Contract

SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 7900) RATING PAGE OF 1 PAGES 81 2. CONTRACT NUMBER 3. SOLICITATION NUMBER 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE NUMBER 91003123D0005 91003122R0007 SEALED BID (IFB) NEGOTIATED (RFP) 7. ISSUED BY CODE FSA-ACQ 8. ADDRESS OFFER TO (If other than Item 7) US Department of Education FSA - Acquisitions, 000 Xxxxx Xx XX - Xxxxx 00X0 Xxxxxxxxxx XX 00000 NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". SOLICITATION 9. Sealed offers in original and copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in until local time (Hour) (Date) CAUTION - LATE Submissions, Modifications, and Withdrawls: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions contained in this solicitation. B. TELEPHONE (NO COLLECT CALLS)10. FOR INFORMATION CALL A. NAME AREA CODE NUMBER EXTENSION C. E-MAIL ADDRESS 11. TABLE OF CONTENTS (X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S) PART 1 - THE SCHEDULE PART II - CONTRACT CLAUSES X A SOLICITATION/CONTRACT FORM 1 - 1 I CONTRACT CLAUSES - X B SUPPLIES OR SERVICES AND PRICES/COSTS 81 - 81 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. C DESCRIPTION/SPECS./WORK STATEMENT - J LIST OF ATTACHMENTS - D PACKAGING AND MARKING - PART IV - REPRESENTATIONS AND INSTRUCTIONS E INSPECTION AND ACCEPTANCE - K REPRESENTATIONS, CERTIFICATIONS AND OTHER - F DELIVERIES OR PERFORMANCE - STATEMENTS OF OFFERORS G CONTRACT ADMINISTRATION DATA - L INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS - H SPECIAL CONTRACT REQUIREMENTS - M EVALUATION FACTORS FOR AWARD - OFFER (Must be fully completed by offeror) NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8) 10 CALENDAR DAYS (%) 20 CALENDAR DAYS (%) 30 CALENDAR DAYS (%) CALENDAR DAYS (%) 14. ACKNOWLEDGMENT OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE (The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated): CODE 87CE3 FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER 15A. NAME AND ADDRESS OF OFFEROR NELNET DIVERSIFIED SOLUTIONS LLC 000 X 00XX XX. STE 201 LINCOLN NE 68508 (Type or print) 15B. TELEPHONE NUMBER 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT AREA CODE NUMBER EXTENSION FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE. 17. SIGNATURE 18. OFFER DATE AWARD (To be completed by Government) 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION $0.00 See Schedule 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 10 U.S.C. 2304(c) 41 U.S.C. 3304(a) ( ) 23. SUBMIT INVOICES TO ADDRESS SHOWN IN (4 copies unless otherwise specified) ITEM 24. ADMINISTERED BY (If other than Item 7) FSA-ACQ 25. PAYMENT WILL BE MADE BY CODE FSA-BUD US Department of Education FSA - Acquisitions, 000 Xxxxx Xx XX - Xxxxx 00X0 Xxxxxxxxxx XX 00000 Budget Group/Invoice Admin US Department of Education/FSA/CFO/BG/FSAA 000 Xxxxx Xxxxxx, XX, Xxxxx 00X0 Xxxxxxxxxx XX 00000-0001 26. NAME OF CONTRACTING OFFICER(Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE Xxxxxxx XxXxxx (Signature of Contracting Officer) IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. AUTHORIZED FOR LOCAL REPRODUCTION Previous edition is unusable STANDARD FORM 33 (REV. 6/2014) Prescribed by GSA - FAR (48 CFR) 53.214(c) PAGE 1 OF 81 91003123D0005 Xxx Xxxxxxx Executive Director 04/24/2023 XXXXXXX XXXXXX Digitally signed by XXXXXXX XXXXXX Date: 2023.04.24 12:39:30 -04'00' Certain information identified by “[***]” has been excluded from this exhibit pursuant to Item 601(b)(10)(iv) of Regulation S-K because it is both not material and is the type that the registrant treats as private or confidential.

Attachment Page PAGE 2 OF 81 91003123D0005 I. Part I: The Schedule (continued) B. Section B: Services & Prices 1. B. 1 Contract Line-Item Number (CLIN) Descriptions The following table describes the available CLINs under the Contract for Task Orders and their associated contract types. General CLIN Descriptions CLIN 1 Title: Servicing System Operations Basic system operations and support, including: servicing system infrastructure (hardware, software, network, data and image storage etc.) maintenance and upgrades and IT staffing (system support, system development and overhead) for normal operations and maintenance and routine system upgrades (i.e. interest rate changes, business rule updates, regulatory changes, etc.) in accordance with the contract requirements. This CLIN is fixed price with economic price adjustment with tiered rates tied to the number of borrower accounts on the USDS Servicer’s system. CLIN 2 Title: Cybersecurity Services Cybersecurity costs including, but not limited to: labor for Cybersecurity requirements, software licensing, 3rd party vendor support, overhead, etc. required to support requirements for cybersecurity operations and maintenance. This CLIN does not include Servicing System Operations (CLIN 1), Website and Mobile Services (CLIN 4) or User Authentication Services (CLIN 5). This CLIN is fixed price with economic price adjustment with tiered rates tied to the number of borrower accounts on the USDS Servicer’s system. CLIN 3 Title: Contact Center and Back-Office Processing Operation & Maintenance Basic contact center and back-office operations, including: staffing, recruiting, equipment, software, training, quality monitoring, overhead, facilities, etc. to perform the requirements of the Contract. This CLIN also includes the requirements for servicing military borrower accounts. This CLIN is fixed price with economic price adjustment with one or more performance incentives and with tiered rates tied to the number of borrower accounts on the USDS Servicer’s system. Performance Incentives Performance Incentive for At-risk Borrowers (Applies to CLIN 3 and includes military borrower accounts) Performance Incentive for SLA/SLO Performance Metrics (Applies to CLIN 3 and includes military borrower accounts) CLIN 4 Title: Website and Mobile Services Website and mobile services including: web and mobile staffing (IT infrastructure, IT design & development and overhead), normal maintenance and routine upgrades (i.e. form revisions, borrower messaging and text changes, business rule updates, regulatory changes, etc.), hardware and software. This CLIN is fixed price with economic price adjustment with tiered rates tied to the number of borrower accounts on the USDS Servicer’s system.

Attachment Page PAGE 3 OF 81 91003123D0005 CLIN 5 Title: User Authentication Services User authentication (will be eliminated upon implementation of FSA Single Sign On) including: staff, software, support for password reset and equipment. This CLIN is fixed price with economic price adjustment and with a fixed price rate tied to the number of borrower accounts on the USDS Servicer’s system. CLIN 6 Title: Fulfillment Services Fulfillment services including, but not limited to: equipment, personnel, postage, paper, printing, mail scanning, other 3rd party vendor tasks. This CLIN is fixed price with economic price adjustment with fixed price unit rates for envelops (letter(s)) sent (which includes postage and labor), scanned documents, and alternate format documents. CLIN 7 Title: Development, Modernization & Enhancements. Development, Modernization & Enhancement including, but not limited to: projects or services to further develop, modernize, or enhance the requirements under this Contract. This CLIN will be firm-fixed price or fixed price with economic price adjustment (prices and contract type determined at Task Order level). This CLIN establishes a table of labor categories and associated labor rates, subject to the economic price adjustment clause, for use in future Task Orders, contract modifications, and Change Requests (CR). CLIN 8 Title: Specialty Task - Image Repository See PWS section 3.3. This CLIN is fixed price with economic price adjustment and with a fixed price rate tied to per image per month on the USDS Servicer’s system. CLIN 9 Title: Specialty Task - Decommissioned Servicer Data and Payment Support See PWS section 3.3. Services in accordance with the Contract. This CLIN is fixed price with economic price adjustment and with fixed price rate tied to the number of borrower accounts on the USDS servicer’s system. CLIN 10 Title: Specialty Task - FFEL Guaranty Agency Rehabilitation Loan Purchases See PWS section 3.3. This CLIN is fixed price with economic price adjustment and with fixed price rate per number of successful rehabilitation deals. CLIN 11 Title: Loan Consolidation Origination and Disbursement See Attachment 01 – Business Operations and Servicing Requirements (section 15000) This CLIN is fixed price with economic price adjustment and with fixed price rates per number of successful consolidation originations and adjustments (different rates for each type) CLIN 12 Title: Specialty Task - Legacy Loan Consolidation Origination and Disbursement Support Functions See PWS section 3.3 This CLIN is fixed price with economic price adjustment and with fixed price rates per number of successful consolidation adjustments (different rates for each type)

Attachment Page PAGE 4 OF 81 91003123D0005 2. CLIN Pricing and Rates Each CLIN contains the prices and/or rates available to be applied with the Task Orders issued under the Contract, for each year of the Contract’s base period and all option periods. The Federal Acquisition Regulations (FAR) clause 52.217-8 Option to Extend Services, is applicable to all CLINs under the Contract for the contract and all Task Orders. In accordance with FAR clause 52.216-22, Indefinite Quantity, the maximum under this Contract is $16,000,000,000 dollars. The minimum under this Contract is the value of the initial Task Order (Initial Task Order) issued against the Contract. CLIN pricing set by negotiation shall be incorporated at award within this section on the next page.

Attachment Page PAGE 5 OF 81 91003123D0005 CL IN Ra te s: N ot e: M eq ua ls M ill io ns O pt io n O rd er in g Pe rio d 3 (1 Ye ar s) Ra xx xX ow #: CL IN 1 Se rv ic in g Sy st em O pe ra tio ns Co m m on Pr ic in g Q ua nt ity by U ni t bo rr ow er pe rm on th Pr ic in g Le ve l N um be ro fB or ro w er Ac co un ts O rd er in g Ye ar 1 O rd er in g Ye ar 2 O rd er in g Ye ar 3 O rd er in g Ye ar 4 O rd er in g Ye ar 5 O rd er in g Ye ar 6 O rd er in g Ye ar 7 O rd er in g Ye ar 8 O rd er in g Ye ar 9 O rd er in g Ye ar 10 1 Ti er 1 U p to 2. 5M $0 .7 62 05 2 $0 .7 62 05 2 $0 .7 62 05 2 $0 .7 62 05 2 $0 .7 62 05 2 $0 .7 62 05 2 $0 .7 62 05 2 $0 .7 62 05 2 $0 .7 62 05 2 $0 .7 62 05 2 2 Ti er 2 2. 5M 5M $0 .5 73 46 3 $0 .5 73 46 3 $0 .5 73 46 3 $0 .5 73 46 3 $0 .5 73 46 3 $0 .5 73 46 3 $0 .5 73 46 3 $0 .5 73 46 3 $0 .5 73 46 3 $0 .5 73 46 3 3 Ti er 3 5M 7. 5M $0 .4 66 71 5 $0 .4 66 71 5 $0 .4 66 71 5 $0 .4 66 71 5 $0 .4 66 71 5 $0 .4 66 71 5 $0 .4 66 71 5 $0 .4 66 71 5 $0 .4 66 71 5 $0 .4 66 71 5 4 Ti er 4 7. 5M 10 M $0 .3 79 97 7 $0 .3 79 97 7 $0 .3 79 97 7 $0 .3 79 97 7 $0 .3 79 97 7 $0 .3 79 97 7 $0 .3 79 97 7 $0 .3 79 97 7 $0 .3 79 97 7 $0 .3 79 97 7 5 Ti er 5 10 M 15 M $0 .2 59 33 0 $0 .2 59 33 0 $0 .2 59 33 0 $0 .2 59 33 0 $0 .2 59 33 0 $0 .2 59 33 0 $0 .2 59 33 0 $0 .2 59 33 0 $0 .2 59 33 0 $0 .2 59 33 0 6 Ti er 6 >1 5M $0 .2 06 81 1 $0 .2 06 81 1 $0 .2 06 81 1 $0 .2 06 81 1 $0 .2 06 81 1 $0 .2 06 81 1 $0 .2 06 81 1 $0 .2 06 81 1 $0 .2 06 81 1 $0 .2 06 81 1 CL IN 2 Cy be rs ec ur ity Se rv ic es Co m m on Pr ic in g Q ua nt ity by U ni t bo rr ow er pe rm on th Pr ic in g Le ve l N um be ro fB or ro w er Ac co un ts 7 Ti er 1 U p to 2. 5M $0 .0 90 86 4 $0 .0 92 45 5 $0 .0 94 07 3 $0 .0 95 71 9 $0 .0 97 39 4 $0 .0 99 09 8 $0 .1 00 83 2 $0 .1 02 59 7 $0 .1 04 39 2 $0 .1 06 21 9 8 Ti er 2 > 2. 5M 5M $0 .0 78 71 2 $0 .0 80 08 9 $0 .0 81 49 1 $0 .0 82 91 7 $0 .0 84 36 8 $0 .0 85 84 4 $0 .0 87 34 6 $0 .0 88 87 5 $0 .0 90 43 0 $0 .0 92 01 3 9 Ti er 3 >5 M 7. 5M $0 .0 52 38 2 $0 .0 53 29 8 $0 .0 54 23 1 $0 .0 55 18 0 $0 .0 56 14 6 $0 .0 57 12 8 $0 .0 58 12 8 $0 .0 59 14 5 $0 .0 60 18 0 $0 .0 61 23 4 10 Ti er 4 >7 .5 M 10 M $0 .0 47 04 9 $0 .0 47 87 2 $0 .0 48 71 0 $0 .0 49 56 2 $0 .0 50 43 0 $0 .0 51 31 2 $0 .0 52 21 0 $0 .0 53 12 4 $0 .0 54 05 4 $0 .0 55 00 0 11 Ti er 5 >1 0M 15 M $0 .0 37 99 1 $0 .0 38 65 6 $0 .0 39 33 3 $0 .0 40 02 1 $0 .0 40 72 1 $0 .0 41 43 4 $0 .0 42 15 9 $0 .0 42 89 7 $0 .0 43 64 8 $0 .0 44 41 1 12 Ti er 6 >1 5M $0 .0 33 97 6 $0 .0 34 57 1 $0 .0 35 17 6 $0 .0 35 79 2 $0 .0 36 41 8 $0 .0 37 05 5 $0 .0 37 70 4 $0 .0 38 36 4 $0 .0 39 03 5 $0 .0 39 71 8 CL IN 3 Co nt ac tC en te ra nd Ba ck O ff ic e Pr oc es si ng O pe ra tio n & M ai nt en an ce Co m m on Pr ic in g Q ua nt ity by U ni t bo rr ow er pe rm on th Pr ic in g Le ve l N um be ro fB or ro w er Ac co un ts 13 Ti er 1 U p to 2. 5M $1 .3 92 28 1 $1 .4 16 64 6 $1 .4 41 43 7 $1 .4 66 66 2 $1 .4 92 32 9 $1 .5 18 44 4 $1 .5 45 01 7 $1 .5 72 05 5 $1 .5 99 56 6 $1 .6 27 55 8 14 Ti er 2 > 2. 5M 5M $1 .2 53 48 8 $1 .2 75 42 4 $1 .2 97 74 4 $1 .3 20 45 4 $1 .3 43 56 2 $1 .3 67 07 5 $1 .3 90 99 9 $1 .4 15 34 1 $1 .4 40 11 0 $1 .4 65 31 1 15 Ti er 3 >5 M 7. 5M $1 .1 52 30 7 $1 .1 72 47 2 $1 .1 92 99 0 $1 .2 13 86 8 $1 .2 35 11 0 $1 .2 56 72 5 $1 .2 78 71 8 $1 .3 01 09 5 $1 .3 23 86 4 $1 .3 47 03 2 16 Ti er 4 >7 .5 M 10 M $1 .1 24 38 6 $1 .1 44 06 3 $1 .1 64 08 4 $1 .1 84 45 5 $1 .2 05 18 3 $1 .2 26 27 4 $1 .2 47 73 4 $1 .2 69 56 9 $1 .2 91 78 6 $1 .3 14 39 3 17 Ti er 5 >1 0M 15 M $1 .1 17 31 0 $1 .1 36 86 3 $1 .1 56 75 8 $1 .1 77 00 2 $1 .1 97 59 9 $1 .2 18 55 7 $1 .2 39 88 2 $1 .2 61 58 0 $1 .2 83 65 7 $1 .3 06 12 1 18 Ti er 6 >1 5M $1 .0 62 02 7 $1 .0 80 61 2 $1 .0 99 52 3 $1 .1 18 76 5 $1 .1 38 34 3 $1 .1 58 26 4 $1 .1 78 53 4 $1 .1 99 15 8 $1 .2 20 14 3 $1 .2 41 49 6 Pr ic in g Le ve l N um be ro fB or ro w er Ac co un ts 19 Ti er 1 U p to 2. 5M $1 .4 25 63 9 $1 .4 50 58 7 $1 .4 75 97 3 $1 .5 01 80 2 $1 .5 28 08 4 $1 .5 54 82 5 $1 .5 82 03 5 $1 .6 09 72 0 $1 .6 37 89 0 $1 .6 66 55 3 20 Ti er 2 > 2. 5M 5M $1 .0 32 50 8 $1 .0 50 57 7 $1 .0 68 96 2 $1 .0 87 66 9 $1 .1 06 70 3 $1 .1 26 07 1 $1 .1 45 77 7 $1 .1 65 82 8 $1 .1 86 23 0 $1 .2 06 98 9 21 Ti er 3 >5 M 7. 5M $1 .0 04 68 7 $1 .0 22 26 9 $1 .0 40 15 8 $1 .0 58 36 1 $1 .0 76 88 2 $1 .0 95 72 8 $1 .1 14 90 3 $1 .1 34 41 4 $1 .1 54 26 6 $1 .1 74 46 6 22 Ti er 4 >7 .5 M 10 M $0 .9 96 94 6 $1 .0 14 39 3 $1 .0 32 14 5 $1 .0 50 20 7 $1 .0 68 58 6 $1 .0 87 28 6 $1 .1 06 31 3 $1 .1 25 67 4 $1 .1 45 37 3 $1 .1 65 41 7 23 Ti er 5 >1 0M 15 M $0 .9 84 45 7 $1 .0 01 68 5 $1 .0 19 21 5 $1 .0 37 05 1 $1 .0 55 20 0 $1 .0 73 66 6 $1 .0 92 45 5 $1 .1 11 57 3 $1 .1 31 02 5 $1 .1 50 81 8 24 Ti er 6 >1 5M $0 .9 76 26 4 $0 .9 93 34 8 $1 .0 10 73 2 $1 .0 28 42 0 $1 .0 46 41 7 $1 .0 64 72 9 $1 .0 83 36 2 $1 .1 02 32 1 $1 .1 21 61 2 $1 .1 41 24 0 Pr ic in g Le ve l N um be ro fB or ro w er Ac co un ts 25 Ti er 1 U p to 2. 5M $1 .2 73 53 9 $1 .2 95 82 6 $1 .3 18 50 3 $1 .3 41 57 7 $1 .3 65 05 5 $1 .3 88 94 3 $1 .4 13 25 0 $1 .4 37 98 2 $1 .4 63 14 6 $1 .4 88 75 1 26 Ti er 2 > 2. 5M 5M $1 .0 88 31 7 $1 .1 07 36 3 $1 .1 26 74 1 $1 .1 46 45 9 $1 .1 66 52 2 $1 .1 86 93 7 $1 .2 07 70 8 $1 .2 28 84 3 $1 .2 50 34 8 $1 .2 72 22 9 27 Ti er 3 >5 M 7. 5M $0 .8 96 11 6 $0 .9 11 79 8 $0 .9 27 75 4 $0 .9 43 99 0 $0 .9 60 51 0 $0 .9 77 31 8 $0 .9 94 42 2 $1 .0 11 82 4 $1 .0 29 53 1 $1 .0 47 54 8 28 Ti er 4 >7 .5 M 10 M $0 .8 68 28 0 $0 .8 83 47 5 $0 .8 98 93 6 $0 .9 14 66 7 $0 .9 30 67 4 $0 .9 46 96 0 $0 .9 63 53 2 $0 .9 80 39 4 $0 .9 97 55 1 $1 .0 15 00 8 29 Ti er 5 >1 0M 15 M $0 .8 58 35 0 $0 .8 73 37 2 $0 .8 88 65 6 $0 .9 04 20 7 $0 .9 20 03 1 $0 .9 36 13 1 $0 .9 52 51 4 $0 .9 69 18 3 $0 .9 86 14 3 $1 .0 03 40 1 30 Ti er 6 >1 5M $0 .8 54 30 6 $0 .8 69 25 7 $0 .8 84 46 9 $0 .8 99 94 7 $0 .9 15 69 6 $0 .9 31 72 0 $0 .9 48 02 6 $0 .9 64 61 6 $0 .9 81 49 7 $0 .9 98 67 3 CL IN 4 W eb si te an d M ob ile Se rv ic es Co m m on Pr ic in g Q ua nt ity by U ni t bo rr ow er pe rm on th Pr ic in g Le ve l N um be ro fB or ro w er Ac co un ts 31 U p to 2. 5M $0 .0 20 95 0 $0 .0 21 31 7 $0 .0 21 69 0 $0 .0 22 06 9 $0 .0 22 45 5 $0 .0 22 84 8 $0 .0 23 24 8 $0 .0 23 65 5 $0 .0 24 06 9 $0 .0 24 49 0 32 > 2. 5M 5M $0 .0 15 04 5 $0 .0 15 30 9 $0 .0 15 57 7 $0 .0 15 84 9 $0 .0 16 12 6 $0 .0 16 40 9 $0 .0 16 69 6 $0 .0 16 98 8 $0 .0 17 28 5 $0 .0 17 58 8 33 >5 M 7. 5M $0 .0 10 63 6 $0 .0 10 82 3 $0 .0 11 01 2 $0 .0 11 20 5 $0 .0 11 40 1 $0 .0 11 60 0 $0 .0 11 80 3 $0 .0 12 01 0 $0 .0 12 22 0 $0 .0 12 43 4 34 >7 .5 M 10 M $0 .0 09 93 5 $0 .0 10 10 9 $0 .0 10 28 6 $0 .0 10 46 6 $0 .0 10 64 9 $0 .0 10 83 6 $0 .0 11 02 5 $0 .0 11 21 8 $0 .0 11 41 5 $0 .0 11 61 4 35 >1 0M 15 M $0 .0 09 19 6 $0 .0 09 35 7 $0 .0 09 52 0 $0 .0 09 68 7 $0 .0 09 85 7 $0 .0 10 02 9 $0 .0 10 20 5 $0 .0 10 38 3 $0 .0 10 56 5 $0 .0 10 75 0 36 >1 5M $0 .0 09 64 7 $0 .0 09 81 6 $0 .0 09 98 8 $0 .0 10 16 3 $0 .0 10 34 1 $0 .0 10 52 2 $0 .0 10 70 6 $0 .0 10 89 3 $0 .0 11 08 4 $0 .0 11 27 8 CL IN 5 U se rA ut he nt ic at io n Se rv ic es Co m m on Pr ic in g Q ua nt ity by U ni t bo rr ow er pe rm on th $0 .0 10 81 7 $0 .0 11 00 6 $0 .0 11 19 9 $0 .0 11 39 5 $0 .0 11 59 4 $0 .0 11 79 7 $0 .0 12 00 3 $0 .0 12 21 3 $0 .0 12 42 7 $0 .0 12 64 5 CL IN 6 Fu lfi llm en tS er vi ce s Co m m on Pr ic in g Q ua nt ity by U ni t O rd er in g Ye ar 1 O rd er in g Ye ar 2 O rd er in g Ye ar 3 O rd er in g Ye ar 4 O rd er in g Ye ar 5 O rd er in g Ye ar 6 O rd er in g Ye ar 7 O rd er in g Ye ar 8 O rd er in g Ye ar 9 O rd er in g Ye ar 10 37 En ve lo ps (L et te r( s) )S en t pe re nv el op $0 .7 68 00 8 $0 .7 81 44 8 $0 .7 95 12 3 $0 .8 09 03 8 $0 .8 23 19 6 $0 .8 37 60 2 $0 .8 52 26 0 $0 .8 67 17 4 $0 .8 82 35 0 $0 .8 97 79 1 38 Sc an ne d Do cu m en ts pe rd oc um en t $0 .6 54 49 2 $0 .6 65 94 6 $0 .6 77 60 0 $0 .6 89 45 8 $0 .7 01 52 4 $0 .7 13 80 0 $0 .7 26 29 2 $0 .7 39 00 2 $0 .7 51 93 4 $0 .7 65 09 3 39 Al te rn at iv e Fo rm at Do cu m en ts pe rd oc um en t $5 .3 18 18 1 $5 .4 11 24 9 $5 .5 05 94 6 $5 .6 02 30 0 $5 .7 00 34 0 $5 .8 00 09 6 $5 .9 01 59 8 $6 .0 04 87 6 $6 .1 09 96 1 $6 .2 16 88 5 CL IN 7 D ev el op m en t, M od er ni za tio n, an d En ha nc em en ts O rd er in g Ye ar 1 O rd er in g Ye ar 2 O rd er in g Ye ar 3 O rd er in g Ye ar 4 O rd er in g Ye ar 5 O rd er in g Ye ar 6 O rd er in g Ye ar 7 O rd er in g Ye ar 8 O rd er in g Ye ar 9 O rd er in g Ye ar 10 40 CL IN 8 Sp ec ia lty Ta sk Im ag e Re po si to ry Q ua nt ity by U ni t pe ri m ag e pe rm on th $0 .0 00 8 $0 .0 00 8 $0 .0 00 8 $0 .0 00 8 $0 .0 00 8 $0 .0 00 8 $0 .0 00 8 $0 .0 00 8 $0 .0 00 8 $0 .0 00 8 41 CL IN 9 Sp ec ia lty Ta sk D ec om m is si on ed Se rv ic er D at a an d Pa ym en tS up po rt Q ua nt ity by U ni t bo rr ow er pe rm on th $0 .0 30 0 $0 .0 31 0 $0 .0 32 0 $0 .0 33 1 $0 .0 34 2 $0 .0 35 3 $0 .0 36 5 $0 .0 37 7 $0 .0 39 0 $0 .0 40 3 42 CL IN 10 Sp ec ia lty Ta sk FF EL G ua ra nt y Ag en cy Re ha bi lit at io n Lo an Pu rc ha se s Q ua nt ity by U ni t pe rs uc ce ss fu l re ha bi lit at io n de al $6 08 .0 00 0 $6 28 .4 28 8 $6 49 .5 44 0 $6 71 .3 68 7 $6 93 .9 26 7 $7 17 .2 42 6 $7 41 .3 42 0 $7 66 .2 51 1 $7 91 .9 97 1 $8 18 .6 08 2 43 CL IN 11 Lo an Co ns ol id at io n O rig in at io n an d D is bu rs em en t Q ua nt ity by U ni t pe rs uc ce ss fu l co ns ol id at io n or ig in at io n $3 3. 63 00 $3 4. 76 00 $3 5. 92 80 $3 7. 13 52 $3 8. 38 30 $3 9. 67 27 $4 1. 00 58 $4 2. 38 36 $4 3. 80 77 $4 5. 27 97 Q ua nt ity by U ni t pe rs uc ce ss fu l ad ju st m en ts $2 0. 17 22 $2 0. 85 00 $2 1. 55 06 $2 2. 27 48 $2 3. 02 33 $2 3. 79 69 $2 4. 59 65 $2 5. 42 30 $2 6. 27 73 $2 7. 16 03 44 CL IN 12 Sp ec ia lty Ta sk Le ga cy Lo an Co ns ol id at io n O rig in at io n an d D is bu rs em en tS up po rt Fu nc tio ns Q ua nt ity by U ni t pe rs uc ce ss fu l ad ju st m en ts $2 0. 17 22 $2 0. 85 00 $2 1. 55 06 $2 2. 27 48 $2 3. 02 33 $2 3. 79 69 $2 4. 59 65 $2 5. 42 30 $2 6. 27 73 $2 7. 16 03 Pr ic in g/ Ra te sf or CL IN 7 sh al lb e co m pl et ed on th e La bo rC at eg or y W or ks he et xx x. N at io na lE m er ge nc y Fo rb ea ra nc e (C AR ES Ac t) Se rv ic in g Ba se O rd er in g Pe rio d (5 ye ar s) Se rv ic e M em be r/ M ili ta ry Se rv ic in g O pt io n O rd er in g Pe rio d 1 (2 Ye ar s) O pt io n O rd er in g Pe rio d 2 (2 Ye ar s) St an da rd Lo an Se rv ic in g Pa rt 1 Se ct io n B. 3 CL IN Pr ic in g an d Ra te sT ab le

Attachment Page PAGE 6 OF 81 91003123D0005 L ab or C at eg or y L ab or C at eg or y D es cr i p tio n W or k Pe rf or m ed b y L ab or c at eg or y L oc al ity (C ity , S ta te ) O rd er in g Y ea r 1 O rd er in g Y ea r 2 O rd er in g Y ea r 3 O rd er in g Y ea r 4 O rd er in g Y ea r 5 O rd er in g Y ea r 6 O rd er in g Y ea r 7 O rd er in g Y ea r 8 O rd er in g Y ea r 9 O rd er in g Y ea r 10 Di re ct Ca ll Ce nt er A dv iso r Th e Ca ll Ce nt er A dv iso r p ro vi de s p ro fe ss io na l, qu al ity , a nd " be st in c la ss " se rv ic e fo r ex ist in g an d pr os pe ct iv e cu st om er s b y us in g a co ns ul ta tiv e ap pr oa ch . T hi s r ol e in xx xx es ac tiv iti es in cl ud in g, b ut n ot li m ite d to , i nb ou nd a nd o ut bo un d ph on e ca lls , e m ai l, liv e ch at , l et te r, fa x, a nd d at a en tr y. T hi s r ol e is re sp on sib le fo r f ac ili ta tin g, a na ly zin g, a nd re so lv in g cu st om er is su es , a s w el l a s p ro vi di ng p ro du ct su pp or t a nd fo llo w ‐u p to re so lv e co nc er ns in a n ac cu ra te a nd ti m el y m an ne r. 1) L in co ln , N E 2) C en te nn ia l, CO 3) M ad iso n, W I 4) R em ot e [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] Di re ct Cy be rs ec ur ity A na ly st Th e Cy be rs ec ur ity A na ly st p ar tic ip at es in se cu rit y in ve st ig at io ns , a nd m on ito rs , re se ar ch es , c la ss ifi es , a nd a na ly ze s s ec ur ity e ve nt s t ha t o cc ur o n th e ne tw or k or e nd po in t w ith a fo cu s o n th e de te rm in at io n of w he th er e ve nt s c on st itu te se cu rit y in ci de nt s. 1) L in co ln , N E 2) C en te nn ia l, CO 3) M ad iso n, W I 4) R em ot e [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] Di re ct Cy be rs ec ur ity A rc hi te ct Th e Cy be rs ec ur ity A rc hi te ct h as a st ro ng u nd er st an di ng o f t he b us in es s, it s g oa ls, in fo rm at io n te ch no lo gy (I T) , a nd se cu rit y. T hi s r ol e w or ks c lo se ly w ith v ar io us b us in xx x xxx es a nd te ch no lo gy te am s t o he lp sh ap e, d ef in e, im pl em en t, an d bu ild n et w or k in fr as tr uc tu re se cu re ly . 1) L in co ln , N E 2) C en te nn ia l, CO 3) M ad iso n, W I 4) R em ot e [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] Di re ct Cy be rs ec ur ity E ng in ee r Th e Cy be rs ec ur ity E ng in ee r i de nt ifi es ri sk s a nd th re at s t o th e po te nt ia l d isc lo su re , m od ifi ca tio n, o r l os s o f d at a. T hi s r ol e re co m m en ds c ou nt er m ea su re s a nd sa fe gu ar ds to m iti ga te ri sk , i nc xx xx xx m on ito rin g an d re vi ew in g te ch no lo gy in iti at iv es to p ro vi de se cu rit y as su ra nc e. T hi s r ol e m an ag es a nd m ai nt ai ns se cu rit y‐ re la te d te ch no lo gi es , a nd al so e st ab lis he s c or po ra te b as el in e se cu rit y po lic ie s a nd st an da rd s. 1) L in co ln , N E 2) C en te nn ia l, CO 3) M ad iso n, W I 4) R em ot e [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] Di re ct IT A rc hi te ct Th e In fo rm at io n Te ch no lo gy (I T) A rc hi te ct d es ig ns e nt er pr ise ‐w id e, c ro ss ‐fu nc tio na l so lu tio ns a nd p ro vi de s g ui da nc e an d le ad er sh ip to te ch no lo gy te am s. T hi s l ab or c at eg or y in cl ud es S of tw ar e Ar ch ite ct s, In fr as tr uc tu re A rc hi te ct s, a nd C yb er se cu rit y Ar ch ite ct s. 1) L in co ln , N E 2) C en te nn ia l, CO 3) M ad iso n, W I 4) R em ot e [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] Di re ct IT B us in es s A na ly st Th e In fo rm at io n Te ch no lo gy (I T) B us in es s A na ly st fo rm ul at es a nd d ef in es sy st em sc op e an d ob je ct iv es th ro ug h re se ar ch a nd fa ct ‐fi nd in g, c om bi ne d w ith a n un de rs ta nd in g of ap pl ic ab le b us in es s s ys te m s a nd in du st ry re qu ire m en ts . T hi s r ol e de ve lo ps o r m od ifi es m od er at el y co m pl ex in fo rm at io n sy st xx x. 1) L in co ln , N E 2) C en te nn ia l, CO 3) M ad iso n, W I 4) R em ot e [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] Di re ct IT E ng in ee r Th e In fo rm at io n Te ch no lo gy (I T) E ng in ee r i s r es po ns ib le fo r d ev el op in g en te rp ris e‐ w id e, cr os s‐ fu nc tio na l s of tw ar e so lu tio ns , w or ki ng c lo se ly w ith IT A rc hi te ct s a nd IT B us in es s An al ys t t ec hn ic al te am s. T hi s l ab or c at eg or y in cl ud es S of tw ar e En gi ne er s, In fr as tr uc tu re En gi ne er s, a nd C yb er se cu rit y En gi ne xx x. 1) L in co ln , N E 2) C en te nn ia l, CO 3) M ad iso n, W I 4) R em ot e [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] Di re ct O pe ra tio na l A na ly st Th e O pe ra tio na l A na ly st sp ec ia liz es in st re am lin in g pr oc es se s f or a dj us tm en t pr oc es sin g, in ve nt or y m an ag em en t, an d re se ar ch in th e ba ck o ffi ce . T he O pe ra tio na l An al ys t u se s a na ly tic al to ol s, c rit ic al th in ki ng , a nd p ro bl em so lv in g to h el p so lv e co m pl ex ta sk s f or th e ba ck ‐o ffi ce te am s. T hi s r ol e pr ov id es xx xx ec t m at te r e xp er tis e on p ro je ct s an d co m pl ex re se ar ch a nd in iti at iv es . 1) L in co ln , N E 2) C en te nn ia l, CO 3) M ad iso n, W I 4) R em ot e [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] Di re ct O pe ra tio ns S pe ci al ist Th e O pe ra tio ns S pe ci al ist p er fo rm s m ul tip le c om pl ex d ut ie s t ha t i nc lu de , b ut a re n ot lim ite d to , p ro ce ss in g fin an ci al a dj us tm en ts /r et ro ac tiv e ad ju st m en ts o r a cc ou nt in g du tie s, in ve nt or y m an ag em en t, w or ki ng o n sp ec ia l p ro je ct s, a ss ist in g op er at io na l m an ag em en t, an d re se ar ch in g, m on ito rin g, o r r es ol vi ng u ni qu e or e sc al at ed a cc ou nt s a nd re po rt in g di sc re pa nc ie s w ith /o r c or re ct in g N at io na l S tu de nt L oa n Da ta S ys te m (N SL DS ) er ro r r ep or ts . T hi s r ol e co m m un ic at es p er fo rm an ce d at a, c oa ch es /m en to rs n ew h ire s, ev al ua te s t he re su lts o f n ew ‐h ire w or k to id en tif y tr en ds o r t he n ee d fo r a dd iti on al tr ai ni ng , a nd a ss ist s l ea de rs hi p w ith m ai nt ai ni ng te am c om pl ia nc e. T hi s r ol e tr ac ks , ad m in ist er s, a nd a na ly ze s w or k flo w . T he O pe ra tio ns S pe ci al ist re sp on ds to ex te rn al /in te rn al c us to m er in qu iri es a nd p ro vi de s a ss ist an ce to h ig h‐ pr io rit y ac co un ts . 1) L in co ln , N E 2) C en te nn ia l, CO 3) M ad iso n, W I 4) R em ot e [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] In di re ct Pr od uc t O w ne r Th e Pr od uc t O w ne r c re at es a c ol la bo ra tiv e an d tr an sp ar en t e nv iro nm en t t ha t h el ps de liv er b us in es s v al ue in a q ui ck a nd it er at iv e fa sh io n. C ol la bo ra tio n, re la tio ns hi p‐ bu ild in g, c om m un ic at io n, a nd le ad er sh ip a re k ey a sp ec ts o f t he ro le . T he u lti m at e pu rp os e of th e Pr od uc t O w ne r i s t o un de rs ta nd th e st ak eh ol de r n ee ds , p rio rit ize th os e ne ed s b as ed o n bu sin es s v al ue , a nd c om m un ic at e th os e to th e te ch no lo gy te am so th ey ca n co nt in uo us ly im pr ov e th e pr od uc t. 1) L in co ln , N E 2) C en te nn ia l, CO 3) M ad iso n, W I 4) R em ot e [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] [* ** ] Fu ll Ti m e Eq ui va le nt (F TE ) H ou rly F ul ly B ur de ne d La bo r R at es Pa rt 1 S ec tio n B. 3 C LI N 7 L ab or C at eg or y Ra te s T ab le Th es e la bo r c at eg or ie s a nd ra te s s ha ll be u se d fo r t he p ric in g of th e la bo r p or tio n of w or k un de r C LI N 7 D ev el op m en t, M od er ni za tio n an d En ha nc em en ts a nd c xx xx es to th e co nt ra ct o r T as k O rd xx x.

Attachment Page PAGE 13 OF 81 91003123D0005 i. USDS Servicer shall ensure the solution can execute the full range of servicing functions as fully described in Attachments 1, 2, and 3. The services provided by the USDS Servicer and associated requirements include, but are not limited to: 1. Provide staff, either in-house or through subcontracting, who perform front-end contact center agent and back- office agent work necessary to deliver all requirements. 2. Establish the Contact Center with the following hours of operation: : Monday 8 AM to 11 PM EST, Tuesday through Friday 8 AM to 8 PM EST, and Saturday 10 AM to 2 PM EST. This excludes Federal holidays. 3. Have a Call Management System that will be used to handle all inbound and outbound calls including required recording and reporting, as well as Interactive Voice Response capabilities. 4. Provide the migration of all physical documentation, for borrower accounts assigned to them, from the existing Legacy Servicers. USDS Servicer is required to cooperate with existing Legacy Servicers in transferring physical documentation to the USDS Servicer. USDS Servicer should expect reasonable cooperation from Legacy Servicers. USDS Servicer must report disputes regarding transfer of physical documentation to FSA without delay. 5. Provide Loan servicing for all borrowers in all loan statuses and monitor borrowers as they move through those statuses. 6. Establish repayment plans for borrowers across FSA-held Title IV Loans. 7. Determine and execute eligibility determination, annual recertification, and payment recalculation for Income- Driven Repayment (IDR) plans tied to a borrower’s income, family situation, and other characteristics that may fluctuate. IDR plans include, but are not limited to Income-Contingent, Income-Based, Pay-As-You-Earn, and Revised-Pay-As-You-Earn. 8. Process, predetermine, and/or execute discharge/forgiveness under various Title IV programs (e.g., Income- Driven Repayment, Closed School, Automatic Closed School, Death, False Certification). 9. Execution, discharge and forgiveness for Public Service Loan Forgiveness, Teacher Loan Forgiveness, Total Permanent Disability, and Borrower Defense. 10. Determination, execution, and implementation of eligibility for various forbearance/deferment programs. 11. Engage in delinquency management and default prevention to assist borrowers in staying current with their repayment plans. 12. Accurately report the status of borrower accounts to the national Credit Reporting Agencies (CRAs) in compliance with the Fair Credit Reporting Act (FCRA) and respond timely to borrower disputes. 13. Process loan consolidation origination and disbursement, including application, pay off, booking new loans, maintaining borrower account histories, performing all reconciliation and financial reporting, and other activities. o This includes the processing of under/over payment adjustments for legacy consolidation loans and any future decommissioned consolidation origination systems.

Attachment Page PAGE 14 OF 81 91003123D0005 14. Accommodate changes in repayment plan options, in accordance with Attachment 5. 15. Accurately complete retroactive adjustment processing (e.g., retroactive application of deferments, forbearances, payments, and manual adjustments). 16. Respond to control mail, congressional mail, FSA escalations, FSA feedback, borrower complaints and borrower account disputes. 17. Comply with all applicable Federal, and State laws, rules, and regulations applicable to its performance under the Contract (e.g., the Fair Credit Reporting Act, the Fair Debt Collections Practices Act, the Truth in Lending Act, etc.) and shall maintain a sound compliance management system (CMS) that is integrated into the overall framework for product design, delivery, and administration across their entire product and service lifecycle. 18. Execute internal quality control on all operational activities, submit operational and performance reports to facilitate transparency, oversight, and accountability, promptly notify FSA of any issue or instances of non- compliance, and support monitoring and oversight. c. Financial Functions: i. USDS Servicer shall perform all financial functions as outlined in Attachment 2 and associated attachments. This includes, but is not limited to: 1. Process specific financial and non-financial activity/transactions to correctly record all transactions processed to the servicing system and sending equivalent summary transactions to FSA’s general ledger (FMS). Perform various accounting process flows for loan account types unique to the Government sector. 2. Utilize specific file transmission mechanisms and processing channels for various system integration processes associated with the Oracle FMS used by FSA. 3. Utilize specific financial report and reconciliation file layouts to complete accurate financial deliverables that comply with all associated requirements by the required due date as indicated in the Finance Requirements. Generate various reports and reconciliations to demonstrate that the underlying servicing system data and process flows incorporated in the various reports and ensure reconciliations generated are accurate. 4. Incorporate a system of internal controls consistent with requirements derived from applicable Federal laws, regulations, policies and authoritative guidance. These laws, regulations, and guidance include, but are not limited to: Federal Financial Management Improvement Act (FFMIA); Federal Managers' Financial Integrity Act (FMFIA); CFO Act; Government Performance and Results Act (GPRA); GAO's Standards for Internal Control (i.e., the "Green Book"); OMB Circulars A-123 and A- 130; FISMA; NIST Special Publications; the Treasury Financial Manual (TFM); GAO's Financial Audit Manual (FAM); and GAO's Federal Information System Controls Audit Manual (FISCAM). ii. USDS Servicer shall conduct error and dispute resolution investigation and processing, including, but not limited to: 1. Borrower account maintenance, including manual correction of errors identified through data integrity scans and manual adjustments as identified by FSA.

Attachment Page PAGE 16 OF 81 91003123D0005 b) Templates and layouts customer-facing documentation shall be submitted for Department approval. 5. FSA may modify or update the FSA Servicer Brand Guidelines and Style Guide and Design at any time through modification of the Task Order and/or Contract. When such modifications occur, the USDS Servicer shall incorporate relevant updates into the next major product release or at another time as agreed to by FSA. 6. The USDS Servicer may request a waiver from specific elements of the FSA Servicer Brand Guidelines and Style Guide and Design. FSA will consider such requests and may also work with the USDS Servicer to achieve an alternative solution to the specific branding element(s) at issue in the waiver request. The final decision on specific elements waived and any potential consideration or reduction in price due to a reduction in requirements must be accomplished through modification of the Contract and/or applicable Task Order. e. Imaging, Printing, and Mailing: i. USDS Servicer shall receive, image, index, and process physical mail. USDS Servicer shall also provide tracking of and reporting on outbound mail items. USDS Servicer shall identify cost efficiency opportunities and work with FSA to implement changes to processes and practices (e.g., statement or envelope design). Changes effecting requirements and/or prices must be accomplished through modification of the Contract and/or applicable Task Order. ii. USDS Servicer shall generate and send all communications necessary for servicing all assigned borrower accounts under the terms of the Contract (physical and electronic). iii. USDS Servicer shall enable borrowers, customers, partners, and other relevant third parties to be able to fax materials and tag the faxes upon receipt for tracking. iv. USDS Servicer shall image and index inbound correspondence, including physical checks, as well as materials received via fax. USDS Servicer shall then provide access or visibility to the images to FSA. v. USDS Servicer shall provide skip tracing capability to identify updated contact information for invalid postal mail and invalid phone numbers. f. Digital Engagement Layer: i. USDS Servicer shall provide a digital engagement and mobile responsive website solution for borrowers, customers and partners to interact with FSA and complete customer tasks (e.g., view statements and make payments) and partner tasks (e.g., view student loan history and download resources for students). ii. USDS Servicer shall provide an access portal to Title IV partners (e.g., schools, FSA, etc.) as described below: 1. The access shall provide customer account access to FSA, schools, and other partners as approved by FSA. The portal shall display, at a minimum, customer demographic detail, loan detail, loan disbursement detail, and access to images (bills, repayment plans, applications,

Attachment Page PAGE 17 OF 81 91003123D0005 communications etc.). The portal shall allow for downloading and printing of information displayed. 2. The portal shall include a Loan Holder Services website that Guarantee Agencies (GA) and Lenders will use for loan consolidation application processing. 3. The portal shall allow FSA and other trading partners (schools will not access this data) access to the FSA Image Repository, Decommissioned Servicer data, and Legacy Consolidation Support data as outlined in Section C.3 Specialty Servicing Tasks, below. 3) Specialty Servicing Tasks FSA anticipates awarding Specialty Servicing Tasks to one (1) or more USDS Servicers. As further described in Attachment 1, USDS Servicer is required to have a plan to provide the following Specialty Servicing Tasks: a. Specialty Servicing Task 1 – FSA Image Repository: USDS Servicer shall transfer in, maintain, and provide access to an FSA image repository (FSA Image Repository). The FSA Image Repository maintains all historical images from previously decommissioned servicing systems and ancillary systems. All images shall be accessed via the partner portal. b. Specialty Servicing Task 2 – Decommissioned Servicer Data Support and Payment Support Servicing Functions: Decommissioned servicer data includes archived data that is stored from decommissioned servicers including but not limited to ACS Education Servicing System (ACES) and Direct Loan Servicing System (DLSS), decommissioned NFP servicers and future decommissioned TIVAS servicers. The USDS Servicers shall: i. Provide FSA the ability to access pre-defined queries, which will be provided during Contract performance, as well as perform ad-hoc queries of the data. ii. Provide payment support services such as processing refunds, researching missing payments, providing check copies. c. Specialty Servicing Task 3 – Legacy Loan Consolidation Origination and Disbursement Support Functions: Legacy loan consolidation origination and support functions include performing all manual adjustments received for underlying loans held by FEEL Lenders, Guaranty Agencies, the Debt Management and Collection System (DMCS), and Direct Loans that were previously consolidated by decommissioned consolidation vendors (e.g. ACES, Title IV Additional Servicer (TIVAS), or other Title IV servicers), (collectively, Legacy Consolidation Vendors). USDS Servicer shall: i. Process all under/over payments received on legacy consolidation loans. ii. Convert all data for all under/over payment adjustments that have been processed since the Legacy Consolidation Vendor was decommissioned. iii. Create updated Consolidation Origination Loan History Records for each adjustment processed and upload such records to the FSA Image Repository. iv. Create adjustment spreadsheets needed to complete the adjustment processing.

Attachment Page PAGE 22 OF 81 91003123D0005 for performance of the Contract remains secure, vulnerabilities are addressed, and that all required security documentation and reporting is maintained. 4. The USDS Servicer shall allow FSA access to FSA information including data schemas, meta data, and other associated data artifacts on USDS Servicer’s systems. USDS Servicer is required to ensure FSA can fully and appropriately retrieve FSA information from USDS Servicer’s systems. USDS Servicer must ensure FSA has the ability to store, read, and process such information. This requirement includes, but is not limited to data stored on recovery media, tape backups, images, etc. 5. The USDS Servicer shall provide data loss prevention capability to ensure that Controlled Unclassified Information (CUI) and privacy data are monitored and protected. 6. The USDS Servicer’s designated security personnel must obtain an xx.xxx account (network/e- mail) and PIV Badge. 7. The USDS Servicer’s security personnel must obtain access to the Government’s Cyber Security Assessment and Management (CSAM) system to provide reporting for the USDS Servicer’s systems associated with the scope of the Contract. The USDS Servicer’s security personnel shall be responsible for maintaining all system security artifacts in CSAM, including, but not limited to, the System Security Plan (SSP). 8. The USDS Servicer’s security personnel must obtain access to the Department’s PowerBI system where system scorecards are stored for the applicable USDS system(s) that has an ATO. 9. The USDS Servicer shall be liable for breaches of security resulting from failure to follow applicable Federal, NIST, DHS, Department and FSA security processes and/or Federal law, guidance documents, and security standards. 10. Machine to Machine Communication (MTM). USDS Servicer must be capable of sending log data in real time via machine-to-machine communication over encrypted sessions to FSA’s SOC SIEM, which is in a FedRAMP GovCloud. The log types are defined in OMB-M-21-31, Appendix C and Executive Order (EO) 14028. 11. Continuous Diagnostics and Mitigation Program (CDM). Immediately following successful completion of a security authorization, the USDS Servicer shall implement continuous security monitoring in accordance with NIST SP 800-137 and CISA’s latest release of “Continuous Diagnostics and Mitigation Program, Technical Capabilities, Volume Two: Requirements Catalog”. The CDM capabilities shall be capable of satisfying an ongoing security authorization. The USDS Servicer's Continuous Monitoring must feed into the Department and FSA continuous monitoring programs via machine-to-machine near-real-time updates and static frequency- based updates. The USDS Servicer shall ensure all information is entered into the Department's FISMA management tool and kept current with all changes. USDS Servicer must adhere to the DHS deployment phases as required by DHS. See Attachment 3 for additional CDM requirements documents.

Attachment Page PAGE 26 OF 81 91003123D0005 including 36 CFR part 1236, and those policies associated with the safeguarding of Federal records covered by the Privacy Act of 1974, as amended (5 U.S.C. 552a). These Federal laws, regulations, and policies include the appropriate preservation of all Federal records, regardless of form or characteristics, mode of transmission, or state of completion. iv. In accordance with 36 CFR 1222.32, all data created for U.S. Government use and delivered to, or falling under the legal control of the U. S. Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by Federal statute or regulation. v. In accordance with 36 CFR 1222.32, USDS Servicer shall maintain all Federal records created for U.S. Government use, created during Contract performance, and/or delivered to, or under the legal control of the U.S. Government in accordance with Federal law. Electronic Federal records and associated metadata must be accompanied by sufficient technical documentation to facilitate their understanding and use. vi. USDS Servicer must additionally manage Federal records which contain CUI in accordance with all applicable laws, regulations, and U.S. Government-wide policies (LRGWP) to include Executive Order EO 13556, 32 CFR Part 2002, ED Directive OCIO 3-113, and NIST-800-171 Revision 2 (or current version). vii. The USDS Servicer is responsible for preventing the alienation or unauthorized destruction of Federal records, under the Contract, including all forms of mutilation. Federal records may not be removed from the legal custody of the Department or destroyed except in accordance with the provisions of the Contract and Federal Records Act. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. The USDS Servicer shall immediately report any unlawful or accidental removal, defacing, alteration, or destruction of Federal records to the CO. viii. The USDS Servicer shall immediately notify the CO upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. The USDS Servicer shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of all Federal records in accordance with applicable law. ix. The USDS Servicer shall not remove material from U.S. Government facilities or systems, or facilities or systems operated or maintained on the U.S. Government's behalf, without the express written permission of the Department’s Records Officer. x. Under no circumstances shall the USDS Servicer retain possession of, nor access to, Federal records, or any copies thereof, after the expiration or termination of the Contract. Under no circumstances shall the USDS Servicer destroy Federal records except in accordance with the provisions of the Contract and the Federal Records Act. xi. The USDS Servicer is required to obtain the CO's approval prior to engaging in any contractual relationship (sub-contractor) in support of the Contract requiring the disclosure to the subcontractor of information, documentary material and/or Federal records generated under, or relating to, the performance of the Contract. The USDS Servicer (and any sub-contractor) is required to abide by U.S. Government and Department guidance for protecting sensitive, proprietary information, classified, and CUI. The U.S.

Attachment Page PAGE 27 OF 81 91003123D0005 Government reserves the right to inspect, at any time, USDS Servicer and subcontractor policies, procedures, and strategies for ensuring that Federal records are appropriately preserved. xii. The USDS Servicer’s use of U.S. Government IT equipment is limited to Contract performance or any purposes otherwise authorized by the Contract and in accordance with Department policy. xiii. The USDS Servicer shall not create or maintain any Federal records containing any non-public Department information not specified or authorized by the Contract. xiv. The USDS Servicer shall not retain, use, sell, or disseminate copies of any Federal record or deliverable that contains information covered by the Privacy Act of 1974, as amended (5 U.S.C. 552a), or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act, as amended (5 U.S.C. 552). xv. The Department owns the rights to all data and Federal records produced as part of the Contract. All deliverables under the Contract are the property of the U.S. Government for which the Department shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any of the Contractor’s rights in the data or deliverables must be identified, as required by FAR 52.227-11 through FAR 52.227-20. xvi. The USDS Servicer shall incorporate the substance of this Federal Records and Controlled Unclassified Information (CUI) section, its terms and requirements including this paragraph, in all subcontracts requiring the disclosure to a subcontractor of information, documentary material, and/or Federal records generated under, or relating to, the performance of the Contract, and require written subcontractor acknowledgement of same. Violation by a subcontractor of any provision set forth in this clause will be attributed to the USDS Servicer. xvii. All USDS Servicer employees assigned to the Contract who create, work with, or otherwise handle Federal records are required to complete Department-provided records management training. The USDS Servicer is responsible for confirming training has been completed according to Department policies, including initial training and any annual or refresher training. USDS Servicer must confirm the applicable individuals complete the training as follows: 1. All USDS Servicer personnel with Department email accounts or access to Department IT networks or networks with Department data must complete records management training within 60 calendar days of employment and must complete annual refresher training. 2. All USDS Servicer personnel that create, receive, access, or use Federal records on behalf of the Department, regardless of whether those individuals have Department email accounts or IT network access. 3. USDS Servicer is required to take the annual Information Management Requirements training, because the Contract includes CUI and the CUI Identification and Marking Training is required. Additional Category or POC specific trainings may be assigned. USDS Servicer will maintain completion certificates and provide them to FSA upon request. 4. Annual training must be completed within 60 calendar days of receiving the training materials. 5. Attestation that all applicable staff have completed training will be sent by email to the CO or COR with a cc to the CO, from an official authorized to communicate on behalf of the USDS Servicer.

Attachment Page PAGE 32 OF 81 91003123D0005 iii. A deliverable that is poorly organized, incomplete, unclear, inaccurate, or contains grammar/spelling errors will be deemed unacceptable. As further described in paragraph c of this section, the CO will provide written rejection to the USDS Servicer. f. Single Points of Contact (SPOCs): The USDS Servicer shall provide Single-Points-of-Contact (SPOCs) for all USDS products and services. The USDS Servicer shall use SPOCs to ensure effective and consistent communication with the Government. 4. Initial USDS Servicer Task Order: a. The Initial Task Order is a firm-fixed price task order for the tasks and deliverables required for the USDS Servicer to become performance ready. b. The period of performance for the Initial Task Order is anticipated to be the date of Contract award thru resolution of all issues discovered during the ATO process. c. USDS Servicer shall provide the tasks required to achieve ATO and go-live of the servicing system (Go-Live) according to the schedule in the table below. The requirements are as fully described in Attachments 1, 2, and 3. d. The Initial Task Order Milestones/Deliverables and associated due dates are contained in the table below. If a due date falls on a holiday or weekend, then the due date will move to the next business day (Monday – Friday). Additional Initial Task Order deliverables are marked and contained in the deliverable table and Attachments 1a, 2a, and 4a. i. The USDS Servicer shall enhance its IT/Cybersecurity posture to meet all requirements in Attachment 3 by the start of the ATO process. ii. The ATO assessment may result in required Plan of Action and Milestones (POA&M) that the Government may accept remediation over an FSA defined period. iii. The Department Authorizing Official (AO) shall have final authority to accept or reject the ATO. e. The Department may withhold final payment under the Initial Task Order until ATO is met and FSA accepts all deliverables under the Initial Task Order and any POA&M remediations. f. USDS Servicer shall coordinate with FSA to ensure all personnel have completed all required training and security requirements to perform under the Contract. Table 2 Initial Task Order Deliverables/Milestones Activity Due Date FSA Circuit Pre-Order Questionnaire Due within five (5) business days of Initial Task Order award Personnel Security Package for “Implementation” Personnel Due no later than fourteen (14) calendar days after Initial Task Order award Code Freeze Due no later than 199 calendar days after Initial Task Order award

Attachment Page PAGE 33 OF 81 91003123D0005 ATO Process Begins Due no later than 199 calendar days after Initial Task Order award ATO Approval Decision Due no later than 287 calendar days after Initial Task Order award Submit Completed Personnel Security Package for “On-boarding” CSRs Due no later than 264 calendar days after Initial Task Order award Production Readiness Review Due no later than 309 calendar days after Initial Task Order award System Go-Live Due no later than 324 calendar days after Initial Task Order award D. Packaging and Marking Reference Part I Section C PWS, Section H, Part II Section I, and Part III Section J for specific requirements regarding packaging, marking, and preservation. E. Inspection and Acceptance Outside any specific requirements of this section, reference Part I Section C PWS, Section H, Part II Section I, and Part III Section J for specific requirements regarding inspection and acceptance 52.246-4 INSPECTION OF SERVICES-FIXED-PRICE (AUG 1996) (a) Definition. "Services," as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. (b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires. (c) The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. (d) If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. (e) If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may- (1) Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and (2) Reduce the contract price to reflect the reduced value of the services performed.

Attachment Page PAGE 41 OF 81 91003123D0005 The terms of this section apply to the USDS Servicer, and its employees performing work on behalf of the Government and accessing or using Government software assets from any off-site or remote work location. For example, this includes all telework locations, use of non-Government equipment while performing Government work, and/or use of any/all devices for this purpose that have the ability to connect/access any Government network or software product. The USDS Servicer shall hold the Government harmless for any noncompliance with this section or the licenses under which the software is provided. The USDS Servicer will be responsible for paying all damages, penalties, extra license fee or any other expense associated with its noncompliance without reimbursement or compensation from the Government. The USDS Servicer shall report annually by March 31, or more frequently if requested by the CO, the following: 1. Software product name 2. Software version number 3. Username 4. Workstation owner, as applicable 5. Server name, as applicable 6. Metrics required by license (e.g., the names of actual users if license is named user base.) The USDS Servicer is subject to audits by the Government or the software manufacturer at the USDS Servicer’s location to ensure it is complying with this section and licenses. The USDS Servicer shall remove the software immediately from its machines and certify to the CO its removal and the destruction or return of all documentation when any of the following occurs: 1. Contact under which software is required ends without renewal; 2. The software license’s term ends without renewal; 3. The software license is terminated by manufacturer for cause; or 4. The software is no longer required for performance of the Contract. For named user-based or client-based licenses, the USDS Servicer will report within 30 calendar days the addition, replacement, or termination of access of any specific named-user or the addition, transfer or removal of software from client machines. Such report will contain the name of the former client as well as the new client, as applicable. For server or core-based licenses, the USDS Servicer will report within 30 days the addition, transfer or removal of software from servers. Such report will contain the name of the former server as well as the new server, as applicable. H. Continuation of Mission Critical Contractor Services. As used in this section:

Attachment Page PAGE 42 OF 81 91003123D0005 1. Mission Critical Contractor System or Other Services are defined as a system or other services that have a material impact on the accomplishment of the Federal Student Aid mission. 2. The services under the Contract are vital to the mission of the Department. The USDS Servicer shall be responsible for the availability of all systems operated, or other services performed by the USDS Servicer for the Department, regardless of location. This section applies to all or any part of the Contract that includes services that directly support the Department's mission. 3. The USDS Servicer shall provide, implement, and maintain a Continuation of Mission Critical Services Plan (also referred to as Contingency Plan, or “The Plan”) for continuing performance of services no matter the circumstances. The Plan shall describe the processes and procedures that will be followed to ensure continued availability of services under the Contract. Any alternate site used as part of Disaster Recovery shall be fully operational within 48 hours of a declared disaster. The USDS Servicer shall identify in the Plan the provisions made for the acquisition of mission critical personnel and resources, if necessary, for continuity of operations for up to 30 calendar days or until normal operations can be resumed. 4. Within 60 calendar days after contract award, the USDS Servicer shall submit its Plan for approval, which shall be consistent with and further detail the approach contained in the USDS Servicer's final revised proposal. The Plan, as approved by the CO, shall be incorporated into the Contract as a compliance document. The Plan must, at a minimum, address: i. Name of the USDS Servicer’s officer overall responsible for the maintenance, management, exercising and execution of the Plan; ii. Plans and procedures; iii. Identification of mission critical functions; iv. The time lapse associated with the initiation of the acquisition of mission critical personnel and resources and their actual availability on site; v. Delegations of authority, planned order of succession, and cross-training to ensure personnel are available to provide services and make key decisions; vi. Proposed alternate operating facilities, interoperable, connectivity and emergency communications approach; vii. Critical records or data storage procedures; viii. Protection of human capital;

Attachment Page PAGE 43 OF 81 91003123D0005 ix. Testing approach for annual tests; x. Training plan; xi. Delegation of control and direction; xii. Reconstitution and resuming normal operations plans; and xiii. Schedule for periodic review and revisions of Plan. 5. The USDS Servicer shall maintain and update its Plan as necessary and adhere to its requirements throughout the Contract term. The USDS Servicer shall not materially alter the Plan without the CO's written consent. 6. As directed by the CO, the USDS Servicer shall participate and collaborate with the Department and its contractors in training events, exercises, and drills associated with Government efforts to test the effectiveness of continuity of operations procedures and practices with internal and external entities. Results of the exercises shall be delivered to the CO or other designated representative within 30 calendar days after the exercise. 7. In the event the USDS Servicer anticipates not being able to perform any of the mission critical contractor services identified in the paragraph above, the USDS Servicer shall notify the CO or other designated representative immediately and use its best efforts to cooperate with the Government in the Government’s efforts to maintain the continuity of operations. In no way does this paragraph relieve the USDS Servicer of financial responsibility in meeting the Contract terms and conditions. 8. The Government reserves the right to use Federal employees of other agencies or support from other parties or to enter into new contracts for mission critical contractor services. Any new contracting efforts would be conducted in accordance with OFPP letter, “Emergency Acquisitions’’ May 2011 and FAR Part 18, respectively, or any other subsequent emergency guidance issued. 9. The USDS Servicer is required to coordinate all changes to mission critical USDS Servicer systems or other services used to implement Federal Student Aid IT operations and services with the CO, the COR, and to Department representatives as directed by the CO, at least five business days prior to the changes, absent exigent circumstances. Emergency changes require immediate notification of the CO, the COR, and to Department representatives as directed by the CO as soon as the charge requirement is known, but prior to the change. If the continuity of such systems or services is disrupted as a consequence of the USDS Servicer’s failure to adequately coordinate these changes with the Department, the USDS Servicer may be subject to contractual remedies available to the Government pursuant to the terms of the Contract or as authorized by law.

Attachment Page PAGE 45 OF 81 91003123D0005 granted access, as evidence that access has been granted. The Person Handle shall also be included as reference to each employee in the Monthly Vendor Employee Report required under paragraph i, Monthly Vendor Employee Report, above. Each system/location receiving separate access approval will be listed separately on the Monthly Vendor Employee Report. K. Supplemental Instructions to EDAR 3452.239-72, Department Security Requirements. EDAR 3452.239-72,) is supplemented by the following: 1. The USDS Servicer will submit its Background Investigation Requests electronically. Upload the documents into Electronic Questionnaires for Investigation Process (E-QIP) and release the Investigation Request Packet to the COR in E-QIP. 2. Send an electronic copy of the completed coversheet to the Contract COR and system ISSO(s). If USDS Servicer requires a blank coversheet, please contact the COR. When transmitting the cover sheet, please use the following subject in the header of the Microsoft Outlook Message: Subject: [Name of Prime Contractor-Company Name (Name of Sub-Contractor- Company Name, if applicable)]: [Background Investigation (BI) Type] [BI Level] [Date of Submission] [Name of Company Official Responsible for Background applications] 3. Please ensure that each coversheet is encrypted and password protected with a unique password. Do not send the password with the coversheet; instead send a separate email with the exact same subject line with the password in the body of the email. The password should include upper and lower case letters, numbers and special characters. 4. Other than entering the requested data, do not modify the cover sheet format, structure or any other part of the spreadsheet. Any such change may result in the return of the cover sheet and background investigation paperwork for corrections and delay the processing of the package(s). 5. Do not submit SARs with the background investigation paperwork. SARs are to be submitted to the ISSO that is responsible for the USDS system. Please contact the ISSO(s) for specific information regarding the delivery (email, etc.) of the SARs. 6. Contact XXXXxxxxxxxxXxxxxxxx@XX.xxx or your assigned Personnel Security Specialist or by phone (000- 000-0000) with questions.

Attachment Page PAGE 47 OF 81 91003123D0005 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Xxxxxxxxx Lab and Other Covered Entities (Nov 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.210-1 Market Research (Nov 2021) 52.215-8 Order of Precedence-Uniform Contract Format (Oct 1997) 52.215-10 Price Reduction for Defective Certified Cost or Pricing Data (Aug 2011) 52.215-11 Price Reduction for Defective Certified Cost or Pricing Data -Modifications (Jun 2020) 52.215-12 Subcontractor Certified Cost or Pricing Data (Jun 2020) 52.215-13 Subcontractor Certified Cost or Pricing Data -Modifications (Jun 2020) 52.215-14 Integrity of Unit Prices (Nov 2021) 52.215-15 Pension Adjustments and Asset Reversions (Oct 2010) 52.215-18 Reversion or Adjustment of Plans for Postretirement Benefits (PRB) Other Than Pensions (July 2005) 52.215-19 Notification of Ownership Changes (Oct 1997) 52.215-21 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data - Modifications (Nov 2021) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Sep 2021) 52.219-8 Utilization of Small Business Concerns (Oct 2018) 52.219-9 Small Business Subcontracting Plan (Nov 2021) Alternate II (Nov 2016) 52.219-16 Liquidated Damages-Subcontracting Plan (Sep 2021) 52.219-28 Post-Award Small Business Program Rerepresentation (Sep 2021) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sept 2016) 52.222-37 Employment Reports on Veterans (Jun 2020)

Attachment Page PAGE 48 OF 81 91003123D0005 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-41 Service Contract Labor Standards (Aug 2018) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) 52.222-49 Service Contract Labor Standards-Place of Performance Unknown (May 2014) Fill In: (a) “following: _No additional places or areas_. The CO will request wage determinations for additional places or areas of performance if asked to do so in writing by __ 20 calendar days prior to the solicitation proposal submission due date__.” 52.222-50 Combating Trafficking in Persons (Nov 2021) 52.222-54 Employment Eligibility Verification (Nov 2021) 52.222-55 Minimum Wages For Contractor Workers Under Executive Order 14026 (JAN 2022) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2022) 52.223-6 Drug-Free Workplace (May 2001) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.224-1 Privacy Act Notification (Apr 1984) 52.224-2 Privacy Act (Apr 1984) 52.224-3 Privacy Training (Jan 2017) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) 52.227-1 Authorization and Consent (Jun 2020) 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (Jun 2020) 52.227-3 Patent Indemnity (Apr 1984) 52.227-9 Refund of Royalties (Apr 1984) 52.227-14 Rights in Data – General (MAY 2014) Alternate II (DEC 2007) Alternate III (DEC 2007 52.227-16 Additional Data Requirements (JUN 1987) 52.227-17 Rights in Data-Special Works (DEC 2007) 52.229-3 Federal, State, and Local Taxes (Feb 2013) 52.232-1 Payments (APR 1984) 52.232-8 Discounts for Prompt Payment (FEB 2002) 52.232-9 Limitation on Withholding of Payments (APR 1984) 52.232-11 Extras (APR 1984)

Attachment Page PAGE 49 OF 81 91003123D0005 52.232-17 Interest (May 2014) 52.232-18 Availability of Funds (Apr 1984) 52.232-23 Assignment of Claims (May 2014) 52.232-25 Prompt Payment (JAN 2017) 52.232-29 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) 52.233-1 Disputes (May 2014) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.233-3 Protest after Award (Aug 1996) 52.237-3 Continuity of Services (JAN 1991) 52.239-1 Privacy or Security Safeguards (Aug 1996) 52.242-5 Payments to Small Business Subcontractors (Jan 2017) 52.242-13 Bankruptcy (July 1995) 52.242-15 Stop Work Order (AUG 1989) 52.242-17 Government Delay of Work (Apr 1984) 52.243-1 Changes-Fixed Price (Aug 1987) Alternate I (Apr 1984) 52.243-7 Notification of Changes (Jan 2017) Fill in - (b) 3 days_ & (d) 4 days 52.244-5 Competition in Subcontracting (Dec 1996) 52.244-6 Subcontracts for Commercial Products and Commercial Services (Jan 2022) 52.245-1 Government Property (Sep 2021) 52.245-9 Use and Charges (Apr 2012) 52.246-25 Limitation of Liability – Services (FEB 1997) 52.247-55 F.O.B. Point for Delivery of Government-Furnished Property (JUN 2003) 52.249-2 Termination for Convenience of the Government (Fixed-Price) (Apr 2012) 52.249-8 Default (Fixed-Price Supply and Service) (Apr 1984) 52.253-1 Computer Generated Forms (Jan 1991)

Attachment Page PAGE 50 OF 81 91003123D0005 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV 2021) (a) Definitions. As used in this clause— Covered contractor information system means an information system that is owned or operated by a contractor that processes, stores, or transmits Federal contract information. Federal contract information means information, not intended for public release, that is provided by or generated for the Government under a contract to develop or deliver a product or service to the Government, but not including information provided by the Government to the public (such as on public websites) or simple transactional information, such as necessary to process payments. Information means any communication or representation of knowledge such as facts, data, or opinions, in any medium or form, including textual, numerical, graphic, cartographic, narrative, or audiovisual (Committee on National Security Systems Instruction (CNSSI) 4009). Information system means a discrete set of information resources organized for the collection, processing, maintenance, use, sharing, dissemination, or disposition of information ( 44 U.S.C. 3502). Safeguarding means measures or controls that are prescribed to protect information systems. (b) Safeguarding requirements and procedures. (1) The Contractor shall apply the following basic safeguarding requirements and procedures to protect covered contractor information systems. Requirements and procedures for basic safeguarding of covered contractor information systems shall include, at a minimum, the following security controls: (i) Limit information system access to authorized users, processes acting on behalf of authorized users, or devices (including other information systems). (ii) Limit information system access to the types of transactions and functions that authorized users are permitted to execute. (iii) Verify and control/limit connections to and use of external information systems. (iv) Control information posted or processed on publicly accessible information systems. (v) Identify information system users, processes acting on behalf of users, or devices. (vi) Authenticate (or verify) the identities of those users, processes, or devices, as a prerequisite to allowing access to organizational information systems. (vii) Sanitize or destroy information system media containing Federal Contract Information before disposal or release for reuse.

Attachment Page PAGE 53 OF 81 91003123D0005 (g) The Contractor shall insert a clause containing all the terms of this clause, including this paragraph (g), in all subcontracts under this contract that exceed the simplified acquisition threshold, as defined in FAR 2.101 on the date of subcontract award, and— (1) That are cost-reimbursement, incentive, time-and-materials, labor-hour, or price-redeterminable type or any combination of these; (2) For which certified cost or pricing data are required; or (3) That require the subcontractor to furnish reports as discussed in paragraph (e) of this clause. The clause may be altered only as necessary to identify properly the contracting parties and the Contracting Officer under the Government prime contract. (End of clause) 52.232-32 PERFORMANCE-BASED PAYMENTS (APR 2012) (a) Amount of payments and limitations on payments. Subject to such other limitations and conditions as are specified in this contract and this clause, the amount of payments and limitations on payments shall be specified in the contract’s description of the basis for payment. (b) Contractor request for performance-based payment. The Contractor may submit requests for payment of performance-based payments not more frequently than monthly, in a form and manner acceptable to the Contracting Officer. Unless otherwise authorized by the Contracting Officer, all performance-based payments in any period for which payment is being requested shall be included in a single request, appropriately itemized and totaled. The Contractor’s request shall contain the information and certification detailed in paragraphs (l) and (m) of this clause. (c) Approval and payment of requests. (1) The Contractor shall not be entitled to payment of a request for performance-based payment prior to successful accomplishment of the event or performance criterion for which payment is requested. The Contracting Officer shall determine whether the event or performance criterion for which payment is requested has been successfully accomplished in accordance with the terms of the contract. The Contracting Officer may, at any time, require the Contractor to substantiate the successful performance of any event or performance criterion which has been or is represented as being payable. (2) A payment under this performance-based payment clause is a contract financing payment under the Prompt Payment clause of this contract and not subject to the interest penalty provisions of the Prompt Payment Act. The designated payment office will pay approved requests on the 30th day after receipt of the request for performance- based payment by the designated payment office. However, the designated payment office is not required to provide payment if the Contracting Officer requires substantiation as provided in paragraph (c)(1) of this clause, or inquires into the status of an event or performance criterion, or into any of the conditions listed in paragraph (e) of this clause, or into the Contractor certification. The payment period will not begin until the Contracting Officer approves the request. (3) The approval by the Contracting Officer of a request for performance-based payment does not constitute an acceptance by the Government and does not excuse the Contractor from performance of obligations under this contract.

Attachment Page PAGE 54 OF 81 91003123D0005 (d) Liquidation of performance-based payments. (1) Performance-based finance amounts paid prior to payment for delivery of an item shall be liquidated by deducting a percentage or a designated dollar amount from the delivery payment. If the performance-based finance payments are on a delivery item basis, the liquidation amount for each such line item shall be the percent of that delivery item price that was previously paid under performance-based finance payments or the designated dollar amount. If the performance-based finance payments are on a whole contract basis, liquidation shall be by either predesignated liquidation amounts or a liquidation percentage. (2) If at any time the amount of payments under this contract exceeds any limitation in this contract, the Contractor shall repay to the Government the excess. Unless otherwise determined by the Contracting Officer, such excess shall be credited as a reduction in the unliquidated performance-based payment balance(s), after adjustment of invoice payments and balances for any retroactive price adjustments. (e) Reduction or suspension of performance-based payments. The Contracting Officer may reduce or suspend performance-based payments, liquidate performance-based payments by deduction from any payment under the contract, or take a combination of these actions after finding upon substantial evidence any of the following conditions: (1) The Contractor failed to comply with any material requirement of this contract (which includes paragraphs (h) and (i) of this clause). (2) Performance of this contract is endangered by the Contractor’s- (i) Failure to make progress; or (ii) Unsatisfactory financial condition. (3) The Contractor is delinquent in payment of any subcontractor or supplier under this contract in the ordinary course of business. (f) Title. (1) Title to the property described in this paragraph (f) shall vest in the Government. Vestiture shall be immediately upon the date of the first performance-based payment under this contract, for property acquired or produced before that date. Otherwise, vestiture shall occur when the property is or should have been allocable or properly chargeable to this contract. (2) "Property," as used in this clause, includes all of the following described items acquired or produced by the Contractor that are or should be allocable or properly chargeable to this contract under sound and generally accepted accounting principles and practices: (i) Parts, materials, inventories, and work in process; (ii) Special tooling and special test equipment to which the Government is to acquire title; (iii) Nondurable (i.e., noncapital) tools, jigs, dies, fixtures, molds, patterns, taps, gauges, test equipment and other similar manufacturing aids, title to which would not be obtained as special tooling under paragraph (f)(2)(ii) of this clause; and

Attachment Page PAGE 57 OF 81 91003123D0005 (End of clause) 52.216-18 ORDERING (AUG 2020) (a) Any supplies and services to be furnished under the Contract shall be ordered by issuance of delivery orders or Task Orders by the individuals or activities designated in the Schedule. Such orders may be issued from _Contract award_________ through _the last day of the Contract’s period of performance___________. (b) All delivery orders or Task Orders are subject to the terms and conditions of the Contract. In the event of conflict between a delivery order or Task Order and the Contract, the contract shall control. (c) A delivery order or Task Order is considered "issued" when— (1) If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail; (2) If sent by fax, the Government transmits the order to the USDS Servicer 's fax number; or (3) If sent electronically, the Government either— (i) Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the USDS Servicer; or (ii) Distributes the delivery order or task order via email to the USDS Servicer 's email address. (d) Orders may be issued by methods other than those enumerated in this clause only if authorized in the Contract. (End of clause) 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by the Contract in an amount of less than $500, the Government is not obligated to purchase, nor is the USDS Servicer obligated to furnish, those supplies or services under the Contract. (b) Maximum order The USDS Servicer is not obligated to honor- (1) Any order for a single item and/or service in excess of $7,000,000,000; (2) Any order for a combination of items and/or services in excess of $7,000,000,000; or (3) A series of orders from the same ordering office within 5 calendar days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the USDS Servicer if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the USDS Servicer shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 4 calendar days after issuance, with written notice stating the USDS Servicer’s intent not to ship the item (or items) called

Attachment Page PAGE 61 OF 81 91003123D0005 payment is requested has been successfully accomplished in accordance with the terms of the contract. The Contracting Officer may, at any time, require the Contractor to substantiate the successful performance of any event or performance criterion which has been or is represented as being payable. (2) A payment under this performance-based payment clause is a contract financing payment under the Prompt Payment clause of this contract and not subject to the interest penalty provisions of the Prompt Payment Act. The designated payment office will pay approved requests on the 30thcalendar day after receipt of the request for performance-based payment by the designated payment office. However, the designated payment office is not required to provide payment if the Contracting Officer requires substantiation as provided in paragraph (c)(1) of this clause, or inquires into the status of an event or performance criterion, or into any of the conditions listed in paragraph (e) of this clause, or into the Contractor certification. The payment period will not begin until the Contracting Officer approves the request. (3) The approval by the Contracting Officer of a request for performance-based payment does not constitute an acceptance by the Government and does not excuse the Contractor from performance of obligations under this contract. (d) Liquidation of performance-based payments. (1) Performance-based finance amounts paid prior to payment for delivery of an item shall be liquidated by deducting a percentage or a designated dollar amount from the delivery payment. If the performance-based finance payments are on a delivery item basis, the liquidation amount for each such line item shall be the percent of that delivery item price that was previously paid under performance-based finance payments or the designated dollar amount. If the performance-based finance payments are on a whole contract basis, liquidation shall be by either predesignated liquidation amounts or a liquidation percentage. (2) If at any time the amount of payments under this contract exceeds any limitation in this contract, the Contractor shall repay to the Government the excess. Unless otherwise determined by the Contracting Officer, such excess shall be credited as a reduction in the unliquidated performance-based payment balance(s), after adjustment of invoice payments and balances for any retroactive price adjustments. (e) Reduction or suspension of performance-based payments. The Contracting Officer may reduce or suspend performance-based payments, liquidate performance-based payments by deduction from any payment under the contract, or take a combination of these actions after finding upon substantial evidence any of the following conditions: (1) The Contractor failed to comply with any material requirement of this contract (which includes paragraphs (h) and (i) of this clause). (2) Performance of this contract is endangered by the Contractor’s- (i) Failure to make progress; or (ii) Unsatisfactory financial condition. (3) The Contractor is delinquent in payment of any subcontractor or supplier under this contract in the ordinary course of business. (f) Title. (1) Title to the property described in this paragraph (f) shall vest in the Government. Vestiture shall be immediately upon the date of the first performance-based payment under this contract, for property acquired or produced before that date. Otherwise, vestiture shall occur when the property is or should have been allocable or properly chargeable to this contract.

Attachment Page PAGE 64 OF 81 91003123D0005 (2) (Except as reported in writing on __________), all payments to subcontractors and suppliers under this contract have been paid, or will be paid, currently, when due in the ordinary course of business; (3) There are no encumbrances (except as reported in writing on _________) against the property acquired or produced for, and allocated or properly chargeable to, the contract which would affect or impair the Government's title; (4) There has been no materially adverse change in the financial condition of the Contractor since the submission by the Contractor to the Government of the most recent written information dated _____________; and (5) After the making of this requested performance-based payment, the amount of all payments for each deliverable item for which performance-based payments have been requested will not exceed any limitation in the contract, and the amount of all payments under the contract will not exceed any limitation in the contract. (End of clause) 52.239-70 ACCESS TO CONTRACTOR AND SUBCONTRACTOR INFORMATION SYSTEMS AND RELATED RESOURCES IN CARRYING OUT PRIVACY AND INFORMATION SECURITY INSPECTIONS (DEVIATION) (a) Privacy and security inspections. In accordance with the terms of this contract and as authorized by law, the Government carries out a program of privacy and information security inspections. Such inspections may be undertaken for various purposes, including but not limited to: (1) Examination of the security of federal information systems or of contractor information systems that process, store or transmit Government data, Government-related data, or controlled unclassified information, or which provide security protection for such systems (including vulnerability testing); (2) Information Technology security reviews; (3) Investigation and audit of administrative, technical, and physical safeguards taken to protect against threats and hazards to the integrity, confidentiality, and availability of Government data, Government-related data, or controlled unclassified information, or to the function of computer systems operated on behalf of the Government; (4) Review of contractor policies, procedures and practices for handling Government data, Government-related data, controlled unclassified information and other sensitive data; (5) Investigation of incidents involving actual or suspected improper releases of information (including cyber security incident response and reporting); (6) Conduct of forensic analyses, investigation of computer crime, or the preservation of evidence of computer crime; or (7) Review of the contractor’s performance for compliance with the terms and conditions in the contract governing privacy and the security of information and information systems. (b) Requirement to provide access to information systems and related resources. The contractor shall afford the Government, any Federal agency and its subcomponents including the Office of Inspector General, the Comptroller General of the United States, and their authorized third-party representatives, full and timely access to contractor information systems and related resources to the extent required to carry out privacy and information security inspections. The contractor resources to which Government inspectors shall have access shall include the contractor’s installations, facilities, infrastructure, data centers, equipment (including but not limited to all servers, computing devices, and portable media), operations, documentation (whether in electronic, paper, or other forms) including full and complete certification and accreditation records, databases, and personnel used in the performance of this contract.

Attachment Page PAGE 65 OF 81 91003123D0005 In the case of security audits, access shall be provided to all systems, components, network devices, virtualized devices, and the like, for the purposes of evaluating the security postures and controls implemented to prevent unauthorized access, modification, or destruction to Government data and systems. In addition, the contractor shall provide the Government the following information upon request: (1) any or all user-ids; (2) any or all system and/or database administrator passwords used for the operation and maintenance of the system or environment, and (3) security credentials, encryption keys, security algorithms, and the like; to the extent needed to allow unfettered access to conduct a security audit or other privacy or information security inspection specified by the Government. The contractor shall also provide the Government access to all user passwords and all password files to the extent necessary to validate the contractor’s password policy. The contractor agrees to provide user ids and passwords regardless of whether the user is a Federal employee or not, so long as the user works in support of a Government contract, or may have access to Government data or Government related data. In addition to providing such access, the contractor agrees to fully cooperate with the Government in its conduct of privacy and information security inspections. That cooperation shall include, among other things, timely and complete production of data, metadata, information, and records, and making employees of the contractor available for interview upon request. Cooperation also includes allowing the Government to make reproductions or copies of information and equipment, including, if necessary, collecting a machine or system image capture. What constitutes “timely” access for purposes of compliance with this clause will depend on the circumstances surrounding the inspection being performed, the urgency of the matter under inspection, the procedures governing the inspection, logistical considerations, and other factors. In some cases, such as when investigating an on-going cyber security breach, access may be required within minutes of the Government’s request. In other cases, access provided by the contractor within a few days of a request may be acceptable. In the event of an information security incident, including, but not limited to, incidents involving the loss or potential loss of Personally Identifiable information in physical or electronic form, the contractor must respond (as required by other provisions of this contract, Departmental Directive OM: 6-107 “External Breach Notification Policy and Plan” and Handbook OCIO-14 “Handbook for Information Security Incident Response and Reporting Procedures” within specified time frames. Access to the contractor and subcontractor’s information systems under this clause shall be provided when, and as necessary, to meet any applicable information security incident response times. (c) Access to subcontractor information systems and related resources and clause flow-down. Access shall also be provided to information systems and related resources of subcontractors at any tier that are providing information technology which requires security of information technology, and/or is designing, developing, or operating a system of records using commercial information technology services or support services. The fact that an information system is owned or operated by a subcontractor shall not excuse the prime contractor from ensuring full and timely access to such information systems and related resources to the extent necessary to conduct privacy and information security inspections under this contract or as authorized by law. The contractor shall ensure that it retains operational and configurational control over any information system (whether operated by the contractor or a subcontractor) as needed to conduct privacy and information security inspections. The Contractor shall include the substance of this clause, including this paragraph (c), in all subcontracts, including subcontracts for commercial items. (d) Cost of compliance. The aforementioned access and cooperation shall be provided by the contractor at no additional cost to the Government. However, if a Government inspection unduly delays the contractor’s performance of the

Attachment Page PAGE 69 OF 81 91003123D0005 (j) The USDS Servicer shall- (1) Comply with the Principal Office (PO) processing requirements for personnel security screening, (2) Ensure that no USDS Servicer employee is placed in a higher risk position than for which he or she is approved, (3) Ensure USDS Servicer employees submit required security forms for reinvestigation in accordance with the timeframes set forth in the “Contractor Vetting Security Requirements,” (4) Report to the COR any information (i.e., personal conduct, criminal conduct, financial difficulties, etc.) that would raise a concern about the suitability of the USDS Servicer or whether a USDS Servicer employee’s continued employment would promote the efficiency of the service or violate the public trust, (5) Protect sensitive and Privacy Act-protected, including “Controlled Unclassified Information” as defined in 32 CFR Part 2002.4(h), from unauthorized access, use or misuse by its contractor employees, prevent unauthorized access by others, and report any instances of unauthorized access, use or misuse to the COR, (6) Report to the COR within two business days any removal of a USDS Servicer employee from a contract; or within one business day if removed for cause, (7) Upon the occurrence of any of the events listed under paragraph (b) of FAR Clause 52.204-9, Personal Identity Verification of Contractor Personnel, return a PIV ID to the COR within seven business days of the USDS Servicer employee’s departure; and (8) Report to the COR any change to job activities that could result in a change in the USDS Servicer employee’s position or the need for increased security access. (k) Failure to comply with any of the personnel security requirements, set forth in “Contractor Security Vetting Requirements” at xxxx://xxx.xx.xxx/xxxx/xxxxxxxx/xxxxx/xxx.xxxx, may result in a termination of the Contract for default or cause. (End of Clause) D. 3452.209-71 Conflict of interest (MAR 2011) (a)(1) The USDS Servicer, subcontractor, employee, or consultant, has certified that, to the best of its knowledge and belief, there are no relevant facts or circumstances that could give rise to an organizational or personal conflict of interest ( see FAR Subpart 9.5 for organizational conflicts of interest) (or apparent conflict of interest) for the organization or any of its staff, and that the USDS Servicer, subcontractor, employee, or consultant has disclosed all such relevant information if such a conflict of interest appears to exist to a reasonable person with knowledge of the relevant facts (or if such a person would question the impartiality of the USDS Servicer, subcontractor, employee, or consultant). Conflicts may arise in the following situations: (i) Unequal access to information —A USDS Servicer, subcontractor, employee, or consultant has access to non-public information through its performance on a Government contract. (ii) Biased ground rules —A USDS Servicer, subcontractor, employee, or consultant has worked, in one Government contract, or program, on the basic structure or ground rules of another Government contract.

Attachment Page PAGE 71 OF 81 91003123D0005 (e) The USDS Servicer further agrees to insert in any subcontract or consultant agreement hereunder, provisions that conform substantially to the language of this clause, including specific mention of potential remedies and this paragraph (e). (End of Clause) E. EDAR 3452.239-72 Department Security Requirements (DEVIATION) (JUN 2021) (a) The USDS Servicer and its subcontractors shall, at all times, maintain compliance with the most current version of Department of Education requirements as set forth in “Security and Privacy Requirements for Information Technology Procurements” posted at xxxx://xxx.xx.xxx/xxxx/xxxxxxxx/xxxxx/xxx.xxxx. (b) Performance of the Contract will [X] will not [ ] involve access to Department IT systems and/or contractor systems operated with Department data or interfacing with Department systems. For contracts that require access to Department IT systems and/or contractor systems operated with Department data or interfacing with Department systems, the Information Security Categorization applicable to each security objective has been determined to be: Confidentiality: [ ] Low [X] Moderate [ ] High (Contracting Officer to complete) Integrity: [ ] Low [X] Moderate [ ] High (Contracting Officer to complete) Availability: [ ] Low [X] Moderate [ ] High (Contracting Officer to complete) Overall Risk Level: [ ] Low [X] Moderate [ ] High (Contracting Officer to complete) (c) Performance of the Contract [X] does involve [ ] does not involve Personally Identifiable information (PII) or “Controlled Unclassified Information” as defined in 32 CFR Part 2002.4(h). The Confidentiality Impact Level of such information has been determined to be: [ ] Not Applicable [ ] Low [X] Moderate [ ] High. (d) Failure to comply with Department of Education Security and Privacy Requirements for Information Technology Procurements may result in a termination of the Contract for default or cause. (End of Clause) F. 3452.232-72 Limitation of Government’s Obligation – For use in Task Orders Sufficient funds are not presently available to cover the total price of the CLIN(s) listed in paragraph (l) below. The CLIN(s) identified in paragraph (l) below are incrementally funded to cover the identified period of performance. Additional funds are intended to be allotted to the applicable CLIN(s) by contract modification up to and including the full price of the entire period of performance. This notwithstanding, the Government will not be obligated to pay the USDS Servicer for amounts payable in excess of the amount actually allotted, nor will the USDS Servicer be obligated to perform in excess of such amount. (a) The CLIN(s) in paragraph (l) of this clause is/are incrementally funded. Paragraph (l) also lists the allotment amount presently available for payment and allotted to the CLIN(s), inclusive of any termination costs for the Government’s convenience, and the allotment schedule which provides the last date of USDS Servicer

Attachment Page PAGE 72 OF 81 91003123D0005 performance for which it is estimated the allotted amount will cover. The parties contemplate that the Government may allot additional funds incrementally to the applicable CLIN(s) under the Contract, up to the full price specified in the Contract. The USDS Servicer agrees to perform work under the applicable CLIN(s) up to the point at which the total amount paid and payable by the Government under the Contract for the applicable CLIN(s), including estimated costs in the event of termination of those CLIN(s) for the Government’s convenience, approximates the total amount currently allotted to such CLIN(s). (b) Notwithstanding the dates specified in the allotment schedule in paragraph (l) of this clause, the USDS Servicer shall notify the CO in writing at least thirty (30) days prior to the date when, in the USDS Servicer’s best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for the Government’s convenience, will approximate 75 percent of the total amount then allotted to the Contract for performance of the applicable CLIN(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable CLIN(s) up to the date in paragraph (l) of this clause, or to a mutually agreed upon substitute date. (c) If, after notification pursuant to paragraph (b) of this clause, additional funds are not allotted by the date identified in paragraph (l), the date identified in the USDS Servicer’s notification, or by an agreed substitute date, upon the USDS Servicer’s written request, the CO may terminate for the Government’s convenience any CLIN(s) for which additional funds have not been allotted. If the USDS Servicer estimates that the funds available will allow it to continue to discharge its obligations beyond that date, it may specify a later date in its request to terminate the applicable CLIN(s), and the CO may terminate such CLIN(s) on that later date. In no event is the Contractor authorized to continue work on those CLIN(s) beyond the time when the amount payable, to include costs of termination for the Government’s convenience, is equal to the funds allotted. (d) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated in paragraph (l) of this clause, in amounts sufficient for timely performance of the CLIN(s) identified in paragraph (l) of this clause, the USDS Servicer incurs additional costs or is delayed in the performance of the work under the Contract and if additional funds are allotted, the USDS Servicer may request an equitable adjustment to the price or prices (including appropriate target, billing, and ceiling prices, where applicable) of the applicable CLIN(s), or in the time of delivery, or both, by written request to the CO with sufficient documentation to support such equitable adjustment. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled “Disputes.” Notwithstanding anything to the contrary herein, in no event will an equitable adjustment under this paragraph (d) be due to the USDS Servicer for costs that arise from or relate to the USDS Servicer’s breach of the notification obligations in paragraph (b) of this clause. (e) Except as required by other provisions of the Contract, specifically citing and stated to be an exception to this clause- (1) The Government is not obligated to pay for goods or services, to include reimbursement of costs for termination for the Government’s convenience, in excess of the total amount allotted by the Government to the CLIN(s) identified in paragraph (l) of this clause; and (2) The USDS Servicer is not authorized to continue performance of the CLIN(s) identified in paragraph (l) of this clause in excess of the amount allotted by the Government to the applicable CLIN(s).

Attachment Page PAGE 73 OF 81 91003123D0005 (3) As used in this clause, the total amount payable by the Government in the event of termination of applicable CLIN(s) for convenience includes reasonable costs, profit, and termination settlement costs for those item(s). (f) No communication or representation in any form other than in writing from the C O shall affect the amount allotted by the Government to the Contract and applicable CLIN(s). The Government is not obligated to reimburse the USDS Servicer for any costs in excess of the total amount allotted by the Government to the applicable CLIN(s), whether incurred during the course of the Contract or as a result of termination. (g) The Government may at any time prior to termination allot additional funds for the performance of the CLIN(s) identified in paragraph (l) of this clause. (h) When additional funds are allotted for continued performance of the CLIN(s) identified in paragraph (l) of this clause, the parties will agree as to the period of contract performance that will be covered by the funds. The provisions of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the Contract will be modified accordingly. (i) The termination provisions of this clause do not limit the rights of the Government to terminate the Contract, in whole or in part, for cause in the event of any breach or default by the USDS Servicer. The provisions of this clause are limited to the work and allotment of funds for the CLIN(s) set forth in paragraph (l) of this clause. This clause no longer applies once the Contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraph (d) of this clause. (j) Nothing in this clause affects the right of the Government to terminate the Contract, in whole or in part, for convenience or cause. (k) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342. (l) Incremental funds are allotted to the CLIN(s) under the Contract as follows: CLIN Amount Allotted Last Date of Performance

Attachment Page PAGE 74 OF 81 91003123D0005 (End of clause) 3. Additional Clauses AT-RISK BORROWER PERFORMANCE INCENTIVE Task Orders may include when awarded or through modification a performance incentive for At-Risk Borrowers associated with performance under CLIN 0003 Contact Center and Back-Office Processing Operation & Maintenance. Funding for the performance incentive shall be held in a separate CLIN to be designated on the Task Order which may as detailed in the Task Order either be for the initial period of the performance incentive or for multiple periods of the performance incentive. The additional terms of the performance incentive and an example of how to calculate the achieved performance incentive amount are in the following incorporated contract attachments: Attachment 20 – At Risk Borrower Incentive (Attachment 20) and Attachment 20a – At Risk Borrower Incentive Calculator (Attachment 20a). SERVICE LEVEL AGREEMENTS & OBJECTIVES PERFORMANCE INCENTIVE Task Orders containing CLIN 3 Contact Center and Back-Office Processing Operation & Maintenance are subject to a Service Level Agreement & Service Level Objective performance incentive as further described in Attachment 8 Service Level Methodology Performance Metrics (Attachment 8) and Attachment 9 SLA and Future Borrower Allocation Calculator (Attachment 9). ECONOMIC PRICE ADJUSTMENT FSA will apply a standard escalation methodology to pricing established under the Contract. The following escalation methodology is based upon multiple indexes and rates from sources like the Bureau of Labor Statistics (BLS) which are applicable to different CLINs to account for significant inflation and/or deflation: CLIN Cost Indexes & Published Rates 1, 2, 4, 5 7, 8, 9, 10, 11, & 12 BLS Employment Cost Index (ECI) for Total compensation for Private industry workers in Service-providing; management, professional, and related occupations, 12- month percent change -- Series ID (CIU201S000100000A (B) Not seasonally adjusted) 3 & 6 (Scanned Documents & Alternative Format Documents) BLS Employment Cost Index (ECI) for Total compensation for Private industry workers in Service occupations, 12- month percent change – Series ID (CIU2010000300000A (B) Not seasonally adjusted) 6 Envelops (Letter(s)) Sent US Postal Service (USPS) Rate for First-Class Mail Commercial Letters (Weight Not Over 1 oz for Automation 5-Digit) & BLS Producer Price Index (PPI) for Paper, except newsprint, xxxxx-Primary products, not seasonally adjusted – Series ID (PCU322121322121P) In the event of the change to any of these indexes or the USPS category is no longer published or is changed, FSA will unilaterally update the ones affected to one FSA determines most appropriate and modify the Contract.

Attachment Page PAGE 75 OF 81 91003123D0005 In June of the Contract’s second year of performance Federal Student Aid will review the indexes and published rates listed in the table above to determine whether an economic price adjustment in accordance with this clause is applicable. The indexes in the above table from the BLS will be from the BLS website xxx.xxx.xxx. The USPS rate for comparison will be as found on the xxxxx://xx.xxxx.xxx/ website in the Price List effective on the 1st day of June for First-Class Mail Commercial Letters (Weight Not Over 1 oz for Automation 5-Digit). When any of the indexes or the USPS rate cited in in the table increases or decreases more than three and a half (3.5) percent starting in the second year of the Contract’s period of performance, the Government will adjust the established pricing in the affected CLINs by the amount above 3.5% up to a ceiling of 3%. The adjustment ceiling of 3% would be reached if the increase or decrease is 6.5%. The escalation amount for the CLINs using indexes excluding CLIN 6 will equal the amount that the listed 12-month percent change shown for the series for quarter 4 (Qtr4) of the prior calendar year is over 3.5% up to the ceiling of 3%. For example, if the 12-month percent change is 5% then the escalation amount would be 1.5% and if it was negative 5% the escalation would be negative 1.5%. All adjusted prices shall be rounded to four decimal places. For example, if after calculating the adjustment the price is $1.155549 then it would be rounded down to $1.1555 or if the price is $1.155562 then it would be rounded up to $1.1556. For escalation of CLIN 6 Envelops (Letter(s)) Sent price the escalation is calculated by determining first the percentage change for the USPS rate from the prior year’s rate and the percentage change for the BLS PPI from the prior year’s February index to the current year’s index rate (final or preliminary) and the amount each is greater than 3.5% in the positive or negative direction up to the ceiling of 3%. Second the prior year’s USPS rate is subtracted from the Letters/Envelops Sent price and the resultant price is adjusted by the percentage that the PPI is greater than 3.5% up to the ceiling of 3%. Third the USPS prior year rate is adjusted by the percentage that is greater than 3.5% up to the ceiling of 3% and the resultant amount is added back into the price from the second step to calculate the adjusted price. The adjusted price is then rounded if necessary to four decimal places. An example of the escalation for CLIN 6’s Envelopes (Letter(s)) Sent price using the methodology above where the postal rate has gone up five percent. For the example the Envelops (Letter(s)) Sent price is $0.64, the percentage change for the BLS PPI is 6%, and the USPS rates are $0.426 for the prior year and $.0447 for the current year. Calculation: First Step: USPS Percentage Change: ($0.426 - $0.447) / $0.426 = .05 or 5% Amount Greater than 3.5%: 5% - 3.5% = 1.5% BLS PPI Percentage Change: 6% Amount greater than 3.5%: 6% - 3.5% = 2.5% Second Step: $0.64 - $0.426 = $0.214 $0.214 X 1.025 = $0.219350 Third Step: $0.426 X 1.015 = $0.43239 $0.219350 + $0.43239 = $0.651740 then rounded down to four decimal places equals $0.6517 Total adjusted Envelops (Letter(s)) Sent price would be $0.6517.

Attachment Page PAGE 77 OF 81 91003123D0005 (c) If the supporting documentation contains Personally Identifiable Information (PII) or Sensitive Unclassified Information, this information shall be sent to the COR, encrypted and/or password protected by email external to the IPP system. (d) Request for Financing Payment – financing payments are not subject to the Prompt Payment Act. Failure to identify the invoice as a request for financing may result in delay of payment. Invoices that are identified as Requests for Finance Payments shall only include the finance payments listed in the Contract. Requests for finance payments shall not be combined with other types of invoice payments. (e) If the USDS Servicer does not have an IPP account that was established by either the Department of Education or another Government agency, the USDS Servicer will need to go to xxx.XXX.xxx and select “Vendors Enroll Now” and complete enrollment. (f) The USDS Servicer must ensure that the “Accounts Receivable POC” Section of its XXX registration is accurate and up-to-date. (g) Upon completion of enrollment and within ten (10) business days of the USDS Servicer entering or updating the “Accounts Receivable POC” information within the USDS Servicer’s XXX registration, the USDS Servicer’s Designated Primary Administrator will receive an email from the IPP Customer Support Team containing the USDS Servicer’s Designated Primary Administrator’s IPP username. Within 24 hours of receiving the initial email, the USDS Servicer’s Designated Primary Administrator will receive a second email containing their IPP password. Once both emails have been received, the USDS Servicer’s Designated Primary Administrator must log into IPP and complete the registration process. (h) The USDS Servicer’s Designated Primary Administrator will be authorized to further designate other administrators under USDS Servicer’s IPP account who may submit invoices on behalf of the USDS Servicer. (i) In the event that an invoice is rejected in IPP, the USDS Servicer shall make the necessary corrections and resubmit the invoice by means of IPP. Any questions, concerns, or issues regarding the use of IPP should be directed to IPP Customer Support Team, as identified at xxxx://xxx.xxx.xxx/ (End of Clause) FSA 37-3 DISRUPTION OF MISSION CRITICAL CONTRACTOR SYSTEM OR OTHER SERVICES (Sep 2012) (a) Definition. As used in this clause— (1) Mission Critical Contractor System or Other Services - are defined as a system or other services that have a material impact on the accomplishment of the Federal Student Aid mission. (b) The USDS Servicer is required to coordinate all changes to mission critical USDS Servicer’s systems or other services used to implement Federal Student Aid IT operations and services with the individual(s) identified in (c) at least five business days prior to the changes, absent exigent circumstances. Emergency changes require immediate notification of the individual(s) identified in (c) as soon as the charge requirement is known, but prior to the change. If the continuity of such systems or services is disrupted as a consequence of the USDS Servicer’s failure to adequately coordinate these changes with FSA, the USDS Servicer may be subject to contractual remedies available to the Government pursuant to the terms of the Contract or as authorized by law.

Attachment Page PAGE 78 OF 81 91003123D0005 (c) The USDS Servicer shall contact the following individuals to coordinate all changes to mission critical USDS Servicer systems or services. System Owner: Xxxxxx Xxxx Email: xxxxxx.xxxx@xx.xxx Phone: (000) 000-0000 The notice shall be sent to the CO as well. (End of Clause) FSA 39-3 FSA Section 508 and Electronic and Information Technology Accessibility Standards Compliance (September, 2016) (a) Members of the public with disabilities that are seeking information or services from the USDS Servicer shall have access to and use of information and data maintained and provided to the public under the Contract that is comparable to the access to and use of information and data by members of the public who are not individuals with disabilities. The USDS Servicer’s Website, and any documents or other forms of communication that may be viewed by the public via the Website, shall remain current with manners of assistive technology utilized by the public for accessing such information. In order to maintain an accessible Website and documents or other forms of communication, the USDS Servicer shall ensure that the public can access required information in a variety of ways, which do not have to rely on a single sense or ability of the user. FSA 39-4 Remedies for Contractor’s Violation of System Security Requirements If Personally Identifiable Information (PII) is improperly disclosed, released to or accessed by an unauthorized system(s) or individual(s), or is otherwise compromised (collectively referred to as PII Breach), or if the USDS Servicer has knowledge of a potential PII Breach, in addition to the requirements elsewhere under the Contract, the USDS Servicer shall immediately: a. take all reasonable measures necessary to implement security safeguards to prevent further compromise of PII, improper disclosure of PII, or release of or access of PII by unauthorized systems or individuals. b. mitigate any potential harm suffered by those individuals whose PII may have been exposed in a PII Breach (Affected Individuals) once a PII Breach is confirmed and notices to Affected Individuals are sent as provided under the Contract. Such mitigation shall include, at a minimum, data breach protection services (Data Protection Services), including identity theft and credit protection, to all Affected Individuals for a period not less than 18 months from the date of discovery of the improper disclosure. Data Protection Services must include: i. one year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; ii. data breach analysis; iii. fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; iv. three years of identity theft insurance with up to $1,000,000.00 coverage at $0 deductible; and

Attachment Page PAGE 80 OF 81 91003123D0005 III. List of Documents, Exhibits, and Other Attachments J. List of Attachments Attachment Title 01 01 - Business Operations Servicing Requirements 01a 01a – Business Operations Deliverables Table 02 02 - Financial Technical Requirements 02a 02a – Financial Deliverables Table 03 03 - IT Requirements Repository 04 04 – IT Deliverable Repository 04a 04a – IT Deliverable Table 05 05 - Business Change Management Plan 06 06 – LMM Process Guide 06a 06a - LMM Reference Files Repository 07 07 - Initial Authorization to Operate Timeline Actions 08 08 - Service Level Methodology Performance Metrics 09 09 - SLA and Future Borrower Allocation Calculator 10 10 - FSA Brand Style and FSA Design System 2021 11 11 - FSA Servicer Brand Guidelines 12 12 - FSA Writing Style Guide 2021 13* Reserved 14* Reserved 15* Reserved 16* Reserved 17* Reserved 18* Reserved 19 19 - Technology Standards and Products Guide 20 20 – At Risk Borrower Incentive 20a 20a – At Risk Borrower Incentive Calculator 21 21 – Future Borrower Allocation Methodology 22 22 – Progressive Fixed-Priced Calculator 23* Reserved 24* Reserved 25* Reserved 26 26 - FSA 39-5 Monthly Vendor Reporting Deliverable Template (AUG 2018) 27* Reserved 28 28 – Wage Determination Repository * Attachments removed and number reserved at award.

SCHEDULE Continued ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Contracting Officer: Xxxxxxx McClam, 000-000-0000, xxxxxxx.xxxxxx@xx.xxx Primary Contracting Officer Representative: Xxxxxx Xxxxx, 000-000-0000, xxxxxx.xxxxx@xx.xxx Alternate Contracting Officer Representative(s): None Primary Technical Point of Contact: None Alternate Technical Point(s) of Contact: None Base Ordering Period 1 0001 Period of Performance: Five years from the date of award. Dates will be input at the time of contract award. All CLINs and associated prices for this ordering period are contained within Section B of the Contract. Period of Performance: 04/25/2023 to 04/24/2028 0.00 EA 0.00 0.00 Option Ordering Period 2 OPT 0002 Period of Performance: 2 years Dates will be input at the time of contract award. All CLINs and associated prices for this ordering period are contained within Section B of the Contract. Period of Performance: 04/25/2028 to 04/24/2030 0.00 EA 0.00 0.00 Option Ordering Period 3 OPT 0003 Period of Performance: 2 years Dates will be input at the time of contract award. All CLINs and associated prices for this ordering period are contained within Section B of the Contract. Period of Performance: 04/25/2030 to 04/24/2032 0.00 EA 0.00 0.00 Option Ordering Period 4 OPT 0004 Period of Performance: 1 years Dates will be input at the time of contract award. All CLINs and associated prices for this ordering period are contained within Section B of the Contract. Period of Performance: 04/25/2032 to 04/24/2033 0.00 EA 0.00 0.00 PAGE 81 OF 81 91003123D0005