational mitigation strategy recommendations. APPLICABILITY All MOSSAIC systems except C-Band Ascension and C-Band Australia; Sustainment Services. 5.7 RESERVED 5.8 The Contractor shall (IAW AFMAN 17-1301 (ch 6), MPTO 00-33B-5008, government-approved MOSSAIC ISP, MIL-STD-130, and AF guidance template contained in AFPAM 63-128 Attachment 3) assess and appropriately control candidate parts (all parts that will potentially process classified data) identified in Remanence Security screening, and report candidate parts remanence status for SVRs and system modifications at design reviews and any time remanence status of a part changes. The Contractor shall identify remanence category designation and category assignment justification, and provide User sanitization instructions. PERFORMANCE STANDARDS No parts with unidentified remanence issues and/or parts with known remanence issues but without user sanitization instructions are installed in an operational system or classified SIL; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A003 – Meeting and Review Minutes. APPLICABILITY All MOSSAIC controlled parts for any MOSSAIC system and/or capability;

SOLICITATION NO: FA8823-19-R-0005 Page 29 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

Sustainment Services, System Modifications, SVRs. 5.9 The Contractor shall execute any Packaging, Handling, Storage, and Transportation (PHS&T) needed to execute the PWS requirements. The Contractor shall: a) Comply with DoD 5200.01RDoDM 5200.01 (Vols. 1-4), Air Force Joint Manual (AFJMAN) 23-209, AFI 24-602, Vol. 2, and government-approved MOSSAIC ISP, b) Identify any new or special PHS&T requirements that arise during the execution of contract requirements and obtain PCO approval of the planned PHS&T method and payment process before shipping, c) Package, handle, store and transport materials in a manner that provides security protection commensurate with the Confidentiality Level (CL) of the MOSSAIC systems, d) Handle, transport, transmit, and protect classified or sensitive equipment in accordance with Contract Security Specification, DD Form 254 and the program security classification guide, and e) Coordinate with the Government before release of classified material for shipment. WORKLOAD FACTOR ODCs required for this task are included in the ODCs proposed for Task 3.29, which are included in the annual CR CLINs for sustainment services, and are included in the ODCs proposed for System Modifications and SVRs. APPLICABILITY All MOSSAIC shipping requirements for any MOSSAIC systems and/or capability; Sustainment Services, System Modifications, SVRs. 5.10 The Contractor shall support the Government in planning for transfer of CLS spares from external modification and other development contractors to the MOSSAIC C-ICP, and assume responsibility for transferred spares, consistent with requirements in this PWS. The Contractor shall provide technical support to the Government in defining the initial spares and provisioning data needed to enter the new items into the C-ICP. The Contractor shall effectively and efficiently integrate initial spares into the C-ICP at conclusion of the external modification (initial spares and provisioning data will be funded by the Government as part of the external modification contract). WORKLOAD FACTORS One external modification per year in OY1 through OY10. PERFORMANCE STANDARDS Contractor assumes responsibility for all spares from external modifications within 14 days after formal Government request to transfer spares. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment Services. 5.11 The Contractor shall develop and deliver a Technical Order Management Plan (TOMP) to develop and maintain Technical Manuals/Technical Orders (TM/TO) for sustainment services, SVRs, and system modification efforts. The TOMP shall comply with: 1) TM-86-01Q, Air Force Technical Manual Contract Requirements (TMCR) for the MOSSAIC-covered systems, 2) TO 00-5-1, Air Force Technical Order System, 3) TO 00-5-3, Air Force Technical Order Life Cycle Management,

SOLICITATION NO: FA8823-19-R-0005 Page 30 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

4) TO 00-5-15, Air Force Time Compliance Technical Order Process, and 5) TO 00-5-18, AF Technical Order Numbering System. The TOMP shall be developed, maintained, and implemented IAW the following: 1) The Ground Based Space Surveillance Program Office (SYG) will delegate TO Manager Agency/Agent (TOMA) responsibilities for all assigned TMs/TOs to the MOSSAIC Contractor, and 2) The Government will retain approval authority of all TMs/TOs and of each In-Process Review (IPR). The TOMP shall include, but not be limited to: 1) Assigning TO Manager Agency/Agent (TOMA) responsibilities for each system to a person (or persons), identifying the responsible TOMA(s) in writing to the Government as part of the initial TOMP submittal, and notifying the Government in writing prior to any changes in TOMA personnel, 2) Processing and updating TO change packages in accordance with AFTO Form 22s and AFTO Form 252s, and MIL-STD requirements, 3) Developing system TO requirements and managing the development of new TOs and changes to legacy TOs throughout the affected systems’ lifecycle, 4) Updating the Comprehensive Air Force Technical Order Plan (CAFTOP) and TO Information Spreadsheet (TOIS) documents, and archiving historical TO record files, NOTE: TOIS is the complete list of actively managed TOs for assigned weapon system; contains formulas and data to assist the TO Manager in calculating sustainment and distribution costs. 5) Conducting TO Guidance Conferences, In-Process Reviews (IPR) and Pre-Publication Reviews (PPR), 6) Producing and distributing Time Compliance Technical Order (TCTO) documents, 7) Coordinating engineering data with system engineers and logisticians, 8) Preparing TO Verification Plans (TOVP), certifying TO procedures, and supporting government verifications at operational site or in the SIL environments, 9) Performing TO posting and shipping functions for sustainment and project change packages, 10) Administering and maintaining the SGML Document Management System (DMS), NOTE: The Contractor may choose to use the existing DMS. DMS is a system for storing, editing, and composing TOs and other documents. The DMS supports descriptive markup languages (i.e., SGML/XML). The Unix-based system is accessible through Windows-based local area network (LAN) clients and a Web-based client. The system consists of Commercial Off-The-Shelf (COTS) software with a custom integration layer. 11) Installing and testing DMS operating system, database, and COTS software patches and updates, 12) Updating the Government-owned Enhanced Technical Information Management System (ETIMS), 13) Posting approved TOs in Aras Innovator®, 14) Reproducing and distributing hardcopy paper and disk versions of approved TOs, 15) Tracking and reporting monthly TO processing metrics as part of IPT meetings, 16) Requesting TO numbers for new TOs and Contractor-Furnished Equipment Notice (CFEN) manuals,

SOLICITATION NO: FA8823-19-R-0005 Page 31 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

NOTE: The Government will use MIL-PRF-32216, Evaluation of Commercial Off-The- Shelf (COTS) Manuals and Preparation of Supplemental Data, as a guide for review and acceptance of all recommended commercial manuals. 17) Developing AFTO Form 252 sustainment redline change packages, and 18) Updating baseline TOs per approved AFTO Form 252 sustainment change packages. Upon approval of the TOMP by the Government, the Contractor shall maintain and implement the approved TOMP. PERFORMANCE STANDARDS ≥95% of In-Process Reviews (IPR) are approved, or approved with comments (i.e., do not require re- completion of the review); Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS 500 labor hours per system, per year for AFTO Form 22s/AFTO Form 252s (not resulting from modifications and/or SVRs which will be implemented as part of the modification and/or SVR effort) for OY1 through OY10. DELIVERABLES A003 – Meeting and Review Minutes; A208 – Technical Manual/Order; A210 – COTS Manuals and Associated Supplemental Data; A211 – Technical Order Management Plan (TOMP); A214 – AFTO Form 252. APPLICABILITY All MOSSAIC systems and capabilities except DSC2-D (See Tables 1-1 and 1-2), NSDC, C-Band Ascension and C-Band Australia; Sustainment Services, System Modifications, SVRs. 5.12 The Contractor shall conduct Programmed Depot Maintenance (PDM) and Field Service Team (FST) visits to perform maintenance or other government-approved work. The Contractor shall: a) Perform PDMs and FSTs IAW government-approved procedures (e.g., depot maintenance instructions, system procedures, system TOs, work cards) and TO 00-25-108 (chapter 2), b) Inspect site equipment and review site records for evidence that operational system and/or supporting equipment may be experiencing degradation in performance, c) Recommend repairs to Government IPT regarding equipment which has degraded, d) Implement corrosion control procedures to minimize the impact of corrosion on the MOSSAIC systems and support equipment throughout their life cycles, e) Upon government approval, implement repairs to equipment which has degraded, f) Assist Government IPT, when requested, and interface with site maintainers to determine on- going site status and concerns, g) Introduce, handle, and dispose of hazardous material in accordance with site requirements, h) Request coordination of site visits via the Government IPT Lead at least 30 days in advance, when possible, of team arrival at site, i) Provide an In-brief and Out-brief to Government IPT Lead and the site commander, prior to commencing and after completion of, on-site maintenance, j) Produce an updated Combat Capabilities Assessment Schedule (CCAS) at least 60 days (unless otherwise approved) in advance of site visits for site downtime approval, k) Document PDM and FST activities in a Trip Report. A Trip Report shall include identification of the maintenance team, purpose of the trip, summary of inspection findings, summary of

SOLICITATION NO: FA8823-19-R-0005 Page 32 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

maintenance actions taken, problems and issues encountered, and future maintenance recommendations, l) Provide all materials, equipment and tools necessary to perform site maintenance, installation, inspections, and tests, m) Ensure that asbestos is not disturbed, if present, during tasks associated with this project, n) Provide AFTO Form 216 input information, IAW TO 00-25-108, paragraph 1.5.2 and Figure A-3, to the Government IPT Lead, o) Provide AFTO Form 217 input information, IAW TO 00-25-108 paragraph 1.5.3 and Figure A-4, to the Government IPT Lead, p) Provide SDRR documentation and all related deliverables to the Government IPT at least five business days before the SDRR, q) Provide a Site Deployment Work Plan at SDRR before deployment. The SDRR shall include planned PDM/FST action overview, proposed work plan, and an overview of readiness to deploy, r) Perform depot level system verification and calibration, s) Provide a Daily Activity Report (DAR) within 24-hours of completion of the day’s activities during on-site maintenance activities to the Government IPT Lead. The DAR will include identification of contractor personnel on site for the day’s activities, the objectives for the day, status of completion of each objective for the day, problems and issues encountered, and objectives for the next day. DARs shall continue until corrective maintenance actions have been completed, site operations have been fully restored, and the deployed team departs the site. DARs shall be submitted in contractor format via email, t) Notify the Government of any problems or issues arising during a depot maintenance or installation activity that could prevent the return of equipment to original performance parameters within the scheduled maintenance timeframe, u) Review TO procedural content applicable to the subsystem under inspection, test, maintenance or repair for their current applicability to the system, v) Complete AFTO Form 349s and submit to site personnel to document scheduled and unscheduled maintenance events for PDM/FTS Job Data Documentation (JDD) IMDS input, w) Perform Preventative Maintenance Inspections (PMI) at the site, x) Recommend updates to the PMI, and y) Add new PMIs and revise existing PMIs in the depot-level TO. PERFORMANCE STANDARDS Meet >90% of Government-approved PDM Objectives as specified in the Site Deployment Work Plans (SDWP), unless specific objectives are excused by Government (excused under authority of contract clauses such as FAR 52.249-8 “Termination for Default”, or FAR 52.249-14 “Excusable Delays”), or FAR 52.242-17 Government Delay of Work; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS Two PDM/FST visits per site, per year for OY1 through OY10; 5000 hours per system, per year for OY1 through OY10. For DARC radar prototype at WSMR, two PDM/FST visits in OY2 only (800 hours) for mothball status maintenance (e.g., inspections, corrosion control); Material and ODC costs required for Task 5.12 are included in the Material and ODC costs proposed for PWS Tasks 3.29 and 3.30, which are included in the annual CR CLINs. DELIVERABLES A003 – Meeting and Review Minutes;

SOLICITATION NO: FA8823-19-R-0005 Page 33 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

A028 – Briefing Material; A121 – Site Deployment Readiness Review (SDRR) Briefing; A122 – Site Deployment Work Plan (WPlan); A143 – Trip Report; A212 – AFTO Form 216; A213 – AFTO Form 217; A407 – Software Media. APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; Sustainment Services (all items); System Modifications and SVRs (items 6-9 and 11-21). For DARC radar prototype at WSMR, only mothball maintenance is required and only in OY2. 5.13 The Contractor shall respond to Emergency Depot Level Maintenance/Urgent Depot Level Maintenance (EDLM/UDLM) requests by the Government IAW TO 00-25-108 (ch 2) and TO 00-20-2, provide a strategy formulation plan within 24-hours of EDLM notification and within 72-hours of UDLM notification to the Government IPT Lead, and provide a POC that is available 24-hours a day, seven days a week in order to respond. The Contractor shall: a) Deploy, if required, and implement corrective maintenance or repair actions in accordance with maintenance action strategy to address and resolve the condition or mission impact that generated the EDLM/UDLM, b) Ensure all work performed is in accordance with government-approved procedures or TOs, c) Conduct adequate testing to verify/validate the condition or mission impact has been resolved, d) Provide an EDLM/UDLM In-brief to the site commander prior to commencing repair activities, e) Provide an EDLM/UDLM Out-brief (if requested) to the site commander, upon completion of maintenance or repair actions, f) Provide AFTO Form 216 input information, IAW TO 00-25-108, paragraph 1.5.2 and Figure A-3, to the Government IPT Lead, g) Provide AFTO Form 217 input information, IAW TO 00-25-108 paragraph 1.5.3 and Figure A-4, to the Government IPT Lead, h) Provide SDRR documentation and all related deliverables to the Government IPT five business days before the SDRR, i) Provide a site deployment work plan, at a SDRR, five business days before deployment. The SDRR will include planned EDLM/UDLM action overview, proposed work plan, and an overview of readiness to deploy, j) Provide a Daily Activity Report (DAR) within 24-hours of completion of the day’s activities during on-site maintenance activities to the Government IPT Lead. The DAR will include identification of Contractor personnel on site for the day’s activities, the objectives for the day, status of completion of each objective for the day, problems and issues encountered, and objectives for the next day. DARs shall continue until corrective maintenance or repair actions have been completed, site operations have been fully restored, and the deployed team departs the site. DARs are submitted in contractor format via email, k) Notify the Government of any problems or issues arising during a depot maintenance or repair action that could prevent the return of equipment to original performance parameters within the scheduled maintenance timeframe, l) Complete AFTO Form 349s and submit to Site personnel to document scheduled and unscheduled maintenance or repair actions for MDC Job Data Documentation (JDD) IMDS input;

SOLICITATION NO: FA8823-19-R-0005 Page 34 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

m) Comply with reporting and supporting requirements IAW 21 Space Wing Instruction 6321- 131 and TO 00-25-108, n) Deliver a Failure Summary and Analysis Report within 10 business days after completion of the EDLM/UDLM. The report will include a notification summary, maintenance team overview, action plan summary, problem assessment, summary of maintenance or repair actions taken, identification of recommended follow-up activities, and a summary of lessons learned, o) Prepare and deliver Engineering Change Orders (ECO) and updates to affected configuration baseline drawings that are impacted by any EDLM/UDLM activity, p) After government-approval of ECOs, update baseline documentation that results from actions taken under the strategy formulation plan (the effort to implement updates is included in PWS 4.9), q) Conduct a Lessons Learned Review (LLR) for each EDLM/UDLM within 15 days of restored operation. All lessons learned will be documented in a Lessons Learned Database on the IDE, r) Identify training updates needed as a result of the maintenance or repair actions. For training that is identified, the Contractor shall create or update training materials and train the operations and maintenance (O&M) site personnel (effort to create or update training material and conduct the training is included in PWS 5.16), and s) Prepare an AFTO Form 252, after performing maintenance or repair actions, which necessitate a change to the TO for the subsystem or component affected. PERFORMANCE STANDARDS Emergency corrective plans are developed and delivered to the Government within 24-hours of the EDLM; Urgent corrective plans are developed and delivered to the Government within 72-hours of the UDLM; SDWP provided five business days (or earlier) before deployment; All DARs provided within 24-hours of completion of each day’s activities; Failure Summary and Analysis Report delivered within 10 business days after completion of the EDLM/UDLM; LLR conducted for each EDLM/UDLM within 15 days of restored operation; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS One EDLM/UDLM per system, per year for existing systems for all OYs; Four for the first full year of sustainment for any system transitioning to MOSSAIC (e.g., SST, Space Fence) and one per year thereafter; 500 hours per EDLM/UDLM; Material and ODC costs required for Task 5.13 are included in the Material and ODC costs proposed for PWS Tasks 3.29 and 3.30, which are included in the annual CR CLINs. DELIVERABLES A003 – Meeting and Review Minutes; A028 – Briefing Material; A121 – Site Deployment Readiness Review (SDRR) Briefing; A122 – Site Deployment Work Plan (WPlan); A204 – Failure Summary and Analysis Report; A212 – AFTO Form 216; A213 – AFTO Form 217; A214 – AFTO Form 252; A407 – Software Media. APPLICABILITY All MOSSAIC systems and capabilities except C-Band Ascension and C-Band Australia; Sustainment Services.

SOLICITATION NO: FA8823-19-R-0005 Page 35 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

5.14 The Contractor shall provide Engineering Assists (EA) and Technical Assists (TA), as requested, and: a) Comply with TO 00-25-108 (ch 2); AFSPCI 21-108, para 1.4; TO 00-20-2, Maintenance Data Documentation, Chapter 10, b) Provide an initial response (include a proposed SDRR date/time) to the Government IPT Lead, or designate, within 24-hours of notification, c) Provide applicable troubleshooting and advice for technical support for validated EAs and/or TAs, d) Provide a weekly status update on any declared EA/TA to the Government IPT Lead, or designate, e) Provide an EA/TA In-brief to the site commander, prior to commencing maintenance or repair activities, f) Provide an EA/TA Out-brief (if requested) to site commander, upon completion of maintenance or repair activities, g) Provide AFTO Form 216 input information, IAW TO 00-25-108, paragraph 1.5.2 and Figure A-3, to the Government IPT Lead, h) Provide AFTO Form 217 input information, IAW TO 00-25-108 paragraph 1.5.3 and Figure A-4, to the Government IPT Lead, i) Provide SDRR documentation and all related deliverables to the Government IPT five business days before the SDRR, j) Provide a Site Deployment Work Plan at SDRR. The SDRR will include planned EA/TA action overview, proposed work plan, and an overview of readiness to deploy, k) Provide a Daily Activity Report (DAR) within 24-hours of completion of the day’s activities during on-site maintenance activities to the Government IPT Lead. The DAR will include identification of contractor personnel on site for the day’s activities, the objectives for the day, status of completion of each objective for the day, problems and issues encountered, and objectives for the next day. DARs shall continue until corrective maintenance actions have been complete, site operations have been fully restored, and the deployed team departs the site. DARs are submitted in contractor format via email, l) Notify the Government of any problems or issues arising during a depot maintenance or repair action that could prevent the return of equipment to original performance parameters within the scheduled maintenance timeframe, m) Complete AFTO Form 349s and submit to Site personnel to document scheduled and unscheduled maintenance events for MDC Job Data Documentation (JDD) IMDS input, n) Deliver a Failure Summary and Analysis Report within 15 business days after completion of the EA/TA. The report will include a notification summary, maintenance team overview, action plan summary, problem assessment, summary of repair actions taken, identification of recommended follow-up activities, and a summary of lessons learned, o) Interface with site maintainers to determine on-going site status and concerns relating to EA/TA, p) Prepare an AFTO Form 252, after performing maintenance or repairs, which necessitate a change to the TO for the subsystem or component affected, and q) Prepare and deliver Engineering Change Orders (ECO) and updates to affected configuration baseline drawings that are impacted by any EA/TA activity.

SOLICITATION NO: FA8823-19-R-0005 Page 36 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

PERFORMANCE STANDARDS Initial response callback is initiated within 24-hours of Government request for Engineering/Technical Assistance (EA/TA); Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS Five (5 total - EAs + TAs) EAs and/or TAs per system, per year for OY1 through OY10; 200 hours per EA and TA; 10 EAs/TAs for the first full year of sustainment for any system transitioning to MOSSAIC (e.g., SST, Space Fence) and five per year thereafter. Material and ODC costs required for Task 5.14 are included in the Material and ODC costs proposed for PWS Tasks 3.29 and 3.30, which are included in the annual CR CLINs. DELIVERABLES A003 – Meeting and Review Minutes; A121 – Site Deployment Readiness Review (SDRR) Briefing; A122 – Site Deployment Work Plan (WPlan); A204 – Failure Summary and Analysis Report; A212 – AFTO Form 216; A213 – AFTO Form 217; A214 – AFTO Form 252. APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; Sustainment Services. 5.15 The Contractor shall identify Support Equipment and Automatic Test System (SE/ATS) requirements, and use common government inventory SE/ATS, IAW AFI 63-101/20-101 (paragraph 7.17), prior to recommending new or peculiar equipment. PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A205 – Support Equipment Requirements Document (SERD). APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; Sustainment Services, System Modifications, SVRs. 5.16 The Contractor shall identify requirements for, and provide updates to, training programs (e.g., Organizational Level, Depot Level, operational), including training plans and materials. PERFORMANCE STANDARDS IAW MIL-PRF-29612B (Sections 3-5); Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A206 – Training Plan; A207 – Training Materials. WORKLOAD FACTORS 200 hours per option year per system for OY1 through OY10. APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; Sustainment Services.

SOLICITATION NO: FA8823-19-R-0005 Page 37 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

5.17 The Contractor shall develop, deliver and conduct any applicable training required for the delivery of SVRs and/or system modifications. PERFORMANCE STANDARDS IAW MIL-PRF-29612B (Sections 3-5); Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A206 – Training Plan; A207 – Training Materials. WORKLOAD FACTORS Per modification and SVR. APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; System Modifications, SVRs. 5.18 The Contractor shall implement Design Interface activities (IAW AFI 63-101/20-101 (Chapters 5, 7 and 9) and government-approved ISP) as part of a SVR or system modification project, to influence the MOSSAIC-covered system’s design throughout the life-cycle, facilitating supportability to maximize the availability, effectiveness and capability of the system at the lowest Total Ownership Cost. The Contractor shall: a) Integrate the quantitative design characteristics of systems engineering (reliability, maintainability, availability) with the functional Integrated Product Support Elements, as part of a system modification. This shall include the rigorous application of engineering design and analysis, QA, nondestructive inspection, manufacturing, operations and support technologies to prevent the initiation of corrosion, avoid functional impairment due to corrosion, and define processes for the tracking and repair of corrosion problems. The Contractor’s design shall reflect the relationship of system design parameters to product support resource requirements. Any unique design interface requirements shall be documented in an Integrated Support Plan (ISP) update, b) Develop a Reliability, Availability, and Maintainability (RAM) model to provide analysis of design compared to requirements and present this data at all design reviews, and c) Document considered design failure modes and effects in a Failure Modes, Effects, and Criticality Analysis (FMECA) database and present this data at all design reviews. PERFORMANCE STANDARDS SMC-S-013 (with Government approval of any desired tailoring); Milestone Reviews IAW IEEE 15288.2-2014 (ch 4-7); Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A123 – Milestone Reviews. APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; System Modifications, SVRs. 5.19 The Contractor shall identify, plan, resource, and implement maintenance concepts and requirements (IAW AFI 63-101/20-101 (Chapters 5, 7 and 9) and government-approved ISP) to ensure the best possible equipment and capability is available as a result of a SVR or system modification. The Contractor shall: a) Establish the maintenance concept and requirements for the life of the system for both hardware and software baseline changes,

SOLICITATION NO: FA8823-19-R-0005 Page 38 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

b) Document any unique maintenance planning requirements in an Integrated Support Plan (ISP) update, c) Initiate planning as soon as design alternatives are defined, to influence the design for supportability and continue throughout the life cycle whenever logistics-related changes occur, and d) Perform a Level of Repair Analysis of the design to support the development of the maintenance concept, product support requirements, Line Replaceable Unit (LRU) identification, sparing requirements, and Source Maintenance and Recoverability (SMR) code assignment. PERFORMANCE STANDARDS Milestone Reviews IAW IEEE 15288.2-2014 (ch 4-7); Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A123 – Milestone Reviews; A209 – Proposed Spare Parts List (PSPL). APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension. System Modifications, SVRs. 5.20 The Contractor shall identify and assess the impacts on depot facilities, as a result of a SVR or system modification (IAW AFI 63-101/20-101 (Chapters 5, 7 and 9) and government-approved ISP) and present results/recommendations at all applicable design reviews. PERFORMANCE STANDARDS Milestone Reviews IAW IEEE 15288.2-2014 (ch 4-7); Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A123 – Milestone Reviews. APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; System Modifications, SVRs. 5.21 The Contractor shall complete 90% In-Process Review (IPR), certification, verification, pre- publish review and publication/distribution on nine SST Technical Orders (IAW PWS 4.7, 4.9 and 5.11; MIL-PRF-29612B [Sections 3-5]). The TOs will be provided by the Government at the 60% IPR state. Completing the 90% IPR will require other aspects of TO development support such as hardware/software engineering, line-art graphics/illustrations, safety, cybersecurity, and Quality Control. Contractor shall also conduct on-site orientation and training for the Australian Level One Operators and Maintainers. The orientation and training shall address the following: a) Telescope Subsystem Operations and Maintenance (O&M), b) Telescope Subsystem System Administration, c) Control and Data Processing (CDP) Subsystem O&M, and d) Sensor Subsystem O&M. PERFORMANCE STANDARDS ≥95% of In-Process Reviews (IPR) are approved, or approved with comments (i.e., do not require re- completion of the review); Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal.

SOLICITATION NO: FA8823-19-R-0005 Page 39 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

WORKLOAD FACTORS One Training Plan and seven sets of training material; Labor: 13000 hours in OY1, 6500 hours in OY2; Six 30-day trips to SST site in Australia (four trips in OY1, and two trips in OY2), trip labor only. Travel costs for this task are included in the travel costs proposed for PWS Task 3.12, which are included in the annual CR CLINs. DELIVERABLES A206 – Training Plan; A207 – Training Materials; A208 – Technical Manuals/Orders. APPLICABILITY SST; Sustainment Services. 5.22 RESERVED 6. PROGRAM PROTECTION, SECURITY, AND CYBERSECURITY All MOSSAIC Systems are operating under the Risk Management Framework (RMF) authorization process. 6.1 The Contractor shall develop and deliver a Program Protection Implementation Plan (PPIP), compliant with AFPAM 63-113, MOSSAIC DD Form 254, DoD 5220.22M, and DoD 5200.2- RDoDM 5200.02. Upon approval of the PPIP by the Government, the Contractor shall maintain and implement the approved PPIP. PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A305 – Program Protection Implementation Plan (PPIP). APPLICABILITY All MOSSAIC systems and capabilities; for C-Band Ascension and C-Band Australia PPIP only has to address the limited MOSSAIC roles and responsibilities; Sustainment Services, System Modifications, SVRs. 6.2 The Contractor shall develop and deliver a Security Management Process compliant with MOSSAIC DD Form 254, DoD 5220.22M, and DoDM 5200.02DoD 5200.2-R. Upon approval of the Security Management Process by the Government, the Contractor shall maintain and implement the approved Security Management Process. PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A022 – Security Management Process. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment Services, System Modifications, SVRs.

SOLICITATION NO: FA8823-19-R-0005 Page 40 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

6.3 The Contractor shall comply with the Security Classification Guide (SCG) for each system IAW MOSSAIC DD Form 254. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment Services, System Modifications, SVRs. 6.4 The Contractor shall staff qualified cyberspace personnel (IAW DoDD 8140.01 and government- approved Security Management Process) with the skills and knowledge to develop, maintain and implement cybersecurity procedures and functionality that meets PWS requirements. PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A307 – Quarterly Report on Certificates. APPLICABILITY All MOSSAIC systems and capabilities; Sustainment Services, System Modifications, SVRs. 6.5 The Contractor shall identify, track, analyze, manage, and report on Cyber Orders and/or Notifications (IAW AFI 17-201 [para 2.5] and IT security criteria specified in DoDI 8500.01) that apply to products within each MOSSAIC system and shall respond IAW timelines and instructions specified within each Cyber Order and/or Notification received. The Contractor shall track security patches by their CAT rating (assigned by DISA), and the initial (first) Cyber Order Status Report delivered for each sustainment services Option Year shall include, but not be limited to, the following: a) Identification (from the list of currently available Cyber Orders/Notifications) of all Cyber Orders/ Notifications that dictate a software (i.e., COTS, GOTS, and/or FOSS) change (e.g., patch, configuration setting) which are applicable to any MOSSAIC system and/or SIL, b) Identification/description of mission impacts associated with applicable changes [6.5(a)], c) Include a recommended Quarterly RDP version release plan in the first delivery of the Cyber Order Status Report for each sustainment services Option Year. The plan shall: 1) Recommend the delivery option of COTS, GOTS, and FOSS updates based on installation risk and complexity, and 2) Prioritize RDP version release content, based on an assessment of the system security risk level of applicable changes, in the event of an unexecutable (e.g., resource limited, schedule constraints) quantity of potential changes. PERFORMANCE STANDARDS >95% of Cyber Orders and Notifications received are identified, assigned a tracking number, initially reviewed and included in Cyber Order Status Report NLT 30 calendar days after receipt; and appropriate recommended repair actions for each Cyber Order and Notification are included in the Cyber Order Status Report NLT 90 calendar days after receipt; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS 400 security-engineering hours per sustainment services contract year; contractor must add other functional support (e.g., program management, configuration management) as applicable. DELIVERABLES A301 – Cyber Order Status Report.

SOLICITATION NO: FA8823-19-R-0005 Page 41 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

APPLICABILITY Applies to all MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; Sustainment Services, System Modifications, SVRs. 6.6 The Contractor shall prepare authorization and security procedures for the protection of SIL and other development facilities and equipment from unauthorized access and tampering, IAW DoD 5220.22M and DoDI 8510.01. SILs in Contractor’s facilities shall be certified by the Defense Security Service (DSS). SILs in government facilities shall be certified by AFSPC/A6 using the Research Development Test & Evaluation (RDT&E) processes. PERFORMANCE STANDARDS MOSSAIC controlled SILs have a 90% or greater availability to support execution of MOSSAIC tasks (availability is defined as operational when needed to support a task or event); Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A306 – DSS System Security Plan; Authorization Plan Artifacts (documented in eMASS). APPLICABILITY Applies to all SILs for which MOSSAIC has configuration management control responsibility: Eglin SIL (MOSSAIC Contractor facility, currently in Colorado Springs, CO); GEODSS SIL (MOSSAIC Contractor facility, currently in Colorado Springs, CO); GEODSS Test Bed (MOSSAIC Contractor facility, currently on contractor-leased property in Yoder, CO); DSC2-D TNET and DEVNET (government facility in Dahlgren, VA); NDPP (contractor facility in Colorado Springs, CO); NSDC Shadow Operations Lab (government facility, Schriever AFB, CO); SMBL (MOSSAIC Contractor facility—currently contractor-leased and located in Colorado Springs, CO); Sustainment Services, System Modifications, SVRs. 6.7 The Contractor shall gather and analyze information in support of, prepare, and maintain government-assigned security artifacts, required by DoDI 8510.01, DoDI 8500.01 and National Institute of Standards and Technology (NIST) Special Publications (SP) 800-53, per required authorization process timelines for each system. PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS Two sets of security artifacts per system, per year in OY1 through OY10; Artifacts required in support of modifications and/or SVRs shall be included in the modification and/or SVR efforts. DELIVERABLES A302 – Assigned Artifacts. APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; Sustainment Services, System Modifications, SVRs. 6.8 The Contractor shall advise the applicable government PM and the Cybersecurity Working Group (CWG) when IT security procedures that could be insufficient to meet DoDI 8510.01, DoDI 8500.01, NIST SP 800-115 and NIST SP 800-53 on any MOSSIAC system and/or SIL.

SOLICITATION NO: FA8823-19-R-0005 Page 42 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A304 – Cybersecurity Assessment Test Report. APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; Sustainment Services, System Modifications, SVRs. 6.9 The Contractor shall conduct System Security Engineering and integrate cybersecurity requirements into SVRs and system modifications (IAW AFI 17-101, AFI 17-130, and NIST SP 800-53), comply with all applicable requirements in this section of the PWS, and prepare and maintain all required documentation and artifacts to support the accreditation process for each system. PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A302 – Assigned Artifacts. APPLICABILITY All system modifications and/or SVRs executed on MOSSAIC contract. 6.10 The Contractor shall develop and deliver a Security Assessment Plan (SAP) (IAW DoDI 8500.01, DoDI 8510.01, NIST SP 800-115, NIST SP 800-53, and NIST SP 800-37) for MOSSAIC systems, SVRs and system modifications. Upon government approval of the SAP, the Contractor shall maintain and implement the approved SAP. PERFORMANCE STANDARDS Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES A303 – Security Assessment Plan (SAP); A304 – Cybersecurity Assessment Test Report. APPLICABILITY All MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; Sustainment Services, System Modifications, SVRs. 6.11 The Contractor shall test cybersecurity compliance with applicable STIGs for SVRs and/or system modifications, and verify compliance with current applicable STIGs identified on the Defense Information Systems Agency (DISA) Information Assurance Support Environment (IASE) website. 6.12 The Contractor shall assess all code using an approved code scanner prior to installing the code on any system. For legacy code where no automated assessment tools exist, the Contractor shall manually assess interfaces and all code that is within the scope of a specific SVR and/or system modification. The Contractor shall document test and code assessment results in the Cybersecurity Assessment Test Report. 6.13 The Contractor shall present cybersecurity assessment status at all formal reviews (see Formal Meetings, Section 10).

SOLICITATION NO: FA8823-19-R-0005 Page 43 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

PERFORMANCE STANDARDS (applies to PWS 6.11, 6.12, and 6.13) IAW DoDI 8500.01; NIST SP 800-115; NIST SP 800-53; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. DELIVERABLES (applies to PWS 6.11, 6.12, and 6.13) A003 – Meeting and Review Minutes; A304 – Cybersecurity Assessment Test Report. APPLICABILITY (applies to PWS 6.11, 6.12, and 6.13) Applies to all MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; System Modifications, SVRs. 6.14 The Contractor shall develop, deliver, and execute a Rapid Deployment Process (RDP) to respond to Cybersecurity issues (identified in PWS 6.5) IAW 21 SWI 21-131 and the government-approved MOSSAIC CMP. The Cybersecurity RDP shall be documented as part of the CRP (ref PWS 4.4). The Contractor shall: a) Implement quarterly rapid deployment of Cybersecurity patches, 1) Produce RDP version content installation media to be used by Site System Administrator’s installation of the change, 2) Verify system functionality after installing RDP releases in the System SIL, whenever possible, prior to releasing to the sites for installation, 3) Ship and/or hand-carry physical media to the system sites, 4) Provide telephone support to all sites for change installation, 5) Obtain a verification record from each site and SIL that the changes were successfully implemented, 6) Maintain the verification record as part of the system Configuration Management, 7) Verify change is transparent to the users. Transparency is defined as not requiring a change to: (1) technical manuals or other site documentation except for minor changes such as version numbers, (2) operator interfaces or procedures, (3) spares or consumable provisioning approach, and/or (4) maintainer actions and procedures, and b) Conduct quarterly reviews of RDP content with government IPT, c) Attend Unit Requirements Validation Board (URVB) reviews of the recommended Site Adjustable Parameters (SAP) within the release content, and d) Maintain configuration control of the baseline changed by RDP releases. PERFORMANCE STANDARDS Greater than 90% of government-approved annual RDP objectives (as documented in the government approved annual CRP) met; Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS 5000 hours per system per year for OY1 through OY10. DELIVERABLES A407 – Software Media; APPLICABILITY Applies to all MOSSAIC systems and capabilities except C-Band Australia and C-Band Ascension; Sustainment Services.

SOLICITATION NO: FA8823-19-R-0005 Page 44 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

7. C2 SYSTEMS/CAPABILITIES UNIQUE REQUIREMENTS All requirements of the PWS apply to DSC2-D (and its associated systems and capabilities) and NSDC as indicated in the applicability guidance specified for each PWS task. Unique requirements that only apply to DSC2-D and NSDC are defined in this section. 7.1 The Contractor shall provide daily operational support to DSC2-D (and its associated systems and capabilities), IAW AFSPCI 99-103 and NI 10-3 (Attachment 3). The Contractor shall: Ensure applicable technical support is locally available on-site for system operations support and system troubleshooting for: 1) CFE, MPS, NDPP, SDL, SP Tasker, and ASW Operational Networks (ONET) hardware and software. Also includes MPS Test Network (TNET) and Development Network (DEVNET), 2) Distributed Computing Environment (DCE), Automated Data Processing Operations (ADPO), and software development tools and equipment, and 3) Relational database management system. Perform Organizational Level Maintenance on CFE, MPS, NDPP, SDL, SP Tasker, and ASW hardware (also includes MPS TNET and DEVNET servers), workstations, communications devices (e.g., Freeways), and Cisco® network equipment, and shall: 1) Maintain operating systems as part of daily maintenance, and 2) Perform hardware and software maintenance on Air Force Enterprise Network servers, workstations, and associated network equipment. Conduct applicable Category Testing with other systems and sites in coordination with the Government and government Test Lead (as specified in NI 10-3), and shall: 1) Ensure the test assets/networks are properly configured at the beginning and completion of testing, 2) Create site-specific test logs on the test assets/networks and conduct data reduction upon test completion, 3) Ensure proper communication lines are connected prior to switching over to site, and 4) Develop and update applicable test artifacts in support of the government, providing products to end users. Perform System Administration for the CFE, MPS, NDPP, SDL, SP Tasker, and ASW Operational Networks (ONET), Perform System Administration for MPS TNET and DEVNET, and Perform System Administrator duties at the CSpOC for NDPP and ASW. PERFORMANCE STANDARDS >90% of MICAPs are filled at the site within 48-hours (for CONUS sites) 96-hours (for OCONUS sites); Emergency corrective plans are developed and delivered to the Government within 24-hours of the EDLM; Urgent corrective plans are developed and delivered to the Government within 24-hours of the UDLM; Initial response callback is initiated within 24-hours of Government request for Engineering/Technical Assistance (EA/TA); >95% of Cyber Orders and Notifications received are identified, assigned a tracking number, initially reviewed and included in Cyber Order Status Report NLT 30 calendar days after receipt; and appropriate recommended repair actions for each Cyber Order and Notification are included in the Cyber Order Status Report NLT 90 calendar days after receipt. WORKLOAD FACTORS Fourteen (14) FTEs per year (including 25 Category Testing events per year) located in Dahlgren VA in OY1 through OY10; Two FTE System Administrators per year [PWS 7.1(e)] located in Vandenberg AFB, CA for OY1 through OY10.

SOLICITATION NO: FA8823-19-R-0005 Page 45 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

7.2 The Contractor shall execute the following tasks (IAW the NSDC NCIO Charter/CONOPS and Integrated Joint Special Technical Operation (IJSTO) processes) in support of the NSDC: Participate in weekly teleconferences to coordinate support activities, Manage, track, and identify to the government who is maintaining and sustaining all software, databases and hardware baselines approved for implementation on the NSDC operations floor and Shadow Operations facility, Provide SMC/SYG and NCIO stakeholders a monthly status of activities, a detailed presentation describing the status of the current hardware and software operational baselines, and an overview-level description of proposed and projected changes to the baseline, Be the chief coordinating authority responsible for NSDC Level 1 and 2 life cycle support and shall be the overall Product Support Integrator (PSI). As such, the Contractor shall develop, maintain, and implement a NSDC Product Support Implementation Plan (PSIP) that incorporates all the PWS requirements in Sections 3-6 of this PWS as they specifically relate to NSDC, and incorporates the following additional requirements: Provides planning and execution support to enable NSDC continuous demonstrations and experimentations, Facilitates mission partner collaboration and ensures alignment of all stakeholders (ACAs addressed in PWS 3.14), Maintains, updates, and manages implementation of the established process for on- boarding of new capabilities into the Shadow Ops Center and the NSDC including: Interfacing with external agencies to meet site requirements, Ensuring all infrastructure implementations and changes meet Mission Assurance Capability (MAC) requirements, Coordinating appropriate processes/forms with developers for impact to facilities and other 50th Space Wing (Schriever Air Force Base) site requirements, Establishing, maintaining and implementing interface standards, and Establishing, maintaining, and implementing integration, test, and operationalization processes (e.g., Tech Insertion Board, Configuration Management Board), Implements and manages the NSDC agile development process (SAFe), and Implements and manages the NSDC Mission Assurance Office (MAO). PERFORMANCE STANDARD Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal; >90% of MICAPs are filled at the site within 48-hours (for CONUS sites) 96 hours (for OCONUS sites); >95% of Cyber Orders and Notifications received are identified, assigned a tracking number, initially reviewed and included in Cyber Order Status Report NLT 30 calendar days after receipt; and appropriate recommended repair actions for each Cyber Order and Notification are included in the Cyber Order Status Report NLT 90 calendar days after receipt. WORKLOAD FACTORS 18 FTEs per year in OY1 through OY10. DELIVERABLES A002 – Program Management Reviews; A003 – Meetings and Reviews Minutes; A028 – Briefing Material; A030 – NSDC Product Support Implementation Plan (PSIP). 7.3 The Contractor shall develop, maintain, and implement a NSDC training and exercise plan for NSDC operators (IAW the NSDC NCIO Charter/CONOPS and Integrated Joint Special Technical Operation [IJSTO] processes). The Contractor shall:

SOLICITATION NO: FA8823-19-R-0005 Page 46 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

Support the NSDC training program, to include initial development of and integration of training products for new or changed capability, implementation into the initial and/or unit training products, and development of new/modified training materials in coordination with the Enterprise Space Battle Management Command and Control (ESBMC2) program office (SMC/SYF), Support the training and exercises section of the NSDC in all aspects of training product development for space situational awareness sensors, Establish and manage a system to track all training and certification requirements, and to monitor and report all identified personnel requirements for training and certification. This will include initial and annual training requirements, and student progression of training for operational certification, and Track and store training and maintenance materials from the developers for initial capability deployment and system updates. PERFORMANCE STANDARD Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS 3720 hours per year in OY1through OY10. DELIVERABLES A206 – Training Plan; A207 – Training Materials. 7.4 The Contractor shall provide daily operational support to the NSDC. IAW the NSDC NCIO Charter/CONOPS and Integrated Joint Special Technical Operation (IJSTO) processes, the Contractor shall: Ensure technical support is locally available on-site for system operations support and system troubleshooting, Perform Organizational Level maintenance on NSDC Operational network/systems and the Shadow Ops network/systems, Establish and maintain 24/7 Helpdesk support of NSDC and Shadow Ops Capabilities; and integrate and coordinate the GFE IT support being provided by the 50th SW, Provide support via Orbital Analysts (OA) for sensor optimization (OAs must cleared at the TS/SCI level), Provide NSDC crew support (e.g., TTP maturation, after action reports, IT prep, crew certification, etc.), Support the Director of Operations in drafting and publishing the Joint Space Tasking Order (JSTO) as it pertains to space situational awareness sensors, and accompanying command and control orders, Support the NSDC Strategy and Plan Division in developing commander's intent, guidance and other operations plans for traditional and non-traditional space situational awareness sensors, integration of traditional and non-traditional space situational awareness sensors into broader strategies and plans, and accompanying command and control orders, Follow the guidance of and participate in the Integrated Joint Special Technical Operation (IJSTO) processes to develop Concepts of Operations (CONOPS) and/or orders for appropriate space situational awareness sensors or integration of space situational awareness sensors into broader plans, operations, and exercises. Contractor must complete the IJSTO Planners’ course in support of this task, Provide support to the NSDC Fires section for appropriate space situational awareness sensors or tasking of space situational awareness sensors as part of a broader operation,

SOLICITATION NO: FA8823-19-R-0005 Page 47 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

Provide Subject Matter Expert (SME) in Adaptive Planning and Execution (APEX) and support development of detailed Deliberate and Crisis Action Plans and appropriate annexes and appendices as required, Provide SME in United States space policy (e.g., National, Strategic and Operational levels). The Contractor will integrate appropriate space policy tenets into all aspects of NSDC operations and planning, Support the Training and Exercises Division in developing all aspects of exercises and experiments (e.g., Concept Development and Planning Conferences), Support the Training and Exercises Division in all phases of exercise and experiment execution. This includes Pre Start of Exercise (pre-STARTEX) training, road-to-war preparation and briefings, execution, White Cell support and the Lessons Learned process, and The Contractor shall maintain and track lessons learned and ensure they are applied to improve all applicable future exercises and experiments. PERFORMANCE STANDARD Emergency corrective plans are developed and delivered to the Government within 24 hours of the EDLM; Urgent corrective plans are developed and delivered to the Government within 24 hours of the UDLM; Initial response callback is initiated within 24 hours of Government request for Engineering/Technical Assistance (EA/TA); Contract Deliverable Threshold: ≥95% of CDRL submittals, requiring Government approval, are approved (with or without comments) without requiring resubmittal. WORKLOAD FACTORS, per year, OY1 through OY10 SME, adaptive planning and exercise support: 1 FTE; SME, US National Space Policy: 1 FTE; Orbital analysts: 18 FTEs; Training/experimentation/wargame intel support: 1 FTE; Scheduler: 1 FTE; Modeling engineer: 1 FTE; MAO: 1 FTE; System Administrator: 3 FTE. DELIVERABLES A003 – Meetings and Reviews Minutes; A016 – Integrated Master Schedule (IMS); A028 – Briefing Material. 8. SOFTWARE VERSION RELEASES (SVR) SVRs shall comply with all tasks in this PWS, unless otherwise directed by the government. The Government typically employs the “waterfall” strategy for product development; however, other project delivery strategies may be proposed for specific SVRs IAW with the SVR instructions in Attachment 20 of the contract, so long as those strategies are consistent with project complexity, reduce risk, minimize cost, and reduce implementation timeline. Any other proposed delivery strategy shall ensure the requirements of this PWS are met as stated, or as amended with government approval (e.g., contractor can propose other CDRLs, meetings, plans, procedures, processes, etc., that are more appropriate for the other delivery strategy) for a specific SVR.

SOLICITATION NO: FA8823-19-R-0005 Page 48 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

8.1 The Contractor shall provide SVRs for MOSSAIC systems as directed by the Government, IAW AFI 63-101/20-101, AFSPCI 99-103, 21 SWI 21-131; Contract instructions (Contract Attachment 20) and the requirements in this PWS, Sections 3-6, 8 (this section), and 10. 8.2 The Contractor shall conduct formal reviews in support of the SVR process IAW PWS Section 10. PERFORMANCE STANDARDS Defined per SVR. WORKLOAD FACTORS Eglin: one SVR per year for OY1 through OY10; GEODSS: one SVR per year for OY1 through OY10; DSC2-D: two SVRs per year for OY1 through OY10; C-Band Australia: None C-Band Ascension: None SST: one SVR per year for OY3 through OY10; NSDC: None; Space Fence: None; EBR: one SVR per year for OY3 through OY10. DELIVERABLES A407 – Software Media; As defined in PWS, Sections 3-6, 8 (this section), and Contract Exhibit A (CDRL). APPLICABILITY Systems as identified in PWS 8.1 Workload Factors; Software Version Releases. 9. ANNUAL SYSTEM MODIFICATIONS Up to 86 units of Prime Mission Product (PMP) system modifications will be requested through separate RFPs and shall comply with all tasks in this PWS, unless otherwise directed in the RFP or this section (Section 9) of the PWS. The Government typically employs the “waterfall” strategy for product development, however other project delivery strategies may be needed to meet urgent requirements. The RFP for a specific modification will identify needed capability delivery timelines and the PO will work with the Contractor to agree on the optimal rapid modification development approach (e.g., concurrent engineering, agile software development) to meet the needed timelines. In all cases, the Government RFP require the Contractor to propose an approach that optimally balances risk and opportunities (e.g., to reduce cost, reduce implementation timeline, improve performance) for each modification. Contractor can propose other CDRLs, meetings, plans, procedures, processes, etc., that may be more appropriate for the other proposed delivery strategy. 9.1 The Contractor shall provide proposals in response to government RFPs for system modifications (see PWS 3.9). The proposals shall be developed based on the RFP, following the PMP modification instructions in CLIN 9000, Descriptive Data, in the contract. PERFORMANCE STANDARDS Proposals delivered within 21 days from receipt of RFP; DELIVERABLES Modification Proposal (contractor format) 9.2 The Contractor shall execute System Modifications for MOSSAIC systems IAW: a) The requirements in each System Modification Request for Proposal (RFP), b) AFI 63-101/20-101,

SOLICITATION NO: FA8823-19-R-0005 Page 49 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

c) AFSPCI 99-103, d) 21 SWI 21-131, and e) MOSSAIC PWS, Sections 3-6, 9 (this section), and 10. PERFORMANCE STANDARDS Identified in System Modification RFPs DELIVERABLES A407 – Software Media; and As defined in modification RFP, PWS Sections 3-6, 9, and Contract Exhibit A (CDRL). APPLICABILITY All MOSSAIC systems. 9.3 The Contractor shall conduct formal reviews in support of the system modifications process IAW MOSSAIC PWS Section 10. 10. MOSSAIC FORMAL MEETINGS Meeting Title Description Frequency SMC/SYG Configuration Disposition change requests to approve and develop Monthly or as needed (not Control Board (CCB) baselines for all systems throughout their life cycle to exceed 12 per contract year) Certification Readiness Certifies system readiness to begin the dedicated Prior to entry into OT&E as Review Board (CRRB) phase of operational testing applicable to SVRs and Modifications Cybersecurity Working Meets to review status of cybersecurity activities and Monthly or as needed (not Group (CWG) plan continuing efforts to exceed 12 per contract year) Critical Design Review Contractor presents final design One per each SVR and (CDR) system modification Deficiency Review Board Meets to review status, validate and categorize As called by Government (DRB) Deficiency Reports (DR) (not to exceed 12 per contract year) Downtime Deconfliction Support in meeting with 21 SW to ensure proper Monthly or as needed Meeting allocation and duration of requested site downtime (not to exceed 12 per contract year) Engineering Portfolio Various AFSPC Leadership Boards require timely Monthly or as needed Technical Meetings technical information to assess the consequences and (not to exceed 6 per year) influence execution of proposed baseline changes with cross-program implications or portfolio impact Integrated Data Contractor-led meeting with Contractor and Once (within 30 days after Environment (IDE) Review Government attendees to discuss the Contractor’s contract award) Meeting planned IDE implementation Integrated Test Team (ITT) Ensure testing concepts are appropriate and As called by Government and subordinated working thoroughly planned throughout the project life cycle. (not to exceed 4 per contract groups Potential participants include HQ AFSPC, 17th Test year per system) Squadron, and site personnel Joint Performance Review Provide analytical support related to system As called by Government Board (JPRB) performance (not to exceed 4 per contract year) Kick-Off Meeting or IBR Forum to obtain formal acceptance of project scope, At MOSSAIC contract start; where EVM is utilized objectives, schedule, costs, and implementation At award of each option (e.g., major modification) year; at each SVR and modification award

SOLICITATION NO: FA8823-19-R-0005 Page 50 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

Meeting Title Description Frequency Major milestone reviews Prepare for sustainment of equipment and subsystems As needed (NTE 6 meetings and ILS TIMs conducted by attending major milestone reviews and ILS TIMs per external modification for external modifications conducted for external modifications task) Planning Working Group Discuss LSR/POM Input Request issues and actions Annually Preliminary Design Review Contractor presents preliminary design One per each SVR and (PDR) modification Program Management Contractor provides updates to the Government on the Quarterly plus option for 2 Review (PMR) status of each project and study ad-hoc meetings Project Status Meetings Contractor and Government IPT leadership / 1 per IPT per week; option engineering personnel for project execution status to add 4 additional meetings (e.g., cost, schedule, technical/programmatic risks) per year Requirements Validation Reviews DRs and AF Form 1067s. Contractor attends Monthly unless called by Board (RVB) to provide technical assistance during reviews Government (not to exceed 15 per contract year) Risk Management Board Discuss risk assessments for all systems. Each risk is Monthly for each system (RMB) reviewed, validated and assigned to an area to resolve. Board votes to open or close items, as needed Site Deployment Readiness Conducted prior to each non-test trip (e.g., signal As needed per PWS tasks Review (SDRR) characterization, data gathering) to an operational site SIL CCB Ensures the proper configuration control of the SILs Monthly or as needed SIL Configuration Ensures proper installation, facilities, maintenance, Monthly or as needed Working Group (SCWG) safety and security measures are followed. Reviews modifications to SIL facility configurations SIL Scheduling Meeting Meets to deconflict SIL schedule and approve the Weekly or as needed overall schedule for the use of SIL resources System Requirements Contractor presents requirements definition and One per each SVR and Review (SRR) allocation system modification Supply Support Integrated Review status of C-ICP items Quarterly for each system Product Team (SSIPT) Test Readiness Review Determines readiness to begin executing test activities Varies per project based on (TRR) number of testing events Trial Period Review Panel Prior to Trial Period entry and again prior to TP exit 2 per SVR and system (TPRP) modification

11. LIST OF ACRONYMS AND ABBREVIATIONS ACA Associate Contractor Agreement ADPO Automated Data Processing Operations AECA Arms Export Control Act AETC Air Education and Training Command AF Air Force AFB Air Force Base AFI Air Force Instruction AFJMAN Air Force Joint Manual AFMAN Air Force Manual AFPAM Air Force Pamphlet AFPD Air Force Policy Directive AFSPC Air Force Space Command AFSPCI Air Force Space Command Instruction AFTO Air Force Technical Order ARM Active Risk Manager ASW Astrodynamic Support Workstation

SOLICITATION NO: FA8823-19-R-0005 Page 51 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

ATP Authority to Proceed BIOT British Indian Ocean Territory BOM Bill of Materials C&A Certification and Accreditation C2 Command and Control CAC Common Access Cards CAPEC Common Attack Pattern Enumeration and Classification CCB Configuration Control Board CDRL Contract Data Requirements List CFE Common Framework Equipment CI Configuration Item C-ICP Contractor-Inventory Control Point CISF Centralized Integration Support Facility CL Confidentiality Level CLS Contractor Logistics Support CM Configuration Management CMI Classified Message Incident CMMI Capability Maturity Model Integrated CMMI-DEV Capability Maturity Model Integrated-Development CMP Configuration Management Plan CMRA Contractor Manpower Reporting Application CO Contracting Officer COM Computer Operation Manual CONOPS Concept of Operations CONUS Continental United States COR Contracting Officer Representative COTS Commercial-Off-The-Shelf CPI Critical Program Information CPMS Contract Property Management System CRP Continuous Requirements analysis and prototyping Process CRRB Certification Readiness Review Board CSPU Control and Signal Processor Upgrade CVE Common Vulnerability and Exposure CW Continuous Wave CWBS Contract Work Breakdown Structure CWE Common Weakness Enumeration CWG Cybersecurity Working Group IAVA Information Assurance Vulnerability Alert DAL Data Accession List DARC Deep Space Advanced Radar Capability DBDD Database Design Description DCE Distributed Computing Environment DDTC Directorate of Defense Trade Controls DEL Deactivated Equipment List DEVNET Development Network DISA Defense Information Systems Agency DISCO Defense Industrial Security Clearance Office DLA Defense Logistics Agency D-Level Depot Level DLM Depot Level Maintenance DLP Depot Level Procedure

SOLICITATION NO: FA8823-19-R-0005 Page 52 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

DMP Data Management Plan DMS Document Management System DMSMS Diminishing Manufacturing Sources and Material Shortages DoD Department of Defense DoDAF Department of Defense Architecture Framework DOORS Dynamic Object-Oriented Requirements System DR Deficiency Report DRB Deficiency Review Board DRUMAR Depot Repair Unit Monthly Report DSC2-D Distributed Space Command and Control - Dahlgren DSS Defense Security Service DT&E Development Test and Evaluation DTP Detailed Test Plan DTR Defense Transportation Regulation EA Engineering Assist EAR Export Administration Regulations EBR European Bi-static Radar ECP Engineering Change Proposal EDLM Emergency Depot Level Maintenance EIAP Environmental Impact Analysis Process EITDR Enterprise Information Technology Data Register eMASS Enterprise Mission Assurance Support Service EOL End of Life ESOH Environment, Safety, and Occupational Health ETIMS Enhanced Technical Information Management System EXCOM External Communications FAR Federal Acquisition Regulations FCC Federal Communication Commission FDD Firmware Design Document FDE Force Development Evaluation FOC Final Operational Capability FoS Family of Systems FOSS Free and Open Source Software FSM Firmware Support Manual FTIM Technical Interchange Meeting FY Fiscal Year GBSS Ground Based Space Surveillance GEODSS Ground-based Electro-Optical Deep Space Surveillance GFE Government Furnished Equipment GFI Government Furnished Information GFM Government Furnished Material GFP Government Furnished Property GOTS Government Off-The-Shelf GPA Government Property Administrator GUI Graphical User Interface HFE Human Factors Engineering HPBA High Priority Bad Actors HRS Hardware Requirements Specification HW Hardware HWCI Hardware Configuration Item IASE Information Assurance Support Environment

SOLICITATION NO: FA8823-19-R-0005 Page 53 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

IAW In Accordance With IBD Improved Break-up Detection IBM International Business Machine IBR Integrated Baseline Review IC2S Integrated Space Command and Control ICD Interface Control Document ICE Installation & Checkout Evaluation IDD Interface Design Document IEC International Electro technical Commission IJSTO Integrated Joint Special Technical Operation ILS Integrated Logistics Support ILSP Integrated Logistics Support Plan IMDG International Maritime Dangerous Goods IMDS Integrated Maintenance Data System IMP Integrated Master Plan IMS Integrated Master Schedule IPlan Installation Plan IPS Integrated Program Schedule Item Performance Specification Integrated Product Support IPT Integrated Product Team IRR Installation Readiness Review IRS Interface Requirements Specification ISO International Organization for Standardization ISP Integrated Support Plan ISSA Integrated Space Situational Awareness IT Information Technology ITAR International Traffic in Arms Regulations ITT Integrated Test Team ITU International Telecommunication Union ITW/AA Integrated Tactical Warning/Attack Assessment IUID Item Unique Identification IV&V Independent Verification and Validation JDRS Joint Deficiency Reporting System JPAS Joint Personnel Adjudication System JSpOC Joint Space Operations Center JTR Joint Travel Regulations LAN Local Area Network LMI Logistics Management Information LRU Line Replaceable Unit LSR Logistics Support Review MAC Mission Assurance Category MICAP Mission Impaired Capability Awaiting Parts MOSSAIC Maintenance of Space Situational Awareness Integrated Capabilities MPS Mission Processing System MTP Master Test Plan NCMC NORAD Cheyenne Mountain Complex NDPP Non-Traditional Data Pre-Processor NEPA National Environmental Policy Act NISPOM National Industrial Security Program NIST National Institute of Standard and Technology

SOLICITATION NO: FA8823-19-R-0005 Page 54 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

NOR Notice of Revision NORAD North American Aerospace Defense Command NSDC National Space Defense Center OAUR Operation Asset Use Request OCONUS Outside the Continental United States OM&S Operations, Maintenance & Support OMRT Operations and Maintenance Responsibility Transfer OMTP Overarching Master Test Plan OPSCAP Operations Capability OSH&S Operating, Support, Health, and Safety OSS&E Operational Safety, Suitability and Effectiveness OT&E Operational Test and Evaluation OY Option Year PA Phased Array PDM Programmed Depot Maintenance PDMP Programmed Depot Maintenance Plan PESHE Programmatic Environmental, Safety, and Occupational Health Evaluation PHS&T Packaging, Handling, Storage, and Transportation PMP Prime Mission Product PMR Program Management Review POA&M Plan of Action and Milestones POC Point of Contact POM Program Objective Memorandum PPBE Planning, Programming, Budgeting and Execution PPIP Program Protection Implementation Plan PPP Program Protection Plan Public Private Partnership PSI Product Support Integrator PSP Product Support Provider PSPL Proposed Spare Parts List PWS Performance Work Statement QMP Quality Management Plan QTR Quarter RAB Resource Allocation Board RAM Reliability, Availability, and Maintainability RDP Rapid Deployment Process RDT&E Research Development Test & Evaluation RFV Request for Variance RMF Risk Management Framework RMP Risk Management Plan RTM Requirements Traceability Matrix SAP Security Assessment Plan SAR Sustainability Analysis Report SB Small Business SBSS Standard Base Supply System SCG Security Classification Guide SCN Specification Change Notice SCRM Supply Chain Risk Management SCWG SIL Configuration Working Group SDD Software Design Description SDP Software Development Plan

SOLICITATION NO: FA8823-19-R-0005 Page 55 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

SDRR Site Deployment Readiness Review SE System Engineering SE/ATS Support Equipment and Automatic Test System SEAM Systems Engineering Assessment Model SEMP System Engineering Management Plan SEP System Engineering Plan SI Software Item SIL System Integration Laboratory SIM Simulation Software SIP System Integration Plan SIPRNet Secret Internet Protocol Router Network SMBL Space Management Battle Lab SMC Space and Missile Center SMR Source Maintenance and Recoverability SPA System Programming Agency SPM Software Programmer’s Manual SRS Software Requirements Specification SSA Space Situational Awareness SSAct Servicing Security Activity SSAR Supply Supportability Analysis Report SSBI Single Scope Background Investigation SSDD System or Subsystem Design Description SSEID Security, Safety, Environmental, International Regulations and Damage to Government Equipment SSIPT Supply support IPT SSN Space Surveillance Network SSS System or Subsystem Specification SST Space Surveillance Telescope STIG Security Technical Implementation Guides STINFO Scientific and Technical Information STR System Test Report SUM Software User Manual SVD Software Version Description SVR Software Version Release SW Software SWI Space Wing Instruction T&E Test and Evaluation TO Technical Order TA Technical Assist TAA Technical Assistance Agreement TBD to be determined TNET Test Network TOMA Technical Order Management Agency/Agent TPRP Trial Period Review Panel TRR Test Readiness Review UDLM Urgent Depot Level Maintenance USAF United States Air Force USC United States Code USNORTHCOM United States Northern Command USSTRATCOM United States Strategic Command WBS Work Breakdown Structure

SOLICITATION NO: FA8823-19-R-0005 Page 56 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

WPlan Work Plan

SOLICITATION NO: FA8823-19-R-0005 Page 57 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

ANNEX A: Enabling Requirements for Government Program Contracts Requiring Interface with Aerospace Federally Funded Research and Development Contractor (FFRDC) Contract Support

THIS ANNEX SHALL NOT BE MODIFIED OR ALTERED IN ANY WAY

ENABLING REQUIREMENTS FOR GOVERNMENT PROGRAM CONTRACTS REQUIRING INTERFACE WITH AEROSPACE FFRDC CONTRACT SUPPORT a. This contract covers part of a program which is under the general program management of the Air Force Space and Missile Systems Center (SMC). The Air Force has entered into a contract with The Aerospace Corporation, a California nonprofit corporation operating a Federally Funded Research and Development Center (FFRDC), for the services of a technical group that will support the DoD/U.S. Government program office by performing General Systems Engineering and Integration, Technical Review, and/or Technical Support including informing the commander or director of the various Department of Defense (“DoD”) organizations it supports and any U.S. Government program office of product or process defects and other relevant information, which, if not disclosed to the U.S. Government, could have adverse effects on the reliability and mission success of a U.S. Government program. 1. General Systems Engineering and Integration (GSE&I) deals with overall system definition; integration both within the system and with associated systems; analysis of system segment and subsystem design; design compromises and tradeoffs; definition of interfaces; review of hardware and software, including manufacturing and quality control; observation, review and evaluation of tests and test data; support of launch, flight test, and orbital operations; appraisal of the contractors' technical performance through meetings with contractors and subcontractors, exchange and analysis of information on progress and problems; review of plans for future work; developing solutions to problems; technical alternatives for reduced program risk; providing comments and recommendations in writing to the applicable DoD System Program Manager and/or Project Officer as an independent technical assessment for consideration for modifying the program or redirecting the contractor's efforts; all to the extent necessary to assure timely and economical accomplishment of program objectives consistent with mission requirements. 2. Technical Review (TR) includes the process of appraising the technical performance of the contractor through meetings, exchanging information on progress and problems, reviewing reports, evaluating presentations, reviewing hardware and software, witnessing and evaluating tests, analyzing plans for future work, evaluating efforts relative to contract technical objectives, and providing comments and recommendations in writing to the applicable Air Force Program Manager as an independent technical assessment for consideration for modifying the program or redirecting the contractor’s efforts to assure timely and economical accomplishment of program objectives.

SOLICITATION NO: FA8823-19-R-0005 Page 58 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

3. Technical Support (TS) deals with broad areas of specialized needs of customers for planning, system architecting, research and development, horizontal engineering, or analytical activities for which The Aerospace Corporation is uniquely qualified by virtue of its specially qualified personnel, facilities, or corporate memory. The categories of TS tasks are: Selected Research, Development, Test and Evaluation; Plans and System Architecture; Multi-Program Systems Enhancement; International Technology Assessment; and Acquisition Support. b. In the performance of this contract, the contractor agrees to cooperate with The Aerospace Corporation by 1) responding to invitations from authorized U. S. Government personnel to attend meetings; 2) by providing access to technical information and research, development planning data such as, but not limited to, design and development analyses, test data and results, equipment and process specifications, test and test equipment specifications and procedures, parts and quality control procedures, records and data, manufacturing and assembly procedures, and schedule and milestone data, all in their original form or reproduced form and including top-level life cycle cost* data, where available; 3) by delivering data as specified in the Contract Data Requirements List; 4) by discussing technical matters relating to this program; 5) by providing access to contractor facilities utilized in the performance of this contract; 6) and by allowing observation of technical activities by appropriate technical personnel of The Aerospace Corporation. The Aerospace Corporation personnel engaged in GSE&I, TR, and/or TS efforts: (i) are authorized access to all such technical information (including proprietary information) pertaining to this contract and may discuss and disclose it to the applicable DoD personnel in a program office; (ii) are authorized to discuss and disclose such technical information (including proprietary information) to the commander or director of the various DoD organizations it supports and any U.S. Government personnel in a program office which, if not disclosed to the U.S. Government, could have adverse effects on the reliability and mission success of a U.S. Government program; and (iii) Aerospace shall make the technical information (including proprietary information) available only to its Trustees, officers, employees, contract labor, consultants, and attorneys who have a need to know. c. The contractor further agrees to include in all subcontracts a clause requiring compliance by subcontractor and supplier and succeeding levels of subcontractors and suppliers with the response and access and disclosure provisions of this Enabling Clause, subject to coordination with the contractor, except for subcontracts for commercial items or commercial services. This agreement does not relieve the contractor of its responsibility to manage the subcontracts effectively and efficiently nor is it intended to establish privity of contract between the Government or The Aerospace Corporation and such subcontractors or suppliers, except as indicated in paragraph (d) below. d. The Aerospace Corporation shall protect the proprietary information of contractors, subcontractors, and suppliers in accordance with the Master Non-disclosure Agreement The Aerospace Corporation entered into with the Air Force, a copy of which is available upon request. This Master Non-disclosure Agreement satisfies the Nondisclosure Agreement requirements set forth in 10 U.S.C. §2320 (f)(2)(B), and provides that such contractors, subcontractors, and suppliers are intended third-party beneficiaries under the Master Non- disclosure Agreement and shall have the full rights to enforce the terms and conditions of the Master Non-disclosure Agreement directly against The Aerospace Corporation, as if they had

SOLICITATION NO: FA8823-19-R-0005 Page 59 of 60

SECTION J, ATCH 01, PERFORMANCE WORK STATEMENT Rev A, Chg 1

been signatory party hereto. Each such contractor, subcontractor, or supplier hereby waives any requirement for The Aerospace Corporation to enter into any separate company-to- company confidentiality or other non-disclosure agreements. e. Aerospace shall make the technical information (including proprietary information) available only to its Trustees, officers, employees, contract labor, consultants, and attorneys who have a need to know, and Aerospace shall maintain between itself and the foregoing binding agreements of general application as may be necessary to fulfill their obligations under the Master Non-disclosure Agreement referred to herein, and Aerospace agrees that it will inform contractors, subcontractors, and suppliers if it plans to use consultants, or contract labor personnel and, upon the request of such contractor, subcontractor, or supplier, to have its consultants and contract labor personnel execute non-disclosure agreements directly therewith. f. The Aerospace Corporation personnel are not authorized to direct the contractor in any manner. The contractor agrees to accept technical direction as follows: 1. Technical direction under this contract will be given to the contractor solely by SMC. 2. Whenever it becomes necessary to modify the contract and redirect the effort, a change order signed by the Contracting Officer or a Supplemental Agreement signed by both the Contracting Officer and the contractor will be issued. * Cost data is defined as information associated with the programmatic elements of life cycle (concept, development, production, operations, and retirement) of the system/program. As defined, cost data differs from “financial” data, which is defined as information associated with the internal workings of a company or contractor that is not specific to a project or program.” THIS ANNEX SHALL NOT BE MODIFIED OR ALTERED IN ANY WAY

SOLICITATION NO: FA8823-19-R-0005 Page 60 of 60

SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

SECTION L: INSTRUCTIONS TO OFFERORS

FOR

MAINTENANCE OF SPACE SITUATIONAL AWARENESS INTEGRATED CAPABILITIES (MOSSAIC) CONTRACT

18 26 MARCH 2019

SOLICITATION NO.: FA8823-19-R-0005

ATTACHMENT 08

Ground Based Space Surveillance (GBSS) Division Space Superiority Systems Directorate SMC/SYG 1050 East Stewart Ave. Peterson AFB, CO 80914

DISTRIBUTION STATEMENT D: Distribution authorized to the Department of Defense and U.S. DoD Contractors only; administrative/operational use; 31 May 2018. Other requests for this document shall be referred to the SMC/SYGI, 1050 E. Stewart Ave., STE 2025, Peterson AFB, CO 80914. WARNING: This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, USC, Sec 2751, et. seq.) or the Export Administration Act of 1979, as amended, Title 50, USC., App. 2401, et. seq. Violations of these export laws are subject to severe criminal penalties. Dissemination of this document is controlled under DoD Directive 5230.25. DESTRUCTION NOTICE: Destroy by any method that will prevent disclosure of contents or reconstruction of the document.

SOLICITATION NO: FA8823-19-R-0005 pg. 1 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

CHANGE CONTROL SUMMARY Revision (Rev). A revision should be used to consolidate all changes into a new basic document with a new basic date. It should be used to clean up the document when it begins to become confusing with too many changes. It is the Data Managers (DM) decision when to revise the document. Number the revision and include a summary of the revisions in the change table. DM will remove all change bars when the document is revised since the revised document takes all previous changes into account. Do not remove changes from the change table when the document is revised since they may lend important historical value. Version (Ver). A change that is administrative in nature does not require the document to be re-staffed. Changes that remove or add items periodically assessed or affect items assessed in frequency of assessment or thresholds must be re-staffed for approval. Consolidate changes when possible. Include a summary of the changes incorporated in the change table. Ensure change bars have been inserted after initial release.

Rev./Ver. Eff. Date Description 1.0 31 May 18 First draft for Industry review and comments. 1.1 29 Jun 18 Updated as a result of Industry comments and internal reviews. • Rewrote paragraph 3.2.1.1.2 on page 18. • Updated to address industry comments. • Updated after SAW review and comments.

1.2 20 Jul 18 Updated Table 1-4 Non-Government Advisors on page 13. Updated Para 4.2.1.2 providing instructions for Offeror’s Business Systems on pages 21-22 Updated Para 5.1.20 for FAR 52.222-46 Professional Employee Compensation instructions on page 32 2.0 6 Sep 18 3-ltr SRB Coordination Updates 2.1 18 Sep 18 Fixed format issues and TOC. Reworked Section 5.0 3.0 19 Oct 18 Updated to address Industry comments and Internal on draft. 3.1 2 Nov 18 Moved Professional Employee Compensation to Contracts Volume; changed Transition from CPFF to CR; revised realism instructions 4.0 11 Dec 18 Incorporated SRB comments. 4.1 19 Dec 18 Approved version at Delta-SRB. 4.2 16 Jan 19 New Solicitation Number. 4.3 30 Jan 19 SF5 Revisions as result of Jan ’19 One-on-One Feedback; OCI Provision Updates as result of OCI D&F approval; Professional Employee Compensation provision clarification. 4.4 19 Feb 19 Accepted all changes for draft RFP release to Industry. 4.5 28 Feb 19 Removed Cross-Reference Matrix from 3.1.4; Change to Table 4-3; and Updated Annex D with current S/W listing. A 18 Mar 19 Final RFP Release. A, Chg1 26 Mar 19 Paragraph 4.2.3.1 changed for clarification.

Solicitation No: FA8823-19-R-0005 pg. 2 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

TABLE OF CONTENTS Para Page 1. Instructions to Offerors (ITO) and Information for Proposal Preparation ...... 6 1.1. Program Structure and Objectives ...... 6 1.1.1. System Baseline for Proposal Preparation Purposes ...... 9 1.2. General Information ...... 9 1.2.1. Point of Contact ...... 10 1.2.2. Communications ...... 10 1.2.3. Debriefings ...... 10 1.2.4. Discrepancies, Errors, and Omissions ...... 10 1.2.5. Consideration of Alternate Proposals ...... 10 1.2.6. Electronic Reference Documents ...... 10 1.3. General Instructions ...... 11 1.3.1. Description of Section L ...... 11 1.3.2. Compliance with Instructions ...... 11 1.3.3. Non-conformance ...... 11 1.3.4. Proposal Clarity ...... 11 1.3.5. Embellishments and Elaborate Presentations ...... 11 1.3.6. Acceptance Period...... 11 1.3.7. Records Retention ...... 11 1.3.8. Task References ...... 11 1.4. Organization and Format of Proposals ...... 12 1.4.1. Page Limitations ...... 12 1.4.2. Page Size and Format ...... 12 1.4.3. Pricing Related Data ...... 13 1.4.4. Classified Documents ...... 13 1.4.5. Cross-Referencing ...... 13 1.4.6. Indexing ...... 13 1.4.7. Glossary of Abbreviations and Acronyms ...... 13 1.4.8. Binding and Labeling ...... 14 1.5. Electronic Submittals ...... 14 1.5.1. Electronic Format ...... 14 1.5.2. Handling of Version Conflicts ...... 14 1.6. Use of Non-Government Advisors ...... 14 1.7. Proposal Delivery ...... 15 2. Volume I – Executive Summary ...... 16 2.1. General ...... 16 2.1.1. Offeror’s Proposed Team ...... 16 2.1.2. Volume Organization ...... 16 3. Volume II – Technical Volume ...... 16 3.1. General ...... 16 3.1.1. Technical Approach Rating ...... 17 3.1.2. Technical Risk Rating ...... 17 3.1.3. Format and Specific Content ...... 17 3.1.4. Volume Organization ...... 17 3.2. Technical Subfactor Sections ...... 17 3.2.1. Subfactor 1 – Portfolio Management ...... 17 3.2.2. Subfactor 2 – Rapid Modifications ...... 18

Solicitation No: FA8823-19-R-0005 pg. 3 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

TABLE OF CONTENTS - Continued Para Page 3.2.3. Subfactor 3 – Sustainment Services ...... 18 3.2.4. Subfactor 4 – Transition ...... 19 4. Volume III – Cost/Price ...... 21 4.1. General Instructions ...... 21 4.1.1. Cost/Price Reasonableness, Realism and Balance ...... 21 4.1.2. Estimating Techniques and Methods ...... 21 4.1.3. Cost/Price Data ...... 22 4.1.4. Cost/Price Data Requirements...... 22 4.1.5. Rounding ...... 22 4.1.6. Electronic Files ...... 22 4.2. Volume Organization ...... 22 4.2.1. Main Body ...... 22 4.2.2. Price Template ...... 24 4.2.3 Basis of Estimates (BOE) ...... 29 5. Volume IV – Contract Documentation ...... 33 5.1. Purpose ...... 33 5.1.1. Section A – Solicitation Contract Form ...... 33 5.1.2. Section B - Supplies or Services and Costs and Price ...... 34 5.1.3. Section C – Description/Specifications/Statement of Work ...... 34 5.1.4. Section D – Packaging and Marking ...... 34 5.1.5. Section E - Inspection and Acceptance ...... 34 5.1.6. Section F - Deliveries or Performance ...... 34 5.1.7. Section G - Contract Administrative Data ...... 34 5.1.8. Section H – Special Contract Requirements ...... 34 5.1.9. Section I - Contract Clauses ...... 34 5.1.10. Section J - List of Documents, Exhibits & Attachments ...... 34 5.1.11. Section K - Representations, Certifications, and Other Statements of Offerors ...... 35 5.1.12. Exhibit A: Contract Data Requirements List ...... 35 5.1.13. Attachment 1: Performance Work Statement (PWS) ...... 35 5.1.14. Attachment 2: GEODSS Upgrade TMRR Statement of Work (SOW) ...... 35 5.1.15. Attachment 3: GEODSS Upgrade EMD SOW ...... 35 5.1.16. Attachment 4: Work Breakdown Structure (WBS) ...... 35 5.1.17. Attachment 5: Contract Security Classification Specification (DD 254) ...... 35 5.1.18. Attachment 6: Incentive Plan ...... 36 5.1.19. Attachment 7: Rights In Data ...... 36 5.1.20. Attachment 8: Section L “Instructions, Conditions, and Notices to Offerors” ...... 37 5.1.21. Attachment 9: Section M “Evaluation Factors for Award” ...... 37 5.1.22. Attachment 10: Government Furnished Property (GFP) List ...... 37 5.1.23. Attachment 11: Price Template ...... 37 5.1.24. Attachment 12: Reserved ...... 38 5.1.25. Attachment 13: Organizational Conflict of Interest (OCI) Disclosure and Analysis Form and Checklist ...... 38 5.1.26. Attachment 14: Reserved ...... 39 5.1.27. Attachment 15: BOE Template ...... 39 5.1.28. Attachment 16: Small Business Participation Commitment Document ...... 39 5.1.29. Attachment 17: OCI Mitigation Plan ...... 39

Solicitation No: FA8823-19-R-0005 pg. 4 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

TABLE OF CONTENTS - Continued Para Page 5.1.30. Attachment 18: Small Business Subcontracting Plan ...... 39 5.1.31. Attachment 19: System Modification BOE ...... 40 5.1.32. Attachment 20: Software Version Release (SVR) Execution Instructions ...... 40

5.2. Other Information Required ...... 40 5.2.1. Authorized Offeror Personnel ...... 40 5.2.2. Government Offices ...... 40 5.2.3. Company Address, Identifying Codes, and Applicable Designations ...... 40 5.2.4. Professional Employee Compensation Plan ...... 41

ANNEX A: SVR Scenario ANNEX B: Prime Mission Product (PMP) Modification Scenario ANNEX C: GEODSS Upgrade BOE Assumptions ANNEX D: Software License and Maintenance Agreement Listing

Solicitation No: FA8823-19-R-0005 pg. 5 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

1. Instructions to Offerors (ITO) and Information for Proposal Preparation 1.1. Program Structure and Objectives The Maintenance of Space Situational Awareness Integrated Capabilities (MOSSAIC) acquisition will provide sustainment services for current and future ground-based Space Situational Awareness (SSA) sensors, SSA Command and Control (C2) systems, and Space Battle Management Command and Control (BMC2) capabilities in the SYG portfolio. These systems are identified in Table 1-1. Current SSA sensors are the Ground-based Electro Optical Deep Space Surveillance (GEODSS) systems, the Eglin Radar (AN/FPS-85) in Florida, the C-Band Radar in Australia, and the C-Band Radar on Ascension. Additionally, MOSSAIC scope includes sensor systems that are transitioning into the MOSSAIC portfolio as described in Tables 1-1 and 1-3. These are the Space Surveillance Telescope (SST), Space Fence, and European Bi-static Radar (EBR). Current SSA C2 and Space BMC2 systems are the Distributed Space Command and Control system – Dahlgren (DSC2-D) at Dahlgren, VA, and the National Space Defense Center (NSDC) at Schriever AFB, Colorado (CO). DSC2-D includes several tools and systems that are geographically separated from DSC2-D and are also within the MOSSAIC scope of responsibility. These are identified in Table 1-2. Command and Control capabilities (normally applications) are continuously being developed for the NSDC will also be supported from a Product Support Integrator perspective, sustained and/or modified under MOSSAIC. Other systems are expected to be added over time (e.g., the Deep Space Advanced Radar Capability (DARC) system). Very limited support is included in the Performance Work Statement (PWS) scope for the DARC radar. It is currently limited to providing mothball maintenance for the prototype at WSMR for a 12-month period in Option Year (OY) Two (2), (PWS para 5.12). Any systems and/or additional tasks (not included in the current PWS) added to MOSSAIC responsibility after award will be through a bilateral contract modification. Additionally, MOSSAIC provides for sustainment and modernization of associated test and integration infrastructure capabilities supporting the SYG portfolio. These are identified in Table 1-1. Finally, the MOSSAIC contract scope will include modifications and upgrades for all MOSSAIC systems that it sustains, or will sustain (e.g., the GEODSS Upgrade Acquisition Category [ACAT III] Program). The term “GEODSS Upgrade” and “Ground Based Optical Sensor System (GBOSS)” are used interchangeably throughout the RFP to refer to the ACAT III GEODSS Upgrade acquisition program. The MOSSAIC strategy is to meet program requirements through a competitively awarded contract to a single Offeror who is deemed responsible in accordance with (IAW) the Federal Acquisition Regulation (FAR), as supplemented, whose proposal conforms to the solicitation’s requirements and is judged, based on the evaluation factors for award identified in Section M, to represent the best value to the Government. The MOSSAIC contract will cover sustainment services, Software Version Releases (SVR) and system modification requirements. Tables 1-3 and 1-4 show the time-phased MOSSAIC sustainment services and SVR responsibility versus system. The dates for Option Years in Table 1-3 are for proposal purposes only. The dates may change based on actual contract award date.

Solicitation No: FA8823-19-R-0005 pg. 6 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

Table 1-1. MOSSAIC-Covered Systems for Sustainment Current Operational Systems System Location(s) Type Nomenclature Mission C-Band Ascension Radar AN/FPQ-15 SSA C-Band Exmouth, WA, Australia Radar AN/FPS-134 SSA DSC2-D Dahlgren, VA; (see Table 1-2) C2 N/A SSA/C2, Space BMC2 Eglin Site C-6 Eglin AFB, FL Radar (PA) AN/FPS-85 SSA European Bi-static TBD (Italy) Radar TBD SSA Radar (EBR) Not a current system. See Table 1-3 for transition timeline GEODSS systems Site 1: White Sands Missile Range Electro-Optical AN/FSD-3 SSA (WSMR), NM Site 2: Diego Garcia, British Indian Ocean Territory Site 3: Maui, HI Site 4: Australia (future site) Site 5: Europe (future site) National Space Defense Schriever AFB, CO C2 N/A Space BMC2 Center (NSDC) Capabilities Integration Office (NCIO) Space Fence Kwajalein Atoll, Republic of Marshall Radar TBD SSA Islands Not a current system. See Table 1-3 for transition timeline Space Surveillance Exmouth, WA, Australia and No. 1 Electro-Optical AN/FSQ-241 SSA Telescope (SST) Remote Sensing Unit (1RSU), Royal Australian Air Force (RAAF) Base Edinburgh, Adelaide, Australia. System being activated in Australia. See Table 1-3 for transition timeline Current System Integration Labs (SIL) System Location(s) Type Nomenclature Mission DSC2-D Development Dahlgren, VA C2 N/A Dev & Test Network (DevNet) and Test Network (TNet) Eglin SIL Harris Facility, Colorado Springs, CO Radar (PA) N/A Dev & Test GEODSS SIL Harris Facility, Colorado Springs, CO Electro-Optical N/A Dev & Test GEODSS Test Bed Yoder, CO Electro-Optical N/A Test (GTB) Space Battle Colorado Springs, CO C2 N/A Space BMC2 Management Lab (SMBL) NSDC Shadow Ops Colorado Springs, CO C2 N/A Space BMC2 Lab PA=Phased Array, SSA=Space Situational Awareness, WSMR=White Sands Missile Range

Solicitation No: FA8823-19-R-0005 pg. 7 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

Table 1-2. DSC2-D Systems and Capabilities DSC2-D Systems and Capabilities System Ops Location(s) SIL Location Astrodynamic Support Workstation (ASW) Vandenberg AFB, CA Colorado Springs, CO (Govt Facility) Common Framework Equipment (CFE) Dahlgren, VA, Vandenberg None AFB, CA, Schriever AFB, CO Integrated Space Situational Awareness (ISSA) Dahlgren, VA, Schriever AFB, Schriever AFB, CO (Govt CO Facility) Mission Processing System (MPS) Dahlgren, VA & Colorado Dahlgren, VA Springs, CO (Govt Facility) Non-Traditional Data Pre-Processor (NDPP) Vandenberg AFB, CA Colorado Springs, CO (Govt Facility) Special Perturbation Tasker (SPT) Vandenberg AFB, CA Colorado Springs, CO (Govt Facility) SSA Data Library (under development) Dahlgren, VA Colorado Springs, CO

Table 1-3. MOSSAIC Sustainment Services Phasing

C-Band C-Band Description Duration Start Stop Eglin GEODS S DSC2 NSDC Australia Ascension EB R Space Fence SST 1 month 6 months Specific PWS Sustainment Services OY1 12 mo 2/1/2020 1/31/2021 Full Full Full Full Full Full Transition-In Transition-In Tasks 3 months 12 month Transition-In; 9 12 months Sustainment Services OY2 12 mo 2/1/2021 1/31/2022 Full Full Full Full Full Full Transition-In months Full Transition-In Sustainment Services OY3 12 mo 2/1/2022 1/31/2023 Full Full Full Full Full Full Full Full Full Sustainment Services OY4 12 mo 2/1/2023 1/31/2024 Full Full Full Full Full Full Full Full Full Sustainment Services OY5 12 mo 2/1/2024 1/31/2025 Full Full Full Full Full Full Full Full Full Sustainment Services OY6 12 mo 2/1/2025 1/31/2026 Full Full Full Full Full Full Full Full Full Sustainment Services OY7 12 mo 2/1/2026 1/31/2027 Full Full Full Full Full Full Full Full Full Sustainment Services OY8 12 mo 2/1/2027 1/31/2028 Full Full Full Full Full Full Full Full Full Sustainment Services OY9 12 mo 2/1/2028 1/31/2029 Full Full Full Full Full Full Full Full Full Sustainment Services OY10 12 mo 2/1/2029 1/31/2030 Full Full Full Full Full Full Full Full Full Extension of Services 1 3 mo 2/1/2030 4/30/2030 Full Full Full Full Full Full Full Full Full Extension of Services 2 3 mo 5/1/2030 7/31/2030 Full Full Full Full Full Full Full Full Full Full sustainment services (as defined by PWS for each system) -- see PWS Task Applicability Table 1-4. MOSSAIC Software Version Releases Number of SVRs Per Sustainment Services Option Year Per System 56 Total SVRs System OY1 OY2 OY3 OY4 OY5 OY6 OY7 OY8 OY9 OY1 0 Eglin 1 1 1 1 1 1 1 1 1 1 GEODSS 1 1 1 1 1 1 1 1 1 1 DSC2-D 2 2 2 2 2 2 2 2 2 2 EBR 0 0 1 1 1 1 1 1 1 1 C-Band Aus 0 0 0 0 0 0 0 0 0 0 C-Band Asc 0 0 0 0 0 0 0 0 0 0 Space Fence 0 0 0 0 0 0 0 0 0 0 SST 0 0 1 1 1 1 1 1 1 1 Each OY SVR starts 1st day of March and ends last day of February (e.g., For OY1, SVRs start 3/1/2020 and end 2/28/2021) The content described above identifies the specific systems and capabilities that are in the MOSSAIC portfolio. The sustainment services, SVR, and modification tasks are clearly identified

Solicitation No: FA8823-19-R-0005 pg. 8 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1 in the PWS, and many of the provided workload factors are identified at the system and/or capability level. However, the MOSSAIC PWS also includes portfolio level management tasks. The Government requires that the MOSSAIC portfolio be managed as an enterprise, rather than just a collection of independent systems. This adds complexity and challenges that must be considered when selecting a management approach. Two examples of challenges that are already beginning to impact the SYG portfolio are provided below. These examples are not meant to be inclusive of all the challenges anticipated. Rather, they are just representative of the types of challenges expected. First, in as much as the SSA, SSA C2, and Space BMC2 missions, supported by the systems and capabilities in the MOSSAIC portfolio, are becoming more interdependent, the MOSSAIC systems and capabilities are becoming more interdependent. This interdependency adds challenges to maintain compatibility and interoperability during concurrent modifications. This challenge is expected to be exacerbated by two additional factors: (1) 20 or more MOSSAIC portfolio modifications could occur concurrently in any given year, and (2) rapid, agile software development (especially on C2 systems) is expected where multiple external developers may be simultaneously developing applications that must work with each other and within the host system architecture and operating system, etc. Second, there are well understood metrics and analysis tools to quantify the improvement, at the system level, for planned modifications or non-materiel changes (e.g., increases system Ao, improves sensor sensitivity). Assessing and quantifying what impact those system level improvements have on SSA, SSA C2, and Space BMC2 mission effectiveness is significantly more complicated. However, being able to effectively assess and quantify the operational return on investment (ROI), at the mission level, is critical to enable prioritization of Government investments to maximize the mission capability of the portfolio. 1.1.1. System Baseline for Proposal Preparation Purposes System baselines are established through a series of documents contained in the Bidders’ Library. Instructions on how to gain access to the Bidders’ Library are posted in the general information area of the MOSSAIC posting on the Federal Business Opportunities website (www.fbo.gov). Additional information regarding the mission systems and test assets can be found in the PWS and in the Bidders’ Library. The Offeror’s proposal shall be based on the requirements outlined in the PWS. 1.2. General Information Offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. The response shall consist of the following volumes: Volume I – Executive Summary; Volume II - Technical Volume; Volume III - Price Volume; and Volume IV – Contract Volume. Proposals shall be delivered in hard copy and electronic form, as further discussed in Table 1-5 and in paragraph 1.5 below. All Proposal volumes shall be submitted by the date provided in section 1.7.

Solicitation No: FA8823-19-R-0005 pg. 9 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

1.2.1. Point of Contact The Procuring Contracting Officer (PCO) is the sole official point of contact for this acquisition. Address any questions or concerns to the PCO and copy the Contract Negotiator and Program Manager (PM). Written requests for clarification may be sent to the PCO, with copy to Contract Negotiator and PM, at the addresses below: • PCO, Seneca J. Alvarado: (719) 556-7889 [email protected] • Contract Negotiator, Stephanie Rosenthal: (719) 556-2258 [email protected] • PM, Ronald Dion, Major: (719) 556-2554 [email protected] 1.2.2. Communications After release of RFP, all exchanges of information between the Government and Offerors will be controlled by the PCO. 1.2.3. Debriefings The PCO will promptly notify Offerors of any decision to exclude them from the competitive range; whereupon, they may request and receive a debriefing IAW FAR 15.505, “Pre-award Debriefing of Offerors.” Offerors excluded from the competitive range may request a pre-award debriefing or they may choose to wait until after the source selection decision to request a post- award debriefing IAW FAR 15.506, “Post-award Debriefing of Offerors.” However, Offerors excluded from the competitive range are entitled to no more than one debriefing for each proposal. Offerors that were within the competitive range but were ultimately unsuccessful will be notified of the source selection decision by the PCO IAW FAR 15.506. Upon such notification, unsuccessful Offerors may request and receive a debriefing. Offerors desiring a debriefing must make their request IAW FAR 15.505 or 15.506, as applicable. 1.2.4. Discrepancies, Errors, and Omissions If an Offeror believes that the requirements in these instructions lack clarity or contain a discrepancy, error, omission, or are otherwise unsound, the Offeror shall immediately notify the PCO in writing with supporting rationale as well as the remedies the Offeror is asking the PCO to consider as related to the discrepancy, error or omission. Notifications and content of any solicitation amendments will be posted to the Federal Business Opportunities (FBO) website, www.fbo.gov. The Offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without conducting discussions. 1.2.5. Consideration of Alternate Proposals Alternate proposals will not be considered. 1.2.6. Electronic Reference Documents All reference and technical documents for this solicitation are available in the MOSSAIC Bidders’ Library to assist in preparation of the proposal.

Solicitation No: FA8823-19-R-0005 pg. 10 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

1.3. General Instructions 1.3.1. Description of Section L Section L of this solicitation is the instructions, conditions, and notices to Offerors for the source selection. This section is written IAW FAR Part 15, “Contracting by Negotiation”, as supplemented by the DoD Source Selection Procedures issued 1 Apr 2016, and Air Force FAR Supplement (AFFARS) Mandatory Procedures 5315.3, “Source Selection”. 1.3.2. Compliance with Instructions The Offeror’s proposal must include all data and information requested by this Instruction to Offerors (ITO) and be submitted IAW these instructions. The offer shall be compliant with the requirements as stated in the Sustainment Services PWS, the GEODSS Upgrade TMRR and EMD Statements of Work (SOW), Compliance and Reference Documents, Contract Data Requirements List (CDRL), and with all the requirements contained in the solicitation. 1.3.3. Non-conformance Non-conformance with the instructions provided in the solicitation may result in exclusion from the competitive range or an otherwise unfavorable proposal evaluation. The Government intends to award the contract without discussions, but reserves the right to conduct discussions if necessary. Offerors are cautioned not to submit a proposal with exceptions to the solicitation. 1.3.4. Proposal Clarity The proposal should provide detailed descriptions with sound supporting rationale. Any stated claims must be substantiated. The proposal shall not simply rephrase or restate the Government's requirements, but rather should provide sound rationale to address how the Offeror intends to meet or exceed these requirements. Offerors shall assume that the Government has no prior knowledge of either their facilities or experience and will base its evaluation on the information presented in the Offeror's proposal. 1.3.5. Embellishments and Elaborate Presentations Elaborate brochures or documentation, binding, detailed art work, or other embellishments are unnecessary and will count against the overall page count. 1.3.6. Acceptance Period The proposal acceptance period is specified in Section A of the solicitation. By signing block 17 of Standard Form 33 of the solicitation, the Offeror represents that its offer is valid for 365 calendar days from the proposal due date. 1.3.7. Records Retention IAW FAR Subpart 4.8 (Government Contract Files), following contract award, the Government will retain one copy of all proposals. Unless the Offeror requests otherwise, the Government will destroy extra copies of proposals. 1.3.8. Task References When specific tasks are referenced, the Offeror shall provide the paragraph number(s) as found within the PWS or SOWs, Work Breakdown Structure (WBS), and within the proposal. Throughout Section L, these will be referred to as the PWS, SOWs, and WBS respectively. Solicitation No: FA8823-19-R-0005 pg. 11 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

1.4. Organization and Format of Proposals The Offeror shall prepare the proposal as set forth in the Table 1-5, Proposal Organization, below. The titles and contents of the volumes shall be as defined in this table, all of which shall be within the required page limits and with the number of copies as specified. The contents of each proposal volume are described in the ITO paragraph as noted. Table 1-5. Proposal Organization ITO Paragraph Electronic Hard Volume Number Title Copies Copies Page Limit I 2.0 Executive Summary 2 2 5 II 3.0 Technical Main Body (4 sections—95 Total Pages) 2 2 95 Section 1. Portfolio Management Section 2. Rapid Modifications Section 3. Sustainment Services Section 4. Transition Attachment T1: Sustainment Services Labor Table 2 2 Unlimited III 4.0 Cost/Price Main Body 2 2 Unlimited Attachment PC1: Price Template 2 2 Unlimited Attachment PC2: Transition BOEs 2 2 Unlimited Attachment PC3: SVR BOEs 2 2 Unlimited Attachment PC4: PMP Modification BOE 2 2 Unlimited Attachment PC5: GEODSS Upgrade TMRR BOEs 2 2 Unlimited Attachment PC6: GEODSS Upgrade EMD BOEs 2 2 Unlimited IV 5.0 Contract Documentation 2 2 NA 1.4.1. Page Limitations Page limitations shall be treated as maximums. If exceeded, the excess pages will not be read or considered in the evaluation of the proposal and excess paper copies will be returned to the Offeror as soon as practical. Page limits do not apply to indexes, tables of contents, tabs, cover pages, glossaries or requested information identified with an “Unlimited” in Table 1-5. 1.4.2. Page Size and Format Except for the reproduced sections of the solicitation document, font shall be Times New Roman and font size shall be no less than 12 point. A page is defined as each face of a sheet of paper containing information. When both sides of a sheet display printed material, it shall be counted as two pages. Page size shall be 8.5 x 11 inches, not including foldouts. Tracking, kerning, and leading values shall not be changed from the default values of the word processing or page layout software. Margins shall be at least 1 inch on the top and bottom and ¾-inch on the sides. Pages shall be numbered sequentially by volume. Legible tables, charts, graphs and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, or similar items. These displays shall be uncomplicated, legible, and shall not exceed 11 x 17 inches in size, with no smaller than 10 point Solicitation No: FA8823-19-R-0005 pg. 12 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1 font. Foldout pages shall fold entirely within the volume. Each printed side of an 11 x 17 inch fold out page shall be considered one page. Foldout pages may only be used for large tables, charts, graphs, diagrams and schematics; they may not be used for pages of text. All MS Excel spreadsheets shall be supplied in "active" format with all formulas and data sources included and fully functional so the Government may use them during the evaluation. Any formulas used shall be provided in the spreadsheets. These limitations shall apply to both electronic and hard copy proposals. 1.4.3. Pricing Related Data All cost/pricing data shall be addressed ONLY in the Price and Contract Documentation Volumes, unless otherwise specified in these instructions. Price trade off information (application of planned resources that affect prices), work hour estimates, and material kinds and quantities may be used in other volumes only as appropriate for presenting rationale for trade off decisions. 1.4.4. Classified Documents The Offeror’s proposal shall be unclassified. If an Offeror needs to submit classified information in support of Section L paragraphs 3.2.1.5 and/or 3.2.2.1, the PCO shall be notified not later than five (5) business days after release of the RFP, such that arrangements can be made to receive and store the information, and to ensure personnel with appropriate access are available to review the information. If PCO notification is not received by the cut-off date (listed above), then no classified information may be submitted. The Government will use its best efforts to accommodate inclusion of classified information in the technical evaluation record, but handling and/or access restrictions may preclude our ability to receive, store, view or evaluate the input, which is why early notification is imperative. If the Government cannot confirm its ability to receive, store, view or evaluate the classified information, the Offeror will be informed within five (5) business days of the request. For any classified submittals, the Offeror shall identify what volume the classified submittal is related to. Classified submittals will count against the page count as described in Section L, paragraph 1.4 and Table 1-5. 1.4.5. Cross-Referencing To the greatest extent possible, each volume shall be written on a stand-alone basis so its contents may be evaluated without cross-referencing other volumes of the proposal. The Government will assume any information required for proposal evaluation, which is not found in its designated volume, has been omitted. Cross-referencing within a proposal volume is permitted where its use would conserve space without impairing clarity. 1.4.6. Indexing Each volume shall contain a detailed table of contents to delineate the subparagraphs within that volume. Tab indexing shall be used to identify sections. 1.4.7. Glossary of Abbreviations and Acronyms Each volume shall contain a glossary of abbreviations and acronyms used, with an explanation for each.

Solicitation No: FA8823-19-R-0005 pg. 13 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

1.4.8. Binding and Labeling Offeror’s will submit proposals IAW the following binding and labeling instructions: 1.4.8.1 Each volume will be separately bound in a three-ring, loose leaf binder permitting the volume to lie flat when open. 1.4.8.2 Do not use staples. 1.4.8.3 Include a cover sheet on each book, clearly identifying the volume number, title, copy number, solicitation identification, and the Offeror's name. 1.4.8.4 Include the same identifying data on the spine of each binder. 1.4.8.5 Do not use security designation colors (e.g., red) for binder colors. Offerors shall ensure appropriate markings are applied, including those prescribed IAW FAR 52.215-1(e), restriction on disclosure and use of data, and FAR 3.104-4, disclosure, protection, and marking of contractor bid or proposal information and source selection information. 1.5. Electronic Submittals 1.5.1. Electronic Format In addition to the hard copies, the Offeror shall submit electronic copies using CDs or DVDs. Each volume should be in a different directory on the CD or DVD. If files are compressed, the necessary decompression program (e.g., WINZIP) shall be included. Use separate files to permit rapid location of all portions, including subfactors, exhibits, annexes, and attachments, if any. Electronic copies of the proposal shall be submitted in a format readable by Adobe Acrobat, Microsoft (MS) Office Word 2016, MS Office Excel 2016, MS Office Project 2016, MS Office Power Point 2016, or compatible as applicable. The proposal shall include the native file (e.g., .doc) with full edit rights. The content and page size of electronic copies must be identical to the hard copies. Each electronic file shall be clearly marked to show the proposal volume number, solicitation number, and Offeror's name. Hypertext links may be used to facilitate navigation within the document. 1.5.2. Handling of Version Conflicts In the event a discrepancy exists between the hard copy and the electronic copy, the hard copy will be used for evaluation. 1.6. Use of Non-Government Advisors Offerors are advised that data submitted to the Government in response to this solicitation will be released to individuals who work for companies identified in Table 1-6 as non-government advisors for review and analysis during the evaluation process. Per DoD Source Selection Procedures (1 April 2016) paragraph 1.4.6.2 and IAW FAR 9.505-4(b), the Offeror must enter into their own non-disclosure agreement with the companies identified below BEFORE submitting their MOSSAIC proposals. Offerors shall expressly state in a letter to the PCO within 10 business days after the date of RFP release that: (1) they have entered into non-disclosure agreements with the companies listed below, and (2) they consent to provide access to its proprietary information to the non-Government advisors or the company that employs the non-government advisors.

Solicitation No: FA8823-19-R-0005 pg. 14 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

Offerors shall also include a confirming statement in the Executive Volume (Volume I) of their proposal. Table 1-6. Non-Government Advisors Company Name Contact Info Jon (JD) Dowling Odyssey Systems Consulting Group [email protected] 719-355-2204 Nadine Echeverry The Tech 7 Company [email protected] 562-746-2678 Pamela S. Kelley ManTech [email protected] 703-674-2922 Judy Roddey Tecolote [email protected] 310-640-4700x52091 Kien T. Le FFRDC (Aerospace) [email protected] 310-336-6242 Beth Blakney FFRDC (MITRE) [email protected] 719-556-8745 The individuals participating in the review and analysis of proposals during the evaluation process will be required to sign individual nondisclosure agreements with the Government, which strictly prohibits any release or disclosure of information outside of the source selection team, before having access to any proposals or source selection data or information. These companies' contracts also contain an "Associate Contractor Agreement" requirement that directs contractors to work with any other contractors to obtain agreements deemed necessary to carry out their work. Offerors are encouraged to engage early (before formal RFP release) with these contractors to obtain any agreements needed to permit access for the non-government advisors. 1.7. Proposal Delivery Proposals shall be received by the PCO no later than 5:00 PM (Mountain Time), 06 May 2019. Proposals received after the cutoff date shall be treated IAW FAR 15.208. The entire proposal package must be physically delivered to the PCO or designated POC at: SMC/SYK - Building 2025 Lobby Attn: 1050 E. Stewart Ave. (Bldg 2025) Peterson AFB, Colorado 80914 Offerors hand-carrying proposals to Building 2025 Lobby are notified that individuals not affiliated with the installation must obtain visitor passes at the Visitor Control Center located on W. Stewart Ave (West Gate entrance) just before the West Gate on Peterson Air Force Base. Offerors should allow sufficient time to obtain visitor passes in order to arrive at Building 2025 Lobby prior to the time established for the receipt of proposals. If using a courier, the Government requests, but does not require, that the Offeror submit to the PCO the name of the individual hand-carrying volumes 24-hours in advance.

Solicitation No: FA8823-19-R-0005 pg. 15 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

All proposal deliveries shall be coordinated with the PCO; early deliveries will not influence the evaluation. The Offeror should notify the PCO of an approximate time of delivery no later than three business days prior to proposal delivery and provide a point of contact to coordinate delivery. A transmittal letter to the PCO may be used, but will not be evaluated. A jointly signed receipt will document the delivery and receipt of proposals. 2. Volume I – Executive Summary 2.1. General The Executive Summary Volume is provided for informational purposes only and is not evaluated or scored. Do not include cost or price information in this volume. A letter of transmittal or executive cover letter shall be included in this volume. This cover letter shall not be counted against the page limitations of the volume. The letter shall not exceed two pages in length. The Executive Summary Volume shall include the following sections: 2.1.1. Offeror’s Proposed Team The Offeror shall provide an organizational chart that identifies the Offeror’s team including the prime and associate organizations and identifies the facility location(s) where work will be performed. The term “associate organizations” is used throughout the RFP to mean any proposed team member other than the prime (e.g., subcontractors, teammates, partners, inter- divisional support, and organic depots). Small businesses shall be identified as part of the Offeror’s proposed team structure. The Offeror shall provide another organizational chart that identifies the prime contractor’s Cost Center for the project (i.e., the business center where project costs are collected and reported) and depicts how the Offeror’s program fits within the company, including titles, division names, locations and other relevant identifying information. The Offeror shall provide a narrative summary describing its organization and management structure, as well as the roles and responsibilities of all the participants. The Offeror shall indicate, in the narrative summary, agreements that have been, or will be, executed with other associate organizations to allow work to begin at contract award. 2.1.2. Volume Organization The Offeror shall provide a master table of contents (which does not count against the Volume 1 page limit) of the entire proposal and shall clearly and concisely describe the physical structure of the proposal to include the presentation structure, the interrelationships between volumes and sections or subsections of the overall proposal, and where material may be found for each evaluation area as defined in Section L. 3. Volume II – Technical Volume 3.1. General In Volume II and using the instructions provided in this section (Section L), the Offeror shall describe their proposed technical approach for meeting or exceeding the solicitation requirements specified by Subfactors 1, 2, 3, 4 and 5. The Technical Volume shall be specific and complete. Legibility, clarity, and coherence are very important. Responses shall be evaluated against the Technical Subfactors defined in Section M of this RFP, Evaluation Factors for Award.

Solicitation No: FA8823-19-R-0005 pg. 16 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

3.1.1. Technical Approach Rating Section M defines specific evaluation methodologies, definitions, and ratings. 3.1.2. Technical Risk Rating Section M defines specific risk evaluation methodology, definitions, and ratings. 3.1.3. Format and Specific Content By submitting a proposal, the Offeror is representing that they shall perform all the requirements specified in the solicitation. Do not merely reiterate the objectives or reformulate the requirements specified in the solicitation. Using the instructions outlined below, the Offeror shall provide the actual approach that would be used for satisfying the Subfactor requirements. The Offeror’s proposed solution shall reflect the proposed work and careful consideration should be made to thoroughly address all the information requested in each of the Subfactors listed. 3.1.4. Volume Organization The Technical Volume shall be organized according to the following general outline: • Table of Contents • List of Tables and Figures • Glossary • Main Body o Section 1: Portfolio Management (Technical Subfactor 1) o Section 2: Rapid Modifications (Technical Subfactor 2) o Section 3: Sustainment Services (Technical Subfactor 3) o Section 4: Transition (Technical Subfactor 4) 3.2. Technical Subfactor Sections The Technical Factor is divided into five subfactors. Each subfactor will be evaluated IAW Section M. The narrative provided in the following subsections, unless requested as an attachment, will be part of the Main Body of the Technical Volume. 3.2.1. Subfactor 1 – Portfolio Management In addressing Portfolio Management, the Offeror shall provide information in Section 1 of the Technical Volume on their technical approach to meet or exceed the criteria in Section M. The Offeror shall provide a detailed description, with supporting rationale, of: 3.2.1.1 The Space Situational Awareness (SSA), SSA Command and Control (C2), and Space Battle Management and Control (BMC2) missions and their interdependencies. 3.2.1.2 The challenges associated with managing a portfolio of interdependent systems (e.g., executing multiple concurrent system modifications where interoperability must be maintained). 3.2.1.3 A sound approach to address those challenges (Identified in paragraph 3.2.1.2) and efficiently manage the MOSSAIC portfolio as an enterprise, rather than an aggregation of independent systems.

Solicitation No: FA8823-19-R-0005 pg. 17 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

3.2.1.4 A sound approach to develop and prioritize annual investment recommendations based on quantifiable mission level metrics (e.g., Space BMC2 decision timeline, global persistence) in addition to system level performance metrics (e.g., Ao, sensor sensitivity) such that portfolio mission effectiveness can be maximized. 3.2.1.5 At least one example of actual performance where the approach (Section L paragraphs 3.2.1.3 and 3.2.1.4) was successfully applied to manage a portfolio of interdependent systems, rather than an aggregation of independent systems. 3.2.2. Subfactor 2 – Rapid Modifications In addressing Rapid Modifications, the Offeror shall provide information in Section 2 of the Technical Volume on their technical approach to meet or exceed the criteria in Section M. 3.2.2.1. The Offeror shall provide at least one example, of a combined hardware and software modification, where they successfully executed (through operational acceptance) a rapid system modification. Integral to the example(s), the Offeror shall describe the development approach(es) used (e.g., concurrent engineering, DevOps, rapid prototyping) and how the approach(es) were able to accelerate operational acceptance. 3.2.2.2. The Offeror shall provide a detailed description of a sound approach, with supporting rationale, of how their investment prioritization and recommendation process (3.2.1.4), coupled with their rapid modification experience and development approaches (3.2.2.1), can be applied to MOSSAIC system modifications to reduce cycle time (requirements identification to operational acceptance). 3.2.2.3. The Offeror shall provide a detailed description of a sound approach, with supporting rationale, to execute the GEODSS Upgrade and Relocation Program (GBOSS). Integral to the detailed approach description, the Offeror shall: 3.2.2.3.1 Identify, with supporting rationale, technical and programmatic risks the Offeror deems to be Moderate (yellow) and High (red). When identifying risks, the Offeror shall use the Likelihood and Consequence criteria and 5x5 Life Cycle Risk Management (LCRM) matrix in Air Force Pamphlet 63-128, Integrated Life Cycle Management, paragraph 12.2, dated 10 July 2014; 3.2.2.3.2 Explain, with supporting rationale, of how the Offeror will mitigate and burn- down each identified High (red) risk and the top 10 Moderate (yellow) risks (do not include more than top 10); and 3.2.2.3.3 Suggest opportunities to improve program execution (e.g., reduce cost, application of rapid modification approaches (3.2.2.2) to reduce schedule, improve system performance). 3.2.3. Subfactor 3 – Sustainment Services In addressing Sustainment Services, the Offeror shall provide information in Section 3 of the Technical Volume on their technical approach to meet or exceed the criteria in Section M. The Offeror shall provide a detailed description of a sound approach, with supporting rationale, to: 3.2.3.1. Execute the requirements in PWS paragraph 5.2.

Solicitation No: FA8823-19-R-0005 pg. 18 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

3.2.3.2. Execute Sustainment Services (includes all tasks identified in the PWS as applicable to Sustainment Services); including but not limited to: 3.2.3.2.1 Describe any unique and/or innovative elements of the approach (e.g., that lower cost, improve execution efficiency, improve contractor performance), and 3.2.3.2.2 Identify all labor categories, skill levels, and hours proposed for Sustainment Services CLINs (at the level of detail defined below in Table 3-1) in Attachment T1 for the Offeror and all associated businesses. Table 3-1. Sustainment Services Labor Hour Matrix

Proposed Labor Hours Labor Category Skill Level OY1 OY2 OY3 OY4 OY5 OY6 OY7 OY8 OY9 OY10 EOS 1 EOS 2 1 # # # # # # # # # # # # A # # # # # # # # # # # # X # # # # # # # # # # # # 1 # # # # # # # # # # # # # # # # # # # # # # # # X # # # # # # # # # # # # 1 # # # # # # # # # # # # X # # # # # # # # # # # # X # # # # # # # # # # # # OY = Sustainment Services Option Year; EOS = Extension of Services (EOS 1 is first 3 months, EOS 2 is second 3 months) 3.2.3.2.3 Offeror shall describe the sustainment services organizational structure, including all proposed business associates, with a description of the sustainment services roles and responsibilities. 3.2.4. Subfactor 4 – Transition In addressing Transition, the Offeror shall provide information in Section 4 of the Technical Volume on their technical approach to meet the criteria in Section M. 3.2.4.1 The Offeror shall provide a detailed description of a sound approach, with supporting rationale, to execute the PWS Transition Tasks 2.1, 2.4, 2.5, 2.6, 2.7 and 2.8. The Offeror shall explain how the approach provides uninterrupted support to the fielded weapon systems, minimizes risk of damage to the SIL equipment, and minimizes transition cost. 3.2.5. Subfactor 5 – Small Business (SB) 3.2.5.1 Small Business Participation Commitment Documentation 3.2.5.1.1 General Instructions. All Offerors, to include Small Businesses, shall submit Small Business Participation Commitment Documentation (SBPCD) in Attachment 16 of the Contracts Volume. The Government will use the submitted SBPCD to evaluate whether the Offeror has demonstrated they will meet the small business participation requirement in PWS paragraph 3.15 for Sustainment Services Option Year 1 (CLINs 0101 and 0111). 3.2.5.1.2 The SBPCD and assessment is separate from the FAR requirement for the PCO’s review and acceptance of an Offeror’s Small Business Subcontracting Plan (if applicable for the Offeror). However, the SBPCD must correlate with the Small Business Subcontracting Plan. Any SBPCD provisions that coincide with the Small Business Subcontracting Plan must be consistent. Small Business Participation constitutes respective portion(s) of contract effort to be performed by small business(es) at the Prime and 1st tier

Solicitation No: FA8823-19-R-0005 pg. 19 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

subcontract levels (i.e., small business Prime contractors and small business subcontractors to the Prime). Portions of work performed by a Small Business Prime contractor will be included when calculating the total amount of work performed by small businesses under contract. 3.2.5.1.3 The SBPCD will be incorporated into any resulting contract, with its elements specified below: 3.2.5.1.3.1 The small business concerns (SBC) as defined in FAR Part 19 used in the Offeror’s proposed approach to satisfying the requirements of this solicitation, for Sustainment Services Option Year 1 Total Contract Value (sum of CLINs 0101 and 0111), including company name, business category(ies), description of products or services to be provided, NAICS code to be provided by each SBC (NAICS code shall be based on the nature of SBC products or services to be provided and is not limited to the overall NAICS code identified for this solicitation), and the nature of the proposed agreement with the SBC (i.e., joint ventures, mentor protégé agreements, other agreement). Use the table/format shown below in Tables 3-2 and 3-3 in proposing this required information. Table 3-2. Small Business Concerns Small Business Concerns Small Business Category(ies) (SB, WOSB, Company SDB, VOSB, Product(s)/Service(s) NAICS Name SDVOSB) to be Provided Code Nature of Commitment

3.2.5.1.3.2 All Offerors shall propose quantitative participation relative to the total proposed dollar value for Sustainment Services Option Year One Total Contract Value (sum of CLINs 0101 and 0111). Use the table below in proposing this required information. Offerors shall provide detailed explanations and documentation (e.g., agreements between the Prime and its’ proposed SBC partners) to support this quantitative small business participation. Table 3-3. Small Business Participation Small Business Participation Dollar Business Category Value % of Total Value Total Proposed Sustainment Services (OY1) Total Contract Value (Sum of CLINs 0101 and 0111) $ Small Business A $ % Small Business B $ % Total Proposed Small Business $ %

Solicitation No: FA8823-19-R-0005 pg. 20 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

4. Volume III – Cost/Price 4.1 General Instructions In developing proposed CLIN prices and the Cost/Price Volume, Offerors shall assume a MOSSAIC contract start date of 1 October 2019. Additionally, Offerors shall assume the following performance periods for the GBOSS TMRR and EMD CLINs: CLIN Noun Start Date End Date 0003 GBOSS TMRR 1 Nov 2019 31 Jul 2020 0005 GBOSS EMD 1 Aug 2020 30 Apr 2024 4.1.1. Cost/Price Reasonableness, Realism and Balance The Offeror shall submit other-than-certified cost or pricing data (per FAR 15.403-1(b), 15.403-3(a), and FAR 15.403-5) for the Government’s evaluation. The proposal shall contain sufficient details for the Government’s evaluation of reasonableness, realism (for Cost Reimbursement CLINs only), unbalanced pricing, and for the Government’s calculation of the Most Probable Cost (for Cost Reimbursement CLINs only), which, except for the Transition CLIN, will become part of the Total Evaluated Price for the best value decision. Compliance with these requirements is mandatory and failure to comply may make an offer ineligible for award. The burden of proof for credibility of proposed amounts rests with the Offeror. The price evaluation will be an assessment of the data submitted in the Price Volume; the Government will not be responsible for evaluating offeror data submitted outside the Price Volume. If, after receipt of proposals, the PCO determines that there is insufficient data available to complete the cost/price evaluation, the Offeror shall be required to submit additional cost/price data. The use of offeror formats is encouraged provided that all the required information is submitted. The Government issued this solicitation with the anticipation of adequate price competition; therefore, any cost/price documentation requested shall not be certified cost or pricing data. However, in the event that adequate price competition does not exist after receipt of proposals, the Government reserves the right to request additional cost or pricing data as necessary from the Offeror and its business associates and may conduct negotiations with the Offeror, pursuant to FAR 15.403-4, in order to ensure a fair and reasonable cost/price. Furthermore, the Offeror may be required to provide a Certificate of Current Cost or Pricing Data prior to award, pursuant to FAR 15.406-2. The Offeror shall acknowledge the requirement to provide additional cost or pricing information and certify the data prior to award if/when requested by the Government. 4.1.2. Estimating Techniques and Methods When responding to the Cost/Price Volume requirements in the solicitation, the Offeror and associate organizations may use any generally accepted estimating technique, including contemporary estimating methods (such as Cost-to-Cost and Cost-to-Non-Cost Estimating Relationships, commercially available parametric cost models, in-house developed parametric cost models, etc.), to develop their estimates. If necessary, reasonable and supportable allocation techniques may be used to spread hours and/or costs to lower levels of the Work Breakdown Structure (WBS).

Solicitation No: FA8823-19-R-0005 pg. 21 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

4.1.3. Cost/Price Data Data beyond that required by this instruction shall not be submitted, unless the Offeror considers it essential to document or support your cost/price position. All data relating to the proposed price, including all required supporting documentation, must be included in the section of the proposal designated as the Cost/Price Volume. Under no other circumstances shall Cost/Price data and documentation be included in any Volume other than the Cost/Price (Vol III) and Contract Documentation (Vol IV) Volumes. 4.1.4. Cost/Price Data Requirements IAW FAR 15.403-1(b) and 15.403-3(a), data other than certified cost or pricing data may be required to support a determination of price reasonableness. Data shall be provided IAW FAR 15.403-5. If, after receipt of proposals, the PCO determines that there is insufficient data available to determine price reasonableness and none of the exceptions in FAR 15.403-1 apply, the Offeror shall be required to submit additional cost or pricing data. 4.1.5. Rounding All dollar amounts provided shall be rounded to the nearest dollar. All loaded labor rates shall be rounded to the nearest penny. 4.1.6. Electronic Files To enable the Government to successfully view the proposals electronically, the Offeror shall submit electronic files IAW paragraph 1.5.1. The Offeror shall submit files containing numerical data in MS Excel 2016 active format, with all formulas intact and summations enabled to support its proposed price. When naming files, use titles to describe the content of the file rather than using numbers alone to more easily navigate and identify specific data. Any electronic pricing data submitted must be consistent with the hard copy proposal. Refer to paragraph 1.5.2 for the handling of version conflicts. 4.2 Volume Organization The Offeror shall organize their Cost/Price Volume according to the following sections: 4.2.1. Main Body This section shall include the following: 4.2.1.1 Cover Sheet, Table of Contents, List of Figures, List of Tables, Overview, Ground Rules and Assumptions, Government Dependencies, general estimating methodologies and Glossary of Abbreviations & Acronyms. 4.2.1.2 The proposal shall indicate whether the Offeror has Government approval of the following systems: Accounting System, Estimating System and Purchasing System. Note that a “cost- reimbursement contract may be used only when the contractor’s accounting system is adequate for determining costs applicable to the contract or order.” (Reference FAR 16.301-3(a)(3)). 4.2.1.2.1 Companies with Approved Business Systems: If these systems have been approved by the Government, please provide evidence of the approvals. Please affirm that the proposal costs/prices are calculated based upon the approved systems.

Solicitation No: FA8823-19-R-0005 pg. 22 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

4.2.1.2.2 Companies Business System Deficiencies: For each business system listed above that has Government-issued deficiency notifications or has been deemed to be inadequate, the Offeror shall explain the cited inadequacy/deficiency, explain the Offeror’s proposed corrected action plan, and shall state whether the plan has been accepted by the Government. The Offeror shall explain how the risks and impacts to the proposed cost/price have been mitigated by the Offeror in the interim as the business system is being corrected. 4.2.1.2.3 Companies Not Required to Have Government-Approved Business Systems: If the Offeror’s systems are not required to be approved by the Government, the Offeror shall provide the following information: 4.2.1.2.3.1 Accounting System: the Offeror shall explain the Offeror’s system or systems for accounting methods, procedures, and controls established to gather, record, classify, analyze, summarize, interpret, and present accurate and timely financial data for reporting in compliance with applicable laws, regulations, and management decisions, and may include subsystems for specific areas such as indirect and other direct costs, compensation, billing, labor, and general information technology. Indicate whether the system has been reviewed by an external agency and provide the results of the external review. (Reference DFARS 252.242-7006). 4.2.1.2.3.2 Estimating System: the Offeror shall explain the Offeror’s policies, procedures, and practices for budgeting and planning controls, and generating estimates of costs and other data included in proposals submitted to customers in the expectation of receiving contract awards. Estimating system includes the company’s (1) Organizational structure; (2) Established lines of authority, duties, and responsibilities; (3) Internal controls and managerial reviews; (4) of work, coordination, and communication; and (5) Budgeting, planning, estimating methods, techniques, accumulation of historical costs, and other analyses used to generate cost estimates. Indicate whether the system has been reviewed by an external agency and provide the results of the external review. (Reference DFARS 252.215-7002). 4.2.1.2.3.3 Purchasing System: the Offeror shall explain the Offeror’s system or systems for purchasing and subcontracting, including make-or-buy decisions, the selection of vendors, analysis of quoted cost/prices, negotiation of cost/prices with vendors, placing and administering of orders, and expediting delivery of materials. Indicate whether the system has been reviewed by an external agency and provide the results of the external review. (Reference DFARS 252.244-7001). 4.2.1.3 Discussion of any cost reductions made in an Offeror’s proposal based on commonality with other programs, management reductions, particular cost approach, or other methods used to drive cost reductions. 4.2.1.4 For each associate organization, Offerors shall submit to the Government its written analysis of the associate organizations proposals. Evaluation of subcontract proposals shall include direct labor hours and costs/prices that will flow up the prime to the Government. Offerors are responsible for showing clear traceability from its associate organizations proposed amounts to the prime’s evaluation.

Solicitation No: FA8823-19-R-0005 pg. 23 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

In addition, for associate organizations where the proposed total price of the associate organization is at least 25% of the total proposed price for GBOSS EMD (CLIN 0005), the associate organization shall be directed by the prime to submit an unsanitized price volume directly to the Government. The same pricing instructions apply to these associate organizations. 4.2.1.5 Other information (e.g., base support, long lead costs, termination costs, inflation rate summary, uncertainty analysis, special tooling, test equipment) shall be provided with clear, concise descriptions and sound supporting rationale. 4.2.1.6 Contract Work Breakdown Structure (CWBS): The Offeror shall use the Government provided WBS as is. 4.2.2. Price Template The following cost format tabs in the Price Template (Attachment PC1 Price Template Formats and Tables) are to be populated by the Offeror. The Offeror can provide additional cost format spreadsheets (not contained in the Price Template) that are used in the development or support of their cost estimating methodologies if necessary. The Template (Attachment PC1) contains the following tabs: 1. Total Proposed Price (TPP) 2. Total Evaluated Price (TEP) 3. Cost Element Summary Pricing Tables (1 tab each): a) Transition CLIN b) Eglin SVR CLINs c) GEODSS SVR CLINs d) DSC2-D SVR #1 CLINs e) DSC2-D SVR #2 CLINs f) SST SVR CLINs g) EBR SVR CLINs h) System Modification CLIN i) GBOSS TMRR CLIN j) GBOSS EMD CLIN Note: The Sustainment Services Fixed Price Incentive Firm (FPIF) CLINs, Extension of Services Option (FPIF) CLINs, and Firm Fixed Price (FFP) Rights in Data CLIN costs are only included in the TPP and TEP tables of the price template. No other price template input is required for these CLINs. The Sustainment Services CR CLINs are pre-populated with government provided, fully burdened and escalated costs in both the TPP and TEP Table Tabs. It includes Travel, Material, Other Direct Costs (ODC), SMBL subcontract costs (to include lease costs), and License costs required to execute Sustainment Services FPIF requirements. These are total costs and include efforts executed directly by the Prime Contractor or by an Associate Organization. No price template input is required for these Sustainment Services CR CLINs. 4.2.2.1 Total Proposed Price (TPP) For all Cost Plus Incentive Fee (CPIF) CLINS (SVRs, System Modification, GBOSS TMRR and GBOSS EMD) and for the Transition CR CLIN, the TPP tables are linked to the Cost Element

Solicitation No: FA8823-19-R-0005 pg. 24 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

Summary Pricing Tables for each CLIN and no input or modification is required from the Offeror. For the Sustainment Services FPIF CLINs, the Offeror shall directly input each CLINs Target Cost, Target Profit, Target Price and Ceiling Price in the TPP Table Tab. For the FFP Rights in Data Option CLINs, the Offeror shall directly input each CLINs TPP in the TPP Table Tab. The pre-populated Sustainment Services CR CLINs are included in TPP. Offeror shall include each component, in the TPP Table, consistent with the direction below. • CR – Transition CLIN − Estimated Cost • CR – Annual Sustainment Services CLINs − Government Provided Cost • FPIF – Sustainment Services CLINs: − Target Cost − Target Profit (8% * Target Cost) − Target Price (Target Cost + Target Profit) − Ceiling Price (111% of Target Cost) • CPIF - SVR CLINS: − Target Cost − Target Fee (8% * [Fee Bearing Target Cost less Cost of Money (COM)]) − Target Price (Target Cost + Target Fee) • CPIF – System Modification CLIN: − System Modification Scenario PMP Rate o Target Cost o Target Fee (8% * [Fee Bearing Target Cost less COM]) o Target Price (Target Cost + Target Fee) • CPIF – GBOSS TMRR CLIN − Target Cost − Target Fee (8% * [Fee Bearing Target Cost less COM]) − Target Price (Target Cost + Target Fee) • CPIF – GBOSS EMD CLIN − Target Cost − Target Fee (8% * [Fee Bearing Target Cost less COM]) − Target Price (Target Cost + Target Fee) 4.2.2.2 Total Evaluated Price (TEP) The TEP table represents the total price the Government will evaluate. This tab is included for informational purposes only and the Offeror shall NOT modify this table. TEP will include: (1) Ceiling Price for all the FPIF Sustainment Services CLINs; (2) Ceiling Price for Extension of Services FPIF Option CLINs; (3) Government provided cost for annual Sustainment Services CR CLINs, (4) Target Price for all CPIF SVR CLINs; (5) FFP Rights in Data CLIN 7000 / Attachment 7, Tables 1a and 3, Column 5; (6) the average of annual PMP rates multiplied by 86

Solicitation No: FA8823-19-R-0005 pg. 25 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1 units; (7) Target Price for GBOSS TMRR; and (8) Target price for GBOSS EMD. It will NOT include the Transition cost. See Table 4-1.

Table 4-1. TEP Calculation Total Evaluated Price Contract Title Type Cost Fee/Profit $ Total CLIN Amount (A) (B) (C) (D) (E) MOSSAIC Sustainment Proposed FPIF Services CLINs FPIF N/A N/A Ceiling Prices Proposed FPIF Extension of Services Options FPIF N/A N/A Ceiling Prices Sustainment Services Annual Govt CR CLINs CR Provided N/A Govt Provided Offeror's Total SVR CLINs CPIF Gov't MPC Proposed Target Fee (C+D) Sum of Attachment 7 Tables 1a and 3 Rights in Data FFP N/A N/A Columns 5 Offeror's Total PMPs CPIF Gov't MPC Proposed Target Fee 86*(C+D) Offeror's Total GBOSS TMRR CPIF Gov't MPC Proposed Target Fee (C+D) Offeror's Total GBOSS EMD CPIF Gov't MPC Proposed Target Fee (C+D) Total Evaluated Price Sum of Column E 4.2.2.3 Cost Element Summary Pricing Tables The Offeror shall provide a Cost Element Summary for each CPIF CLIN and Transition CR CLIN. The Cost Element Summary must show at least the following information, as applicable: Prime labor hours and dollars; indirect labor costs (e.g. fringe, overhead, G&A, etc.); materials; travel; licenses; Other Direct Costs (ODC); Associate Organizations costs; Facilities - New Site Construction (GBOSS EMD only); Each Indirect Cost on a separate line; and profit/fee. The format should be base times rates equals dollars, by Offeror’s accounting year, and consistent with the Offeror’s rate structure. Offeror’s fiscal year is the 12-month period in which the company’s rates are defined (e.g., Oct-Sep, Jul-Jun, or Jan-Dec). The Offeror shall define the time period for the Company’s Fiscal Year (CFY). The Offeror shall populate any cell where either a calculation or a number from an added tab or other spreadsheet is used with the formula or link to clearly show how that value was calculated (this applies to both dollar values and base cells). All Labor, Material, Travel, Licenses, Facilities, Associate Organizations, and ODC costs shall be the Prime’s direct costs. Additionally, each Associate Organization shall be identified on a separate line. 4.2.2.4 Materials The Offeror shall provide, in a separate Price Template tab or excel spreadsheet, a Materials Table for the Transition CLIN. The Table shall include the following information, at a minimum, for each material item proposed: Material Item Name, CFY of purchase, Pricing Methodology, Unit Solicitation No: FA8823-19-R-0005 pg. 26 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

Cost, Quantity, and the Total Item Direct Cost. The Offeror’s proposed material shall be traceable to the material section in the Transition CLIN’s Basis of Estimate (BOE). For CPIF CLINs the Offeror shall provide, in the same Price Template tab or excel spreadsheet used for Transition material, a materials table showing any Government provided material costs as well as changes and escalation to the provided costs IAW Section L; Annexes A, B, and C. Government-provided material costs shall be shown as a total for each CLIN by CFY and Government Fiscal Year (GFY) (for GBOSS and Modification CLINs) and need not be itemized. The Offeror’s proposed material shall be traceable to the material section in each CLIN’s respective BOE. Material costs in the separate Price Template tab or excel spreadsheet shall be a direct cost and shall be directly traceable to the Materials line in each CLIN’s respective Cost Element Summary Pricing Table. Fee shall not be applied to Material costs for SVRs. 4.2.2.5 Travel The Offeror shall provide, in a separate Price Template Tab (or excel spreadsheet), a Travel Table by CLIN for the Transition, SVR, GBOSS TMRR, and the GBOSS EMD CLINs. The Table shall include the following information, at a minimum, for each trip proposed: CLIN number, trip purpose, departure and destination location, CFY and GFY (for GBOSS TMRR and EMD CLINs), number of travelers, rental car quantity, duration, and other (include a new column for each additional detail). The Offeror shall then show the following travel costs: air fare, baggage fees, lodging, meals and incidentals, rental car, parking, other (include a new column for each additional cost), escalation if applicable, and total trip cost. The Offeror’s proposed travel shall be traceable to the travel section in each CLIN’s respective BOE. For the System Modification CLIN, the Offeror shall provide, in the same Price Template Tab (or excel spreadsheet) used for travel cost in the previous paragraph, a travel table showing the Government provided travel costs, as well as changes and escalation to the government-provided costs IAW Section L, Annex B. The Government provided travel cost in the modification scenario shall be shown as a total by CFY and need not be itemized. The Offeror’s proposed travel shall be traceable to the travel section in the Modification BOE. Travel costs in the separate Price Template tab or excel spreadsheet shall be a direct cost and shall be directly traceable to the travel line in each CLIN’s respective Cost Element Summary Pricing Table. Fee shall not be applied to travel costs in any CLIN. 4.2.2.6 Other Direct Costs (ODC) The Offeror shall provide, in a separate Price Template Tab (or excel spreadsheet), an ODC Table for the Transition CLIN. The Table shall include the following information, at a minimum, for each ODC item proposed: ODC item name and total item direct cost. For the Transition CLIN, the Offeror’s proposed ODC costs shall be traceable to the ODC section in the Transition CLIN’s BOE. For CPIF CLINs the Offeror shall provide, in the same Price Template tab or excel spreadsheet used for Transition ODCs, an ODCs table showing any Government provided ODC as well as

Solicitation No: FA8823-19-R-0005 pg. 27 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1 changes and escalation to the provided costs IAW Section L; Annexes A, B, and C. Government- provided material costs shall be shown as a total for each CLIN by CFY and GFY (for GBOSS and Modification CLINs) and need not be itemized. The Offeror’s proposed ODCs shall be traceable to the ODC section in each CLIN’s respective BOE. ODCs in the separate Price Template tab or excel spreadsheet shall be a direct cost and shall be directly traceable to the ODC line in each CLIN’s respective Cost Element Summary Pricing Table. Fee shall not be applied to ODCs in any CLIN. 4.2.2.7 Associate Organizations The Offeror shall provide, in a separate Price Template Tab (or excel spreadsheet), an Associate Organization Table for all Associate Organizations by CLIN. The Table shall include, at a minimum, for each Associate Organization proposed: CLIN number, company name (if known for SVRs and Modification CLINs), contract type, proposed labor hours, proposed labor dollars, proposed material cost, proposed travel cost, proposed ODC cost, proposed license cost, other costs (include a new column for each additional cost), escalation if applicable, and total cost by CFY and GFY (for GBOSS and Modification CLINs). The costs provided in this tab (or excel spreadsheet) shall include the full Associate Organization’s burdens but shall not include Prime burdens. The Offeror’s proposed Associate Organization’s costs shall be traceable to the Association Organization section in each CLIN’s respective BOE. Material costs, travel costs, ODC, license costs and/or labor hours provided by the Government as assumptions and then allocated to an Associate Organization by the Offeror shall be included in the Associate Organization Tab (or excel spreadsheet). Associate Organization’s costs in the separate Price Template tab or excel spreadsheet shall be a direct cost and shall be directly traceable to the Associate Organization’s lines (1 line for each organization) in each CLIN’s respective Cost Element Summary Pricing Table. Additionally, non-prime companies shall submit unsanitized proposals directly to the Government if their total proposed price for GBOSS EMD is at least 25% of the Offeror’s GBOSS EMD total proposed price. 4.2.2.8 Licenses The Offeror shall provide, in a separate Price Template Tab (or excel spreadsheet), a Licenses/ Subscription Table for the Transition CLIN. Only Offeror proposed licenses/subscriptions that are in addition to the licenses/subscriptions identified by the Government in Annex D of Section L should be included in this Table. The Table shall include the following information, at a minimum, for each license/subscription proposed: License/Subscription Name, CFY of purchase, Pricing Methodology, Unit Cost, Quantity, and the Total Item Direct Cost. For the Transition CLIN, the Offeror’s proposed license/subscription costs shall be traceable to the license section in the Transition CLIN’s BOE. For CPIF CLINs the Offeror shall provide, in the same Price Template tab or excel spreadsheet used for Transition license/subscription, a license/subscription table showing any Government provided license/subscription costs as well as changes and escalation to the provided costs IAW Section L; Annexes A, B, and C. Government-provided license/subscription costs shall be shown

Solicitation No: FA8823-19-R-0005 pg. 28 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1 as a total for each CLIN by CFY and GFY (for GBOSS and Modification CLINs) and need not be itemized. The Offeror’s proposed license/subscription costs shall be traceable to the license section in each CLIN’s respective BOE. License/subscription costs in the separate Price Template tab or excel spreadsheet shall be a direct cost and shall be directly traceable to the license/subscription line in each CLIN’s respective Cost Element Summary Pricing Table. Fee shall not be applied to licenses or subscriptions in any CLIN. 4.2.2.9 New Site Construction For the GBOSS EMD CLIN only, the Offeror shall populate the Cost Element Summary Pricing Table, New Site Construction line, with the government-provided facility costs for new sites IAW Section L, Annex C. The Government-provided facility costs shall be allocated by the Offeror to appropriate CFY and GFY based on the Offerors proposed approach and shall be a direct cost. 4.2.3 Basis of Estimates (BOE) Table 4-2 summarizes the number of stand-alone BOEs and the total number of BOEs required. Table 4-2. BOE Guidance

# Stand-alone Total # of Section L CLIN BOEs BOEs Instructions Transition-In 1 1 4.2.3.3.1 Sustainment Services 0 0 4.2.3.3.2 GEODSS Upgrade TMRR 1 1 4.2.3.3.5 GEODSS Upgrade EMD 1 1 4.2.3.3.6 SVRs 1 56 4.2.3.3.3 PMP Modification 1 1 4.2.3.3.4 4.2.3.1 Offerors shall propose their BOEs down to the provided WBS Element Level (provided in RFP Attachment 04, Work Breakdown Structure (WBS)Attachment 3 to Section L) using BOE Templates provided in RFP Attachment 15. The Offeror shall not extend the BOEs below the provided WBS Level and no information below that level will be considered during the evaluation process. 4.2.3.2 Stand-alone BOE Content: for each required stand-alone BOE, the Offeror shall provide the following: 4.2.3.2.1 No cost information shall be included in the BOEs. 4.2.3.2.2 The BOE shall directly map to the detailed tasks, deliverables and products identified in the relevant PWS paragraph(s) and shall reference the PWS Task Title and Number it supports, and the applicable CLIN. 4.2.3.2.3 BOE shall include any conditions, constraints or assumptions that would alter or invalidate the BOE if not met. The Offeror shall also discuss any risks and associated risk handling strategies included in the BOE. 4.2.3.2.4 BOE shall include the Period of Performance.

Solicitation No: FA8823-19-R-0005 pg. 29 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

4.2.3.2.5 BOE shall include the proposed labor hours, by labor category and skill level, for the prime by Contract Option Year. The Offeror shall provide a clear, concise description of the methodology used to estimate the number of hours and provide sound rationale for selection of that methodology. Following are examples of the methods that could be used: 4.2.3.2.5.1 Historical Experience based on analogous programs. Use of this methodology shall include a clear, concise description, with sound supporting rationale, as to why the selected program(s) are analogous. The Offeror shall identify the relevant hours from the analogous program, any factors applied to translate between the analogous program and MOSSAIC, and a clear, concise description, with sound rationale as to how those factors were derived. This rationale need only be documented once when first used for each analogous program, and thereafter only referenced as appropriate. 4.2.3.2.5.2 Cost Estimating Relationships (CER). Include a clear, concise description of the database used to create CERs, relevant statistics and CER equations. Provide the base to which they are applied and identify whether the CERs are approved by the Defense Contract Management Agency (DCMA). 4.2.3.2.5.3 Commercial Models. Include the name of the model and the types and values of primary model inputs. 4.2.3.2.5.4 Industry Standards and Factors. Include the basis of the standard and/or factor, and provide a clear, concise description, with sound supporting rational, as to why that standard and/or factor applies. 4.2.3.2.6 BOE shall include Skill Mix The Offeror shall provide a complete list of the skills required to accomplish the effort and shall provide sound rationale as to how the Offeror derived the skill mix. The Offeror shall break out the hours proposed for each labor category identified. If applicable, the Offeror shall provide a detailed description with sound supporting rationale, why an element requires an average, higher-than-average or lower-than-average skill mix. If applicable, the Offeror shall state whether the estimating system uses a company-wide average for proposal purposes. 4.2.3.2.7 Management and Other Reductions If the Offeror decreases the estimated cost to perform the proposed effort due to management and/or other reductions (e.g., management decision, commonality with other programs, company funded efforts or capitalization of equipment), the Offeror shall provide a detailed description with sound supporting rationale for the reduction(s). The Offeror shall summarize these reductions in the Cost/Price Proposal Main Body. The Offeror shall also explain in the applicable BOEs how a particular reduction applies to the specific element’s effort. 4.2.3.3 Required BOEs Do not submit a complete stand-alone BOE (per the stand-alone BOE content described in paragraph 4.2.3.2) for each CLIN. Offerors shall submit BOEs as prescribed in the following paragraphs.

Solicitation No: FA8823-19-R-0005 pg. 30 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

4.2.3.3.1 Transition Phase-In. A complete stand-alone BOE, per the BOE content standards described in paragraph 4.2.3.2, shall be constructed for Transition Phase-In consistent with PWS Task 2.0. 4.2.3.3.1.1 In developing the Transition BOE, Offerors shall assume the Government will ensure incumbent contractor support is provided IAW FAR 52.237-3 “Continuity of Services”. Relative to transition of government owned property and information, currently housed in current “SENSOR” contractor facilities and managed by the SENSOR contractor, the Government will: a) Ensure MOSSAIC contractor has access to the facilities where the government property and information are located, b) Ensure the MOSSAIC contractor is provided an auditable inventory of government property and information, c) Fulfill the Government role in the administrative process to transfer accountability and responsibility for the government property and information, d) Ensure electronic data will be provided in a transportable format, and e) Ensure the SENSOR contractor provides technical advice during disassembly of SIL equipment. 4.2.3.3.1.2 Three leasing arrangements are in place on the SENSOR contract, but are not Government leases. They are executed and maintained by the SENSOR Prime contractor and/or subcontractors. The Government reimburses the Prime contractor for these leases. The property owners for each lease are identified below. The MOSSAIC contractor may choose to assume responsibility for these leases or meet the PWS requirements through alternate arrangements. 1. Current SENSOR Warehouse: 1781 S. Murray Blvd., Colorado Springs, CO 80916; Property Owner: Carleton Real Estate Investments LLC, 4835 Centennial Blvd., Colorado Springs, CO 80919-3308. 2. GEODSS Test Bed: 3745 Mulberry Rd., Yoder, CO 80864; Property Owner: Mulberry Ridge LLC c/o Donald & Ardice Meeske, 5025 Brady Rd., Colorado Springs, CO 80915-1105. 3. Space Management Battle Lab (SMBL): 555 E Pikes Peak Ave., Colorado Springs, CO 80903; Property Owner: OGC RE1 LLC, P.O. Box 1385 80901-1385, (719) 896-5087. 4.2.3.3.2 Sustainment Services. No BOEs are required for Sustainment Services CLINs. Offerors should assume utilization of the workload factors identified in the PWS in the development of their proposal. To assist in proposal development for the sustainment services associated with Space Fence and EBR, Offerors should base their proposal on the Eglin price, adjusted as follows: apply a 40% factor (Eglin price * 0.4) for Space Fence and a 25% factor (Eglin price * 0.25) for EBR. Offerors should use the “percent of Eglin factor” except as identified in Table 4-3.

Solicitation No: FA8823-19-R-0005 pg. 31 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

Table 4-3. EBR and Space Fence BOE Guidance

PWS Task Space Fence and EBR Guidance 3.29 Assume 40% (Space Fence) and 25% (EBR) factors for ODCs Bid workload factor as specified in PWS (do not use % of Eglin) starting in OY3 for 4.4 EBR and Space Fence; Do not bid Task 4.4 support for EBR or SF in OYs 1 and 2 Assume delivery of 2 SARs per sustainment services contract year for SF and EBR. Assume 40% and 25% factor applied to the level of effort for each Sustainability 5.2 Analysis Report (SAR) Assume no EBR SIL; Assume Space Fence SIL is 40% of Eglin SIL effort (hours and 5.3 number of events) Assume delivery of 4 Supply Supportability Analysis Reports (SSAR) and support 4 SSIPTs per sustainment services contract year for SF and EBR. Assume 40% and 25% factor applied to the level of effort for each SSAR and Supply Support Integrated Product 5.5 Team (SSIPT) 5.7 Bid workload factor as specified in PWS (do not use % of Eglin) 5.11 Bid workload factor as specified in PWS (do not use % of Eglin) 5.12 Bid workload factor as specified in PWS (do not use % of Eglin) 5.13 Bid workload factor as specified in PWS (do not use % of Eglin) 5.14 Bid workload factor as specified in PWS (do not use % of Eglin) Offerors shall propose EBR, SST, and Space Fence transition (see Table 1-3) efforts IAW the following instructions: a) EBR: The first full sustainment services Option Year (OY3 for EBR) shall be proposed as 25% of the Eglin effort for a full sustainment services year in OY3, as explained above and in Table 4-4. Table 4-4 identifies 13 months of transition effort for EBR. Offerors shall propose transition support as shown in Table 4-4. Table 4-4. EBR Transition Support Guidance

OY1 OY2 Month 1 2 3 4 5 6 7 8 9 10 11 12 13 % of 1 year of Full Sustainment Services 2 2.5 3 3.5 4 4.5 5 5.5 6 6.5 7 7.5 8.33 b) Space Fence: The first full sustainment services Option Year (OY3 for Space Fence) year shall be proposed as 40% of the Eglin effort for a full sustainment services year in OY3, as explained above and in Table 4-5. Table 4-5 identifies 9 months of transition effort for SST. Offerors shall propose transition support as shown in Table 4-5. Table 4-5. Space Fence Transition Support Guidance

OY1 OY2 Month 1 2 3 4 5 6 7 8 9 % of 1 year of Full Sustainment Services 3.5 4 4.5 5 5.5 6 7 7.5 8.33 c) SST: Offeror shall estimate and propose the first full sustainment services Option Year (OY3 for SST). There are specific PWS tasks identified for SST in OY1 and OY2. Offerors shall only propose the efforts associated with SST as identified by

Solicitation No: FA8823-19-R-0005 pg. 32 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

the PWS for OY1 (see workload factors for PWS tasks 4.20 and 5.21) in OY1. For OY2, Offerors shall propose transition support as shown in Table 4-6 in addition to the OY2 effort defined the workload factors for PWS tasks 4.20 and 5.21. Table 4-6. SST Transition Support Guidance

OY2 Month 1 2 3 4 5 6 7 8 9 10 11 12 % of 1 year of Full Sustainment Services 3 3.5 4 4.5 5 5.5 6 6.5 7 7.5 8.33 8.33 4.2.3.3.3 Software Version Releases (SVR). A complete stand-alone BOE, per the BOE content standards described in paragraph 4.2.3.2, shall be constructed for the first Eglin SVR Priced Option IAW PWS 8 tasks and the scenario described in ANNEX A. BOEs for other SVR Priced Options shall be based on the first Eglin SVR Priced Option BOE, but any changes must be identified, quantified and supported with sound rationale. For example, Eglin is a single site system but GEODSS currently has 3 sites (4 sites starting in 2023). Changes in the required effort to install and test at 3 sites (versus 1) would have to be identified, quantified and supported with sound rationale, in the first GEODSS SVR Priced Option BOE, and thereafter only if changed. 4.2.3.3.4 System Modification. A complete stand-alone BOE, per the BOE content standards described in paragraph 4.2.3.2, shall be provided for a single system modification for starting in GFY 2020, IAW PWS 9 tasks and the scenario described in ANNEX B. 4.2.3.3.5 GEODSS Upgrade TMRR Phase. A complete stand-alone BOE, per the content standard described in Paragraph 4.2.3.2, shall be provided for the TMRR phase of the GEODSS upgrade IAW GEODSS GBOSS TMRR Statement of Work (SOW) tasks and instructions in ANNEX C. 4.2.3.3.6 GEODSS Upgrade EMD Priced Option. A complete BOE, per the content standard described in Paragraph 4.2.3.2, shall be provided for the EMD phase of the GEODSS GBOSS EMD Statement of Work (SOW) tasks and instructions in ANNEX C. 5. Volume IV – Contract Documentation 5.1. Purpose The purpose of this volume is to provide information to the Government for preparing the contract document and supporting file. The Offeror’s proposal shall include a complete and signed copy of the solicitation, Sections A through K, and the associated attachments. The Government has identified the minimal fill-ins (via highlighted asterisks) in Section A and B needed to be completed with proposal submission. Complete the contract IAW the following instructions: 5.1.1. Section A– Solicitation Contract Form The Offeror shall complete Blocks 12 to 16. A signature and date by the Offeror in Blocks 17 and 18 will constitute an offer, which the Government may accept. The “original” copy shall be clearly marked and provided under a separate cover without any punched holes.

Solicitation No: FA8823-19-R-0005 pg. 33 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

5.1.2. Section B - Supplies or Services and Costs and Price The Offeror shall complete pricing information in Section B for all CLINs to include Option CLINs. The Offeror is responsible to ensure all proposed amounts in Section B are consistent with the remainder of its proposal. 5.1.3. Section C – Description/Specifications/Statement of Work The Offeror is not required to provide an input to this section. The Offeror shall propose this Section exactly as included in the solicitation. This section will be incorporated into the resultant contract exactly as issued in the solicitation. 5.1.4. Section D – Packaging and Marking The Offeror is not required to provide an input to this section. The Offeror shall propose this Section exactly as included in the solicitation. This section will be incorporated into the resultant contract exactly as issued in the solicitation. 5.1.5. Section E - Inspection and Acceptance The Offeror is not required to provide an input to this section. The Offeror shall propose the document exactly as included in the solicitation. This section will be incorporated into the resultant contract exactly as issued in the solicitation. 5.1.6. Section F - Deliveries or Performance The Offeror is not required to provide an input to this section. The Offeror shall propose the document exactly as included in the solicitation. This section will be incorporated into the resultant contract exactly as issued in the solicitation. 5.1.7. Section G - Contract Administrative Data The Offeror is not required to provide an input to this section. The Offeror shall propose the document exactly as included in the solicitation. This section will be incorporated into the resultant contract exactly as issued in the solicitation. 5.1.8. Section H – Special Contract Requirements The Offeror is not required to provide an input to this section. The Offeror shall propose the document exactly as included in the solicitation. This section will be incorporated into the resultant contract exactly as issued in the solicitation. 5.1.9. Section I - Contract Clauses The Offeror is not required to provide an input to this section. The Offeror shall propose the document exactly as included in the solicitation. This section will be incorporated into the resultant contract exactly as issued in the solicitation. 5.1.10. Section J - List of Documents, Exhibits & Attachments The Offeror is not required to provide an input to this section. The Offeror shall propose the document exactly as included in the solicitation. Upon the Government’s acceptance of the successful offer, this section will be updated to reflect the “# of pages” and “Dates” of the successful offer attachments.

Solicitation No: FA8823-19-R-0005 pg. 34 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

5.1.11. Section K - Representations, Certifications, and Other Statements of Offerors The Offeror shall complete all of the representations, certifications, and statements required by Section K. To avoid inconsistency with the Offeror’s proposed Section J, Attachment 7 “Rights in Data”, the Government requests the Offeror to complete Section K, DFARS 252.227-7017(d) with the statement “See MOSSAIC Section J, Attachment 7” and sign the certification. Section K will be incorporated in the resultant contract by reference. 5.1.12. Exhibit A: Contract Data Requirements List In each DD Form 1423, the Offeror shall provide the information necessary in Block F, Contractor. Offerors are not required to complete Blocks 17 and 18. The Offeror shall propose the document exactly as included in Exhibit A to the solicitation. This exhibit will be incorporated into the resultant contract exactly as issued in the solicitation. 5.1.13. Attachment 1: Performance Work Statement (PWS) A PWS is provided in Attachment 1 to the solicitation. This PWS represents the Government’s requirements for MOSSAIC. The Offeror shall use the provided PWS when developing the proposed approach. This attachment will be incorporated into the resultant contract exactly as issued in the solicitation. 5.1.14. Attachment 2: GEODSS Upgrade TMRR Statement of Work (SOW) A GEODSS Upgrade TMRR Statement of Work (SOW) is provided in Attachment 2 to the solicitation. This SOW represents the Government’s requirements for MOSSAIC. The Offeror shall use the SOW when developing the proposed approach. This attachment will be incorporated into the resultant contract exactly as issued in the solicitation. 5.1.15. Attachment 3: GEODSS Upgrade EMD SOW A GEODSS Upgrade EMD SOW is provided in Attachment 3 to the solicitation. This SOW represents the Government’s requirements for MOSSAIC. The Offeror shall use the provided SOW when developing the proposed approach. This attachment will be incorporated into the resultant contract exactly as issued in the solicitation. 5.1.16. Attachment 4: Work Breakdown Structure (WBS) The WBS is provided in Attachment 4 to the solicitation. The Offeror cannot change the WBS except they may “extend” the WBS into a CWBS “below” the level provided. The Offeror should submit their proposed CWBS as Volume IV, Attachment 4. The WBS provided is for proposal purposes only. The execution WBS will be jointly developed with the MOSSAIC contractor after award. 5.1.17. Attachment 5: Contract Security Classification Specification (DD 254) The DD Form 254, Contract Security Classification Specification, is provided as Attachment 5 to the solicitation. The Offeror shall fill in blocks 6a, 6b, 6c, 7a, 7b, 7c, 8a, 8b, and 8c; and submit the document as Volume IV, Attachment 5 which will become part of the contract upon contract award. Where an “*” is shown, fill in with the appropriate information.

Solicitation No: FA8823-19-R-0005 pg. 35 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

5.1.18. Attachment 6: Incentive Plan The Incentive Plan is provided as Attachment 6 to the solicitation. The Offeror is not required to provide an input to this section. The Offeror shall propose the document exactly as stated in Attachment 6 to the solicitation. This attachment will be incorporated into the resultant contract exactly as issued in the solicitation. 5.1.19. Attachment 7: Rights In Data 5.1.19.1 Instructions: The Offeror shall complete fill-ins under Attachment 7 to the solicitation, in accordance with the following instructions, and submit as part of Attachment 7 to Volume IV, which will become part of the contract upon contract award. Existing software (identified in Sec L Annex D) and other GFP/GFE/GFI is not to be included in Attachment 7 requirements. For Rights in Data, the Offeror shall: 5.1.19.1.1 Complete the Section K provision entitled “Identification and Assertion of Use, Release, or Disclosure Restrictions” (DFARS 252.227-7017) by inserting the phrase “See MOSSAIC Section J, Attachment 7” and signing the certificate. 5.1.19.1.2 Complete Table 1a in MOSSAIC Attachment 7 in the following manner: 5.1.19.1.2.1 With regard to items of noncommercial technical data, computer software or computer software documentation associated with cells in Column 3 labeled as “Unlimited”, fill-in “Unlimited” in the corresponding cell of column 4. However, if the Offeror is not willing to sell Unlimited Rights to an item labeled as such in column 3, the Offeror shall assert the rights it is willing to sell in column 4. 5.1.19.1.2.2 With regard to items of noncommercial technical data, computer software or computer software documentation associated with cells in Column 3 labeled as “Government purpose” insert either “Government Purpose” or “Unlimited” in the corresponding cell of column 4. However, if the Offeror is not willing to sell Government Purpose Rights to an item, the Offeror shall assert the rights it is willing to sell in column 4. 5.1.19.1.2.3 Insert a cost into each cell in column 5 for those items of data for which the Offeror’s asserted rights in column 4 are less than the Government Minimum Asserted Rights in column 3. This cost shall include all costs necessary, including changes in technical approach, to make the data available as specified in column 3. The Government notes that it is entitled to Unlimited Rights in technical data and computer software associated with certain items delivered under this contract in certain situations, even where those items were not developed exclusively with Government funding (see DFARS 252.227-7013(b)(1)(ii, iv-ix) and DFARS 252.227- 7014(b)(1)(ii-vi). 5.1.19.1.3 With respect to Table 1b, Offerors shall identify any other Noncommercial Technical Data, Computer Software and Computer Software Documentation that they propose to use in the execution of this contract that is not already specifically identified elsewhere in Attachment 7 or in Annex D of Section L. Offerors shall complete Columns 1, 2, 3 and 4 for each identified addition. 5.1.19.1.4 With respect to Table 2, Offerors shall identify any other Commercial Technical Data, Computer Software and Computer Software Documentation that they propose to use in the execution of this contract that is not already specifically identified elsewhere in Attachment 7 or in

Solicitation No: FA8823-19-R-0005 pg. 36 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

Annex D of Section L. Offerors shall complete Columns 1, 2, 3 and 4 for each identified addition. Complete Table 2 of Attachment 7 as follows: 5.1.19.1.4.1 In Column 1 of Table 2, identify the Vendor Name and the Technical Data being provided. 5.1.19.1.4.2 In Column 2 of Table 2, identify the number of unit licenses to be provided. 5.1.19.1.4.3 In Column 3 of Table 2, provide the vendor’s assigned license tracking number identifying the specific license for this data/software to be incorporated into the contract for configuration management during contract administration. For proposal purposes, this may remain blank; to be filled in upon contract award. 5.1.19.1.4.4 In Column 4 of Table 2, provide the estimated cost to obtain and provide the required license for the data/software item. 5.1.19.1.5 Complete Table 3 in Attachment 7 in the following manner: 5.1.19.1.5.1 With regard to Rights in Delivered Cost/Financial/Schedule Data associated with cells in Column 3 labeled as “SLRC-A”, fill-in “SLRC-A” in the corresponding cell of Column 4. However, if the Offeror is not willing to sell SLRC-A rights to an item labeled as such in Column 3, the Offeror shall assert the rights it is willing to sell in Column 4. 5.1.19.1.5.2 Insert a cost into each cell in Column 5 for those items of data for which the Offeror’s asserted rights in Column 4 are less than the Government Minimum Asserted Rights in Column 3. This cost shall include all costs necessary, including changes in technical approach, to make the data available as specified in Column 3. 5.1.20. Attachment 8: Section L “Instructions, Conditions, and Notices to Offerors” Section L is an RFP attachment only that will not become part of the resulting contract. The Offeror is required to comply with Section L in developing and submitting proposal. The Offeror is not required to provide an input to or return this Attachment as part of offer. 5.1.21. Attachment 9: Section M “Evaluation Factors for Award” Section M is an RFP attachment only that will not become part of the resulting contract. The Offeror is not required to provide an input to or return this Attachment as part of offer. 5.1.22. Attachment 10: Government Furnished Property (GFP) List The Offeror is not required to provide an input to this section. The Offeror shall propose the document exactly as included in Attachment 10 to the solicitation. This attachment will be incorporated into the resultant contract exactly as issued in the solicitation. 5.1.23. Attachment 11: Price Template The Price Template is provided as an RFP attachment only that will not become part of the resulting contract. The Offeror is required to comply with Section L paragraph 4.2.2 in completing and submitting the Offeror’s Price Template as Attachment PC1 to the Offeror’s Cost Volume.

Solicitation No: FA8823-19-R-0005 pg. 37 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

5.1.24. Attachment 12: Reserved 5.1.25. Attachment 13: Organizational Conflict of Interest (OCI) Disclosure and Analysis Form and Checklist 5.1.25.1 In accordance with FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest, the Contracting Officer has analyzed the planned acquisition and determined there is an actual or potential Organizational Conflict of Interest (OCI) situation with respect to this solicitation related to concurrent performance of MOSSAIC contract requirements and the requirements in the Space Logistics Infrastructure Support Services (SLISS) Contract (Contract FA8823-13-C-0013; currently performed by Infinity Systems Engineering, LLC.), the PEO Space & Space Superiority Systems Ground Based Space Surveillance Systems (GBSS) Sensor Support Services (S3) Contract (Contract FA8823-18-F-1001; currently performed by Odyssey Systems Consulting Group, LTD with the Tech 7 Company as a subcontractor), the Space Superiority Systems Directorate (SMC/SY) Acquisition and Financial Support (SAFS) Contract (Contract FA8819-18-F-0001; currently performed by Tecolote Research, Inc.), and the SMC/SY Specialized Acquisition & Operations Security Support (SAOSS) Contract (Contract FA8819-18- C-1001; currently performed by ManTech Advanced Systems International, Inc.). The PCO has determined the OCIs related to concurrent performance of MOSSAIC contract requirements and the requirements in the S3, SAFS, and SAOSS contracts must be avoided. Performance on the MOSSAIC contract by any Contractor (or Subcontractors) performing on these contracts is prohibited by restrictions included in the S3, SAFS, and SAOSS contracts. The PCO has determined there are significant potential unequal access to information OCIs related to concurrent performance of MOSSAIC contract requirements and SLISS contract requirements. Any Offeror that includes the SLISS contractor (currently Infinity Systems Engineering, LLC) as an Associate Organization in their proposed team for this solicitation must specifically describe in detail the specific techniques the Offeror intends to use to mitigate the significant potential OCIs in its proposed OCI Mitigation Plan (Contract Documentation Volume Attachment 17). 5.1.25.2 In addition, the Offeror shall perform its own OCI analysis and submit the results of that analysis as part of its proposal. Specifically, the Offeror shall analyze the planned acquisition for actual or potential OCI situations associated with its or any of its teammate’s or subcontractor’s performance under any contract it or any of its teammates or subcontractors has been or may be awarded by any federal agency or other entity. The Offeror shall describe in detail the methodology used to identify actual or potential OCI issues. If the Offeror identifies any actual or potential OCIs with respect to the performance of itself or its subcontractors or teammates, the Offeror shall provide an Organizational Conflict of Interest (OCI) Mitigation Plan to be incorporated as an attachment to any resulting contract. At a minimum, the plan shall address all of the items identified in SMC’s OCI Mitigation Plan Checklist provided as an attachment to this solicitation. Any proposed avoidance or mitigation techniques shall be consistent with FAR 9.5 and the most recent decisions of the Government Accountability Office and the U.S. Court of Federal Claims. 5.1.25.3 The OCI Disclosure and Analysis Form and Checklist is an RFP attachment only that will not become part of the resulting contract. This attachment is utilized by the Offeror in preparing and submitting an OCI Mitigation Plan as Contract Documentation Volume Attachment 17, as

Solicitation No: FA8823-19-R-0005 pg. 38 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1 applicable IAW AFFARS 5352.209-9000, which will become part of the contract upon contract award. The proposed OCI Mitigation Plan shall: 5.1.25.3.1 Include the completed SMC Organizational Conflict of Interest Mitigation Plan Checklist (November 2013). 5.1.25.3.2 Describe in detail any potential OCIs which the Offeror is aware of associated with the performance of any of its associate organizations under any contract the Offeror or any of its divisions, affiliates, and associates has been, or may be, awarded by any federal agency or any other entity whose performance may create an OCI if awarded the MOSSAIC contract. 5.1.25.3.3 Describe in detail the methodology the Offeror used to identify those potential OCI issues in paragraph 5.1.25.3.2 above. 5.1.25.3.4 Describe in detail the specific techniques the Offeror intends to use to mitigate each potential OCI identified in its proposed OCI Mitigation Plan. 5.1.25.4 If award is made to the Offeror, the resulting contract may include an organizational conflict of interest limitation applicable to subsequent Government work, at either a prime contract level, at any subcontract tier, or both. During evaluation of proposals, the Government may, after discussions with the Offeror and consideration of ways to mitigate or avoid identified actual or potential conflicts of interest, insert a clause or term and condition in the resulting contract which disqualifies the Offeror from further consideration for award of future contracts. 5.1.25.5 Resolution of OCI issues are treated in a manner similar to the Contracting Officer’s contractor responsibility determination. Any exchanges necessary to resolve OCI issues shall not be considered discussions. As such, the Contracting Officer may issue Evaluation Notices to the Offeror prior to any decision to enter into discussions in order to resolve questions or concerns with the Offeror’s OCI analysis or mitigation plan. 5.1.26. Attachment 14: Reserved 5.1.27. Attachment 15: BOE Template BOE Template is an RFP attachment only that will not become part of the resulting contract. This template is to be utilized by the Offeror in conjunction with Section L paragraph 4.2.3 in preparing and submitting the Offeror’s BOE Cost/Price Volume BOE Attachments, PC3, PC4 PC5 and PC6). 5.1.28. Attachment 16: Small Business Commitment Document (SBPCD) 5.1.29. Attachment 17: OCI Mitigation Plan As instructed in Section L paragraph 5.1.25, if applicable, the Offeror shall complete and submit the OCI Mitigation Plan. This attachment (if acceptable) will be incorporated into the resultant contract upon contract award. 5.1.30. Attachment 18: Small Business Subcontracting Plan Each Offeror shall submit a Small Business Subcontracting Plan IAW FAR 52.219-9 or a Comprehensive Subcontracting Plan (CSP) IAW DFARS 219.702. The Small Business Subcontracting Plan and/or CSP will be added to the model contract. The requirement to submit a subcontracting plan is not applicable to small business Offerors.

Solicitation No: FA8823-19-R-0005 pg. 39 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

In addition to the content requirements specified in the FAR 52.219-9 and DFARS 219.702, plans shall include the following: • Small Business subcontracting goals will be expressed in terms of percent of contract value in addition to percent of subcontracted amount. • A statement that block 15 of the Individual Subcontract Report and Summary Subcontract Report will contain the e-mail addresses of both the PCO and the Space and Missile Systems Center (SMC) Office of Small Business Programs ([email protected]). (Not applicable to Offerors participating in the DoD Comprehensive Subcontracting Plan Test Program.) • A description of the process the prime Offeror will use to ensure timely and accurate small business subcontract reporting in the Electronic Subcontracting Reporting System (eSRS) IAW FAR 52.219-9. (Not applicable to Offerors participating in the DoD Comprehensive Subcontracting Plan Test Program.) In the event the Offeror has negotiated a comprehensive subcontracting plan pursuant to DFARS 219.702, the Offeror is to submit the most current DCMA approved Comprehensive Subcontracting Plan. The Small Business Subcontracting Plan shall be incorporated as Attachment 18 in the resultant contract. 5.1.31. Attachment 19: System Modification BOE IAW Section L Paragraphs 4.2.3 and 5.1.27, the Offeror shall submit system modification BOEs as part of Volume III, Attachment PC4, which will be incorporated in the resultant contract. 5.1.32. Attachment 20: Software Version Release (SVR) Execution Instructions The Offeror is not required to provide an input to this section. The Offeror shall propose the document exactly as included in the solicitation. This attachment will be incorporated into the resultant contract exactly as issued in the solicitation. 5.2. Other Information Required 5.2.1. Authorized Offeror Personnel The Offeror shall provide the name, title, telephone number, and email address of the company/division point of contact regarding decisions made with respect to its proposal, and who is authorized to obligate the company contractually. 5.2.2. Government Offices The Offeror shall provide the mailing address, email address, telephone number, and facility codes for the cognizant Defense Contract Management Agency (DCMA) Defense Contract Audit Agency (DCAA), and Government Paying Office. The Offeror shall also provide the name, telephone number, and email address for the Administrative Contracting Officer (ACO). 5.2.3. Company Address, Identifying Codes, and Applicable Designations Provide Company street address, county and facility code; CAGE code; DUNS code; TIN; size of business (large or small); and labor surplus area designation. This same information must be provided if the work for this contract will be performed at any other location(s). List all locations

Solicitation No: FA8823-19-R-0005 pg. 40 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1 where work is to be performed and indicate whether a facility is an associate organization facility, and the percentage of work to be performed at each location. 5.2.4. Professional Employee Compensation Plan The professional employee compensation plan required by FAR 52.222-46 shall be submitted as a part of Volume IV. The plan shall set forth salaries and fringe benefits proposed for professional employees and include supporting information to enable the Government to review the proposed salaries and fringe benefits in accordance with FAR 52.222-46. Note: As per FAR 22.103, compensation plans shall be provided for prime and associate organizations when their contract or subcontract is expected to exceed $700,000 and the services to be provided will require a meaningful number of professional employees. Associate organizations shall submit unsanitized compensation plans directly to the Government. Early submittal is highly encouraged so Offerors can ensure all mandatory proposal elements are delivered on or before the date/time and to the location, as specified in Section L paragraph 1.7. However, if a populated joint venture is formed (a joint venture in which the employees are employed by the joint venture itself and not by any individual joint venture partner), the joint venture must submit the total compensation plan for the joint venture. If an unpopulated joint venture is formed, each individual joint venture partner must submit its own total compensation plan.

Solicitation No: FA8823-19-R-0005 pg. 41 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

ANNEX A: Software Version Release (SVR) Scenario The SVR scenario referenced in 4.2.3.3.3 is provided below. The SVR scenario represents the total annual effort for a single SVR for MOSSAIC systems, not necessarily the number of annual operational releases. For sensor systems, Offerors shall assume a single operational release per annual system SVR (e.g., for Eglin SVR baseline BOEs). For C2 systems (e.g., DSC2-D), Offerors shall assume two (2) operational releases per annual system SVR. All SVRs have a 12-month Period of Performance and a start date of 1 March in each Sustainment Services Option Year. Where hours are specified in the scenario, the Offeror should use those “total” hours, but must identify how those hours are allocated to proposed labor categories and skill levels in the BOEs IAW Section L, paragraph 4.2.3, and how those “total” hours are allocated between the Prime and Associate Organizations. Where hours are not specified, the Offeror shall develop BOEs to execute the PWS requirements for a SVR of the size defined by the scenario. Where material, travel, license, and/or ODC costs are provided for the OY1 SVR, Offerors should assume these to be totals for the effort and should allocate the costs to the Prime and Associate Organizations as appropriate. Offerors should escalate the provided costs for SVRs in subsequent years, as appropriate. The SVR scenario parameters Year 1 Eglin SVR are defined below.

Program Management Offeror bids per SW PMP size, other provided parameters, and PWS requirements

SW Labor 5000 Software Engineering Hours

Software Integration Hours included in SW Labor

System IATC Offeror bids per SW PMP size, other provided parameters, and PWS requirements

System Engineering Offeror bids per SW PMP size, other provided parameters, and PWS requirements

Security Engineering Offeror bids per SW PMP size, other • Assume new operating systems and/or provided parameters, and PWS application software are included in SVR requirements that require cybersecurity analysis, testing, and accreditation • No change to system accreditation boundary

Solicitation No: FA8823-19-R-0005 pg. 42 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Test Offeror bids per SW PMP size, other • No OT Required provided parameters, and PWS • 1 week DT&E per release requirements • Support to ICE required (2 days/release) • Support to Trial Period required (2 weeks/ release)

Training 200 Hours • Includes training material development and training execution

Data Offeror bids per SW PMP size, other • Change doesn’t impact external Interface provided parameters, and PWS Control Document (ICD) requirements • B-Spec changes; No change to A-Spec • 2 TOs updated (40 total pages updated with 10 legacy figures that must be modified; assume digital modifiable media) • 5 legacy drawings updated with 25% change (assume digital modifiable files)

Peculiar Support None required Equipment

Site Operational Offeror bids per SW PMP size, other • For Eglin SVR; single site Activation provided parameters, and PWS • For other system SVRs, adjust based on requirements the number of sites and locations

Material $40K (direct cost) • Not fee bearing

Licenses $25K (direct cost) • Not fee bearing

ODCs $8K (direct cost) • Not fee bearing

Travel Offeror bids per SW PMP size, other • Not fee bearing provided parameters, and PWS requirements

Solicitation No: FA8823-19-R-0005 pg. 43 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

ANNEX B: Prime Mission Product (PMP) Modification Scenario Offerors will propose a fully burdened target cost and target fee (price) to for a single unit of Prime Mission Product (PMP) starting in 2020. Note: all PMP modifications will be fully funded in the GFY that each modification is awarded, as they are non-severable tasks. This proposed price is the PMP rate for GFY 2020. Offerors will also propose an annual PMP rate (total proposed modification price by GFY) for GFY’s 2021 through 2028. The 2021 through 2028 prices may be escalated for labor rate increases consistent with the proposed labor rate, by CFY, tables. Non-labor costs identified in the scenario below for 2020 may be escalated as proposed for CFY’s 2021 through 2028. These 9 annual PMP rates will be averaged to determine an average PMP rate and then multiplied by 86 units of PMP to define the modification CLIN value. This total modification CLIN value will be evaluated as part of the TEP during the source selection IAW Sections L and M. The system modification scenario referenced in 4.2.3.3.4 is provided below. The system modification scenario is representative of an average system modification and represents the effort required to deliver one unit of PMP. The system modification parameters are defined below: Description: System modification to replace a single obsolete Line Replaceable Unit (LRU) with Commercial-Off-The-Shelf (COTS) equivalent, modifying the software (SW) as necessary to run on the new hardware (HW), and integrating with legacy system equipment. All System Modifications have an 18-month Period of Performance and a start date of 1 March in each GFY. Where hours are specified in the scenario, the Offeror should use those “total” hours, but must identify how those hours are allocated to proposed labor categories and skill levels in the BOEs IAW Section L, paragraph 4.2.3; and how those “total” hours are allocated between the Prime and Associate Organizations. Where hours are not specified, the Offeror shall develop BOEs to execute the PWS requirements for a single system modification of the size defined by the scenario. Where material, travel, license, and/or ODC costs are provided for the scenario modification, Offerors should assume these to be totals for the effort and should allocate the costs to the Prime and Associate Organizations as appropriate. Offerors should escalate the provided costs for modifications in subsequent years, as appropriate. The GFY 2020 modification scenario parameters for delivery of a single modification (1 unit of PMP) are defined below.

Solicitation No: FA8823-19-R-0005 pg. 44 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

Program Management Offeror bids per PMP size, other provided parameters, and PWS requirements Hardware Labor 4000 Hardware Engineering hours Hardware Material $850K (Direct Cost) Material is fee bearing for modifications Hardware Integration Included in Hardware Labor SW Labor 4500 Software Engineering Hours Software Integration Hours included in SW Labor Subsystem Integration 1500 Engineering Hours (HW and SW) System IATC Offeror bids per PMP size, other provided parameters, and PWS requirements System Engineering Offeror bids per PMP size, other provided parameters, and PWS requirements Security Engineering Offeror bids per PMP size, other • Assume new hardware, operating systems, provided parameters, and PWS and/or application software are included in requirements modification that require cybersecurity analysis, testing, and accreditation • No change to system accreditation boundary System Test Offeror bids per PMP size, other • No OT Required provided parameters, and PWS • 2 week DT&E per release requirements • Support to ICE required (5 days) • Support to Trial Period required (30 days) Training 200 Hours • Includes training material development and training execution Data Offeror bids per PMP size, other • Change doesn’t impact external Interface provided parameters, and PWS Control Document (ICD) requirements • B-Spec changes; No change to A-Spec • 2 TOs updated (120 total pages updated with 10 legacy figures that must be modified; assume digital modifiable media) • 10 legacy drawings updated with 5@25% change and 5 @ 50% change (assume digital modifiable files) Peculiar Support None required Equipment Site Operational Offeror bids per PMP size, other • 2 CONUS Operational Sites Activation provided parameters, and PWS requirements Licenses $25K (Direct Cost) • Not fee bearing ODCs $25K (Direct Cost) • Not fee bearing Travel $120K (Direct Cost) • Not fee bearing

Solicitation No: FA8823-19-R-0005 pg. 45 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

ANNEX C: GEODSS Upgrade BOE Assumptions Where material, license, ODC, and/or construction cost assumptions are provided for the GEODSS Upgrade, Offerors should assume these to be totals for the TMRR and/or EMD efforts (as indicated below) and should allocate the costs to Prime and Associate Organizations as appropriate. Offerors should also allocate the costs to Contractor and Government Fiscal Years IAW Section L 4.2.2 instructions, as appropriate to meet the requirements in the GEODSS Upgrade TMRR and EMD SOWs. Provided cost assumptions need not be further allocated or itemized in the BOEs. Fee shall not be added to Travel, License, or ODC costs in the GEODSS Upgrade TMRR and EMD CLINs (they are not fee bearing). Technology Maturation and Risk Reduction (TMRR) Phase -- Offerors shall assume the following for the TMRR BOE development: Offerors should assume all TMRR equipment, software, and information from the first phase of TMRR (pre-MOSSAIC) will be made available at contract award during the transition process to include: 1. GEODSS Enhanced Towers (GET) – Prototype hardware (camera, control computers, data reduction computers); – Prototype software (SRT data reduction, GEODSS interface); and – Optical system modification specifications and design. 2. Advanced Technology Sensor (ATS) – Prototype camera control, data reduction, and user interface software; – Prototype camera design through CDR; and – Telescope specification developed during TMRR. Offerors should assume the current inventory (telescopes, mounts, etc.) is available to support the GBOSS upgrade. Offerors should assume long-lead materials that will be ordered in TMRR (e.g., cameras needed early to support Engineering Manufacturing and Development (EMD) efforts, optical glass blanks for new telescopes) will be $10M (Direct Cost) for the purpose of BOE development. Offerors should assume $25K (Direct Cost) for licenses and/or subscriptions and $100K (Direct Cost) for ODCs for the purpose of TMRR BOE development. All currently available information on the current GEODSS system baseline is included in the Bidders Library. The two SOWs that are executing the non-MOSSAIC TMRR effort are also included in the Bidders Library. EMD Phase -- Offerors should assume the following for EMD BOE development: EMD BOE development shall be IAW Section L, paragraph 4.2.3., and based on the following assumptions: All assumptions (except for provided material, ODC, and license costs) from TMRR section above also apply to EMD.

Solicitation No: FA8823-19-R-0005 pg. 46 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

Offerors should also assume: 1. GET – Andor Balor back-side illuminated sCMOS camera or camera of ≥ performance will be used; – Optical modifications prototyped by the Government during TMRR will be used; – All prototype hardware and software from TMRR will not be fully documented or operationalized; – New GET telescopes shall be Form, Fit, Function compatible with existing GEODSS 1 meter telescopes and compatible with existing mounts, etc.; 2. ATS – ATS Tower will be loosely coupled with GEODSS; o Tasking flows GEODSS  ATS, products (metrics, photometry) flow ATS  GEODSS; and o ATS has a stand-alone operator interface; – Telescope will be ~ 1.5m, optimized for ATS; – Mount and mount control system performance requirements will be same as current GEODSS mount and mount control system performance. ATS mount size will likely be different given larger telescope size. – Contractor will develop a custom camera based on the GFE design; and 3. Facilities – In the EMD phase, Offerors should assume $33M total (direct cost) for facility related site preparation and construction labor and materials for all new facilities. No construction costs are anticipated in TMRR. For site survey/analysis and facility design labor (including Associate Organization efforts) shall be estimated and proposed by the Offerors in the TMRR and EMD CLINs as appropriate to meet the requirements in the TMRR and EMD SOWs. – Offerors should assume Government will negotiate and secure agreements with host countries for new sites in Europe and Pacific, and site preparation and construction timelines will support operational need dates. – For the purpose of BOE development, Offerors should assume the following locations for new and/or modified facilities: (a) Europe Site (complete facility): Sierra Nevada Observatory, Grenada, Spain; 37 05 51N, 03 23 05W; 9501 feet altitude. (b) Pacific Site (complete facility): Siding Spring Observatory, New South Wales, Australia; 31 16 30S, 149 04 07E; 3822 feet altitude. (c) WSMR Site (one new sensor tower): existing GEODSS site, White Sands Missile Range (WSMR), Socorro, New Mexico. Offerors should also assume GET will require software changes to support integration of the new camera and the lose coupling of the new ATS based sensor. There are expected impacts to system CSCIs (the Data Processing Software (DPS) and Sensor Controller Software (SCS), as well as impacts to the Electro-optical Sensor Simulator (ESS) software that supports software testing in

Solicitation No: FA8823-19-R-0005 pg. 47 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1 the SIL. The ESS software is not operational software and requires significantly less testing and documentation. The Offerors should assume the following software effort will be required for the purpose of BOE development. Software ESLOC* DPS SW 28,200 SCS SW 27,900 ESS SW 4,200 Operational ATS and GET camera 23,500 control and data processing software Total 83,800 *Equivalent Software Lines of Code Offerors should assume $30M (direct cost) for all materials (which will be fee bearing) to be purchased under EMD and $8M (direct cost) for all spares (which will be fee bearing) to be purchased under EMD. Offerors should assume required licenses and/or subscriptions are $400K (Direct Cost) for EMD and ODCs are $1.7M (Direct Cost) for EMD. Offerors shall propose travel as required to execute the proposed GEODSS Upgrade EMD strategy. Travel, license, and ODC costs are not fee bearing. Offerors should assume the following strategy/approach for developmental test and evaluation (DT&E), operational test and evaluation (OT&E), including force development evaluation, operational utility evaluation, operational assessment, trial period, and operational acceptance: • For GET WSMR – 1 Month DT&E (Lead Development Test Organization) – 1 Week – Correction of Deficiencies – 1 Month support to Force Development Evaluation (FDE) – Trial Period Review Panel (TPRP) – 45 Day Trial Period • For GET Europe – 1 Month DT&E – 1 Week – Correction of Deficiencies – 1 Month Operational Utility Evaluation (OUE)/Operational Assessment (OA) Support – TPRP – 45 Day Trial Period • For GET Pacific – 1 Month DT&E – 1 Week – Correction of Deficiencies – 1 Month OUE/OA Support – TPRP – 45 Day Trial Period

Solicitation No: FA8823-19-R-0005 pg. 48 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

• For GET Maui – 2 Week DT&E – 1 Week – Correction of Deficiencies – 2 Weeks OUE/OA Support – TPRP – 30 Day Trial Period • For ATS WSMR – 1 Month DT&E (Lead Development Test Organization) – 1 Week – Correction of Deficiencies – 1 Month Force Development Evaluation Support – Trial Period Review Panel (TPRP) – 45 Day Trial Period • For ATS Europe – 2 Week DT&E – 1 Week – Correction of Deficiencies – 2 Weeks OUE/OA Support – TPRP – 30 Day Trial Period • For ATS Pacific – 2 Week DT&E – 1 Week – Correction of Deficiencies – 2 Weeks OUE/OA Support – TPRP – 30 Day Trial Period

Solicitation No: FA8823-19-R-0005 pg. 49 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

ANNEX D: Software License and Maintenance Agreement Listing

System Software Version Type Due Date License Qty Justification C2 HW - IBM Server 3/3/2019 15 IBM Workstations needed to support DSC2-D Ops Center. C2 Veeam Backup & Replication Individual 4/1/2019 4 Urgent requirement for the C2 NDPP SMBL. Enterprise Plus Material and SW required to be on hand by end of April. C2 VMware vSan 6 Individual 4/24/2019 8 SW required for DCF equipment for ISSA Project. Required date is April 30th. C2 VMware vSan 6 Individual 4/24/2019 8 SW required for DCF equipment for ISSA Project. Required date is April 30th. C2 VMware vSphere 6 with Operations Individual 5/1/2019 8 SW required for DCF equipment for ISSA Project. Management Enterprise Required date is April 30th. Plus C2 Cisco Firepower Management Individual 5/1/2019 2 SW required for DCF equipment. Required date is Center Virtual April 30th. C2 VMware NSX Advanced Individual 5/1/2019 8 SW required for DCF equipment for ISSA Project. Required date is April 30th. C2 VMware Fusion 10 Individual 5/8/2019 1 Virtualization software required to develop SSA-DL components across multiple VMs. C2 Dell Precision 7520 XGA Type C Individual 6/1/2019 1 Required to host the DISA ACAS software (Cyber stuff). This will end up being a classified system once connected to the customer network at VAFB. C2 Dell Precision 5820 Individual 6/1/2019 5 Required for the NDPP Tech Refresh – SysAdmin Workstations. C2 Red Hat Individual 6/27/2019 2 Licenses required to operate and receive support Enterprise for Red Hat Enterprise Linux installations for ACAS. C2 Dell 23" Monitor Model Individual 6/29/2019 3 Part of NDPP SDS Decoupling E2318H C2 Dell Precision Tower 3420 Individual 6/29/2019 1 Part of NDPP SDS Decoupling

Solicitation No: FA8823-19-R-0005 pg. 50 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification C2 CORE Spectrum Individual 6/30/2019 2 Software package needed to support system Engineering at DSC2 to manage requirements, strategic planning and verification/validation activities. C2 Red Hat Linux Server Standard Individual 7/1/2019 80 Red Hat Enterprise Linux support licenses required Enterprise to support JSpOC Mission System (JMS) operating systems. C2 Dell Precision 3620 Individual 7/1/2019 5 Required for the DCF Rack Mod project C2 Understand 3.0 Individual 7/15/2019 2 Used for MPS and System Engineering source code analysis. Need both license renewals to coincide on the same date. Renewal of PR 41401. C2 Crucible Individual 8/8/2019 1 Renewal of License subscription required for support of the NDPP project. C2 FishEye Individual 8/8/2019 1 Renewal of License subscription required for support of the NDPP project. C2 Red Hat Linux Server Standard Individual 8/28/2019 6 Renewal for NDPP's Red Hat subscriptions are Enterprise expiring at the end of August 2018. C2 HP - Proliant Server 8/31/2019 1 Required for support of the NDPP project. C2 VMware Support Contract Individual 9/5/2019 4 Required for support of the NDPP project. C2 VMware Support/Subscription for 1 Individual 9/5/2019 1 Required for support of the NDPP project. Year C2 Red Hat Linux for Virtual Individual 9/24/2019 12 Red Hat SW in support of DSC2-D ISSA Enterprise Datacenters - Standard Procurement - CFE. C2 Red Hat Linux Server Standard Individual 10/8/2019 25 Required in support of the NDPP Tech Refresh Enterprise effort C2 Red Hat Developers Suite Individual 10/8/2019 50 Required in support of the NDPP Tech Refresh Enterprise effort C2 DbVisualizer Pro Individual 10/9/2019 5 Required in support of the NDPP Tech Refresh effort C2 Veeam Backup & Replication Individual 10/22/2019 24 Required in support of the NDPP Tech Refresh Enterprise Plus effort C2 Power 795 Power 795 Server Server 10/23/2019 4 This is a requirement to support the MPS upgrades Server to support Space Fence

Solicitation No: FA8823-19-R-0005 pg. 51 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification C2 Power 795 Power 795 Server Software Server 10/23/2019 4 This is a requirement to support the MPS upgrades Server to support Space Fence C2 Altova XML Spy Professional 2018 Individual 10/26/2019 1 Required in support of the NDPP Tech Refresh effort C2 Altova XML Spy Professional 2018 Individual 10/26/2019 2 Required in support of the NDPP Tech Refresh - Support & Maintenance effort C2 Altova XML Spy Professional 2018 Individual 10/26/2019 1 Required in support of the NDPP Tech Refresh - Support & Maintenance effort C2 Altova Mission Kit 2018 Individual 10/26/2019 2 Required in support of the NDPP Tech Refresh effort C2 MobaXterm Professional Edition Individual 10/30/2019 2 Required in support of the NDPP Tech Refresh effort C2 Windows MS Windows Server 2016 Server 10/30/2019 3 Required in support of the NDPP Tech Refresh effort C2 Virtual Desktop Individual 11/15/2019 50 Required in support of the NDPP Tech Refresh Access effort C2 Adobe Creative Individual 11/17/2019 1 Needed for KM Tool development Cloud C2 VMware Support Individual 11/19/2019 8 Required for NDPP's vXrail Nodes C2 Nagios XI Standard - Node Level of Individual 11/20/2019 1 Nagios Licenses required for SNMP Monitoring 200 C2 Nagios Network Analyzer Individual 11/20/2019 3 Nagios Licenses required for SNMP Monitoring C2 Nagios Phone Support - 10 Calls Individual 11/20/2019 1 Nagios Licenses required for SNMP Monitoring C2 Nagios XI Standard - Node Level of Individual 11/20/2019 2 Nagios Licenses required for SNMP Monitoring 50 C2 Adobe Creative Individual 11/20/2019 1 Needed for KM Tool development Cloud C2 VMware Workstation 15 Pro Individual 11/28/2019 15 Required for the SMBL Lab C2 VMware vSphere 6 Enterprise Plus Individual 11/29/2019 8 Required for NDPP's vXrail Nodes C2 Visual Studio Azure Virtual Machine Individual 12/6/2019 1 Required for use with Azure Virtual Machine to bridge subscription gap up through start of next billing cycle on 5 December.

Solicitation No: FA8823-19-R-0005 pg. 52 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification C2 UIM/X LINUX Individual 12/8/2019 1 Software support for ICS software tools, UIM/X, Replay Xcessory, Builder Xcessory. C2 UIM/X IBM Individual 12/9/2019 1 Software support for ICS software tools, UIM/X, Replay Xcessory, Builder Xcessory. C2 Red Hat Enterprise Linux 6.5 Individual 12/18/2019 2 For SDS testing in the NDPP TIL. Enterprise C2 Red Hat Enterprise Linux 7.3 Individual 12/18/2019 5 For SDS testing in the NDPP TIL. Enterprise C2 Veeam Backup Enterprise Version Individual 12/20/2019 12 For NDPP to provide a backup solution for the TIL. 9.X C2 TotalView Concurrent 12/24/2019 1 Annual renewal of the support and maintenance agreement for TotalView. This software is currently used in the operational system. C2 CM Vision Individual 12/31/2019 1 Currently required for MPS version release CM management and builds. Requires License key to function. C2 Cisco Service - Maintenance - 1 Server 12/31/2019 1 Urgent requirement for the completion of the Year Datacenter Common Framework (DCF) Rack Equipment Replacement/Installation Project. C2 LMDS 2.3 Individual 12/31/2019 2 LMDS® profiler automatically routes incoming messages to the right destinations. LMDS comes with tools that allow users to integrate profiling into messaging applications. Its templates for interfacing to message input and output functions can be adapted to any source or recipient, as needed. C2 HW - Protogate Dahlgren Server 12/31/2019 1 Annual renewal for Primary Communication/Translation Gateway for DSC2- D/MPS Protogate Protocol Library and SW maintenance Agreement. C2 Windows SQL server Server 12/31/2019 20 Required for direct support of the NDPP project: 1 for the TIL, 2 for TDF and 2 for Vandenberg. 4 each

Solicitation No: FA8823-19-R-0005 pg. 53 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification will be foe classified use, 1 each for unclassified use

C2 Builder Xcessory Individual 12/31/2019 6 Software support for ICS software tools, UIM/X, Replay Xcessory, Builder Xcessory. C2 Replay Xcessory Individual 12/31/2019 6 Software support for ICS software tools, UIM/X, Replay Xcessory, Builder Xcessory. C2 Red Hat Linux Server Entry Level Individual 1/7/2020 2 RHEL license required to build an ACAS machine. Enterprise C2 Dell Precision 7810 Individual 1/11/2020 2 Computers are for NDPP Server Support C2 AWS Individual 1/14/2020 1 AWS required to execute DevOps Integration & Studies C2 HW - Protogate GII Individual 1/28/2020 1 Items needed to support COMM upgrade. C2 Parallel Studio Fortran and C++ Individual 2/8/2020 1 Maintenance renewal for a compiler in support of XE Composer risk reduction activities on 15 DSC2-D SSA NTS Project, 15DSC2D0530-03 C2 HW - Protogate message switch Individual 2/19/2020 1 Item needed for COMM upgrade C2 McAfee virus scan enterprise linux Individual 2/21/2020 11 Renewal - licenses for C2CAL server C2 Red Hat Enterprise Linux 7.3 Individual 2/22/2020 3 For NDPP SDS Decoupling Effort Enterprise C2 Red Hat Enterprise Linux Standard Individual 2/23/2020 1 RHEL maintenance support renewal for the use of Enterprise ISSE Guard capability. C2 VMware vSan 6 Standard to vSan 6 Individual 2/24/2020 12 Required for the DCF Mod project. Need date is Enterprise for 1 processor 07/15/2018 C2 VMware Support/Subscription for 1 Individual 2/24/2020 12 Required for the DCF Mod project. Need date is Year 07/15/2018 C2 Service Elite Individual 2/29/2020 1 Renew IBM Service Elite Maintenance Agreement updates for HW/SW and Licenses to support all installed IBM equipment at DSC2-D in Dahlgren, VA C2 VMware Vsphere Operations Individual 3/6/2020 4 NDPP SDS Decoupling Effort Manager C2 VMware vRealize Operations 7 Individual 3/6/2020 4 NDPP SDS Decoupling Effort

Solicitation No: FA8823-19-R-0005 pg. 54 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification C2 Red Hat Linux Individual 10/5/2020 2 C2 ME Dell Tower for OPIR Enterprise C2 VideoStudio Enterprise Individual 12/1/2020 2 Needed for KM Tool development C2 HW - HP DL380 Server 2/2/2021 1 In support of NDPP SDS Decoupling Effort C2 Cisco Firepower Server 3/16/2021 4 ROM required for DCF equipment for ISSA Project C2 VMware vCenter Server 6 for Individual 4/5/2021 1 Urgent requirement for the C2 NDPP SMBL. vSphere 6 Material and SW required to be on hand by end of April. C2 VMware vSphere with Opertions Individual 4/5/2021 6 Urgent requirement for the C2 NDPP SMBL. Manager Enterprise Plus Material and SW required to be on hand by end of April. C2 VMware vSphere 6 with Operations Individual 4/26/2021 34 Required for the C2/NDPP Hardware Tech Refresh Mangement Enterprise Project Plus - 3 Years C2 VMware vSphere 6 with Operations Individual 4/26/2021 34 Required for the C2/NDPP Hardware Tech Refresh Management Enterprise Project Plus C2 VMware vSphere 6 with Operations Individual 4/26/2021 34 Required for the C2/NDPP Hardware Tech Refresh Management Enterprise Project Plus C2 VMware vSphere 6 with Operations Individual 4/26/2021 34 Required for the C2/NDPP Hardware Tech Refresh Mangement Enterprise Project Plus - 3 Years C2 VMware vSphere 6 with Operations Individual 5/1/2021 8 SW required for DCF equipment for ISSA Project. Mangement Enterprise Required date is April 30th. Plus - 3 Years C2 VMware NSX Advanced Support - 3 Individual 5/1/2021 8 SW required for DCF equipment for ISSA Project. Years Required date is April 30th. C2 Cisco Firepower Management Individual 5/1/2021 1 SW required for DCF equipment. Required date is Center Virtual VMWare - 3 April 30th. year Support C2 Dell PowerEdge Server R230 Server 7/1/2021 1 Equipment and material required for the C2 SMBL - Edge Firewall/Router Solution effort

Solicitation No: FA8823-19-R-0005 pg. 55 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification C2 VMware vSphere with Opertions Individual 1/8/2022 8 These will be added to an existing VXRail system Manager Enterprise Plus that already has 4 servers in the HW suite DSC2-D HW - IBM 8286 MDL 41A Server 3/28/2019 15 IBM Workstations needed to support DSC2-D Ops Center. DSC2-D HW - IBM E880C Individual 11/28/2019 35 IBM Hardware required to support DEVNET RDAM effort for future MPS SEV development. DSC2-D VMware vSphere Entperise Individual 11/28/2019 32 IBM Hardware required to support DEVNET RDAM effort for future MPS SEV development. DSC2-D HW - IBM E880C Individual 11/28/2019 35 IBM Hardware required to support DEVNET RDAM effort for future MPS SEV development. DSC2-D VMware Virtual SAN Individual 11/30/2019 16 Virtual SAN in support of DSC2-D ISSA Procurement DSC2-D VMware vSphere Entperise Individual 11/30/2019 16 VMware SW in support of DSC2-D ISSA Procurement DSC2-D VMware NSX Individual 11/30/2019 16 VMware SW in support of DSC2-D ISSA Procurement DSC2-D VMware vSphere Individual 12/12/2019 2 vCenter Server Support in support of DSC2-D ISSA Procurement DSC2-D HW - HP DL380 Individual 12/13/2019 8 HP HW in support of DSC2-D ISSA Procurement Supplier: DSC2-D Dell R630 Individual 2/21/2020 1 PMQ system capable of operating with classified data for C2 WS DSC2-D Dell R730xd Individual 2/21/2020 1 PMQ system capable of operating with classified data for C2 WS Eglin HW - Ostari 4410 spa Individual 1/19/2019 1 Adding HW related to the second H30 string reactivated in the SPA Eglin Dell Precision 3620 Individual 3/1/2019 1 Items needed for the SPA Enhancement project.

Solicitation No: FA8823-19-R-0005 pg. 56 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification Eglin Studio FX Subscription Individual 3/9/2019 1 Need latest version of Chart FX for test and production servers for rendering Charts in MetrixWorks. Need to renew Studio FX licensing for developers to upgrade charting functionality within application. This will resolve issues rendering charts on Windows 10 and through the VPN portal. ://www.softwarefx.com/sfxorder/pricing.aspx Eglin Studio FX Annual Subscription Individual 3/9/2019 3 Need latest version of Chart FX for test and production servers for rendering Charts in MetrixWorks. Need to renew Studio FX licensing for developers to upgrade charting functionality within application. This will resolve issues rendering charts on Windows 10 and through the VPN portal. https://www.softwarefx.com/sfxorder/pricing.aspx Eglin VxWorks PwrX Individual 3/17/2019 1 SW Required for the Beam Steer SBC Tech Refresh Eglin VMware Workstation 14 Player Individual 3/29/2019 1 Software needed for the Eglin IAO/ISSO laptop. Eglin Xilinx ISE XPA Bundle Site 3/31/2019 1 Required for 16C Beam Steer Tech Refresh Foundation development. Eglin Labview Standard Individual 4/24/2019 1 We need both of these service agreements in place to proceed with the Field Service Team project incorporating fixes to the TCMU. We are making a software release for the Transmitter Calibration and Monitor Unit (TCMU) at the Eglin radar. Both the NI Developer Suite and FPGA will be modified, so my understanding is software modifications can not be done legally unless the service/maintenance agreements are in place.

Solicitation No: FA8823-19-R-0005 pg. 57 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification Eglin Labview Developer Suite Individual 4/24/2019 1 We need both of these service agreements in place to proceed with the Field Service Team project incorporating fixes to the TCMU. We are making a software release for the Transmitter Calibration and Monitor Unit (TCMU) at the Eglin radar. Both the NI Developer Suite and FPGA will be modified, so my understanding is software modifications can not be done legally unless the service/maintenance agreements are in place. Eglin Office 2013 Standard Individual 4/30/2019 17 Need to rebuild the MCCAS system and current licenses have expired. Eglin Solidworks Subs. Service Renewal - 1 Individual 4/30/2019 1 This is a renewal of solid modeling software that is Year used for analysis of hardware systems. Eglin MATLAB GROUP Individual 5/1/2019 2 Required for sustainment work on Eglin, software that was defined in the project requirements as part of the Utility Suite that will be deployed both in the Local 4410 SPA and at the Eglin Site, and for BEEM Steer and LFM Eglin MATLAB GROUP Individual 5/1/2019 4 Required for sustainment work on Eglin, software that was defined in the project requirements as part of the Utility Suite that will be deployed both in the Local 4410 SPA and at the Eglin Site, and for BEEM Steer and LFM Eglin Red Hat Linux Extended Life Cycle Individual 5/6/2019 2 RHEL software that was defined in the project Enterprise requirements as part of the Utility Suite that will be deployed both in the Local 4410 SPA and at the Eglin Site. Operating System Software is required for installation on computers for 14-1 Eglin IA Software Recovery Kit Project This software is needed for the RDA&M project. Eglin Red Hat Server Premium (1-2 Individual 5/6/2019 2 Red Hat - Maintenance Renewal - CY18 - Eglin Enterprise Sockets) Eglin Red Hat Linux Server with Premium Individual 5/6/2019 2 Red Hat - Maintenance Renewal - CY18 - Eglin Enterprise (Physical or Virtual Nodes)

Solicitation No: FA8823-19-R-0005 pg. 58 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification Eglin Red Hat Linux Server Standard Individual 5/6/2019 1 Red Hat - Maintenance Renewal - CY18 - Eglin Enterprise Eglin Red Hat Linux Server Standard Individual 5/20/2019 1 License required to run ACAS suite Enterprise Eglin McAfee Individual 5/23/2019 1 Need to rebuild the MCCAS system and current licenses have expired. Eglin Dell Poweredge R730 Individual 5/25/2019 2 required for TSO Emulator Project - SPA/Site Deployment Eglin HW - Ostari SIL Server 6/20/2019 1 out of warranty MCCAS equipment needs to be added to current Ostari Agreement Eglin HACP Individual 6/30/2019 5 Terminal emulation software required to allow Windows workstations to interface with IBM H30 system computer. Eglin HACP Individual 6/30/2019 5 HACP - Maintenance Renewal - CY17 - Eglin Eglin VMware Workstation 14 Player Individual 7/19/2019 1 Software required to update ACAS on unclassified laptop. Eglin Red Hat Linux Server Standard Individual 7/30/2019 1 Enterprise Eglin Always Up Individual 8/21/2019 1 Required for BSCMC project. Eglin Wireframe Individual 8/23/2019 5 S/W required for 16C Beam Steer Tech Refresh Sketcher development Eglin Altium Designer Commericail Upgrade: Individual 8/28/2019 1 Altium Designer Altium software maintenance assurance for CCA Standalone Commercial Development for TWGS/TBRS subsystems associated with Eglin CSPU & Altium Designer Release 10 required for the Subsystems associated with Eglin BSCU.

Supplier: AGSI Systems 14152 Milltown Road

Solicitation No: FA8823-19-R-0005 pg. 59 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification Eglin Altium Designer Commericail Upgrade: Individual 8/28/2019 3 Altium software maintenance assurance for CCA Altium Designer Private Development for TWGS/TBRS subsystems Server Commercial associated with Eglin CSPU & Altium Designer Release 10 required for the Subsystems associated with Eglin BSCU. Eglin Altium Designer Commericail Upgrade: Individual 8/28/2019 1 Altium software maintenance assurance for CCA Altium Designer Development for TWGS/TBRS subsystems Standalone Commercial associated with Eglin CSPU & Altium Designer Release 10 required for the Subsystems associated with Eglin BSCU.

Eglin Altium Designer Commericail Upgrade: Individual 8/28/2019 1 Altium software maintenance assurance for CCA Altium Designer Private Development for TWGS/TBRS subsystems Server Commercial associated with Eglin CSPU & Altium Designer Release 10 required for the Subsystems associated with Eglin BSCU. Eglin Altium Designer License Type Change Fee Individual 8/28/2019 6 Altium software maintenance assurance for CCA Development for TWGS/TBRS subsystems associated with Eglin CSPU & Altium Designer Release 10 required for the Subsystems associated with Eglin BSCU. Eglin VMware vSphere 6 Standard Individual 8/29/2019 1 Required for 16C Beam Steer Tech Refresh development Eglin VMware vSphere 6 Standard Individual 8/29/2019 1 Required for 16C Beam Steer Tech Refresh development Eglin Attachmate reflection Individual 8/30/2019 24 maintenance subscription for the recently purchased Attachmate EXTRA Xtreme Terminal Emulation software Eglin HW - HP Aruba 2920 Individual 9/12/2019 2 Required for 16C Beam Steer Tech Refresh development Eglin HW - HP DL380 Individual 9/12/2019 2 Required for 16C Beam Steer Tech Refresh development

Solicitation No: FA8823-19-R-0005 pg. 60 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification Eglin SlickEdit multi platform Individual 9/28/2019 1 Software on laptops required to implement IA capabilities in the SPA and on site and required to implement CSPU software changes in the SPA and Site. Software required to assist in coding and editing simulation components on Classified Laptops in the SPA and at Site associated with Eglin. As well as, Required for LFM project support. As well as, Additional Required for 16C Beam Steer Tech Refresh development project's system engineers and Required for 16C Beam Steer Tech Refresh development. Eglin SlickEdit Standard Individual 9/28/2019 4 Software on laptops required to implement IA capabilities in the SPA and on site and required to implement CSPU software changes in the SPA and Site. Software required to assist in coding and editing simulation components on Classified Laptops in the SPA and at Site associated with Eglin. As well as, Required for LFM project support. As well as, Additional Required for 16C Beam Steer Tech Refresh development project's system engineers and Required for 16C Beam Steer Tech Refresh development. Eglin SlickEdit Pro 2015 Individual 9/28/2019 5 Software on laptops required to implement IA capabilities in the SPA and on site and required to implement CSPU software changes in the SPA and Site. Software required to assist in coding and editing simulation components on Classified Laptops in the SPA and at Site associated with Eglin. As well as, Required for LFM project support. As well as, Additional Required for 16C Beam Steer Tech Refresh development project's system engineers and Required for 16C Beam Steer Tech Refresh development.

Solicitation No: FA8823-19-R-0005 pg. 61 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification Eglin SlickEdit Professional Individual 9/28/2019 5 Software on laptops required to implement IA capabilities in the SPA and on site and required to implement CSPU software changes in the SPA and Site. Software required to assist in coding and editing simulation components on Classified Laptops in the SPA and at Site associated with Eglin. As well as, Required for LFM project support. As well as, Additional Required for 16C Beam Steer Tech Refresh development project's system engineers and Required for 16C Beam Steer Tech Refresh development. Eglin SlickEdit windows Individual 9/28/2019 1 Software on laptops required to implement IA capabilities in the SPA and on site and required to implement CSPU software changes in the SPA and Site. Software required to assist in coding and editing simulation components on Classified Laptops in the SPA and at Site associated with Eglin. As well as, Required for LFM project support. As well as, Additional Required for 16C Beam Steer Tech Refresh development project's system engineers and Required for 16C Beam Steer Tech Refresh development. Eglin Dell M4800 Individual 9/29/2019 4 Required for 16C Beam Steer Tech Refresh development Eglin Dell Power Edge R220 Individual 9/29/2019 8 Required for 16C Beam Steer Tech Refresh development Eglin HW - Ostari SIL Server 9/30/2019 1 Maintenance (Hardware and Software) for various development and subsystem strings Eglin OS/390 S/N 0210F00 Server 9/30/2019 1 Eglin site primary computer system IBM/7060-H30 Operating System License required to continue operations. Eglin OS/390 S/N 112D3 Server 9/30/2019 3 Eglin site primary computer system IBM/7060-H30 Operating System License required to continue operations.

Solicitation No: FA8823-19-R-0005 pg. 62 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification Eglin Symantec Endpoint Protection Individual 9/30/2019 29 Items needed for use in SPA Eglin LabWindows/CVI 2015 Individual 10/25/2019 2 Required for 16C Beam Steer Tech Refresh development Eglin LabWindows/CVI Add On SW Individual 10/25/2019 1 Required for 16C Beam Steer Tech Refresh development Eglin Windows 10 Enterprise Individual 11/16/2019 3 Rackmount desktop computer replacement Eglin Dell R3930 Rackmount Desktop Individual 11/16/2019 3 Rackmount desktop computer replacement Eglin Dell U2412M Ultra Sharp LED Individual 11/18/2019 3 Required for BSCMC project. Monitor Eglin Symantec Netbackup Enterprise Individual 12/17/2019 4 Required to complete the SPA suite of software Client supporting the TSO Emulator Project- Phase I-SPA Eglin Symantec Netbackup Enterprise Individual 12/17/2019 1 Required to complete the SPA suite of software Server supporting the TSO Emulator Project- Phase I-SPA Eglin Symantec Netbackup Option Library Individual 12/17/2019 2 Required to complete the SPA suite of software Based Tape Drive supporting the TSO Emulator Project- Phase I-SPA Eglin Nero Individual 1/10/2020 2 Necessary Disc writing software for Scanner PC so replicate exisiting functionality. Eglin HW - Computer Individual 1/20/2020 1 Hardware maintenance agreement are required Specialists for HW support for the IBM systems Eglin HW - IBM Virtual Storage Center Individual 1/21/2020 1 Replacement CD required for Eglin IBM 2105-800 Storage Server (Test Shark). Eglin Roxio Secure Burn Individual 1/22/2020 1 Required for UCT project. Eglin Windows 10 Enterprise Individual 1/31/2020 1 Items needed for the SPA Enhancement project. Eglin WinZip 19 Enterprise Individual 3/24/2020 4 The site has requested additional licenses for the Utility Suite (IA RDP). Eglin ICAP/4Windows Individual 3/29/2020 2 Items required to support Eglin sustainment Power/RF Deluxe projects. Eglin Windows MS Windows Server 2016 Individual 3/31/2020 12 need to purchase more licenses for the MCCAS Datacenter - 16 core system at SENSOR and at Eglin license packs Eglin Windows Individual 3/31/2020 200 need to purchase more licenses for the MCCAS system at SENSOR and at Eglin

Solicitation No: FA8823-19-R-0005 pg. 63 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification Eglin SQL Server 2014 Standard Individual 5/31/2020 2 Need to rebuild the MCCAS system and current licenses have expired. Eglin Dell Precision 7810 Server 6/21/2020 This workstation is needed to build a test environment for the RDA&M project. Eglin Visual Studio Pro 2017 Individual 7/31/2020 1 18 Eglin RCC - Microsoft Visual Studio Pro 2017 Eglin MATLAB GROUP Individual 9/30/2020 24 Required for sustainment work on Eglin, software that was defined in the project requirements as part of the Utility Suite that will be deployed both in the Local 4410 SPA and at the Eglin Site, and for BEEM Steer and LFM Eglin VxWorks 7 OEM Individual 11/19/2020 1 Required for 18 Eglin Sensor 398 UCT Processing project. Eglin VxWorks Support/Maintenance - Individual 11/19/2020 2 Required for 18 Eglin Sensor 398 UCT Processing Object Code - Node Locked project. Eglin VxWorks 7 Core Platform Individual 11/20/2020 2 Required for 18 Eglin Sensor 398 UCT Processing project. Eglin VxWorks Support/Maintenance - Individual 11/20/2020 1 Required for 18 Eglin Sensor 398 UCT Processing Object Code project. Eglin Red Hat Server Server 2/7/2021 6 Items needed for the SPA Enhancement project. Enterprise Eglin Cisco SmartNet Individual 3/1/2021 2 Items needed for the SPA Enhancement project. Eglin Dell Poweredge r230 Server 3/1/2021 6 Items needed for the SPA Enhancement project. Eglin Cisco SmartNet Individual 3/1/2021 1 Items needed for the SPA Enhancement project. Eglin Dell Powervault TL2000 Individual 3/1/2021 1 Items needed for the SPA Enhancement project. Eglin Splunk Enterprise 2GB/Day for 3 Individual 3/29/2021 1 MOD2 for PR 42618. Will be added to PO 501225N years Eglin Virtual Desktop Individual 4/30/2021 17 Need to rebuild the MCCAS system and current Access licenses have expired. Eglin HW - HP DL360e Individual 3/1/2023 3 Items needed for the SPA Enhancement project. GEODSS Juniper Care GOVTAC Individual 3/23/2019 1 IABD 15-2 Software needed; 12-1 GEODSS SWVR Prototype Equipment Maintenance Renewal; and 14 GM GEODSS SVG Units 2-5 Bridge Spares. 15GM RDP GEODSS Test Lab. SLEP PHII Dev Equipment

Solicitation No: FA8823-19-R-0005 pg. 64 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification GEODSS Juniper Care NextDay Support for Individual 3/23/2019 20 IABD 15-2 Software needed; 12-1 GEODSS SWVR SRX240 Prototype Equipment Maintenance Renewal; and 14 GM GEODSS SVG Units 2-5 Bridge Spares. 15GM RDP GEODSS Test Lab. SLEP PHII Dev Equipment GEODSS Juniper Care Application Security & IPS Individual 3/23/2019 20 IABD 15-2 Software needed; 12-1 GEODSS SWVR Updates Prototype Equipment Maintenance Renewal; and 14 GM GEODSS SVG Units 2-5 Bridge Spares. 15GM RDP GEODSS Test Lab. SLEP PHII Dev Equipment GEODSS Juniper Care Contract Renewal Individual 3/23/2019 4 IABD 15-2 Software needed; 12-1 GEODSS SWVR Prototype Equipment Maintenance Renewal; and 14 GM GEODSS SVG Units 2-5 Bridge Spares. 15GM RDP GEODSS Test Lab. SLEP PHII Dev Equipment GEODSS Charon Individual 4/5/2019 4 Dongles needed for Spare servers GEODSS Confluence Team Calendars Server 4/10/2019 100 SLEP PHII Software GEODSS FishEye Server 4/10/2019 50 SLEP PHII Software GEODSS Confluence Server 4/10/2019 100 SLEP PHII Software GEODSS Crucible Server 4/10/2019 50 SLEP PHII Software GEODSS JIRA Server 4/10/2019 100 SLEP PHII Software GEODSS SecureCRT 8.1 Individual 4/11/2019 9 BOM Item GEODSS SecureCRT 8 Individual 4/11/2019 12 BOM Item GEODSS HW - HP DL380 Individual 4/20/2019 4 DL380p - Maintenance Renewal - CY18 - GEODSS GEODSS Norton Antivirus Individual 4/24/2019 1 Current protection expired. GEODSS VMware Individual 5/1/2019 1 Software needed for COIN, SLEP Phase II SW, and N-CSDS GEODSS Dell Latitude 7404 Individual 5/9/2019 2 13 GEODSS HWVR-SVG Spares purchase GEODSS Puppet 3.8.1 Basic Support Individual 5/10/2019 84 Additional Puppet Licenses required Enterprise GEODSS My Book Duo Hard Drive Individual 7/16/2019 1 needed for quarterly RDP releases Desktop GEODSS Western Digital Hard Drive Server 7/17/2019 10 needed for quarterly RDP releases GEODSS Alpha Layered Individual 7/23/2019 1 Charon License needed for RDP testing Products

Solicitation No: FA8823-19-R-0005 pg. 65 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification GEODSS Charon AXP/4100 - Support Individual 7/23/2019 1 Charon License needed for RDP testing GEODSS HP Tru64 for Individual 7/23/2019 1 Charon License needed for RDP testing Alpha Extension License GEODSS Charon AXP/4100 for Linux Dongle 7/23/2019 2 Coin PHII software GEODSS Charon AXP/4100 - Support Dongle 7/23/2019 2 Coin PHII software GEODSS Charon AXP/4100 Dongle 7/23/2019 1 Charon License needed for RDP testing GEODSS HP Tru64 for Emulation Environment Individual 7/30/2019 2 Coin PHII software Alpha Extension License GEODSS Alpha Layered AXP/4100 - Support Individual 7/30/2019 2 GEODSS Coin PHII - Charon - 9 July 2018 Products GEODSS OpticStudio Individual 7/31/2019 1 Required purchase by contract SOW GEODSS Charon QM-755AA-AA Individual 8/10/2019 1 Software needed for RDAM development work in the GEODSS DevLab GEODSS Charon QM-756AA-AA Individual 8/10/2019 1 Software needed for RDAM development work in the GEODSS DevLab GEODSS HW - HP DL380 Server 8/10/2019 2 DPS Migration Items needed GEODSS HW - HP DL380 Server 8/15/2019 35 SLEP PH II INSTALL AND SPARES MATERIAL GEODSS Creo Elements Individual 8/17/2019 2 Required purchase by contract SOW GEODSS Cisco SmartNet Individual 8/18/2019 6 GEODSS SLEP Ph II Risk Reduction SDE Activities and SLEP PHII Dev Materials GEODSS ManagerPlus Desktop Individual 8/28/2019 1 Purchase required by contract SOW GEODSS VMware vSphere Individual 8/29/2019 4 DPS Migration software needed GEODSS VMware Virtual SAN Individual 8/29/2019 4 DPS Migration software needed GEODSS HW - Protogate Maintenance - 9 months Individual 8/30/2019 21 Needed for Protogate software update. GEODSS HW - Protogate Freeway Individual 8/30/2019 21 Needed for Protogate software update. GEODSS Charon AXP/4100 - Support Individual 8/31/2019 19 SLEP PH II INSTALL AND SPARES MATERIAL; Material maintenance purchase for N-CSDS; SLEP PHII Dev SW; 15 GEODSS DPS Risk Mitigation

Solicitation No: FA8823-19-R-0005 pg. 66 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification GEODSS Charon AXP/4100 Individual 8/31/2019 25 SLEP PH II INSTALL AND SPARES MATERIAL; Material maintenance purchase for N-CSDS; SLEP PHII Dev SW; 15 GEODSS DPS Risk Mitigation GEODSS Rockwell Individual 9/24/2019 1 The Rockwell software was custom made for SENSOR by a 3rd party vendor. It runs the CAS System and if it goes down the CAS system is non- functional. With the annual renewal we get technical support only. We have no experts on this software on the contract. We could live without it, but if something does go down, we would have to get someone to fix it at an unknown cost. GEODSS VMware Individual 9/28/2019 1 Software needed for COIN, SLEP Phase II SW, and N-CSDS GEODSS Puppet NodeLocked 9/29/2019 132 SLEP PHII INSTALL SOFTWARE Enterprise GEODSS VMware Virtual SAN Individual 9/30/2019 48 SLEP PHII INSTALL SOFTWARE GEODSS VMware vSphere Entperise Individual 9/30/2019 50 SLEP PHII INSTALL SOFTWARE GEODSS VMware vSphere Individual 9/30/2019 7 SLEP PHII INSTALL SOFTWARE GEODSS Dell Precision M6800 Individual 10/7/2019 1 SLEP PHII Dev, 15 ISTE SPA prototype, MPACS Items needed, & 15-1 HWVR Prototype ; Rapid Deployment Development Lab HW GEODSS Dell poweredge r520 Individual 10/7/2019 2 SLEP PHII Dev, 15 ISTE SPA prototype, MPACS Items needed, & 15-1 HWVR Prototype ; Rapid Deployment Development Lab HW GEODSS Dell Extended Services Individual 10/7/2019 1 SLEP PHII Dev, 15 ISTE SPA prototype, MPACS Items needed, & 15-1 HWVR Prototype ; Rapid Deployment Development Lab HW GEODSS Dell Precision 7000 Individual 10/7/2019 5 SLEP PHII Dev, 15 ISTE SPA prototype, MPACS Items needed, & 15-1 HWVR Prototype ; Rapid Deployment Development Lab HW GEODSS Dell R730xd Individual 10/7/2019 1 SLEP PHII Dev, 15 ISTE SPA prototype, MPACS Items needed, & 15-1 HWVR Prototype ; Rapid Deployment Development Lab HW

Solicitation No: FA8823-19-R-0005 pg. 67 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification GEODSS Splunk Enterprise Perpetual Individual 10/13/2019 60 SLEP PHII Dev Materials; SLEP PHII INSTALL SOFTWARE GEODSS Splunk Individual 10/13/2019 1 SLEP PHII Dev Materials; SLEP PHII INSTALL SOFTWARE GEODSS ACP Personal Expert Individual 10/16/2019 1 required for Dome Seeing Study GEODSS HW - Protogate Geodss Server 10/22/2019 2 Prototype Testing; CoIn project items needed. GEODSS HW - Protogate Geodss Server 10/22/2019 1 Prototype Testing; CoIn project items needed. GEODSS HW - Protogate Geodss Individual 10/22/2019 1 Prototype Testing; CoIn project items needed. GEODSS HW - Protogate Geodss Server 10/22/2019 2 Prototype Testing; CoIn project items needed. GEODSS HW - Protogate Geodss Server 10/22/2019 1 Prototype Testing; CoIn project items needed. GEODSS Maxim DL Pro Suite Individual 10/28/2019 2 Required for conducting the dome seeing study GEODSS STK EOIR Individual 10/31/2019 1 software required for conducting analysis GEODSS STK Professional Individual 10/31/2019 1 software required for conducting analysis GEODSS STK Professional Individual 10/31/2019 1 software required for conducting analysis GEODSS STK EOIR Individual 10/31/2019 1 software required for conducting analysis GEODSS OpticStudio Professional SUL Individual 11/13/2019 1 Required for analysis and design GEODSS Puppet 100 Node Licenses with NodeLocked 11/15/2019 100 SLEP PHII Dev Materials Enterprise Premium Support GEODSS Omega Individual 11/25/2019 1 Needed for Dome Seeing Study GEODSS Red Hat Linux for Virtual Individual 11/28/2019 25 Items required for GSLEP Install; DPS Migration Enterprise Datacenters - Standard software needed GEODSS Red Hat Linux for Virtual Individual 11/28/2019 2 Items required for GSLEP Install; DPS Migration Enterprise Datacenters - Standard software needed GEODSS Red Hat Linux for Virtual Individual 11/28/2019 4 Items required for GSLEP Install; DPS Migration Enterprise Datacenters - Standard software needed GEODSS Red Hat Enterprise Linux Server Individual 11/28/2019 46 Items required for GSLEP Install; DPS Migration Enterprise Entry Level software needed GEODSS Red Hat Linux for Virtual Individual 11/28/2019 1 Items required for GSLEP Install; DPS Migration Enterprise Datacenters - Standard software needed GEODSS Red Hat Linux Server with Premium Individual 11/28/2019 1 Items required for GSLEP Install; DPS Migration Enterprise (Physical or Virtual Nodes) software needed

Solicitation No: FA8823-19-R-0005 pg. 68 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification GEODSS Red Hat Enterprise Linux Server Individual 11/28/2019 1 Items required for GSLEP Install; DPS Migration Enterprise Entry Level software needed GEODSS HW - HP DL380 Server 12/1/2019 2 CoIn Items needed GEODSS HW - HP DL380 Individual 12/1/2019 1 N-CSDS Suitable Sub test GEODSS VMware vSphere 6 Enterprise Individual 12/2/2019 2 Software needed for COIN, SLEP Phase II SW, and N-CSDS GEODSS WhatsUp Gold - 50 New Devices Individual 12/10/2019 1 FOR GTB UPGRADE. GEODSS WhatsUp Gold - 300 New Devices Individual 12/10/2019 1 FOR GTB UPGRADE. GEODSS Windows OM-CP Series Data Loggers Individual 12/18/2019 2 Needed for Dome Seeing Study. GEODSS QNX SST Simulator Individual 12/18/2019 1 Runtime QNX license for SST simulator computer Part to order: Qty 1 of 507049 RUNTIME CONFIGURATION This is the runtime license for QNX 6.5.0 Secure Kernel. GEODSS MSG-Lite Server 12/31/2019 1 14 GM GEODSS SVG Units 2-5 Bridge Spares , GM GEODSS 11-H01 HW VR materials for Prototype Testing , and 13-2 GEODSS SWVR prototype testing GEODSS MSG-Lite Server 12/31/2019 3 14 GM GEODSS SVG Units 2-5 Bridge Spares , GM GEODSS 11-H01 HW VR materials for Prototype Testing , and 13-2 GEODSS SWVR prototype testing GEODSS MSG-Lite Server 12/31/2019 7 14 GM GEODSS SVG Units 2-5 Bridge Spares , GM GEODSS 11-H01 HW VR materials for Prototype Testing , and 13-2 GEODSS SWVR prototype testing GEODSS DOORS v9.1 Site 12/31/2019 1 GEODSS SLEP PhII Study Materials GEODSS SureThing 7 SE Edition Individual 1/17/2020 1 Current software is incompatible with Win10 Labeler GEODSS Charon Alpha Layered Products Individual 1/31/2020 2 Software needed for GSW software version release GEODSS HP Tru64 for Emulation Environment Individual 1/31/2020 2 Software needed for GSW software version release Alpha Extension License GEODSS Charon AXP/4100 - Support Individual 1/31/2020 2 Software needed for GSW software version release GEODSS MSDN visual studio ultimate Individual 2/1/2020 4 Visual Studio software to support TO content development. Reference quote from BC office Solutions

Solicitation No: FA8823-19-R-0005 pg. 69 SECTION J, ATCH 08, SECTION L Rev. A, Chg 1

System Software Version Type Due Date License Qty Justification GEODSS SecureCRT 8.3.1 Individual 2/5/2020 1 Software needed for MPACS prototyping GEODSS VMware vSphere Individual 8/13/2020 4 Software needed for CoIn integration GEODSS VMware vSphere Entperise Individual 11/6/2020 4 Software needed for GEODSS COIN GEODSS HW - HP DL380 Individual 11/7/2020 13 Items approved for COIN install

Solicitation No: FA8823-19-R-0005 pg. 70