To Table of Content


                                   PART I - THE SCHEDULE
                           SECTION A - SOLICITATION/CONTRACT FORM
                            SF 33    SOLICITATION, OFFER AND AWARD
   NOTICE:  Total SET-ASIDE for Small Business Concerns    Page 1 of   Pages
________________________________________________________________________________
1. This contract is a rated order under DPAS(15 CFR 700) RATING: N/A
________________________________________________________________________________
2. CONTRACT NO.                         |3. SOLICITATION NO. RFP-DAA 99-60
________________________________________|_____________________________________
4. TYPE OF SOLICITATION [ ] SEALED BID (IFB)        [X] NEGOTIATED (RFP)
______________________________________________________________________________
5. DATE ISSUED                       |6. REQUISITION/PURCHASE REQ. NO.
   9-24/1999                         |   PAR 99/HL
_____________________________________|__________________________________________
7. ISSUED BY N                       CODE
   U.S. Department of Labor, ETA/OGCM
   Division of Contract Services

   200 Constitution Avenue, NW, Room S-4203
   Washington, DC  20210
________________________________________________________________________________
8. ADDRESS OFFER TO (If other than Item 7)





________________________________________________________________________________
NOTE: In sealed bid solicitations, "offer" and "offeror" mean "bid" and "bidder"
________________________________________________________________________________
                               SOLICITATION
________________________________________________________________________________
9. Sealed offers in original and 120 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 Room S-4203,
until 2:00 p.m. local time on 10/29/1999________.
CAUTION-LATE Submissions, Modifications, and Withdrawals: 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.
________________________________________________________________________________
10. FOR INFORMATION CALL:    A. NAME Harry Ladson
    B. TELEPHONE NO. (Include Area Code)(NO COLLECT CALLS) (202) 219-8698 x147
    C. EMAIL ADDRESS  hladson@doleta.gov
________________________________________________________________________________
                             11.  TABLE OF CONTENTS
    PART I - THE SCHEDULE
    A   SOLICITATION/CONTRACT FORM
    B   SUPPLIES OR SERVICES AND PRICES/COSTS
    C   DESCRIPTION/SPECIFICATIONS/WORK STATEMENT
    D   PACKAGING AND MARKING
    E   INSPECTION AND ACCEPTANCE               See Attached Table of Contents
    F   DELIVERIES OR PERFORMANCE
    G   CONTRACT ADMINISTRATION DATA
    H   SPECIAL CONTRACT REQUIREMENTS
    PART II - CONTRACT CLAUSES
    I   CONTRACT CLAUSES
    PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS
    J   LIST OF ATTACHMENTS
    PART IV - REPRESENTATIONS AND INSTRUCTIONS
    K   REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
    L   INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS
    M   EVALUATION FACTORS FOR AWARD
________________________________________________________________________________
STANDARD FORM 33 (REV.9-97) Prescribed by GSA FAR(48 CFR) 53.214(c)




                          SOLICITATION, OFFER AND AWARD

                                                           Page 1a of   Pages

                     OFFER (Must be fully completed by offeror)
________________________________________________________________________________
NOTE:  Item 12 does not apply if the solicitation includes the provision 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 price
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. ACKNOWLEDGEMENT OF AMENDMENTS (The offeror acknowledges receipt of amend-
ments to the SOLICITATION for offerors & related documents numbered and dated

      AMENDMENT NO.       DATE             AMENDMENT NO.       DATE
      ------------      ---------          ------------      ---------






________________________________________________________________________________
15A. NAME AND ADDRESS OF OFFEROR







     Code:                                 Facility Code:
________________________________________________________________________________
15B. TELEPHONE NO. (Include Area Code)
________________________________________________________________________________
15C. CHECK IF REMITTANCE ADDRESS IS DIIFERENT IN SCHEDULE
     [ ] DIFFERENT FROM ABOVE - ENTER SUCH

________________________________________________________________________________
16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or Print )
                                        |
                                        |
________________________________________|_______________________________________
17. SIGNATURE                           |18. OFFER DATE
                                        |
________________________________________|_______________________________________
STANDARD FORM 33 (REV.9-97) Prescribed by GSA FAR(48 CFR) 53.214(c)




                          SOLICITATION, OFFER AND AWARD

                                                           Page 1b of   Pages
________________________________________________________________________________
                      AWARD (To be completed by Government)
________________________________________________________________________________
19. ACCEPTED AS TO ITEMS NUMBERED


________________________________________________________________________________
20. AMOUNT


________________________________________________________________________________
21. ACCOUNTING AND APPROPRIATION




________________________________________________________________________________
22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:

  [ ] 10 U.S.C. 2304(c)( )             [ ] 41 U.S.C. 253(c)( )
________________________________________________________________________________
23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM:
    (4 copies unless otherwise specified)



________________________________________________________________________________
24. ADMINISTERED BY                     CODE
    (If other than Item 7)






________________________________________________________________________________
25. PAYMENT WILL MADE BY                CODE
    (If other than Item 7)





________________________________________________________________________________
26. NAME OF CONTRACTING       |27. UNITED STATES OF AMERICA   |28.AWARD DATE
    OFFICER (Type or Print)   |(Signature of Contract Officer)|
                              |                               |
  JOHN M. STEENBERGEN         |                               |
                              |                               |
______________________________|_______________________________|_________________

IMPORTANT - Award will be made on this Form or on Standard Form 26,
            or by other authorized official written notice.

________________________________________________________________________________
STANDARD FORM 33 (REV.9-97) Prescribed by GSA FAR(48 CFR) 53.214(c)

 

                              TABLE OF CONTENTS                         PAGE


PART I - THE SCHEDULE. . . . . . . . . . . . . . . . . . . . . . . . . . A-1   

SECTION A - SOLICITATION/CONTRACT FORM . . . . . . . . . . . . . . . . . A-1   
   SF 33    SOLICITATION, OFFER AND AWARD. . . . . . . . . . . . . . . . A-1   

SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS . . . . . . . . . . . . B-1   

SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK . . . . . . . . C-1   
   C.1   Purpose . . . . . . . . . . . . . . . . . . . . . . . . . . . . C-1   
   C.2   BACKGROUND INFORMATION. . . . . . . . . . . . . . . . . . . . . C-1   
   C.3   TASKS TO BE PERFORMED BY THE CONTRACTOR . . . . . . . . . . . . C-4   

SECTION D - PACKAGING AND MARKING. . . . . . . . . . . . . . . . . . . . D-1   
   [For this Solicitation, there are NO clauses in this Section] . . . . D-1   

SECTION E - INSPECTION AND ACCEPTANCE. . . . . . . . . . . . . . . . . . E-1   
   E.1   NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE . . . E-1   
   52.246-9        INSPECTION OF RESEARCH AND DEVELOPMENT    APR 1984. . E-1   
                   (SHORT FORM)

SECTION F - DELIVERIES OR PERFORMANCE. . . . . . . . . . . . . . . . . . F-1   
   F.1   NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE . . . F-1   
   52.242-15       STOP-WORK ORDER                           AUG 1989. . F-1   
                   ALTERNATE I (APR 1984)
   F.2   PERIOD OF PERFORMANCE . . . . . . . . . . . . . . . . . . . . . F-1   
   F.3   LEVEL OF EFFORT . . . . . . . . . . . . . . . . . . . . . . . . F-1   
   F.4   REPORTS/DELIVERABLES. . . . . . . . . . . . . . . . . . . . . . F-1   

SECTION G - CONTRACT ADMINISTRATION DATA . . . . . . . . . . . . . . . . G-1   
   G.1   IDENTITY AND AUTHORITY OF THE CONTRACTING OFFICER'S . . . . . . G-1   
         REPRESENTATIVE (GOVERNMENT AUTHORIZED REPRESENTATIVE)
   G.2   INVOICE REQUIREMENTS. . . . . . . . . . . . . . . . . . . . . . G-1   
   G.3   METHOD OF PAYMENT . . . . . . . . . . . . . . . . . . . . . . . G-3   

SECTION H - SPECIAL CONTRACT REQUIREMENTS. . . . . . . . . . . . . . . . H-1   
   H.1   BUDGET LINE ITEM FLEXIBILITY. . . . . . . . . . . . . . . . . . H-1   
   H.2   FRINGE BENEFITS . . . . . . . . . . . . . . . . . . . . . . . . H-1   
   H.3   VACATIONS, SICK-LEAVE HOLIDAYS. . . . . . . . . . . . . . . . . H-1   
   H.4   TRAVEL AND PER DIEM . . . . . . . . . . . . . . . . . . . . . . H-2   
   H.5   USE OF AND PAYMENT TO CONSULTANTS . . . . . . . . . . . . . . . H-3   
   H.6   UNEMPLOYMENT INSURANCE COST . . . . . . . . . . . . . . . . . . H-3   
   H.7   ACCOUNTING AND AUDITING SERVICES. . . . . . . . . . . . . . . . H-3   
   H.8   PRINTING. . . . . . . . . . . . . . . . . . . . . . . . . . . . H-4   
   H.9   KEY PERSONNEL . . . . . . . . . . . . . . . . . . . . . . . . . H-4   
   H.10  CONTRACT NUMBER IDENTIFICATION. . . . . . . . . . . . . . . . . H-5   
   H.11  SUBMISSION OF CORRESPONDENCE. . . . . . . . . . . . . . . . . . H-5   
   H.12  OTHER CONTRACTORS . . . . . . . . . . . . . . . . . . . . . . . H-5   
   H.13  LAWS APPLICABLE . . . . . . . . . . . . . . . . . . . . . . . . H-5   
   H.14  DISPOSITION OF MATERIAL . . . . . . . . . . . . . . . . . . . . H-5   
   H.15  NONDISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITIES. . . . . . H-6   
   H.16  FEDERAL REPORTS . . . . . . . . . . . . . . . . . . . . . . . . H-6   
   H.17  DISCLOSURE OF CONFIDENTIAL INFORMATION. . . . . . . . . . . . . H-6   
   H.18  ELIMINATION OF SEXIST LANGUAGE AND ART WORK . . . . . . . . . . H-7   
   H.19  HAZARDOUS OCCUPATION ORDERS . . . . . . . . . . . . . . . . . . H-8   
   H.20  INSURANCE REQUIREMENTS (FAR-Subpart 28.3) . . . . . . . . . . . H-8   
   H.21  DATA COLLECTION FOR THE DEPARTMENT OF LABOR . . . . . . . . . . H-9   
   H.22  PERFORMANCE STANDARDS . . . . . . . . . . . . . . . . . . . . . H-9   
   H.23  RESTRICTION ON USE OF DOL FUNDS FOR LOBBYING. . . . . . . . . . H-10  
   H.24  PUBLICATION OF MATERIALS. . . . . . . . . . . . . . . . . . . . H-10  
   H.25 OPTION TO EXTEND THE TERMS OF THE CONTRACT - SERVICE . . . . . . H-10  
        (FAR 17.208(g))
   H.26 INDIRECT COSTS . . . . . . . . . . . . . . . . . . . . . . . . . H-11  

PART II  - CONTRACT CLAUSES. . . . . . . . . . . . . . . . . . . . . . . I-1   

SECTION I  -  CONTRACT CLAUSES . . . . . . . . . . . . . . . . . . . . . I-1   
   I.1   NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE . . . I-1   
   52.202-1        DEFINITIONS                               OCT 1995. . I-1   
   52.203-3        GRATUITIES                                APR 1984. . I-1   
   52.203-5        COVENANT AGAINST CONTINGENT FEES          APR 1984. . I-1   
   52.203-6        RESTRICTIONS ON SUBCONTRACTOR SALES TO    JUL 1995. . I-1   
                   THE GOVERNMENT
   52.203-7        ANTI-KICKBACK PROCEDURES                  JUL 1995. . I-1   
   52.203-8        CANCELLATION, RESCISSION, AND RECOVERY    JAN 1997. . I-1   
                   OF FUNDS FOR ILLEGAL OR IMPROPER
                   ACTIVITY
   52.203-10       PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR    JAN 1997. . I-1   
                   IMPROPER ACTIVITY
   52.203-12       LIMITATION ON PAYMENTS TO INFLUENCE       JUN 1997. . I-1   
                   CERTAIN FEDERAL TRANSACTIONS
   52.204-4        PRINTING/COPYING DOUBLE-SIDED ON          JUN 1996. . I-1   
                   RECYCLED PAPER
   52.209-6        PROTECTING THE GOVERNMENT'S INTEREST      JUL 1995. . I-1   
                   WHEN SUBCONTRACTING WITH CONTRACTORS
                   DEBARRED, SUSPENDED, OR PROPOSED FOR
                   DEBARMENT
   52.215-2        AUDIT AND RECORDS--NEGOTIATION            JUN 1999. . I-1   
   52.215-8        ORDER OF PRECEDENCE--UNIFORM CONTRACT     OCT 1997. . I-1   
                   FORMAT
   52.216-7        ALLOWABLE COST AND PAYMENT                APR 1998. . I-1   
   52.216-8        FIXED-FEE                                 MAR 1997. . I-1   
   52.219-4        NOTICE OF PRICE EVALUATION PREFERENCE     JAN 1999. . I-1   
                   FOR HUBZONE SMALL BUSINESS CONCERNS
                   (JAN 1999)
   52.219-6        NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE  JUL 1996. . I-1   
   52.219-8        UTILIZATION OF SMALL, SMALL               JUN 1999. . I-1   
                   DISADVANTAGED, AND WOMEN-OWNED SMALL
                   BUSINESS CONCERNS
   52.222-1        NOTICE TO THE GOVERNMENT OF LABOR         FEB 1997. . I-1   
                   DISPUTES
   52.222-3        CONVICT LABOR                             AUG 1996. . I-2   
   52.222-26       EQUAL OPPORTUNITY                         FEB 1999. . I-2   
   52.222-35       AFFIRMATIVE ACTION FOR DISABLED VETERANS  APR 1998. . I-2   
                   AND VETERANS OF THE VIETNAM ERA
   52.222-36       AFFIRMATIVE ACTION FOR WORKERS WITH       JUN 1998. . I-2   
                   DISABILITIES
   52.222-37       EMPLOYMENT REPORTS ON DISABLED VETERANS   JAN 1999. . I-2   
                   AND VETERANS OF THE VIETNAM ERA
   52.223-2        CLEAN AIR AND WATER                       APR 1984. . I-2   
   52.223-6        DRUG-FREE WORKPLACE                       JAN 1997. . I-2   
   52.225-11       RESTRICTIONS ON CERTAIN FOREIGN           AUG 1998. . I-2   
                   PURCHASES
   52.227-1        AUTHORIZATION AND CONSENT                 JUL 1995. . I-2   
                   ALTERNATE I (APR 1984)
   52.227-2        NOTICE AND ASSISTANCE REGARDING PATENT    AUG 1996. . I-2   
                   AND COPYRIGHT INFRINGEMENT
   52.227-11       PATENT RIGHTS -- RETENTION BY THE         JUN 1997. . I-2   
                   CONTRACTOR (SHORT FORM)
   52.227-14       RIGHTS IN DATA--GENERAL                   JUN 1987. . I-2   
   52.228-7        INSURANCE--LIABILITY TO THIRD PERSONS     MAR 1996. . I-2   
   52.232-17       INTEREST                                  JUN 1996. . I-2   
   52.232-18       AVAILABILITY OF FUNDS                     APR 1984. . I-2   
   52.232-22       LIMITATION OF FUNDS                       APR 1984. . I-2   
   52.232-23       ASSIGNMENT OF CLAIMS                      JAN 1986. . I-2   
   52.232-33       PAYMENT BY ELECTRONIC FUNDS--CENTRAL      MAY 1999. . I-2   
                   CONTRACTOR REGISTRATION
   52.233-1        DISPUTES                                  MAR 1994. . I-2   
                   ALTERNATE I (DEC 1991)
   52.233-3        PROTEST AFTER AWARD                       AUG 1996. . I-2   
                   ALTERNATE I (JUN 1985)
   52.242-1        NOTICE OF INTENT TO DISALLOW COSTS        APR 1984. . I-2   
   52.242-3        PENALTIES FOR UNALLOWABLE COSTS           OCT 1995. . I-2   
   52.242-4        CERTIFICATION OF FINAL INDIRECT COSTS     JAN 1997. . I-2   
   52.242-13       BANKRUPTCY                                JUL 1995. . I-2   
   52.243-2        CHANGES--COST REIMBURSEMENT               AUG 1987. . I-2   
                   ALTERNATE V (APR 1984)
   52.244-2        SUBCONTRACTS                              AUG 1998. . I-2   
                   ALTERNATE II (AUG 1998)
   52.244-5        COMPETITION IN SUBCONTRACTING             DEC 1996. . I-2   
   52.246-23       LIMITATION OF LIABILITY                   FEB 1997. . I-2   
   52.246-25       LIMITATION OF LIABILITY--SERVICES         FEB 1997. . I-2   
   52.249-6        TERMINATION (COST-REIMBURSEMENT)          SEP 1996. . I-2   
   52.249-14       EXCUSABLE DELAYS                          APR 1984. . I-2   
   52.253-1        COMPUTER GENERATED FORMS                  JAN 1991. . I-2   
   I.2   52.217-8  OPTION TO EXTEND SERVICES  (AUG 1989) . . . . . . . . I-2   
   I.3   52.217-9  OPTION TO EXTEND THE TERM OF THE CONTRACT . . . . . . I-3   
         (MAR 1989)
   I.4   52.232-25  PROMPT PAYMENT  (JUN 1997) . . . . . . . . . . . . . I-3   
   I.5   52.243-7  NOTIFICATION OF CHANGES  (APR 1984) . . . . . . . . . I-9   
   I.6   52.252-2  CLAUSES INCORPORATED BY REFERENCE  (FEB 1998) . . . . I-11  

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS . . . . . . J-1   

SECTION J - LIST OF ATTACHMENTS. . . . . . . . . . . . . . . . . . . . . J-1   
   J.1    CONTRACT PRICING PROPOSAL COVER SHEET, SF 1411, (9 . . . . . . J-1   
   J.2    COST AND PRICE ANALYSIS,  ETA 8555,   (8 PAGES). . . . . . . . J-1   
   J.3    STATEMENT OF FINANCIAL CAPABILITY, ETA 8554, (2 PAGES) . . . . J-1   
   J.4    COST CONTRACTOR'S INVOICE, ETA 3100-1 (1 PAGE) . . . . . . . . J-1   
   J.5    COST CONTRACTOR'S DETAILED STATEMENT OF COST, ETA 3-2. . . . . J-1   
   J.6    VETS-100 - FEDERAL CONTRACTOR VETERANS EMPLOYMENT. . . . . . . J-1   
   J.7    PAST PERFORMANCE EVALUATION QUESTIONNAIRE  (2 PAGES) . . . . . J-1   
   J.8    CLIENT AUTHORIZATION  LETTER (2 PAGES) . . . . . . . . . . . . J-1   
   J.9    ORAL PRESENTATION EVALUATION QUESTIONNAIRE (2 PAGES) . . . . . J-1   
PART IV  -  REPRESENTATIONS AND INSTRUCTIONS . . . . . . . . . . . . . . K-1   

SECTION K  - REPRESENTATIONS, CERTIFICATIONS AND . . . . . . . . . . . . K-1   
             OTHER STATEMENTS OF OFFERORS
   K.1   NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED . . . . . . K-1   
         BY REFERENCE
   52.203-11       CERTIFICATION AND DISCLOSURE REGARDING    APR 1991. . K-1   
                   PAYMENTS TO INFLUENCE CERTAIN FEDERAL
                   TRANSACTIONS
   52.222-21       PROHIBITION OF SEGREGATED FACILITIES      FEB 1999. . K-1   
                   (FEB 1999)
   K.2   52.204-3  TAXPAYER IDENTIFICATION  (OCT 1998) . . . . . . . . . K-1   
   K.3   52.209-5  CERTIFICATION REGARDING DEBARMENT, SUSPENSION,. . . . K-3   
         PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS
         (MAR 1996)
   K.4   52.215-6  PLACE OF PERFORMANCE (OCT 1997) . . . . . . . . . . . K-4   
   K.5   52.219-1  SMALL BUSINESS PROGRAM REPRESENTATIONS. . . . . . . . K-5   
         (MAY 1999)
   K.6   52.222-22  PREVIOUS CONTRACTS AND COMPLIANCE REPORTS. . . . . . K-6   
         (FEB 1999)
   K.7   52.222-25  AFFIRMATIVE ACTION COMPLIANCE  (APR 1984). . . . . . K-6   
   K.8   52.223-1  CLEAN AIR AND WATER CERTIFICATION  (APR 1984) . . . . K-7   
   K.9   52.227-15  STATEMENT OF LIMITED RIGHTS DATA AND . . . . . . . . K-7   
         RESTRICTED COMPUTER SOFTWARE  (MAY 1999)
   K.10  SIGNATURE BLOCK . . . . . . . . . . . . . . . . . . . . . . . . K-9   

SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. . . . . . L-1   
   L.1   NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED . . . . . . L-1   
         BY REFERENCE
   52.215-1        INSTRUCTIONS TO OFFERORS--COMPETITIVE     OCT 1997. . L-1   
                   ACQUISITION
                   ALTERNATE I (OCT 1997)
   52.215-16       FACILITIES CAPITAL COST OF MONEY          OCT 1997. . L-1   
   52.222-24       PREAWARD ON-SITE EQUAL OPPORTUNITY        FEB 1999. . L-1   
                   COMPLIANCE EVALUATION
   L.2   52.204-6  DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER . . . . L-1   
         (JUN 1999)
   L.3   52.216-1  TYPE OF CONTRACT  (APR 1984). . . . . . . . . . . . . L-2   
   L.4   52.233-2  SERVICE OF PROTEST  (AUG 1996). . . . . . . . . . . . L-2   
   L.5   52.252-1  SOLICITATION PROVISIONS INCORPORATED BY . . . . . . . L-3   
         REFERENCE  (FEB 1998)
   L.6   PAST PERFORMANCE. . . . . . . . . . . . . . . . . . . . . . . . L-3   
   L.7   ORAL PRESENTATION SECTION . . . . . . . . . . . . . . . . . . . L-4   
   L.8   SUBMISSION OF PROPOSAL. . . . . . . . . . . . . . . . . . . . . L-8   
   L.9   REQUEST FOR CLARIFICATION (RFC) . . . . . . . . . . . . . . . . L-11  

SECTION M - EVALUATION FACTORS FOR AWARD . . . . . . . . . . . . . . . . M-1   
   M.1   NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED . . . . . . M-1   
         BY REFERENCE
   52.217-3        EVALUATION EXCLUSIVE OF OPTIONS           APR 1984. . M-1   
   M.2  BASIS FOR AWARD (BEST VALUE) . . . . . . . . . . . . . . . . . . M-1   
   M.3   EVALUATION CRITERIA . . . . . . . . . . . . . . . . . . . . . . M-2   




            RFP-DAA 99-60                                      Section B


                          PART I - THE SCHEDULE

                SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS





                                     SERVICES ORDERED


    Title:         "JOB CORPS HEALTH SUPPORT"

    The Department of Labor, Employment and Training Administration is
    soliciting proposals to select a contractor to assist the Office of
    Job Corps in fulfilling its planning and oversight responsibilities
    for the Job Corps Health Program.

    Solicitation No. is RFP-DCS 99-60.

    The period of performance under this contract shall be twelve (12)
    calendar months from the date of execution plus four 1-year options
    at the discretion of the government.

    The government contemplates the award of a cost reimbursement plus
    fixed-fee type contract under this solicitation.

    This solicitation is a 100% Small Business Set-Aside. The SIC code
    is 8742 with a size standard of $5 million.

    THE RECEIPT OF PROPOSAL DATE IS OCTOBER 29, 1999 AT 2:00 PM LOCAL
    TIME.

    NOTE: THE GOVERNMENT WILL NOT EXTEND THE RECEIPT OF PROPOSAL DATE
    BEYOND OCTOBER 29, 1999.  REQUEST FOR CLARIFICATIONS MUST BE
    RECEIVED NO LATER THAN 5:00 PM LOCAL TIME OCTOBER 8, 1999.

















            RFP-DAA 99-60                                      Section C


              SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK





   C.1   Purpose

    The contractor shall assist the Department of Labor, Office of Job
    Corps, in fulfilling its planning and oversight responsibilities for
    the Job Corps health program.

    The contractor shall (1) review and recommend disposition of Job
    Corps applicants with potential health problems, (2) provide for the
    monitoring, technical assistance, and review of health services
    provided or coordinated for students, (3) provide technical training
    and logistical support to enhance efficient and effective delivery
    of Job corps health education and services; (4) maintain data and
    issue reports on health services and significant incidents; (5)
    assist in the management, development, implementation and assessment
    of health standards, guidelines, policies and procedures; and (6)
    conduct special projects as specified by the Federal representative
    to support the Job Corps program.

    The contractor is required to coordinate all work to be performed
    under the terms of the contract with the Job Corps National Office
    and shall be accountable for compliance with all Federal laws and
    regulations and agency implementing policies, procedures and
    directives.

    The anticipated outcome of the work to be performed is the provision
    of organized, well-managed, cost-efficient and effective health
    services for Job Corps students.

   C.2   BACKGROUND INFORMATION

    1. General

    Job Corps is a major employment and training program designed to
    address the barriers to employment faced by low income, at-risk
    young people throughout the United States.  The Job Corps program
    was established by the Economic Opportunity Act of 1964.
    Authorization was continued under Title IV-B of the Comprehensive
    Employment and Training Act of 1978 (CETA), then superseded by Title
    IV-B of the Job Training Partnership Act of 1982 (JTPA) as amended
    by the Job Training Reform Amendments of 1992.  Current
    authorization for Job Corps is title I-C of the Workforce Investment
    Act of 1998.  The program is nationally administered through the
    U.S. Department of Labor Employment and Training Administration
    (ETA), Office of Job Corps, in Washington, D.C. and nine regional
    offices.

    Job Corps is designed to assist young people who both need and can
 benefit from the array of services provided in Job Corps centers.
    The program is targeted to 16 - 24 year-old youth who face multiple
    barriers to employment.  Job Corps provides a comprehensive mix of
    services to address these barriers including basic education,
    occupational exploration, vocational training, work-based learning,
    social and employability skills training, health care, counseling,
    and related services, recreation and post program placement support.
     The aim of the program  is to help youth become responsible adults,
    and to prepare them to obtain employment, or to return to school or
    further training.

    Major corporations and nonprofit organizations manage and operate 90
    of the 118 Job Corps centers under competitively awarded contracts
    with the Department  of Labor.  The Departments of Agriculture and
    Interior operate 28 Job Corps centers, called civilian conservation
    centers, on public lands throughout the country under Interagency
    agreements with the Department of Labor.

    It is the residential aspect of Job Corps that distinguishes it from
    other employment and training programs and enables Job Corps to
    provide a comprehensive array of services in one setting 24 hours a
    day, seven days a week.  Approximately 90% of students are
    residential; the remainder commute to the center daily to attend
    classes.  Enrollment in Job Corps is voluntary.

    In general, Job Corps students are healthy.  Examples of the most
    common health deficiencies are dental problems, poor vision, anemia,
    obesity, unintended pregnancy, and mental/emotional problems
    including drug and alcohol abuse.  About 1 percent of the initial
    applicants are not accepted for enrollment in the Job Corps program
    through the applicant screening process due to health problems in
    accordance with Job Corps policy and guidelines.  Approximately
    3,500 students are dismissed from the program each year due to
    physical and/or mental health problems.

    The primary objective of the Job Corps wellness program is to
    increase each student's employability by establishing and
    maintaining the student at a satisfactory health level.  This is
    accomplished through provision or coordination of health care and
    through preventive health education to instill good wellness habits
    and prevent avoidable illness, injury and death.

    Oversight of the Job Corps wellness program is provided by Job Corps
    National Office health support staff.  No Federal health staff are
    located in Job Corps regional offices.  The Job Corps National
    Office provides oversight and policy direction for the Job Corps
    wellness program and is responsible for formulating health policy
    and procedures and for planning, developing, monitoring and
    assessing center wellness programs.

    The contractor will maintain a network of part-time medical,
    nursing, mental health and dental professionals to provide support
    for Job Corps regional offices and centers as needed. The activities
    of these health consultants are coordinated by staff of the
    contractor.  The contractor will also subcontract direction with
    professionals versed in disabilities.
                                      
    The contractor will provide a sufficient number of qualified staff
    and consultants to carry out fully the tasks described in Section
    C.3.

    Anticipated requirements are as follows:

    Principal Consultants         Mental health       2 days/week
                                  Dental              1 day/month

    Other Consultants             Medical             12 hours/month
                                  Disability          As needed

    Regional Consultants*         Medical             1   FTE
                                  Nursing             1.5 FTE
                                  Mental Health       1.5 FTE
                                  Dental               .5 FTE

    *Locations to be determined based on ETA reorganization

    2. Center Medical and Dental Services

    Organizations and agencies that operate Job Corps centers (referred
    to as center operators) are responsible for the management,
    coordination and/or provision of services at the centers, including
    their wellness programs, in accordance with requirements and
    guidelines issued by the Job Corps National Office.

    Basic health services are currently provided to students of each
    center through a wellness program that coordinates medical, dental,
    and mental health care.  Emergency health care is available to
    students at all times.  Detailed written standing orders direct
    professional and nonprofessional personnel in routine, urgent and
    emergency procedures.

    Under current policy and guidelines, every student receives a
    cursory medical and dental inspection for obvious signs of disease
    and medical laboratory tests within 48 hours of arrival at a Job
    Corps center followed by a definitive medical examination within 14
    days of entry by the center physician. Students currently receive a
    complete examination by the center dentist between the 45th and 75th
    day after entry, but this requirement will be changed to between 60
    and 90 days after entry in the new contract.  All students receive
    immunizations in accordance with Job Corps requirements and Centers
    for Disease Control (CDC) recommendations.  Medical problems are
    identified and treated on an outpatient basis with specialty
    referrals and hospitalization as necessary.

    A workgroup composed of representatives of the Job Corps national
    and regional offices, as well as center health staff, has met to
    identify potential areas for cost savings in the delivery of health
    services for Job Corps students.  Recommendations made by this group
    include reducing the scope and coverage of some center-provided
    health services; requiring students to bring a current record of                                    
    immunizations when they enroll; pilot testing of management,
    coordination and/or delivery of center health services by a managed
    care provider or HMO; and exploring options for providing students
    with medical and dental insurance.  The contractor will be
    responsible for providing assistance to the Job Corps national
    office in further refinement and implementation of recommendations
    of the workgroup.

    3. Center Mental Health Services

    The mental health program emphasizes prevention of mental and
    emotional illness.  Each center's mental health professional
    conducts staff training; provides consultation to center staff,
    including administrators, counselors, and residential advisors on
    general mental health issues; and assists in the planning of a
    psychologically sound environment for both students and staff.
    Consultation is also provided in specific problem areas such as
    alcohol and other drugs or abuse and disruptive sexual behavior.
    Student counseling, evaluation, and short-term treatment services
    are provided as necessary.

    4. Health Education Program (HEP)

    A 36-hour health education program is provided for all students. The
    training deals with subjects of wellness, nutrition, dental health,
    obtaining health care, sexuality, safety, emotional and social well
    being, HIV/AIDS, and alcohol and other drug abuse. Instruction is
    provided by a member of the center education staff, but center
    nurses and other health personnel often instruct in their subject
    area.

    5. Medical Separation

    Students who require costly and/or long-term treatment and
    rehabilitation are referred to agencies and facilities providing
    those services, and the students are medically separated from the
    program.  Those who may be expected to return within 180 days are
    given a medical separation with reinstatement rights.
Back to Table of Content
   C.3   TASKS TO BE PERFORMED BY THE CONTRACTOR

    Task 1: Review and recommend disposition of Job Corps applicants
    with potential health problems

    A. Assist in Screening of  Applicants

    Job Corps screening contractors collect information to determine and
    verify basic eligibility for the program.  Eligibility factors are
    age 16 - 24, low income, and one or more of the following:

    - basic skills deficient - school dropout - homeless, runaway or
    foster child - parent - in need of additional education, vocational
    training or intensive counseling and related assistance in order to
    participate successfully in regular schoolwork to secure and hold
    employment.
                                
    The Workforce Investment Act also includes additional screening
    requirements which are assessed after a determination of basic
    eligibility of an applicant has been made.  The contractor shall
    assist Job Corps centers and Regional Offices by assessing and
    determining final disposition of Job Corps applicants with potential
    health problems.  It is estimated that 2,500 applications nationwide
    require a health record review each year. The primary technical
    expert required to fulfill this task is a qualified nursing
    consultant.  Typically he/she will solicit the opinion and advice of
    the regional medical, mental health or dental consultant in making a
    disposition recommendation to the Job Corps center or Regional
    Director.

    The nurse consultant(s) will be expected to visit the Job Corps
    Regional Office on a weekly basis to conduct and coordinate a
    professional review of referred Job Corps applicant health
    questionnaire forms (ETA 6-53) and other health records to determine
    final acceptability of applicants with possibly disqualifying
    medical, dental, and/or mental health conditions which may be beyond
    those a Job Corps center could reasonably be expected to
    accommodate.

    On applicants reviewed and recommended for acceptance by the
    Regional Office with known medical, dental, or mental health
    conditions, the nursing consultant will advise Regional Office staff
    in selection of a Job Corps center to which the applicant should be
    sent for optional accommodation will call and advise the selected
    center accordingly.

    Regional nurse, medical, mental health and dental health consultants
    shall provide technical assistance on screening to center and
    Regional Office staff and to Job Corps admissions counselors (ACs).

    B. Assist Job Corps Regional Offices Through Provisions of Technical
    Assistance, Review and Evaluation of 1) Health Portion of Center
    Proposals, 2) Subcontracts to Operate Wellness Programs or Provide
    Health Services to Centers, and (3) Center Standing Orders

    (1) Regional health consultants (primarily the nurse consultant)
    will participate in the technical evaluation of proposals to provide
    or coordinate center wellness programs and provide expert advice to
    Regional Office staff evaluating the proposals as required.

    (2) Regional health consultants will evaluate contracts and
    subcontracts that provide medical, dental and mental health services
    for Job Corps students.  Such evaluations will be performed on an
    as-needed basis and at the request of the Regional Director, and
    prior to the execution of the subcontract.

    (3) Regional health consultants will review, for approval by the
    Regional Director, revised center standing orders.

    (4) Regional health consultants will assist in the review of center
    requests for emergency funding requests.

    In addition to the subtasks described above, the health support
    contractor will supply health consultants as needed to provide or
    arrange for consultative services to the Regional Offices and all
    centers to promote productive and effective wellness programs and
    the education, training, and employability skills development of
    students.

    Task 2: Provide for the Monitoring, Technical Assistance, and
    Assessment of Center Health Services

    A. Monitor and Assess Job Corps Center Wellness Programs

    The contractor shall coordinate and monitor regional health
    consultants in their conducting on-site reviews and assessments of
    Job Corps center wellness programs.  Priorities for site visits are,
    first, the Regional Office reviews of centers and second, technical
    assistance visits to center staff and/or consultants.  The visit
    scheduled is based on (1) funds available for regional staff team
    visits (one or two consultants as needed will join the team to
    review the center wellness program and relevant areas); (2)
    assessment of need for visit as determined by previous review
    findings, regional monitoring visits, etc.; and (3) need for
    technical assistance to orient new center health providers,
    outbreaks of disease, and as requested by the Regional Director or
    regional project manager.

    Upon completion of Regional Office reviews, regional health
    consultants (RHCs) will review center corrective action plans and
    provide advice for the resolution of identified health area
    deficiencies.  RHCs will monitor implementation of center corrective
    actions during subsequent reviews and will report on the status of
    the center's corrective actions.   Repeat findings will be noted in
    the review report for Regional Office action, if necessary.  Health
    consultants will follow up on repeat findings which require health
    expertise during monitoring visits, by phone and/or electronic means
    to the center, and by discussion with appropriate regional staff.

    The principal consultants will each make one visit to regional or
    agency meetings, or to centers and give technical assistance or
    evaluate programs within their areas of expertise.  Upon completion
    of each visit, the consultant shall complete and submit a written
    evaluation report in the format and within the time frames specified
    b the Federal Representative for the contract.

    B. Assist in Handling Job Corps Medical and Psychiatric Social
    Services

    The contractor shall assist the Job Corps National Office, Regional
    Offices and centers in handling difficult medical and mental health
    cases and student deaths.

    The contractor shall provide assistance to centers regarding:

    (1) Reporting cases to the Office of Workers Compensation Programs,
    and using third-party payments, health insurance, and community
    resources to effect cost reductions.

    (2) The social welfare of participants, including guidance on family
    planning/reproductive health programs, and referrals for treatment
    after separation from Job Corps.

    Task 3: Conduct Training and Capacity Building for Job Corps Center
    Staff

    The contractor shall conduct training for Job Corps center health
    staff as a means of improving the quality and cost effectiveness of
    the programs and services.  The contractor will work with the Job
    Corps National Office to determine dates and locations for training,
    and arrange for sleeping and meeting rooms.  During the base period
    of the contract, the following training will be required by the
    Government and performed by the contractor under this task:

    A. National Health Conference (during Program Year 2000)

    Plan and conduct a 2.5 day national health conference to be held for
    center health staff (nurses, physicians, dentists and/or AODA staff
    as specified by the Office of Job Corps) and regional health
    consultants.  Topics will cover areas such as cost reductions in
    delivery of center wellness programs, how center wellness programs
    can promote student employability and realistic expectations of the
    workplace, accommodating students with disabilities, etc.

    B. Disability Sensitivity Training Sessions (Calendar Year 2000)

    The contractor will plan and conduct three disability meetings to
    train on issues related to Job Corps' disability protocol such as
    policy implementation, outreach, reasonable accommodation, and
    identification of resources.  These sessions will include up to 225
    participants (approximately 75 for each session).  The target
    audience will be Center Directors and/or Center Director disability
    designees, outreach and admissions contractor staff, counselors
    and/or health services administrators, and Regional Office staff.  A
    small work group of up to 10 individuals will be convened by the
    contractor for a planning session for the disability sessions.

    C. Regional Health Consultants' Meeting

    The contractor will plan and conduct a two-day meeting for Regional
    health consultants.

    D. Regional Health Meetings

    The contractor will assist Regional Directors, Regional health
    consultants and National Office staff in planning, organizing and
    conducting a 1 or 1.5 day meeting in up to three Regions each year
    when requested by the Regional Director.

    E. Other Training

    Completes training planned and initiated by incumbent contractor.


    Task 4: Collect and Manage Health-Related Reports and Data and

    Operate and Manage the Job Corps Significant Incident Reporting
    (SIR) System

    A. Health Reports and Data

    (1) Health management utilization report:  The contractor will
    develop and provide a health management utilization report format
    for Job Corps centers to maintain for internal management purposes.

    (2) Health personnel directory:  The contractor will provide updated
    page changes to the center health directory as they occur and
    provide copies to the Job Corps National Office.

    (3) HIV Screening Report: the contractor will produce an annual
    report on HIV screening, including the disposition of students
    infected with HIV.  The contractor will verify data supplied to the
    Job Corps National Office by the centers on demography of those
    tested, disposition of positives, including the center's follow-up
    and case management, and provide technical assistance to centers on
    reporting.  The contractor will  abstract and analyze information in
    the health records of former students, and then return the health
    records to center.  The contractor will draft articles for
    publication as directed by the Federal Representatives and then
    return the records to the center.  Data will be supplied to CDC on a
    regular basis as requested.

    4. Chlamydia Report: The contractor will collect data supplied by
    the laboratory which has a contract to process and analyze specimens
    submitted by centers.  The contractor will produce a report by April
    15 of each year for the previous calendar year.

    5. Medical Separation and Death Reports: The contractor will obtain
    medical separations and death data from the Job Corps National
    Office and produce a report by April 15 of each year for the
    previous calendar year.

    6. AODA Semi-Annual Report: The contractor will produce a semi-
    annual report on drug and alcohol testing in a format specified by
    the Federal representative.  Reports will be produced for the first
    six months of each program year (July - December) by March 15 and
    for the second half of each program year (January - June) by
    September 15.

    7. Special Health Services Analysis Reports: The contractor will
    provide periodic reports on special aspects of the medical, dental,
    and mental health services, including accommodation of students with
    disabilities, as requested by the Federal representative.

    B. Significant Incident Reporting (SIR) System

    In addition to managing health-related reports and data, the
    contractor will maintain a database of significant incidents
    occurring on Job Corps centers.  The significant incident reporting
    (SIR) system will track reports by centers of all significant
    incidents and their status (i.e. pending or closed). The contractor
    will also communicate with centers for necessary information to
    complete SIR reports or submit subsequent reports on pending cases.
    The contractor will submit the following reports:

    (1) SIR Status Reports: Each quarter, the contractor will prepare
    and send a request to each center and its respective operator and
    Regional Director asking for outstanding reports. This request will
    be produced within 45 days after the end of each quarter.

    (2) SIR Data Transfer: Each quarter, the contractor will compile and
    send a data report of all SIR activity (i.e. medical and other by
    number and type of SIRs per center) to the SIR Project Officer and
    the Federal Representative.  This report is used by the National
    Office to analyze trends in significant incidents on centers by
    geographic area, age of perpetrators and victims, and type of
    incident.

    Task 5: Assist in Developing, Implementing, and Evaluating Job Corps
    Health Standards, Guidelines, Policies, Procedures, and Curricula

    The contractor shall provide, as requested by the Federal
    Representative, expertise in the areas of medicine, dentistry,
    health management and program development, mental health, nursing,
    accommodation of the disabled, health education, substance abuse and
    prevention, and other health-related areas beyond the purview or
    immediate availability of regional consultants.  The technical
    expertise required to fulfill this task will require knowledge,
    skills, abilities, and advice of qualified health professionals.  It
    is expected that the contractor will primarily use its staff and
    subcontractors to provide the health expertise required to fulfill
    this task.

    Within this task, the contractor may be called upon to (1) conduct
    current literature review and research, (2) analyze existing
    data/statistics, and (3) evaluate, update or revise existing
    materials.

    During the contract performance period, the following projects will
    be required by the Government and performed by the contractor under
    this task:

    A. Assist the Job Corps National Office in the development,
    revision, and update of health program publications (Technical
    Assistance Guides, Program Instructions, etc.) used by Job Corps
    staff to direct and monitor health services activities.

    B. Assist the Job Corps National Office in the development of draft
    PRH change notices, information notices, and program instructions as
    requested by the Federal representative.

    C. Assist the Job Corps National Office in developing and delivering
    materials for all training sessions mentioned under tasks elsewhere
    in this document.

    D. Assist the Job Corps National Office in developing a new format
    for center review and TA visits and reports by health consultants.

    Task 6: Manage Overall Operations of the Contract

    This task provides for the contractor's routine administration of
    the contract.  These activities will include, but are not limited
    to, progress reporting, monitoring task progress and budget,
    execution of consulting agreements with health consultants,
    monitoring performance of health consultants and contractor staff,
    and regular communication with the Job Corps National Office and
    health consultants.

    Under this task, the contractor will also provide intermittent
    clerical coverage of the National Office as requested by the Federal
    Representative.

    Task 7: Assist in Accommodating and Assimilating Students with
    Disabilities

    This task provides assistance to the National Office on policies and
    procedures for working with applicants and students with
    disabilities and training Job Corps staff to work with this
    population of students.  In addition to the disability orientation
    sessions identified in Task 3, the contractor will:

    A. Provide information to the Job Corps National Office on laws,
    regulations, and policies relating to persons with disabilities

    B. Draft a TAG, directives, and other resource materials to assist
    staff in working with students with disabilities.

    C. Develop and maintain databases with disability resource
    information, facility accessibility data, and information on
    students with disabilities

    D. Provide technical assistance to the field, including responding
    to questions and requests for information related to serving
    students with disabilities.

    Task 8. Conduct Special Projects

    The contractor will conduct special projects that may involve (1)
    literature reviews, (2) analysis of existing data, (3) collection
    and analysis of new data, and (4) revision and/or development of
    systems, activities, projects and training as requested by the
    Federal Representative.

    Task 9: Transition (if applicable)

    During the first month of the contract period, the new contractor
    will effect a transition of policy, procedures and all relevant
    materials and records, from the present contractor.  Transition will
    be effected by meetings with the incumbent contractor, discussions
    with principal consultants and the Federal representative, and
    making arrangements for transfer of materials, student records, and
    other documentation from the present to the new location.  A report
    on this task will be sent to the Federal Representative by the 45th
    day of the new contract period.

                                      
Back to Table of Content
            









                                      


                       SECTION D - PACKAGING AND MARKING





          [For this Solicitation, there are NO clauses in this Section]














                                      


                     SECTION E - INSPECTION AND ACCEPTANCE





    E.1   NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE

          The following contract clauses pertinent to this section are
    hereby incorporated by reference (by Citation Number, Title, and
    Date) in accordance with the clause at FAR "52.252-2  CLAUSES
    INCORPORATED BY REFERENCE" in Section I of this contract.  See FAR
    52.252-2 for an internet address (if specified) for electronic
    access to the full text of a clause.

    NUMBER          TITLE                                     DATE

    52.246-9        INSPECTION OF RESEARCH AND DEVELOPMENT    APR 1984
                    (SHORT FORM)















                                      


                     SECTION F - DELIVERIES OR PERFORMANCE





    F.1   NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE

          The following contract clauses pertinent to this section are
    hereby incorporated by reference (by Citation Number, Title, and
    Date) in accordance with the clause at FAR "52.252-2  CLAUSES
    INCORPORATED BY REFERENCE" in Section I of this contract.  See FAR
    52.252-2 for an internet address (if specified) for electronic
    access to the full text of a clause.

    NUMBER          TITLE                                     DATE

    52.242-15       STOP-WORK ORDER                           AUG 1989
                    ALTERNATE I (APR 1984)




   F.2   PERIOD OF PERFORMANCE

    The contract period of performance shall be for a period of twelve
    (12) calendar months from the date of execution plus four 1-year
    options at the discretion of the government.

   F.3   LEVEL OF EFFORT

    The level of effort for the base year of this contract is estimated
    at between 18 and 20 professional person-years.  The level of effort
    for each option years shall be equal to the base year plus
    inflation.  The inflationary rate shall be determined by the Bureau
    of Labor Statistics.

   F.4   REPORTS/DELIVERABLES

    The contractor will submit the following reports, at the time and in
    the number of copies specified, to the Project Officer designated
    for the contract.  The reporting requirements are listed below.  If
    requested by the Project Officer, oral briefings will be held on the
    deliverables under the reporting requirements.

    Reporting Requirements

    TASKS                                   DUE DATES

    Task 1A - Regional Nurse                Monthly
    Consultant's Screening Summary Report

    Task 2A - Health consultant report in   As specified by
    format required by Office               Contractor/OJC
    of Job Corps

    Task 3A and B - Draft report of each    Within 15 days of award
    meeting and its results

    Task 4A1 - Develop format for use by    Within 30 days of award
    centers

    Task 4A2 - Update health personnel      Monthly
    directory

    Task 4A3 - HIV Screening Report         February 15, 2000
    Semi-Annual                             August 15, 2000

    Task 4A4 - Annual Chlamydia Report      September 15, 2000
    for PY 1999

    Task 4A5 - Annual Separation and        October 15, 2000
    Death Report For PY 1999

    Task 4A/6 - Semi-annual AODA report     To June 30, 2000/Aug. 15,
                                            2000

                                            To December 31, 2000/Feb.
                                            14, 2001

    Task 4A7 - Special Health Service       As requested

    Task 4B(1) - Significant Incident       Within 45 days
    Status Reports

    (Quarterly, e.g. August 15 for          Within 45 days
    April - June quarter, etc.)

    (2) SIR Data transfer                   Within 45 Days

    Task 5B(A&B) - Draft PRH Change         As requested
    Notices, Information and Program
    Notices

    Task 5C - Training materials for        As requested
    meetings, sessions

    Task 5D - Consultant report format      Within 60 days of award

    Task 7 - Disability Work Plan           Within 60 days of award







                                     
Back to Table of Content



                    SECTION G - CONTRACT ADMINISTRATION DATA





   G.1   IDENTITY AND AUTHORITY OF THE CONTRACTING OFFICER'S
         REPRESENTATIVE (GOVERNMENT AUTHORIZED REPRESENTATIVE)

    (A)  The authorized representative of the Contracting Officer is To
    Be Determined whose authority to act on behalf of the Contracting
    Officer is limited to the extent set forth in (B) below.  Under no
    circumstances is the Government Authorized Representative (GAR)
    authorized to sign any contractual documents or approve any
    alteration to the contract involving a change in the scope, price,
    terms or conditions of the contract or order.

    (B)  The Government Authorized Representative is authorized to:

         (1)   Monitor and inspect Contractor's performance to ensure
    compliance of the scope of work.

         (2)   Make determinations relative to satisfactory or
    unsatisfactory performance, including acceptance of all work
    performed and/or all products produced under the terms of the
    contract.

         (3)   Review and approve invoices.

         (4)   Review and approve Contractor's project staff as may be
    called for on the contract.

         (5)   Recommend program changes to the Contracting Officer as a
    result of monitoring or as may be requested by the Contractor.

         (6)  Review, coordinate changes or corrections, if any, and
    accept all reports (including any final reports) required under the
    contract.



    G.2   INVOICE REQUIREMENTS

    Contractor will prepare and submit proper invoices (as defined in C
    below) in accordance with the criteria outlined below.  (Also, see
    Clause 52.232-8 "Discount for Prompt Payment", contained in Section
    I of the contract.):

    A.   (1)   If the contract is a cost-reimbursement type contract,
    the contractor will submit three (3) ink- signed copies of the
    invoice, Cost Contractor's Invoice, (ETA 3100-1), together with a
    detailed report of expenditures, Cost Contractor's Detailed
    Statement of Costs (ETA 3-2), to the Government Authorized
    Representative (GAR), U.S.  Department of Labor, not more frequently
than monthly, unless otherwise so authorized in the contract.

         (2)  If the contract is a fixed-price type contract, the
    contractor may submit SF-1034, Public Voucher, or the equivalent
    thereto; i.e., contractor's own invoice, in lieu of the forms
    described in A(l) above.

         (3)  Invoices should be submitted to the individual listed
    below:


                     To Be Determined
                     U.S. Department of Labor, ETA
                     200 Constitution Avenue, NW, Room  N-5637
                     Washington, D.C.  20210


    B.  The Detailed Report of Expenditures (ETA 3-2) submitted with the
    Invoice (ETA 3100-1) must include the same budget line items or cost
    categories as appears in the contract, including any modifications
    thereto.

    C.  To constitute a proper invoice, the invoice, must include the
    following information and/or attached documentation:

         (1)   Name and address of the Contractor;

         (2)   Invoice date;

         (3)   Contract number or other authorization for supplies
    delivered or services performed (including order number and contract
    line item number).

         (4)  Description, quantity, unit of measure, unit price, and
    extended price of supplies delivered or services performed.

         (5)  Shipping and payment terms (e.g., shipment number and date
    of shipment, prompt payment discount terms.  Bill of lading number
    and weight of shipment will be shown for shipments on Government
    bills of lading.

         (6)  Name and address of Contractor official to whom payment is
    to be sent (must be the same as that in the contract or in a proper
    notice of assignment).

         (7)  Name (where practicable), title, telephone number and
    mailing  address of person to be notified in event of a defective
    invoice.

         (8)  Any other information or documentation required by other
    requirements of the contract.

    In addition to the above, invoices should be numbered consecutively.
     All final invoices shall be clearly marked Final Invoice.

                                     
Back to Table of Content





    G.3   METHOD OF PAYMENT

    A.  Payments under this contract will be made either by check or
    electronic funds transfer (through the Treasury Fedline
    Communications System (FEDLINE) or the Automated Clearing House
    (ACH)), at the option of the Government.  After award, but no later
    than 14 days before an invoice or contract financing request is
    submitted, the Contractor shall designate a financial institution
    for receipt of electronic funds transfer payments.  The contractor
    shall submit this designation to the Contracting Officer or other
    Government official as directed.

    B.  For payments through FEDLINE, the Contractor shall provide the
    following information:

        (1)  Name, address, and telegraphic abbreviation of the
    financial institution receiving payment.

        (2)  The American Bankers Association 9-digit identifying number
    of the financing institution receiving payment if the institution
    has access to the Federal Reserve Communications System.

        (3)  Payee's account number at the financial institution where
    funds are to be transferred.

        (4)  If the financial institution does not have access to the
    Federal Reserve Communications System, provide the name, address,
    and telegraphic abbreviation of the correspondent financial
    institution through which the financial institution receiving
    payment obtains electronic funds transfer messages.  Provide the
    telegraphic abbreviation and American Bankers Association
    identifying number for the correspondent institution.

    C.  For payments through ACH, the Contractor shall provide the
    following information:

         (1)  Routing transit number of the financial institution
    receiving payment (same as American Bankers Association identifying
    number used for FEDLINE).

         (2)  Number of account to which funds are to be deposited.

         (3)  Type of depositor account ("C" for checking, "S" for
    savings).

         (4)  If the Contractor is a new enrollee to the ACH system, a
    "Payment Information Form," SF 3881, must be completed before
    payment can be processed.

    D.  In the event the Contractor, during the performance of this
    contract, elects to designate a different financial institution for
    the receipt of any payment made using electronic funds transfer
    procedures, notification of such change and the required information
    specified above must be received by the appropriate Government
    official 30 days prior to the date such change is to become
    effective.

    E.  The documents furnishing the information required in paragraphs
    B and C above must be dated and contain the signature, title, and
    telephone number of the Contractor official authorized to provide
    it, as well as the Contractor's name and contract number.

    F.  Contractor failure to properly designate a financial institution
    or to provide appropriate payee bank account information may delay
    payments of amounts otherwise properly due.


    G.  The Contractor shall forward the information required above to:

                      U.S.  Department of Labor, ETA
                      Division of Accounting, Room C-5319
                      200 Constitution Avenue, NW
                      Washington, DC 20210













                                      
Back to Table of Content
            


                   SECTION H - SPECIAL CONTRACT REQUIREMENTS





   H.1   BUDGET LINE ITEM FLEXIBILITY

      Flexibility of Direct Costs will be allowed within the Prime
    Contract Budget, provided no single line item of cost shall be
    increased or decreased in excess of 20 percent and provided further
    that the total estimated cost of the Contract is not exceeded. This
    flexibility of cost does not apply to the wages, salaries and fringe
    benefits line items (including proposed changes by the Contractor in
    the mixture, number of hours, wages, and/or bonus or personnel paid
    under the contract) wherein no increase is permitted without the
    prior review and approval by the Contracting Officer.

      In contracts with OPTION TO EXTEND SERVICES provisions, this
    clause is applicable to each yearly negotiated budget line item
    amounts, and not the accumulated budget line item totals.



   H.2   FRINGE BENEFITS

      Social Security, Worker's Compensation, Unemployment Compensation
    and any other fringe benefits are a normal practice of the
    Contractor at the time of final negotiations for this contract and
    are available to all employees.  Fringe benefits from an immediate
    previous employer which may be continued while employed under this
    contract are an allowable cost.  In no event will duplicate fringe
    benefits be allowable to an individual under this contract.


   H.3   VACATIONS, SICK-LEAVE HOLIDAYS

      The Contractor may grant leave in accordance with its established
    written policy, provided that policy is accepted by the Contracting
    Officer or, in the absence of an established policy, leave may be
    granted as follows:
         Vacation:    Maximum 2 weeks (10 working days)

         Sick Leave:  Maximum 2 weeks (10 working days)

         Holiday:     Maximum of paid holidays
      Leave shall be accrued at the rate of 5/6 of 1 day per month for
    each month employed.  If the term of this contract is for more than
    or less than 1 year, the above leave shall be adjusted accordingly.





Back to Table of Content


   H.4   TRAVEL AND PER DIEM

      Travel policies as set forth in the Travel Regulations referred to
    below are required of the Contractor and consultants hereunder.
    Where the Contractor has a more restrictive travel policy than the
    Federal Travel Regulations, the more restrictive requirements shall
    apply.

      It is the responsibility of the Contractor to authorize only such
    per diem allowances as justified by the circumstances affecting the
    travel.  Care should be exercised to prevent fixing per diem rates
    in excess of those required to meet the necessary authorized
    subsistence expenses.  To this end, consideration should be given to
    factors which reduce the expenses of the employee such as: known
    arrangements at temporary duty locations where lodging and meals may
    be obtained without cost or  at prices advantageous to the traveler;
    established cost experience in the localities where lodging and
    meals are required; situations where special rates for
    accommodations have been made available for a particular meeting or
    conference; the extent to which the traveler is familiar with
    establishments providing lodging and meals at a lower cost in
    certain localities, particularly, where repeated travel is involved;
    and the use of methods of travel where sleeping accommodations are
    provided as part of the transportation expenses.

      All travel shall be at tourist, coach, or less than first class
    unless itinerary or unavailability dictate otherwise.  All temporary
    duty and local area automobile travel shall be allowed as prescribed
    by the applicable Travel Regulations.

      Copies of applicable Travel Regulations can be obtained as follows
    at a fee:

         a.  Federal Travel Regulations, prescribed by the General
    Services Administration, for travel in the conterminous 48 United
    States:   Available on a subscription basis from the Superintendent
    of Documents, U.S.  Government Printing Office, Washington, DC
    20402, Stock No.  022-001-81003-7.

         b.  Joint Travel Regulations, Volume 2, DoD Civilian Personnel,
    Appendix A, prescribed by the Department of Defense, for travel in
    Alaska, Hawaii, the Commonwealth of Puerto Rico, and territories and
    possessions of the United States: Available on a subscription basis
    from the Superintendent of Documents, U.S. Government Printing
    Office, Washington, D.C. 20402, Stock No. 908-010-00000-1.

         c.  Standardized Regulations, (Government Civilians, Foreign
    Areas), Section 925, "Maximum Travel Per Diem Allowances for Foreign
    Areas," prescribed by the Department of State, for travel in areas
    not covered in 1 and 2 above: Available on a subscription basis from
    the Superintendent of Documents, U.S. Government Printing Office,
    Washington, D.C. 20402, Stock No. 744-008-00000-0.






Back to Table of Content


   H.5   USE OF AND PAYMENT TO CONSULTANTS

      (a)  Consultant(s) hired to perform under this contract may be
    compensated at a rate for time actually worked (e.g., amount per
    day, per week, per month, etc.), or at a fixed price for performance
    of a specific task, or at nominal compensation in accordance with
    Contractor's policies.  However, for the use and payment to
    consultant(s) prior written approval must be obtained from the
    Contracting Officer.

      (b)  The amount or rate of payment will be determined on a
    case-by- case basis, taking into account (among any other relevant
    factors) the relative importance of the duties to be performed, the
    stature of the individual in his specialized field, comparable pay
    for positions under the Classification Act or other Federal pay
    systems, rates paid by private employers and rates previously paid
    other experts or consultants for similar work.

      (c)  The contractor shall maintain a written report for the files
    on the results on all consultations charged to the contract. This
    report must include, as a minimum: (1) the consultant's name, dates,
    hours and amounts charged to the contract; (2) the names of the
    contractor's staff to whom the services are provided; and (3) the
    results of the subject matter of the consultation.


   H.6   UNEMPLOYMENT INSURANCE COST

      Unemployment insurance costs shall be paid by the contractor as
    they are incurred.

      However, in the event billings for Unemployment Insurance costs
    are received by the contractor after the expiration date of this
    contract and the billings cover the period that this contract was
    effective, the Government agrees to reimburse the contractor at the
    same rate that would have been applicable had the cost been paid as
    they were incurred.


   H.7   ACCOUNTING AND AUDITING SERVICES

      (a) Accounting

      The contractor may procure and utilize such accounting services as
    are required to establish and maintain an accounting system which
    reflect accurate, current and complete financial transactions and
    which meet the standards of the Comptroller General of the United
    States and the Department of Labor.

      (b) Auditing

      The contractor shall audit or have audited subcontractor financial
    records as may be required to determine, at a minimum, the fiscal
    integrity of financial transactions and compliance with laws,
    regulations and administrative requirements.
                               
      The U.S. Department of Labor shall be responsible for scheduling
    all audits of the prime contractor's books, documents, papers and
    records.  The Department will use its own audit resources or shall
    use certified or public accountants under contract or auditors from
    another Federal agency.

      Cost of Accounting Services and Audit of subcontractors as
    described herein are allowable cost under this contract.  Costs for
    audits for which the U.S. Department of Labor is responsible are
    unallowable.


   H.8   PRINTING

      Unless otherwise specified in this contract, the contractor shall
    not engage in, nor subcontract for, any printing (as that term is
    defined in Title 1 of the Government Printing and Binding
    Regulations in effect on the effective date of this contract) in
    connection with the performance of work under this contract:
    provided, however, that performance of a requirement under this
    contract involving the reproduction of less than 5,000 production
    units of any one page or less than 25,000 production units in the
    aggregate of multiple pages, will not be deemed to be printing.  A
    production unit is defined as one sheet, size 8 by 11 inches, one
    side only, one color.


   H.9   KEY PERSONNEL

      The  personnel specified below or in attachment to this contract
    are considered to be essential to the work being performed
    hereunder.  Prior to diverting any of the specified individuals  to
    other programs, the Contractor shall notify the Contracting Officer
    reasonably in advance and shall submit justification (including
    proposed substitutions) in  sufficient detail to permit evaluation
    of the impact on the  program.  No diversion shall be made by the
    Contractor without  the written consent of the Contracting Officer;
    Provided, that the Contracting Officer may ratify in writing such
    diversion and such ratification shall constitute the consent of the
    Contracting Officer required by this clause.  The below list or
    attachment to this contract may be amended from time to time during
    the course of the contract to either add or delete personnel, as
    appropriate.

      For the purpose of this contract, the key personnel positions are
    identified below as:

    (not specified)
                                         -
                                         -
                                         -
                                         -
                                         -



Back to Table of Content



   H.10  CONTRACT NUMBER IDENTIFICATION

      The Contractor agrees to utilize the number of this contract on
    all correspondence, communications, reports, vouchers and such other
    data concerning this contract or delivered hereunder.


   H.11  SUBMISSION OF CORRESPONDENCE

      All correspondence relating to contractual aspects shall be
    directed to the Division of Acquisition and Assistance, Attention:
    Division Chief.


   H.12  OTHER CONTRACTORS

      The Government may undertake or award other contracts for the
    same, essentially similar, or related work, and the Contractor shall
    fully cooperate with such other contractors and Government
    employees.  The Contractor shall not commit or permit any act which
    will interfere with the performance of work by any other contractor
    or by Government employees.

      The foregoing paragraph shall be included in the contracts of all
    Contractors with whom this Contractor will be required to cooperate.
     The Government shall equitably enforce this clause as to all
    contractors, to prevent the imposition of unreasonable burdens on
    any contractor.


   H.13  LAWS APPLICABLE

      The contractor will perform its duties in accordance with the
    applicable Act, and the regulations, procedures and standards
    promulgated thereunder.  The Contractor will comply with all
    applicable Federal and State and Local laws, rules, and regulations
    which deal with or relate to the employment of persons who perform
    work or are trained under contract.

      This contract in no way relieves the Contractor of responsibility
    for compliance with the provisions of the Fair Labor Standards Act,
    as amended.


   H.14  DISPOSITION OF MATERIAL

      Upon termination or completion of all work under this contract,
    the Contractor shall prepare for shipment, deliver F0B destination,
    or dispose of all materials received from the Government and all
    residual materials produced in connection with the performance of
    this contract as may be directed by Contracting Officer, or as
    specified in other provisions of this contract.  All materials
    produced or required to be delivered under this contract become and
    remain the property of the Government.



Back to Table of Content



   H.15  NONDISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITIES

      (a) No person shall on the ground of race, religion, color,
    handicap, national origin, sex, age, political affiliation, or
    beliefs be excluded from participation in, be denied the benefits
    of, or be subjected to discrimination under any program or activity
    funded or otherwise financially assisted, in whole or in part with
    funds made available hereunder. (b) In addition, this contract and
    any subcontract hereunder is subjected to Title VI of the Civil
    Rights Act of 1964 (78 Stat. 252) and the Regulations issued
    thereunder and found at 29 CFR 31. The Contractor agrees that any
    service, financial aid, or other benefit to be provided by it under
    this contract shall be furnished without discrimination because of
    race, color, sex, or national origin; and that his employment
    practices shall be subject to the same restrictions to ensure
    nondiscriminatory treatment of beneficiaries of assistance under the
    Act.


   H.16  FEDERAL REPORTS

      In the event that it subsequently becomes a contractual
    requirement to collect or record information calling for answers to
    identical questions from 10 or more persons other than Federal
    employees, or for information from Federal employees which is to be
    used for statistical compilations of general public interest, the
    Paperwork Reduction Act of 1980 and 5 CRF 1320 shall apply to this
    contract.  No plan, questionnaire, interview guide or similar device
    for collecting formation (whether repetitive or single-time) may be
    used without first obtaining clearance from the Office of Management
    and Budget (OMB).

      The contractor shall obtain the required OMB clearance through the
    Project Officer before expending any funds or making public
    contracts for the collection of data.  The authority to expend funds
    and to proceed with the collection of data shall be issued in
    writing by the Contracting Officer.


   H.17  DISCLOSURE OF CONFIDENTIAL INFORMATION

      The Contractor agrees to maintain the confidentiality of any
    information regarding applicants, project participants or their
    immediate families which may be obtained through application forms,
    interviews, test reports from public agencies or counselors, or any
    other source.  Without the permission of the applicant or
    participant, such information shall be divulged only as necessary
    for purposes related to the performance or evaluation of the
    contract and to persons having responsibilities under the contract,
    including those furnishing services to the projects under
    subcontracts.






Back to Table of Content


   H.18  ELIMINATION OF SEXIST LANGUAGE AND ART WORK

      All written materials issued by the Contractor or grantee shall
    conform to the following guidelines for eliminating sexist language
    and art work:

        (a)  Avoid the use of sex reference in job titles.  Titles
    should conform to the Census Bureau's occupational classification
    system and the most recently published edition of the Dictionary of
    Occupational Titles.

              -- Longshore workers instead of longshoremen.

        (b)  Avoid the use of male and female gender word forms.

              -- Aviator to include men and women pilots, not aviatrix.

        (c)  Include both sexes by using terms that refer to people as a
    whole.

              -- Human beings or people instead of mankind.

        (d)  Avoid the use of masculine and feminine pronouns or
    adjectives in referring to a hypothetical person or people in
    general.  Change sentences such as: The average American worker
    spends 2 years of his life in the workforce.

              -- By rewording to eliminate unnecessary gender pronouns
    and adjectives.  (The average American worker spends 20 years in the
    workforce.)

              -- By recasting into the plural.  (Most Americans spend 20
    years of their lives in the workforce.)

              -- By replacing the masculine or feminine pronoun or
    adjective with "one", "you", "he or she", "her or him", or his or
    her".  (An average American spends 20 years of his or her life in
    the workforce.)

        (e)  Refer to both men and women in such generic terms as
    economist, doctor, or lawyer.  Identify sex through the use of
    pronouns.

              -- The lawyer made her final summation.

        (f)  Avoid the use of stereotyped terms or expressions such as
    "man-sized" job.

              -- Employee-years and employee-hours (or staff-hours)
    instead of man-years and man-hours.

        (g)  The use of art work in publications should conform to the
    following guidelines:

              (i)  Strive to use racially and sexually balanced designs.

              (ii)  Depict both men and women in art work on general
    subject matters.

              (iii)  Show men and women in a variety of roles in
    photographs, illustrations, and drawings.

              -- Show women and men as managers and skilled laborers.


   H.19  HAZARDOUS OCCUPATION ORDERS

      The Contractor shall comply with the Hazardous Occupation Orders
    issued pursuant to the Fair Labor Standards Act and set forth at 20
    CFR 570.50 et seq. with respect to the employment of youths under 18
    years of age and the Child Labor Standards of 29 CFR 570.31 et seq.
    with respect to the employment of youths aged 14 and 15.
Back to Table of Content

   H.20  INSURANCE REQUIREMENTS (FAR-Subpart 28.3)

      In accordance with the Federal Acquisition Regulation, 48 CFR,
    Clause 52.228-7 entitled, "Insurance-Liability to Third Persons" the
    following kinds and amounts of insurance must be procured and
    maintained in force during the lifetime of the above numbered
    contract.

        A.  Worker's Compensation - In the amounts required by State law
    or the United States Longshoremen's and Harbor Workers' Compensation
    Act (33 U.S.C.  901).

        B.  Occupational Diseases Insurance - As required by applicable
    law.  In any area where all occupational diseases are not
    compensable under applicable law, insurance for occupational
    diseases shall be secured under the employer liability section of
    your insurance policy, minimum per accident $100,000.

        C.  Employer Liability - This insurance is to cover any
    liability imposed upon an employer, by law, for damages on account
    of personal injuries, including death resulting therefrom, sustained
    by his employees by reason of accident.

        D.  General Liability Insurance (Bodily Injury) - This insurance
    protects the insured against claims arising from bodily injury or
    death to third parties occurring on it business premises or through
    its operations except those arising from motor vehicles away from
    the premises, those covered by any Worker's Compensation law, and
    other exclusions stated in the policy.  The required coverage for
    bodily injury shall be $200,000 per person and $500,000 per
    occurrence.

        E.  Automobile Liability - The required coverage is $200,000 per
    person and $500,000 per occurrence for bodily injury and $20,000 per
    occurrence for property damage.

        F.  The policies evidencing such insurance as required under
    this contract shall contain the following endorsement:

                                      
        "No cancellation, termination, or modification of this policy
    shall take effect prior to the expiration of 35 days after written
    notice of the cancellation, termination or modification together
    with suitable identification of the policy and name insured has been
    sent by registered letter to the Government representative at the
    address stated below:

         Name of Contracting Officer: Keith A. Bond

         Address:        USDOL/ETA/DASET/OGCM/DCS
                         200 Constitution Ave., N.W.
                         Room S-4203
                        Washington, D.C.  20210

      The types and minimum limits reflected above for vehicle insurance
    shall apply to any vehicle operated or used in connection with
    performance of official business under this contract.  In the event
    a privately-owned vehicle is used, the Government's share of
    insurance premiums, including any additional coverage required to
    conform with the above limits, shall be prorated in accordance with
    the vehicle's actual use while conducting business under the terms
    of this contract.

Back to Table of Content
   H.21  DATA COLLECTION FOR THE DEPARTMENT OF LABOR

      The Contractor shall be responsible for informing any grantee that
    they have been requested to collect information for the Department
    of Labor.  The collection of such data shall be the responsibility
    of the Contractor solely.  The Contractor may request assistance
    from ETA grantees in locating the data.  However, the actual data
    gathering must be done by the Contractor.


   H.22  PERFORMANCE STANDARDS

      The composition, workmanship, printing or reproduction and
    substantive content of all reports, evaluations, charts, tables,
    graphs, and other data to be furnished under this contract shall
    strictly conform to the generally accepted quality standards of the
    Contractor's profession and shall be suitable for dissemination and
    use without revision, to DOL, other Government agencies and the
    general public.

      Reports shall include a complete disclosure of all data relevant
    to the work performed, the techniques developed, the investigations
    made, and shall be relevant to the materials studies and methods and
    processes employed.






                                    Section H

   H.23  RESTRICTION ON USE OF DOL FUNDS FOR LOBBYING

      In accordance with the cost principles incorporated in the Federal
    Acquisition Regulations (FAR) at 31.205-22, lobbying costs (direct
    or indirect) are unallowable under this agreement.  The exclusion of
    lobbying costs using Department of Labor funds is not intended to
    penalize, discourage, or prevent lobbying activities by utilizing
    non-Federal funds.


   H.24  PUBLICATION OF MATERIALS

      The Contractor shall receive permission from the Contracting
    Officer prior to publishing any works performed under this contract.
     Further, the Contractor shall acknowledge the support of the
    Department of Labor whenever publicizing any work performed under
    this contract.  To implement the foregoing, the Contractor shall
    include in any publication resulting from work performed under this
    contract, an acknowledgement substantially the same as follows:

        "This project has been funded, either wholly or in part, with
    Federal funds from the Department of Labor, Employment and Training
    Administration under Contract Number  the contents of this
    publication do not necessarily reflect the views or policies of the
    Department of Labor, nor does mention of trade names, commercial
    products, or organizations imply endorsement of same by the U.S.
    Government."


    H.25 OPTION TO EXTEND THE TERMS OF THE CONTRACT - SERVICE
         (FAR 17.208(g))

      1.   The Government may extend the terms of this contract by
    written notice to the Contractor at least 60 calendar days before
    the contract expires.  This notice does not commit the Government to
    an extension.

      2.   If the Government exercises this option, the extended
    contract shall be considered to include this option provision.

      3.   The initial period of this contract may be extended by one
    year, at estimated costs and indirect costs as follows:

  Option
  Year          Estimated Cost    Indirect Cost      Total Estimated Cost

   1            $.00               $.00              $.00
   2            $.00               $.00              $.00
   3            $.00               $.00              $.00
   4            $.00               $.00              $.00

      The total duration of this contract, including the exercise of any
    options under this clause, shall not exceed 5 years.



      4.  Estimated costs, including any indirect costs, for the options
    years shall be determined at the time of contract execution.  Any
    anticipated deviations from total preestimated option year costs
    must be presented to the Contracting Officer in writing, with an
    explanation and justification of the anticipated deviation(s), 10
    calendar days after receipt of notice by the contractor of the
    Government 's intention to exercise the option to extend the term of
    the contract.  No deviations from the total pre-established option
    years estimated costs shall be permitted without the written consent
    of the Contracting Officer. Deviations which would increase the
    total pre-established option year estimated costs by more than 10
    percent shall not be permitted under any circumstances.
Back to Table of Content


    H.26 INDIRECT COSTS

    In order to avoid major audit problems, disallowed costs, and to
    receive timely reimbursement of indirect costs, contractors/grantees
    should take those necessary steps to comply with this clause as well
    as the critical timeframes for submission of  indirect cost
    proposals.

    You are governed by one of the categories of cost principles listed
    below.  Please comply with your cost principles as appropriate to
    your organization.  (1) Federal Acquisition Regulation (FAR)
    Subparts 31 and 42 apply to private-for-profit contractors. (2) OMB
    Circular A-87 applies to state and local governments and
    Federally-recognized Indian Tribes.  States receiving JTPA
    formula-allocated funds can elect to waive A-87 coverage. (3) OMB
    Circulars A-21, A-88 and FAR 42.705-3 apply to educational
    institutions.  (4) OMB Circular A-122 applies to nonprofit
    institutions excluding those addressed in the preceding as well as
    hospitals.

    The total amount of contract/grant funds will not be increased to
    reimburse organizations for higher indirect cost rates than those
    rates identified in this clause.  Also, the contractor/grantee must
    obtain approval from the Contract/Grant Officer to transfer funds
    from other budget line items to the indirect cost budget line items
    to accommodate higher indirect cost rates.

    The foregoing does not relieve the contractor/grantee of any other
    administrative cost limitations regarding the contract/grant.

    Billing rates are only temporary for the 90 days period from the
    effective date of your contract/grant.  Failure to submit an
    acceptable indirect cost proposal to your cognizant agency for
    provisional rates within the aforementioned 90-day period means
    that you shall not receive any further reimbursement of your
    indirect billing rates until the provisional rate proposal is
    received.  Also, action may be taken to recoup all indirect costs
    already paid to you.

    A private-for-profit contractor is to submit an acceptable indirect
    cost proposal for final rates to its cognizant agency within 90 days
    after the end of its fiscal year.  All other contractors/grantees
    must submit their final rate proposals  within 6 months after the
    end of their fiscal year.

    Block 1 or 2 is completed below as appropriate for affected new
    contracts/grants or modifications.





                                 BLOCK 1

                                  Rate category:  (check one)   Your
    Billing                                     Overhead
    Provisional                              Base:
    Final                                        (And, if applicable)
    See Attached Agreement         General and Admin.
    Other (Explain)                        Base:

    Effective from    to  or  if multi-year, please explain here:


                           BLOCK 2

                  (For special indirect cost ceilings)

    Special percent ceiling is  % for (usually overhead) and if
    applicable,  % for General and Administrative. Base:

    OR

    Special dollar ceiling is $ for (usually overhead) and if
    applicable, $ for General and Administrative. Base:

    Effective from   to  or if multi-year, please explain here:

    If applicable for ceilings, please describe here any situation
    whereby the bases in Block 2 above differ from the bases in Block 1
    above.  Also, the maximum reimbursement for indirect costs under
    this contract/grant will be based on the lower of the negotiated
    rates or ceilings.

    If the Department of Labor (DOL) is your cognizant agency, proposals
    for indirect cost rates and supporting data and documentation should
    be sent to the DCD Negotiator in the appropriate DOL Regional Office
    or if applicable, to the DCD National Office whose address and phone
    number is listed below.  In addition, if you do not know your
    cognizant Federal agency, please call the phone number listed below:





                                                             


              Director, Division of Cost Determination (DCD)
              U.S. Department of Labor, OASAM
              200 Constitution Avenue, N.W., Room S-1506
              Washington, D.C.  20210
              Tel. (202) 219-8391

                      (End of Clause)

Back to Table of Content









                                                            Section I


                          PART II  - CONTRACT CLAUSES

                         SECTION I  -  CONTRACT CLAUSES





    I.1   NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE

          The following contract clauses pertinent to this section are
    hereby incorporated by reference (by Citation Number, Title, and
    Date) in accordance with the clause at FAR "52.252-2  CLAUSES
    INCORPORATED BY REFERENCE" in Section I of this contract.  See FAR
    52.252-2 for an internet address (if specified) for electronic
    access to the full text of a clause.

    NUMBER          TITLE                                     DATE

    52.202-1        DEFINITIONS                               OCT 1995
    52.203-3        GRATUITIES                                APR 1984
    52.203-5        COVENANT AGAINST CONTINGENT FEES          APR 1984
    52.203-6        RESTRICTIONS ON SUBCONTRACTOR SALES TO    JUL 1995
                    THE GOVERNMENT
    52.203-7        ANTI-KICKBACK PROCEDURES                  JUL 1995
    52.203-8        CANCELLATION, RESCISSION, AND RECOVERY    JAN 1997
                    OF FUNDS FOR ILLEGAL OR IMPROPER
                    ACTIVITY
    52.203-10       PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR    JAN 1997
                    IMPROPER ACTIVITY
    52.203-12       LIMITATION ON PAYMENTS TO INFLUENCE       JUN 1997
                    CERTAIN FEDERAL TRANSACTIONS
    52.204-4        PRINTING/COPYING DOUBLE-SIDED ON          JUN 1996
                    RECYCLED PAPER
    52.209-6        PROTECTING THE GOVERNMENT'S INTEREST      JUL 1995
                    WHEN SUBCONTRACTING WITH CONTRACTORS
                    DEBARRED, SUSPENDED, OR PROPOSED FOR
                    DEBARMENT
    52.215-2        AUDIT AND RECORDS--NEGOTIATION            JUN 1999
    52.215-8        ORDER OF PRECEDENCE--UNIFORM CONTRACT     OCT 1997
                    FORMAT
    52.216-7        ALLOWABLE COST AND PAYMENT                APR 1998
    52.216-8        FIXED-FEE                                 MAR 1997
    52.219-4        NOTICE OF PRICE EVALUATION PREFERENCE     JAN 1999
                    FOR HUBZONE SMALL BUSINESS CONCERNS
                    (JAN 1999)
    52.219-6        NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE  JUL 1996
    52.219-8        UTILIZATION OF SMALL, SMALL               JUN 1999
                    DISADVANTAGED, AND WOMEN-OWNED SMALL
                    BUSINESS CONCERNS
    52.222-1        NOTICE TO THE GOVERNMENT OF LABOR         FEB 1997
                    DISPUTES
    52.222-3        CONVICT LABOR                             AUG 1996
    52.222-26       EQUAL OPPORTUNITY                         FEB 1999
    52.222-35       AFFIRMATIVE ACTION FOR DISABLED VETERANS  APR 1998
                    AND VETERANS OF THE VIETNAM ERA
    52.222-36       AFFIRMATIVE ACTION FOR WORKERS WITH       JUN 1998
                    DISABILITIES
    52.222-37       EMPLOYMENT REPORTS ON DISABLED VETERANS   JAN 1999
                    AND VETERANS OF THE VIETNAM ERA
    52.223-2        CLEAN AIR AND WATER                       APR 1984
    52.223-6        DRUG-FREE WORKPLACE                       JAN 1997
    52.225-11       RESTRICTIONS ON CERTAIN FOREIGN           AUG 1998
                    PURCHASES
    52.227-1        AUTHORIZATION AND CONSENT                 JUL 1995
                    ALTERNATE I (APR 1984)
    52.227-2        NOTICE AND ASSISTANCE REGARDING PATENT    AUG 1996
                    AND COPYRIGHT INFRINGEMENT
    52.227-11       PATENT RIGHTS -- RETENTION BY THE         JUN 1997
                    CONTRACTOR (SHORT FORM)
    52.227-14       RIGHTS IN DATA--GENERAL                   JUN 1987
    52.228-7        INSURANCE--LIABILITY TO THIRD PERSONS     MAR 1996
    52.232-17       INTEREST                                  JUN 1996
    52.232-18       AVAILABILITY OF FUNDS                     APR 1984
    52.232-22       LIMITATION OF FUNDS                       APR 1984
    52.232-23       ASSIGNMENT OF CLAIMS                      JAN 1986
    52.232-33       PAYMENT BY ELECTRONIC FUNDS--CENTRAL      MAY 1999
                    CONTRACTOR REGISTRATION
    52.233-1        DISPUTES                                  MAR 1994
                    ALTERNATE I (DEC 1991)
    52.233-3        PROTEST AFTER AWARD                       AUG 1996
                    ALTERNATE I (JUN 1985)
    52.242-1        NOTICE OF INTENT TO DISALLOW COSTS        APR 1984
    52.242-3        PENALTIES FOR UNALLOWABLE COSTS           OCT 1995
    52.242-4        CERTIFICATION OF FINAL INDIRECT COSTS     JAN 1997
    52.242-13       BANKRUPTCY                                JUL 1995
    52.243-2        CHANGES--COST REIMBURSEMENT               AUG 1987
                    ALTERNATE V (APR 1984)
    52.244-2        SUBCONTRACTS                              AUG 1998
                    ALTERNATE II (AUG 1998)
    52.244-5        COMPETITION IN SUBCONTRACTING             DEC 1996
    52.246-23       LIMITATION OF LIABILITY                   FEB 1997
    52.246-25       LIMITATION OF LIABILITY--SERVICES         FEB 1997
    52.249-6        TERMINATION (COST-REIMBURSEMENT)          SEP 1996
    52.249-14       EXCUSABLE DELAYS                          APR 1984
    52.253-1        COMPUTER GENERATED FORMS                  JAN 1991


    I.2   52.217-8  OPTION TO EXTEND SERVICES  (AUG 1989)

      The Government may require continued performance of any services
    within the limits and at the rates specified in the contract.  These
    rates may be adjusted only as a result of revisions to prevailing
    labor rates provided by the Secretary of Labor.  The option
    provision may be exercised more than once, but the total extension
    of performance hereunder shall not exceed 6 months.  The Contracting
    Officer may exercise the option by written notice to the Contractor
    within the period specified in the Schedule.


Back to Table of Content






    I.3   52.217-9  OPTION TO EXTEND THE TERM OF THE CONTRACT
          (MAR 1989)

      (a) The Government may extend the term of this contract by written
    notice to the Contractor within 60 provided, that the Government
    shall give the Contractor a preliminary written notice of its intent
    to extend at least 60 days before the contract expires.  The
    preliminary notice does not commit the Government to an extension.

      (b) If the Government exercises this option, the extended contract
    shall be considered to include this option provision.

      (c) The total duration of this contract, including the exercise of
    any options under this clause, shall not exceed 5.




    I.4   52.232-25  PROMPT PAYMENT  (JUN 1997)

      Notwithstanding any other payment clause in this contract, the
    Government will make invoice payments and contract financing
    payments under the terms and conditions specified in this clause.
    Payment shall be considered as being made on the day a check is
    dated or the date of an electronic funds transfer. Definitions of
    pertinent terms are set forth in section 32.902 of the Federal
    Acquisition Regulation. All days referred to in this clause are
    calendar days, unless otherwise specified. (However, see
    subparagraph (a)(4) of this clause concerning payments due on
    Saturdays, Sundays, and legal holidays.)

      (a) Invoice payments (1) Due Date. (i) Except as indicated in
    subparagraph (a)(2) and paragraph (c) of this clause, the due date
    for making invoice payments by the designated payment office shall
    be the later of the following two events:

            (A) The 30th day after the designated billing office has
    received a proper invoice from the Contractor (except as provided in
    subdivision (a)(1)(ii) of this clause).

            (B) The 30th day after Government acceptance of supplies
    delivered or services performed by the Contractor. On a final
    invoice where the payment amount is subject to contract settlement
    actions, acceptance shall be deemed to have occurred on the
    effective date of the contract settlement.

          (ii) If the designated billing office fails to annotate the
    invoice with the actual date of receipt at the time of receipt, the
    invoice payment due date shall be the 30th day after the date of the
    Contractor's invoice; provided a proper invoice is received and
    there is no disagreement over quantity, quality, or Contractor
    compliance with contract requirements.

                                                           
        (2) Certain food products and other payments. (i) Due dates on
    Contractor invoices for meat, meat food products, or fish;
    perishable agricultural commodities; and dairy products, edible fats
    or oils, and food products prepared from edible fats or oils are--

            (A) For meat or meat food products, as defined in section
    2(a)(3) of the Packers and Stockyard Act of 1921 (7 U.S.C. 182(3)),
    and as further defined in Pub. L. 98-181, including any edible fresh
    or frozen poultry meat, any perishable poultry meat food product,
    fresh eggs, and any perishable egg product, as close as possible to,
    but not later than, the 7th day after product delivery.

            (B) For fresh or frozen fish, as defined in section 204(3)
    of the Fish and Seafood Promotion Act of 1986 (16 U.S.C. 4003(3)),
    as close as possible to, but not later than, the 7th day after
    product delivery.

            (C) For perishable agricultural commodities, as defined in
    section 1(4) of the Perishable Agricultural Commodities Act of 1930
    (7 U.S.C. 499a(4)), as close as possible to, but not later than, the
    10th day after product delivery, unless another date is specified in
    the contract.

            (D) For dairy products, as defined in section 111(e) of the
    Dairy Production Stabilization Act of 1983 (7 U.S.C. 4502(e)),
    edible fats or oils, and food products prepared from edible fats or
    oils, as close as possible to, but not later than, the 10th day
    after the date on which a proper invoice has been received. Liquid
    milk, cheese, certain processed cheese products, butter, yogurt, ice
    cream, mayonnaise, salad dressings, and other similar products, fall
    within this classification. Nothing in the Act limits this
    classification to refrigerated products. When questions arise
    regarding the proper classification of a specific product,
    prevailing industry practices will be followed in specifying a
    contract payment due date. The burden of proof that a classification
    of a specific product is, in fact, prevailing industry practice is
    upon the Contractor making the representation.

          (ii) If the contract does not require submission of an invoice
    for payment (e.g., periodic lease payments), the due date will be as
    specified in the contract.

        (3) Contractor's invoice. The Contractor shall prepare and
    submit invoices to the designated billing office specified in the
    contract. A proper invoice must include the items listed in
    paragraph (a)(3)(i) through (a)(3)(viii) of this clause. If the
    invoice does not comply with these requirements, it shall be
    returned within 7 days after the date the designated billing office
    received the invoice (3 days for meat, meat food products, or fish;
    5 days for perishable agricultural commodities, edible fats or oils,
    and food products prepared from edible fats or oils), with a
    statement of the reasons why it is not a proper invoice. Untimely
    notification will be taken into account in computing any interest
    penalty owed the Contractor in the manner described in subparagraph
    (a)(5) of this clause.

                                      
          (i) Name and address of the Contractor.

          (ii) Invoice date. (The Contractor is encouraged to date
    invoices as close as possible to the date of the mailing or
    transmission.)

          (iii) Contract number or other authorization for supplies
    delivered or services performed (including order number and contract
    line item number).

          (iv) Description, quantity, unit of measure, unit price, and
    extended price of supplies delivered or services performed.

          (v) Shipping and payment terms (e.g., shipment number and date
    of shipment, prompt payment discount terms). Bill of lading number
    and weight of shipment will be shown for shipments on Government
    bills of lading.

          (vi) Name and address of Contractor official to whom payment
    is to be sent (must be the same as that in the contract or in a
    proper notice of assignment).

          (vii) Name (where practicable), title, phone number, and
    mailing address of person to be notified in the event of a defective
    invoice.

          (viii) Any other information or documentation required by the
    contract (such as evidence of shipment).

          (ix) While not required, the Contractor is strongly encouraged
    to assign an identification number to each invoice.

        (4) Interest penalty. An interest penalty shall be paid
    automatically by the designated payment office, without request from
    the Contractor, if payment is not made by the due date and the
    conditions listed in paragraphs (a)(4)(i) through (a)(4)(iii) of
    this clause are met, if applicable. However, when the due date falls
    on a Saturday, Sunday, or legal holiday when Federal Government
    offices are closed and Government business is not expected to be
    conducted, payment may be made on the following business day without
    incurring a late payment interest penalty.

          (i) A proper invoice was received by the designated billing
    office.

          (ii) A receiving report or other Government documentation
    authorizing payment was processed, and there was no disagreement
    over quantity, quality, or Contractor compliance with any contract
    term or condition.

          (iii) In the case of a final invoice for any balance of funds
    due the Contractor for supplies delivered or services performed, the
    amount was not subject to further contract settlement actions
    between the Government and the Contractor.

        (5) Computing penalty amount. The interest penalty shall be at
    the rate established by the Secretary of the Treasury under section
    12 of the Contract Disputes Act of 1978 (41 U.S.C. 611) that is in
    effect on the day after the due date, except where the interest
    penalty is prescribed by other governmental authority (e.g.,
    tariffs). This rate is referred to as the "Renegotiation Board
    Interest Rate," and it is published in the Federal Register
    semiannually on or about January 1 and July 1. The interest penalty
    shall accrue daily on the invoice principal payment amount approved
    by the Government until the payment date of such approved principal
    amount; and will be compounded in 30-day increments inclusive from
    the first day after the due date through the payment date. That is,
    interest accrued at the end of any 30-day period will be added to
    the approved invoice principal payment amount and will be subject to
    interest penalties if not paid in the succeeding 30-day period. If
    the designated billing office failed to notify the Contractor of a
    defective invoice within the periods prescribed in subparagraph
    (a)(3) of this clause, the due date on the corrected invoice will be
    adjusted by subtracting from such date the number of days taken
    beyond the prescribed notification of defects period. Any interest
    penalty owed the Contractor will be based on this adjusted due date.
    Adjustments will be made by the designated payment office for errors
    in calculating interest penalties.

          (i) For the sole purpose of computing an interest penalty that
    might be due the Contractor, Government acceptance shall be deemed
    to have occurred constructively on the 7th (unless otherwise
    specified in this contract) after the Contractor delivered the
    supplies or performed the services in accordance with the terms and
    conditions of the contract, unless there is a disagreement over
    quantity, quality, or Contractor compliance with a contract
    provision. In the event that actual acceptance occurs within the
    constructive acceptance period, the determination of an interest
    penalty shall be based on the actual date of acceptance. The
    constructive acceptance requirement does not, however, compel
    Government officials to accept supplies or services, perform
    contract administration functions, or make payment prior to
    fulfilling their responsibilities.

          (ii) The following periods of time will not be included in the
    determination of an interest penalty:

            (A) The period taken to notify the Contractor of defects in
    invoices submitted to the Government, but this may not exceed 7 days
    (3 days for meat, meat food products, or fish; 5 days for perishable
    agricultural commodities, dairy products, edible fats or oils, and
    food products prepared from edible fats or oils).

            (B) The period between the defects notice and resubmission
    of the corrected invoice by the Contractor.

            (C) For incorrect electronic funds transfer (EFT)
    information, in accordance with the EFT clause of this contract.

          (iii) Interest penalties will not continue to accrue after the
    filing of a claim for such penalties under the clause at 52.233-1,
Disputes, or for more than 1 year. Interest penalties of less than
    $1 need not be paid.

          (iv) Interest penalties are not required on payment delays due
    to disagreement between the Government and the Contractor over the
    payment amount or other issues involving contract compliance or on
    amounts temporarily withheld or retained in accordance with the
    terms of the contract. Claims involving disputes, and any interest
    that may be payable, will be resolved in accordance with the clause
    at 52.233-1, Disputes.

        (6) Prompt payment discounts. An interest penalty also shall be
    paid automatically by the designated payment office, without request
    from the Contractor, if a discount for prompt payment is taken
    improperly. The interest penalty will be calculated as described in
    subparagraph (a)(5) of this clause on the amount of discount taken
    for the period beginning with the first day after the end of the
    discount period through the date when the Contractor is paid.

        (7) Additional interest penalty. (i) a penalty amount,
    calculated in accordance with paragraph (a)(7)(iii) of this clause,
    shall be paid in addition to the interest penalty amount if the
    Contractor--

            (A) Is owed an interest penalty of $1 or more;

            (B) Is not paid the interest penalty within 10 days after
    the date the invoice amount is paid; and

            (C) Makes a written demand to the designated payment office
    for additional penalty payment, in accordance with paragraph
    (a)(7)(ii) of this clause, postmarked not later than 40 days after
    the invoice amount is paid.

          (ii)(A) Contractors shall support written demands for
    additional penalty payments with the following data. No additional
    data shall be required. Contractors shall--

              (1) Specifically assert that late payment interest is due
    under a specific invoice, and request payment of all overdue late
    payment interest penalty and such additional penalty as may be
    required;

              (2) Attach a copy of the invoice on which the unpaid late
    payment interest was due; and

              (3) State that payment of the principal has been received,
    including the date of receipt.

            (B) Demands must be postmarked on or before the 40th day
    after payment was made, except that--

              (1) If the postmark is illegible or nonexistent, the
    demand must have been received and annotated with the date of
    receipt by the designated payment office on or before the 40th day
    after payment was made; or
                                    
              (2) If the postmark is illegible or nonexistent and the
    designated payment office fails to make the required annotation, the
    demand's validity will be determined by the date the Contractor has
    placed on the demand; provided such date is no later than the 40th
    day after payment was made.

        (iii)(A) The additional penalty shall be equal to 100 percent of
    any original late payment interest penalty, except--

        (1) The additional penalty shall not exceed $5,000;

        (2) The additional penalty shall never be less than $25; and

        (3) No additional penalty is owed if the amount of the
    underlying interest penalty is less than $1.

            (B) If the interest penalty ceases to accrue in accordance
    with the limits stated in paragraph (a)(5)(iii) of this clause, the
    amount of the additional penalty shall be calculated on the amount
    of interest penalty that would have accrued in the absence of these
    limits, subject to the overall limits on the additional penalty
    specified in paragraph (a)(7)(iii)(A) of this clause.

            (C) For determining the maximum and minimum additional
    penalties, the test shall be the interest penalty due on each
    separate payment made for each separate contract. The maximum and
    minimum additional penalty shall not be based upon individual
    invoices unless the invoices are paid separately. Where payments are
    consolidated for disbursing purposes, the maximum and minimum
    additional penalty determination shall be made separately for each
    contract therein.

             (D) The additional penalty does not apply to payments
    regulated by other Government regulations (e.g., payments under
    utility contracts subject to tariffs and regulation).

      (b) Contract financing payments--(1) Due dates for recurring
    financing payments. If this contract provides for contract
    financing, requests for payment shall be submitted to the designated
    billing office as specified in this contract or as directed by the
    Contracting Officer. Contract financing payments shall be made on
    the 30th day after receipt of a proper contract financing request by
    the designated billing office. In the event that an audit or other
    review of a specific financing request is required to ensure
    compliance with the terms and conditions of the contract, the
    designated payment office is not compelled to make payment by the
    due date specified.

        (2) Due dates for other contract financing. For advance
    payments, loans, or other arrangements that do not involve recurring
    submissions of contract financing requests, payment shall be made in
    accordance with the corresponding contract terms or as directed by
    the Contracting Officer.

        (3) Interest penalty not applicable. Contract financing payments
shall not be assessed an interest penalty for payment delays.

      (c) Fast payment procedure due dates. If this contract contains
    the clause at 52.213-1, Fast Payment Procedure, payments will be
    made within 15 days after the date of receipt of the invoice.
Back to Table of Content



    I.5   52.243-7  NOTIFICATION OF CHANGES  (APR 1984)

      (a) Definitions.  "Contracting Officer," as used in this clause,
    does not include any representative of the Contracting Officer.
    "Specificially Authorized Representative (SAR)," as used in this
    clause, means any person the Contracting Officer has so designated
    by written notice (a copy of which shall be provided to the
    Contractor) which shall refer to this subparagraph and shall be
    issued to the designated representative before the SAR exercises
    such authority.

      (b) Notice.  The primary purpose of this clause is to obtain
    prompt reporting of Government conduct that the Contractor considers
    to constitute a change to this contract.  Except for changes
    identified as such in writing and signed by the Contracting Officer,
    the Contractor shall notify the Administrative Contracting Officer
    in writing promptly, within 15 calendar days from the date that the
    Contractor identifies any Government conduct (including actions,
    inactions, and written or oral communications) that the Contractor
    regards as a change to the contract terms and conditions.  On the
    basis of the most accurate information available to the Contractor,
    the notice shall state--

        (1) The date, nature, and circumstances of the conduct regarded
    as a change;

        (2) The name, function, and activity of each Government
    individual and Contractor official or employee involved in or
    knowledgeable about such conduct;

        (3) The identification of any documents and the substance of any
    oral communication involved in such conduct;

        (4) In the instance of alleged acceleration of scheduled
    performance or delivery, the basis upon which it arose;

        (5) The particular elements of contract performance for which
    the Contractor may seek an equitable adjustment under this clause,
    including--

           (i) What contract line items have been or may be affected by
    the alleged change;

           (ii) What labor or materials or both have been or may be
    added, deleted, or wasted by the alleged change;

           (iii) To the extent practicable, what delay and disruption in
    the manner and sequence of performance and effect on continued
    performance have been or may be caused by the alleged change;

           (iv) What adjustments to contract price, delivery schedule,
    and other provisions affected by the alleged change are estimated;
    and

        (6) The Contractor's estimate of the time by which the
    Government must respond to the Contractor's notice to minimize cost,
    delay or disruption of performance.

      (c) Continued performance.  Following submission of the notice
    required by (b) above, the Contractor shall diligently continue
    performance of this contract to the maximum extent possible in
    accordance with its terms and conditions as construed by the
    Contractor, unless the notice reports a direction of the Contracting
    Officer or a communication from a SAR of the Contracting Officer, in
    either of which events the Contractor shall continue performance;
    provided, however, that if the Contractor regards the direction or
    communication as a change as described in (b) above, notice shall be
    given in the manner provided.  All directions, communications,
    interpretations, orders and similar actions of the SAR shall be
    reduced to writing promptly and copies furnished to the Contractor
    and to the Contracting Officer.  The Contracting Officer shall
    promptly countermand any action which exceeds the authority of the
    SAR.

      (d) Government response.  The Contracting Officer shall promptly,
    within 15 calendar days after receipt of notice, respond to the
    notice in writing.  In responding, the Contracting Officer shall
    either--

        (1) Confirm that the conduct of which the Contractor gave notice
    constitutes a change and when necessary direct the mode of further
    performance;

        (2) Countermand any communication regarded as a change;

        (3) Deny that the conduct of which the Contractor gave notice
    constitutes a change and when necessary direct the mode of further
    performance; or

        (4) In the event the Contractor's notice information is
    inadequate to make a decision under (1), (2), or (3) above, advise
    the Contractor what additional information is required, and
    establish the date by which it should be furnished and the date
    thereafter by which the Government will respond.

      (e) Equitable adjustments.  (1) If the Contracting Officer
    confirms that Government conduct effected a change as alleged by the
    Contractor, and the conduct causes an increase or decrease in the
    Contractor's cost of, or the time required for, performance of any
    part of the work under this contract, whether changed or not changed
    by such conduct, an equitable adjustment shall be made--

           (i) In the contract price or delivery schedule or both; and

           (ii) In such other provisions of the contract as may be
    affected.

        (2) The contract shall be modified in writing accordingly.  In
    the case of drawings, designs or specifications which are defective
    and for which the Government is responsible, the equitable
    adjustment shall include the cost and time extension for delay
    reasonably incurred by the Contractor in attempting to comply with
    the defective drawings, designs or specifications before the
    Contractor identified, or reasonably should have identified, such
    defect.  When the cost of property made obsolete or excess as a
    result of a change confirmed by the Contracting Officer under this
    clause is included in the equitable adjustment, the Contracting
    Officer shall have the right to prescribe the manner of disposition
    of the property.  The equitable adjustment shall not include
    increased costs or time extensions for delay resulting from the
    Contractor's failure to provide notice or to continue performance as
    provided, respectively, in (b) and (c) above.
Back to Table of Content



    I.6   52.252-2  CLAUSES INCORPORATED BY REFERENCE  (FEB 1998)

      This contract incorporates one or more clauses by reference, with
    the same force and effect as if they were given in full text.  Upon
    request, the Contracting Officer will make their full text
    available. Also, the full text of a clause may be accessed
    electronically at this/these address(es):

      www.gsa.gov









 


           PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

                          SECTION J - LIST OF ATTACHMENTS



  ATTACHMENT                                                         NO.
    NUMBER            TITLE                            DATE         PAGES


   J.1    CONTRACT PRICING PROPOSAL COVER SHEET, SF 1411, (9
              PAGES)

   J.2    COST AND PRICE ANALYSIS,  ETA 8555,   (8 PAGES)

   J.3    STATEMENT OF FINANCIAL CAPABILITY, ETA 8554, (2 PAGES)

   J.4    COST CONTRACTOR'S INVOICE, ETA 3100-1 (1 PAGE)

   J.5    COST CONTRACTOR'S DETAILED STATEMENT OF COST, ETA 3-2
                  (1 PAGE)

   J.6    VETS-100 - FEDERAL CONTRACTOR VETERANS EMPLOYMENT
                  REPORT, OMB 1293-0005 (2 PAGES)

   J.7    PAST PERFORMANCE EVALUATION QUESTIONNAIRE  (2 PAGES)

   J.8    CLIENT AUTHORIZATION  LETTER (2 PAGES)

   J.9    ORAL PRESENTATION EVALUATION QUESTIONNAIRE (2 PAGES)








Back to Table of Content



                  PART IV  -  REPRESENTATIONS AND INSTRUCTIONS

                SECTION K  - REPRESENTATIONS, CERTIFICATIONS AND
                             OTHER STATEMENTS OF OFFERORS





    K.1   NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED
          BY REFERENCE

          The following solicitation provisions pertinent to this
    section are hereby incorporated by reference (by Citation Number,
    Title, and Date) in accordance with the FAR provision at FAR
    "52.252-1  SOLICITATION PROVISIONS INCORPORATED BY REFERENCE" in
    Section L of this solicitation. See FAR 52.252-1 for an internet
    address (if specified) for electronic access to the full text of a
    provision.

    NUMBER          TITLE                                     DATE

    52.203-11       CERTIFICATION AND DISCLOSURE REGARDING    APR 1991
                    PAYMENTS TO INFLUENCE CERTAIN FEDERAL
                    TRANSACTIONS
    52.222-21       PROHIBITION OF SEGREGATED FACILITIES      FEB 1999
                    (FEB 1999)


    K.2   52.204-3  TAXPAYER IDENTIFICATION  (OCT 1998)

        (a) Definitions.

        Common parent, as used in this provision, means that corporate
    entity that owns or controls an affiliated group of corporations
    that files its Federal income tax returns on a consolidated basis,
    and of which the offeror is a member.

        Taxpayer Identification Number (TIN), as used in this provision,
    means the number required by the Internal Revenue Service (IRS) to
    be used by the offeror in reporting income tax and other returns.
    The TIN may be either a Social Security Number or an Employer
    Identification Number.

        (b) All offerors must submit the information required in
    paragraphs (d) through (f) of this provision to comply with debt
    collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting
    requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing
    regulations issued by the IRS. If the resulting contract is subject
    to the payment reporting requirements described in Federal
    Acquisition Regulation (FAR) 4.904, the failure or refusal by the
    offeror to furnish the information may result in a 31 percent
    reduction of payments otherwise due under the contract.


        (c) The TIN may be used by the Government to collect and report
    on any delinquent amounts arising out of the offeror's relationship
    with the Government (31 U.S.C. 7701(c)(3)). If the resulting
    contract is subject to the payment reporting requirements described
    in FAR 4.904, the TIN provided hereunder may be matched with IRS
    records to verify the accuracy of the offeror's TIN.

        (d) Taxpayer Identification Number (TIN).

      [  ]
    TIN:.--------------------------------------------------------

        [  ]  TIN has been applied for.

        [  ]  TIN is not required because:

        [  ]  Offeror is a nonresident alien, foreign corporation, or
    foreign partnership that does not have income effectively connected
    with the conduct of a trade or business in the United States and
    does not have an office or place of business or a fiscal paying
    agent in the United States;

        [  ]  Offeror is an agency or instrumentality of a foreign
    government;

        [  ]  Offeror is an agency or instrumentality of the Federal
    Government.

        (e) Type of organization.

        [  ]  Sole proprietorship;

        [  ]  Partnership;

        [  ]  Corporate entity (not tax-exempt);

        [  ]  Corporate entity (tax-exempt);

        [  ]  Government entity (Federal, State, or local);

        [  ]  Foreign government;

        [  ]  International organization per 26 CFR 1.6049-4;

      [  ]
    Other--------------------------------------------------------

        (f) Common parent.

        [  ]  Offeror is not owned or controlled by a common parent as
    defined in paragraph (a) of this provision.

        [  ]  Name and TIN of common parent:

    Name------------------------------------------------------------
    



    TIN----------------------------------------------------------------
    
Back to Table of Content




    K.3   52.209-5  CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
          PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS
          (MAR 1996)

      (a)(1)  The Offeror certifies, to the best of its knowledge and
    belief, that -

           (i)  The Offeror and/or any of its Principals -

              (A)  Are [ ] are not [ ] presently debarred, suspended,
    proposed for debarment, or declared ineligible for the award of
    contracts by any Federal agency;

              (B)  Have [ ] have not [ ], within a 3-year period
    preceding this offer, been convicted of or had a civil judgment
    rendered against them for:  commission of fraud or a criminal
    offense in connection with obtaining, attempting to obtain, or
    performing a public (Federal, state, or local) contract or
    subcontract; violation of Federal or state antitrust statutes
    relating to the submission of offers; or commission of embezzlement,
    theft, forgery, bribery, falsification or destruction of records,
    making false statements, tax evasion or receiving stolen property;
    and

              (C)  Are [ ] are not [ ] presently indicted for, or
    otherwise criminally or civilly charged by a governmental entity
    with, commission of any of the offenses enumerated in subdivision
    (a)(1)(i)(B) of this provision.

           (ii)  The Offeror has [ ] has not [ ], within a 3-year period
    preceding this offer, had one or more contracts terminated for
    default by any Federal agency.

        (2)  "Principals," for the purposes of this certification, means
    officers; directors; owners; partners; and, persons having primary
    management or supervisory responsibilities within a business entity
    (e.g., general manager; plant manager; head of a subsidiary,
    division, or business segment, and similar positions).

      THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN
    AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS,
    OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO
    PROSECUTION UNDER SECTION 1001, TITLE 18, UNITED STATES CODE.

      (b)  The Offeror shall provide immediate written notice to the
    Contracting Officer if, at any time prior to contract award, the
    Offeror learns that its certification was erroneous when submitted
    or has become erroneous by reason of changed circumstances.

      (c)  A certification that any of the items in paragraph (a) of
    this provision exists will not necessarily result in withholding of
    an award under this solicitation.  However, the certification will
    be considered in connection with a determination of the Offeror's
    responsibility.  Failure of the Offeror to furnish a certification
    or provide such additional information as requested by the
    Contracting Officer may render the Offeror nonresponsible.

      (d)  Nothing contained in the foregoing shall be construed to
    require establishment of a system of records in order to render, in
    good faith, the certification required by paragraph (a) of this
    provision.  The knowledge and information of an Offeror is not
    required to exceed that which is normally possessed by a prudent
    person in the ordinary course of business dealings.

      (e)  The certification in paragraph (a) of this provision is a
    material representation of fact upon which reliance was placed when
    making award.  If it is later determined that the Offeror knowingly
    rendered an erroneous certification, in addition to other remedies
    available to the Government, the Contracting Officer may terminate
    the contract resulting from this solicitation for default.




     K.4   52.215-6  PLACE OF PERFORMANCE (OCT 1997)

      (a) The offeror or respondent, in the performance of any contract
    resulting from this solicitation, [  ]  intends, [  ] does not
    intend [check applicable block] to use one or more plants or
    facilities located at a different address from the address of the
    offeror or respondent as indicated in this proposal or response to
    request for information.

      (b) If the offeror or respondent checks "intends" in paragraph (a)
    of this provision, it shall insert in the following spaces the
    required information:

------------------------------------------------------------------------
 Place of performance (street      | Name and address of owner and
 (street address, city, state,     | operator of the plant or facility
  county, code)                    | if other than offeror or respondent
------------------------------------------------------------------------
___________________________________|__________________________________
___________________________________|__________________________________
___________________________________|__________________________________
___________________________________|__________________________________
___________________________________|__________________________________
___________________________________|__________________________________
___________________________________|__________________________________
___________________________________|__________________________________
___________________________________|__________________________________

------------------------------------------------------------------------


Back to Table of Content







    K.5   52.219-1  SMALL BUSINESS PROGRAM REPRESENTATIONS
          (MAY 1999)

      (a)(1) The standard industrial classification (SIC) code for this
    acquisition is 8742.

        (2) The small business size standard is $5 million million
    [average annual receipts for 3 preceding fiscal yrs].

        (3) The small business size standard for a concern which submits
    an offer in its own name, other than on a construction or service
    contract, but which proposes to furnish a product which it did not
    itself manufacture, is 500 employees.

      (b) Representations. (1) The offeror represents as part of its
    offer that it [ ]  is, [ ]  is not a small business concern.

        (2) (Complete only if the offeror represented itself as a small
    business concern in paragraph (b)(1) of this provision.) The offeror
    represents, for general statistical purposes, that it [ ]  is, [ ]
    is not, a small disadvantaged business concern as defined in 13 CFR
    124.1002.

        (3) (Complete only if the offeror represented itself as a small
    business concern in paragraph (b)(1) of this provision.) The offeror
    represents as part of its offer that it [ ]  is, [ ]  is not a
    women-owned small business concern.

      (c) Definitions.

        "Small business concern", as used in this provision, means a
    concern, including its affiliates, that is independently owned and
    operated, not dominant in the field of operation in which it is
    bidding on Government contracts, and qualified as a small business
    under the criteria in 13 CFR Part 121 and the size standard in
    paragraph (a) of this provision.

        "Women-owned small business concern", as used in this provision,
    means a small business concern--

        (1) Which is at least 51 percent owned by one or more women or,
    in the case of any publicly owned business, at least 51 percent of
    the stock of which is owned by one or more women; and

        (2) Whose management and daily business operations are
    controlled by one or more women.

      (d) Notice. (1) If this solicitation is for supplies and has been
    set aside, in whole or in part, for small business concerns, then
    the clause in this solicitation providing notice of the set-aside
    contains restrictions on the source of the end items to be
    furnished.

        (2) Under 15 U.S.C. 645(d), any person who misrepresents a
    firm's status as a small, small disadvantaged, or women-owned small
    business concern in order to obtain a contract to be awarded under
    the preference programs established pursuant to section 8(a), 8(d),
    9, or 15 of the Small Business Act or any other provision of Federal
    law that specifically references section 8(d) for a definition of
    program eligibility, shall--

          (i) Be punished by imposition of fine, imprisonment, or both;

          (ii) Be subject to administrative remedies, including
    suspension and debarment; and

          (iii) Be ineligible for participation in programs conducted
    under the authority of the Act.
Back to Table of Content



    K.6   52.222-22  PREVIOUS CONTRACTS AND COMPLIANCE REPORTS
          (FEB 1999)

      The offeror represents that--

      (a) It [ ] has, [ ] has not participated in a previous contract or
    subcontract subject to the Equal Opportunity clause of this
    solicitation; the clause originally contained in Section 310 of
    Executive Order No. 10925, or the clause contained in Section 201 of
    Executive Order No. 11114;

      (b) It [ ] has, [ ] has not filed all required compliance reports;
    and

      (c) Representations indicating submission of required compliance
    reports, signed by proposed subcontractors, will be obtained before
    subcontract awards.




    K.7   52.222-25  AFFIRMATIVE ACTION COMPLIANCE  (APR 1984)

      The offeror represents that--

      (a) It [ ] has developed and has on file, [ ] has not developed
    and does not have on file, at each establishment, affirmative action
    programs required by the rules and regulations of the Secretary of
    Labor (41 CFR 60-1 and 60-2), or (b) It [ ] has not previously had
    contracts subject to the written affirmative action programs
    requirement of the rules and regulations of the Secretary of Labor.



Back to Table of Content






    K.8   52.223-1  CLEAN AIR AND WATER CERTIFICATION  (APR 1984)

      The Offeror certifies that--

      (a) Any facility to be used in the performance of this proposed
    contract is [ ], is not [ ] listed on the Environmental Protection
    Agency (EPA) List of Violating Facilities;

      (b) The Offeror will immediately notify the Contracting Officer,
    before award, of the receipt of any communication from the
    Administrator, or a designee, of the EPA, indicating that any
    facility that the Offeror proposes to use for the performance of the
    contract is under consideration to be listed on the (EPA) List of
    Violating Facilities; and

      (c) The Offeror will include a certification substantially the
    same as this certification, including this paragraph (c), in every
    nonexempt subcontract.




    K.9   52.227-15  STATEMENT OF LIMITED RIGHTS DATA AND
          RESTRICTED COMPUTER SOFTWARE  (MAY 1999)

      (a) This solicitation sets forth the work to be performed if a
    contract award results, and the Government's known delivery
    requirements for data (as defined in FAR 27.401). Any resulting
    contract may also provide the Government the option to order
    additional data under the Additional Data Requirements clause at
    52.227-16 of the FAR, if included in the contract. Any data
    delivered under the resulting contract will be subject to the Rights
    in Data--General clause at 52.227-14 that is to be included in this
    contract. Under the latter clause, a Contractor may withhold from
    delivery data that qualify as limited rights data or restricted
    computer software, and deliver form, fit, and function data in lieu
    thereof. The latter clause also may be used with its Alternates II
    and/or III to obtain delivery of limited rights data or restricted
    computer software, marked with limited rights or restricted rights
    notices, as appropriate. In addition, use of Alternate V with this
    latter clause provides the Government the right to inspect such data
    at the Contractor's facility.

      (b) As an aid in determining the Government's need to include
    Alternate II or Alternate III in the clause at 52.227-14, Rights in
    Data--General, the offeror shall complete paragraph (c) of this
    provision to either state that none of the data qualify as limited
    rights data or restricted computer software, or identify, to the
    extent feasible, which of the data qualifies as limited rights data
    or restricted computer software. Any identification of limited
    rights data or restricted computer software in the offeror's
    response is not determinative of the status of such data should a
    contract be awarded to the offeror.

      (c) The offeror has reviewed the requirements for the delivery of
    data or software and states [offeror check appropriate block]--

        [  ]  None of the data proposed for fulfilling such requirements
    qualifies as limited rights data or restricted computer software.

        [  ]  Data proposed for fulfilling such requirements qualify as
    limited rights data or restricted computer software and are
    identified as follows:

    ___________________________________________________________________
    
    ___________________________________________________________________
    
    ___________________________________________________________________
    
        Note: "Limited rights data" and "Restricted computer software"
    are defined in the contract clause entitled "Rights in
    Data--General."








Back to Table of Content




    K.10  SIGNATURE BLOCK

      I, the undersigned, do hereby attest that all representations and
    certifications made in this Section K are true.

      Also, I, the undersigned, am aware of the penalties prescribed in
    18 U.S. Code 1001 for making false statements in offers; and I am
    legally authorized to bind the company or organization represented.





          __________________________________________     _____________
          (Signature)                                    (Date)


          __________________________________________
          (Typed or Printed Name)


          __________________________________________
          (Title)


          __________________________________________
          (Solicitation Number)


          __________________________________________
          (Name of Company/Organization Represented)





          __________________________________________
          (Address, including Zip Code)



          _______________________________________
          (Telephone Number, including Area Code)











Back to Table of Content



          SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS





    L.1   NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED
          BY REFERENCE

          The following solicitation provisions pertinent to this
    section are hereby incorporated by reference (by Citation Number,
    Title, and Date) in accordance with the FAR provision at FAR
    "52.252-1  SOLICITATION PROVISIONS INCORPORATED BY REFERENCE" in
    Section L of this solicitation. See FAR 52.252-1 for an internet
    address (if specified) for electronic access to the full text of a
    provision.

    NUMBER          TITLE                                     DATE

    52.215-1        INSTRUCTIONS TO OFFERORS--COMPETITIVE     OCT 1997
                    ACQUISITION
                    ALTERNATE I (OCT 1997)
    52.215-16       FACILITIES CAPITAL COST OF MONEY          OCT 1997
    52.222-24       PREAWARD ON-SITE EQUAL OPPORTUNITY        FEB 1999
                    COMPLIANCE EVALUATION


    L.2   52.204-6  DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER
          (JUN 1999)

      (a) The offeror shall enter, in the block with its name and
    address on the cover page of its offer, the annotation "DUNS"
    followed by the DUNS number that identifies the offeror's name and
    address exactly as stated in the offer.  The DUNS number is a
    nine-digit number assigned by Dun and Bradstreet Information
    Services.

      (b) If the offeror does not have a DUNS number, it should contact
    Dun and Bradstreet directly to obtain one.  A DUNS number will be
    provided immediately by telephone at no charge to the offeror.  For
    information on obtaining a DUNS number, the offeror, if located
    within the United States, should call Dun and Bradstreet at
    1-800-333-0505. The offeror should be prepared to provide the
    following information:

        (1) Company name.

        (2) Company address.

        (3) Company telephone number.

        (4) Line of business.

        (5) Chief executive officer/key manager.

        (6) Date the company was started.

        (7) Number of people employed by the company.

        (8) Company affiliation.

      (c) Offerors located outside the United States may obtain the
    location and phone number of the local Dun and Bradstreet
    Information Services office from the Internet home page at
    http://www.customerservice@dnb.com/.  If an offeror is unable to
    locate a local service center, it may send an e-mail to Dun and
    Bradstreet at globalinfo@mail.dnb.com.

Back to Table of Content


    L.3   52.216-1  TYPE OF CONTRACT  (APR 1984)

      The Government contemplates award of a Cost Plus Fixed Fee
    contract resulting from this solicitation.




    L.4   52.233-2  SERVICE OF PROTEST  (AUG 1996)

      (a) Protests, as defined in section 33.101 of the Federal
    Acquisition Regulation, that are filed directly with an agency, and
    copies of any protests that are filed with the General Accounting
    Office (GAO), shall be served on the Contracting Officer (addressed
    as follows) by obtaining written and dated acknowledgment of receipt
    from:


             Keith A. Bond

         Hand-Carried Address:

         U.S. Department of Labor, ETA/OGCM
         Division of Acquisition and Assistance

         200 Constitution Avenue, NW, Room S-4203
         Washington, DC  20210


         Mailing Address:

         U.S. Department of Labor, ETA/OGCM
         Division of Acquisition and Assistance

         200 Constitution Avenue, NW, Room S-4203
         Washington, DC  20210

                                    
      (b) The copy of any protest shall be received in the office designated
    above within one day of filing a protest with the GAO.


Back to Table of Content

    L.5   52.252-1  SOLICITATION PROVISIONS INCORPORATED BY
          REFERENCE  (FEB 1998)

      This solicitation incorporates one or more solicitation provisions
    by reference, with the same force and effect as if they were given
    in full text. Upon request, the Contracting Officer will make their
    full text available. The offeror is cautioned that the listed
    provisions may include blocks that must be completed by the offeror
    and submitted with its quotation or offer. In lieu of submitting the
    full text of those provisions, the offeror may identify the
    provision by paragraph identifier and provide the appropriate
    information with its quotation or offer. Also, the full text of a
    solicitation provision may be accessed electronically at this/these
    address(es):

      www.gsa.gov




   L.6   PAST PERFORMANCE

    Offerors shall submit the following information as part of their
    proposal for both the offeror and proposed major subcontractors:

    A.  A list of all relevant contracts and subcontracts completed
    during the past three (3) years and all contracts and subcontracts
    currently in process.  The reference should be on project/work
    similar in nature.  Contracts listed may include those entered into
    by the Federal Government, agencies of state and local governments
    and commercial customers.  Offerors that are newly formed entities
    without prior contracts should list contracts and subcontracts as
    required above for all key personnel.  Include the following
    information for each contract and subcontract:

    1.  Name of contracting activity
    2.  contract number
    3.  Contract type
    4.  total contract value
    5.  contract work
    6.  contracting officer and telephone
    7.  program manager and telephone
    8.  administrative contracting officer, if different from #6
          and telephone number
    9.  list of major subcontractors
    B.  The offeror may provide information on problems encountered on
    the contract and subcontracts identified in A above and corrective
    actions taken to resolve those problems. Offerors should not provide
    general information of their performance on the identified
    contracts.  General performance information will be obtained from
    the references.

    C.  The offeror may describe any quality of awards or certifications
    that indicate the offeror possess a high quality process for
    developing and producing the product or service required.  Identify
    what segment of the company (one division or the entire company)
    that received the award or certification. Describe when the award or
    certification was bestowed.  If the award or certification is over
    three years old, present evidence that the qualifications still
    apply.

    D.  Each offeror will be evaluated on his/her performance under
    existing and prior contracts for similar products or services.
    Performance information will be used for both responsibility
    determinations and as an evaluation factor against which offerors'
    relative rankings will be compared to assure best value to the
    Government.

    The Government will focus on information that demonstrates quality
    of performance relative to the size and complexity of the
    procurement under consideration.  The contractor's reference
    questionnaire form identified in Section J.8  will be used to
    collect this information. References other than those identified by
    the offeror may be contacted by the Government with the information
    received used in the evaluation of the offerors's past performance.
    The Government also reserves the right to decide not to contact all
    of the reference provided by the offeror.  Names of individuals
    providing reference information about an offeror's past performance
    shall not be disclosed.

   L.7   ORAL PRESENTATION SECTION

    After the receipt of offers (proposals) by the Government, every
    eligible offeror must make an oral presentation to the Government's
    evaluation panel and participate in a question and answer session.
    The sole purpose of the oral presentation and question and answer
    session is to test an offeror's understanding of the work that the
    Government will require under the prospective contract.

    The oral presentation and the question and answer session are not
    part of the offer and are not themselves offers.  The oral
    presentation and the question and answer session will not constitute
    discussions, as defined by FAR 15.301 and 15.306 (d), and will not
    obligate the Government to determine a competitive range, conduct
    discussions, or solicit to entertain revised or best and final
    offerors.

    Statements made by the offeror during the oral presentation or the
    question and answer session will not become a part of any contract
    resulting from this RFP, unless the Government and the offeror agree
    to make it part of an offer during discussions.  If the Government
    decides to conduct discussions the Government will not solicit or
    entertain revisions to the oral presentations or to the answers
    given during the question and answer session.

    1. Schedule for presentation.  Oral presentations will commence
    approximately three weeks after the receipt of proposals.  The
    Contracting Officer will notify offerors of the scheduled date and
    time of their presentation within two weeks of the receipt of
    offerors. The order in which offerors will make presentations will
    be determined by drawing lots by the Contracting Officer. Once
    notified of their scheduled presentation date and time, offerors
    shall complete their presentations on the scheduled date and time.
    Requests from offerors to reschedule their presentations will be
    entertained only in emergency situations. The Government reserves
    the right to reschedule an offeror's oral presentation at the
    discretion of the Contracting Officer.

    2. Form of presentation.  Offerors will make their oral
    presentations in person, at the Department of Labor/ETA, 200
    Constitution Ave., NW, Washington, D.C. to the Technical Evaluation
    Panel, Contracting Officer, and other representatives of Government.
     Submission of videotapes or other forms of media containing the
    presentation for evaluation are not authorized.

    3. Time allowed for presentation.  Offerors shall receive
    transparencies one half hour prior to the presentation to caucus and
    prepare for the actual presentation. Oral presentations, excluding
    the question and answer session, will be limited to 90 minutes.  The
    Contracting Officer will strictly enforce this time limit. Following
    the oral presentation there will be a recess of 1 hour.  After the
    recess there will be a one hour question and answer session.

    4. Offeror's presentation team. A maximum of five contractor
    personnel (prime and subcontractor) may participate.  These
    individuals/presenters will attend the oral presentation and the
    question and answer session and shall answer questions directed to
    them.  The presentation shall be made by one or more of the
    personnel whom the offeror will employ to manage or supervise
    contract performance on a full time basis.  The Project Manager who
    will have full time operational responsibility for contract
    performance shall be present and shall, at a minimum, answer
    questions directed to him/her during the question and answer
    session.

    Offerors may not use company senior or general managers or
    consultants to make any part of the oral presentation. In addition
    to the maximum of five individuals who will participate, the offeror
    may send two non-participating representatives to observe. Hence a
    total of seven contractor personnel will be permitted to attend
    (only five may participate) the presentation. No other officers,.
    employees, consultants, agents, or other representatives of the
    offeror may attend.

    5. Content of presentation.  The presentation shall not encompass
    price or cost and fee.  During the 90 minute oral presentation, the
    offeror's presenters must demonstrate the offeror's understanding of
    the work that will be required under the prospective contract by
    addressing the following topics, in the following order, in
    accordance with the following instructions:

    Introduction. The offeror should provide some information about
    itself as a firm, briefly describing its organization, history,
    products and services. (10 minutes)

    Work Breakdown. Present an analysis of the statement of work.
    Subdivide statement of work tasks [identify selected tasks] into
    their constituent activities. Briefly describe each activity and its
    inputs and outputs. Briefly describe interrelationships and
    interdependencies among the activities. (20 minutes)

    Contract Work Schedule. Present a Gantt chart that illustrates the
    contract work schedule by [week, month, quarter, or year]. Show the
    starting date and ending date of each activity identified in the
    work breakdown analysis. Describe the interrelationships and
    interdependencies among the tasks. (10 minutes)

    Contract Resource Allocations. Describe the types of professional,
    administrative, clerical and other labor that will be required to
    perform the contract work.  Briefly describe each classification of
    professional and blue collar labor, including position title(s) and
    grades, journeyman level qualification requirements, typical
    journeyman level duties and responsibilities, and estimated average
    salary or wage (including the value of fringe benefits).  Describe
    the total number of hours of each of these professional and blue
    collar labor classifications that will be allocated to each of the
    activities identified in the work breakdown analysis from start to
    finish. Also identify the types and hours of administrative and
    clerical labor that will be required for each activity. (10 minutes)

    Performance Risk Analysis. Identify contingent events that could, if
    they were to occur, endanger satisfactory performance. Focus on
    critical events that are realistically likely to occur and that
    would pose serious problems. (Do not try to identify every event
    that could cause some minor difficulty.) Briefly describe the nature
    of each such event, each work activity with which it is associated,
    the estimated likelihood of its occurrence, its likely effect on
    performance if it were to occur, its likely causes, and plans to
    prevent its occurrence and to respond in the event that it does
    occur. (20 minutes)

    Responsibility Assignments. Identify the components of the offeror's
    organization that will have primary and support responsibility for
    the performance of each of the activities identified in the work
    breakdown analysis. Include affiliates, subsidiaries, and
    subcontractors.  Also, identify the individual managers of each such
    organization. Briefly describe the qualifications of each such
    organizational component and person, including education and
    training and especially their experience doing such work. (10
    minutes)

    Conclusion. The offeror should summarize the main points of its
    presentation and state why the Government should select the offeror
    for contract award. (10 minutes)

    An offeror may address any other topic, as well, within the 90
    minute limit.  The Contracting Officer will strictly enforce the 90
    minute time limit.

    6. Clarification of oral presentation  points.  After completion of
    the oral presentation, the Government may request clarification of
    any points addressed which are unclear and may ask for elaboration
    by the offeror on any point which was not supported.  Any such
    interchange between the offeror and the Government will be for
    clarification only, and will not constitute discussions within the
    meaning of FAR 15.610.  The time required for clarification will not
    be counted against the offeror's presentation time limit.

    7. Government Personnel.

    Contracting Officer/Contract Specialist

    Federal Staff  to assist in the administration of the
    presentations.

    The Technical Evaluation Panel consisting of (3) individuals with
    expertise in employment and training programs administered by the
    Department of Labor/ETA.

    8. Documentation. The Government will provide blank flip chart paper
    for the offeror to use during the presentation  caucus time period.
    An overhead slide projector will be provided by the Government for
    offeror use during the presentation.  At the close of the
    presentation, the offeror shall provide the Technical Evaluation
    with a listing of the names, firms, and position titles of all
    presenters, along with all flip charts and/or overhead slides used
    during the presentation.  The Government will not accept for
    evaluation any additional documentation which may or may not have
    been referenced during the presentation.

    Each offeror shall use black and white overhead transparencies
    (slides) to document key points of its presentation.  The Government
    will provide one overhead projector, one flip-chart pad, and marker
    pens for the offeror's use during the oral presentation.  The
    offeror may not use or submit any other media documents. "The
    offeror shall submit its set of overhead transparencies and five (5)
    paper copies to the Government in a sealed package with its offer"
    (see L.8).  Failure to submit the overhead transparencies and paper
    copies by the date established for receipt of offers will cause the
    offer to be rejected as non-responsive.

    Immediately before the presentation, the Contracting Officer will
    give the transparencies to the offeror for its use during the
    presentation.  The overhead transparencies must be 8.5 by 11 inches.
     The legibility and clarity of the transparencies is the
    responsibility of the offeror. The transparencies submitted will be
    considered the offeror's technical proposal.  If there is a
    discrepancy between any of the transparencies and what is verbally
    stated during the presentation, the information that appears on the
    transparency will take precedence over what the presenters say.

    There is no limit to the number of overhead transparencies that an
    offeror may use during its presentation. However, when evaluating
    the offeror's presentation, the Government will consider only the
    information on the transparencies that were actually projected
    during the presentation.  The production and use of an excessive
    number of slides may be detrimental to an offeror's interests.  No
    audio or video recordings of the presentations will be performed or
    permitted.

    Offerors should mark slides in accordance with FAR 52.215-1 (e),
    Restrictions on Disclosure and Use of Data, as appropriate.
 
 Back to Table of Content
 
 
   L.8   SUBMISSION OF PROPOSAL

    (A) - General Instructions:

    Each offeror must submit an offer (proposal) and other written
    information and make an oral presentation in strict accordance with
    these instructions.  When evaluating an offeror the Government will
    consider how well the offeror complied with the letter and spirit of
    these instructions.  The Government will consider any failure on the
    part of an offeror to comply with both the letter and spirit of
    these instructions to be an indication of the type of conduct it can
    expect during contract performance.  Therefore, the Government
    encourages offerors to contact the Contracting Officer by telephone,
    facsimile transmission, e-mail, or mail in order to request an
    explanation of any part of these instructions.

    Your proposal must be submitted in three (3) separate and distinct
    parts as outlined below, consisting of the number of stated copies
    and accompanied by the required supportive materials to insure that
    the proposal will be considered responsible to the Request for
    Proposals.

    Part 1 - Original and two (2) signed copies of completed Standard
    Form 33, Solicitation, Offer and Award, Original and two (2) signed
    copies of Section K, the Representations, Certifications and other
    Statements of Offerors and all attachments thereto except those
    items required in Part 2 and 3 will be submitted as outlined in
    their respective  parts. Legible copies are acceptable.  (All copies
    shall be ink- signed.)

    Part 2 - In accordance with Section L.7, the offeror shall submit,
    as part of their offer the following:

    A. A set of overhead transparencies and five (5) paper copies in a
    sealed package.  These transparencies shall be considered in effect,
    the offerors technical proposal and shall form the basis of the
    offeror's Oral Presentation.  Both the transparencies and the Oral
    Presentation will be used to evaluate the offeror's Technical
    Approach. (See Section M.3(A)

    B. Offerors shall submit an original and three copies of the
    "Resumes of Key Personnel" (See Section M.3(B);

    C. Offerors shall submit three copies of relevant past performance
    information (See Section L.6 and M.3(C).

    D. Offerors shall submit an original and three copies of the
    Contractor's Experience with Related Work (See Section M.3(D);

    E. Offerors shall submit an original and three copies of the
    Understanding (See Section M.3(E);

    The Technical Proposal shall not make reference to cost or price
    data so that an independent technical evaluation may be made on the
    basis of technical merit alone. Failure to comply with this
    requirement will result in a determination of nonresponsiveness.
    Proposals specifying less than one hundred twenty (120) days
    Government Acceptance may be considered not acceptable. Any
    exceptions taken by a proposer to any provisions of this Request for
    Proposals or any condition placed upon a proposal may result in a
    finding of not acceptable.  Only one proposal may be submitted by
    each respondent.

    Part 3 - A detailed Business Management Proposal as further outlined
    in the below instructions and consisting of:

    (a)  Three (3) copies of Exhibit A - Cost and Price Analysis, ETA
    8555 (Mar. 1981)

    (b)  One (1) copy of Exhibit B - Statement of Financial Capability,
    ETA 8554 (Mar. 1981)

    (c)  "One (1) each Accounting System Certification which is a
    statement certifying that the offeror  has an established accounting
    system with internal controls adequate to safeguard their assets,
    insure that funds are accounted for by cost categories, check the
    accuracy and reliability of the accounting data, promote operating
    efficiency  and permit compliance with Government requirements and
    accounting procedures with respect to Cost Reimbursement types of
    contracts. The statement shall be executed by a certified public
    accountant (CPA), licensed public accountant, a bona-fide accounting
    or audit organization such as Defense Contract Audit Agency (DCAA)
    or an entity of equivalent status acceptable to the Government."
    Failure to include the above stated supportive materials with your
    proposal will be a basis for determination of not being acceptable.

    NOTE:  Part 1, 2, and 3 should be sealed in separate envelopes and
    included in one master package.  The RFP number and related Part
    numbers outlined above, if applicable, must be shown in the upper
    left hand corner of each of the envelopes as well as the master
    package.

    The Government warns offerors that taking exception to any term or
    condition of the RFP (including submitting of any alternative
    proposal that requires a relaxation of a requirement, will make an
    offer unacceptable, and the offeror ineligible for award, unless the
    RFP expressly authorizes such an exception with regard to that
 specific term or condition.  The Government will consider any
    exception to a term or condition of the RFP that is not expressly
    authorized by the RFP to be a deficiency, as defined in FAR 15.

    An offeror may eliminate a deficiency in its offer only through
    discussions, as defined in FAR 15 and prescribed in FAR 15.
    However, the Government intends to award a contract without
    discussions, as authorized by FAR 15. Therefore, any offeror
    planning to take exception to a term or condition of the RFP should
    consult with the Contracting Officer prior to submitting and offer,
    unless the RFP expressly authorizes such an exception.

    Not withstanding its plan to award without discussions, the
    Government reserves the right to conduct discussions with offers in
    a competitive range, if necessary, and to permit such offerors to
    revise their proposals. The government also reserves the right to
    change any terms and conditions of their RFP by amendment at any
    time prior to contract award and to allow offerors to revise their
    offers accordingly, as authorized by FAR 15.

    The offeror shall complete and submit all certifications included in
    or attached to this Request for Proposal.

    The Cost Analysis (Exhibit J.2) and Financial Capability Forms
    (Exhibit J.3) support information shall be augmented as follows:

    Offerors are required to submit cost proposals fully supported by
    cost and pricing data adequate to establish the reasonableness of
    the proposed costs.

    1. Most current published annual balance sheet and profit or loss
    statement.

    2. The offeror shall furnish a total cost breakdown utilizing the
    enclosed cost and price analysis form.

    (a) Include the backup data to support the type of labor and
    estimated numbers of hours within each category.

    (b) Include a breakdown of the amount estimated for travel including
    destination, duration, purpose and cost (per diem and
    transportation).

    (c) Include backup data to support the estimated amount of material
    and subcontracting (if applicable) including description of
    materials to be procured, basis for proposed subcontract, type of
    subcontract and amounts proposed.

    3. List the names and addresses of any subcontractor* the offeror
    intends to use in the performance of a resulting contract.  Include
    the following information about the subcontract(s).

    (a) How subcontractor was selected?

    (b) Has the subcontractor submitted a cost proposal?

    (c) Will he be able to start performance at the start of the
    contract period?

    (d) What is the total cost of (each) subcontract?

    (e) What services (skills) will the subcontract provide?

    (f) What experience do they have in this technical area?

    *Also provide the above information for consultants you intend to
    use in the performance of a resulting contract.

	Back to Table of Content
	
   L.9   REQUEST FOR CLARIFICATION (RFC)

    All requests for RFP clarification are due by 5:00 PM Local Time
    October 8, 1999.

    Only electronic submission of requests will be accepted.  They shall
    be submitted to Mr. Harry B. Ladson Jr. at
    HTTP://www.Hladson@DOLETA.GOV.

    Should any RFC be received after the date stated above, the
    Government reserves the right not to provide and answer.  If,
    however, in the Government's opinion, the RFC cites an issue of
    significant importance, the government may provide written responses
    to all offerors.

    The Government will not provide any information concerning requests
    for clarifications in response to telephone calls from Offerors.
    All requests will be answered electronically and provided to all
    Offerors at the DOLETA internet site (HTTP://WWW.DOLETA.GOV).











Back to Table of Content



                    SECTION M - EVALUATION FACTORS FOR AWARD





    M.1   NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED
          BY REFERENCE

          The following solicitation provisions pertinent to this
    section are hereby incorporated by reference (by Citation Number,
    Title, and Date) in accordance with the FAR provision at FAR
    "52.252-1  SOLICITATION PROVISIONS INCORPORATED BY REFERENCE" in
    Section L of this solicitation. See FAR 52.252-1 for an internet
    address (if specified) for electronic access to the full text of a
    provision.

    NUMBER          TITLE                                     DATE

    52.217-3        EVALUATION EXCLUSIVE OF OPTIONS           APR 1984



   M.2  BASIS FOR AWARD (BEST VALUE)

    The Government intends to evaluate proposals and make award without
    discussions with offerors.  However, the Government reserves the
    right to conduct discussions if later determined by the Contracting
    Officer to be necessary.  Therefore, each offer should contain the
    best terms from a cost or price and technical standpoint.

    Offerors will be evaluated by a two-step methodology.  The first
    step will involve the evaluation of the offeror's Individual Staff
    Experience, Past Performance, Offeror's Experience with Related
    Work, and Understanding (evaluation factors B, C, D and E).  Based
    on these evaluations a Competitive Range (FAR 15) consisting of the
    most highly rated proposals will be established.

    The second step will involve evaluation of an ORAL PRESENTATION
    presented by each of the offerors within the Competitive Range.
    Evaluation of oral presentations will consist of the offeror's
    Technical Approach (evaluation factor A).

    A cost realism analysis shall be performed for all offerors included
    in the "competitive range".  Contract award will be based on the
    combined evaluations of the Technical Approach (Oral Presentation),
    Individual Staff Experience, Past Performance, Offerors Experience
    With Related Work, Understanding and Cost. The contract resulting
    from this solicitation will be awarded to the responsible offeror
    whose offer, conforming to the solicitation, is determined to
    provide the "best value" to the Government, which may not
    necessarily be the proposals offering the lowest cost nor receiving
    the highest technical score. It should be noted that cost is not a
 numerically weighted factor.  Although non-cost factors are
    significantly more important than cost, cost is an important factor
    and should be considered when preparing responsive offers
    (proposals).  The importance of cost as an evaluation factor will
    increase with the degree of equality of the proposals in relation to
    the remaining evaluation factors.  When the offerors within the
    competitive range are considered essentially equal in terms of
    technical, past performance and other no-cost factors (if any), or
    when cost is so significantly high as to diminish the value of the
    technical superiority to the Government, cost may become the
    determining factor for award. In summary, cost/no-cost trade offs
    will be made, and the extent to which one may be sacrificed for the
    other if governed only by the tests of rationality and consistency
    with the established factors.

    Prospective contractors are advised that the selection of a
    contractor(s) for contract award is to be made, after a careful
    evaluation of the offers (proposals) received, by a panel of
    specialists chosen by DOL/ETA.  Each panelist will evaluate the
    proposals for technical acceptability using a range of scores
    assigned to each factor.  The factors are represented in the order
    of emphasis that they will receive (i.e., Factor A has the greatest
    weight, Factor B the second greatest weight, etc.).  The scores will
    then be averaged to select a contractor for award on the basis of
    their proposal being the most advantageous to the Government, price
    and other factors considered.

	Back to Table of Content
	
   M.3   EVALUATION CRITERIA

    The evaluation factors are described below:

    A.  TECHNICAL APPROACH (30 points)

    The Government will evaluate each offeror's technical approach on
    the basis of its oral presentation and the responses it gives during
    the question and answer session that will follow the oral
    presentation.  In making this evaluation, the government will
    consider an offeror's: (1) knowledge of the content of the work in
    terms of constituent activities, their inputs and outputs, and their
    interrelationships and interdependencies; (2) recognition of the
    appropriate sequence and realistic duration of the work activities;
    (3) knowledge of the appropriate types of resources required to
    perform the work activities; (4) familiarity with the difficulties ,
    uncertainties, and risks associated with the work; and knowledge of
    the personnel and subcontractor qualifications necessary to the
    performance of the work.

    B.  INDIVIDUAL STAFF EXPERIENCE (20 points)

    This section of the proposal should include sufficient information
    for judging the quality and competence of staff proposed to be
    assigned to the project to assure that they meet the required
    qualifications.  Successful performance of the proposed work depends
    heavily on the qualifications of the individuals committed to this
    project, and the adequacy of the time commitment for each individual
    in relation to the specific tasks that they will perform.

    Accordingly, the Government, in its evaluation of the contractor's
    proposal, will place considerable emphasis on the contractor's
    commitment of personnel qualified for the work involved in
    accomplishing the assigned tasks.  The following information must be
    furnished:

    1.The proposed Project Manager;

    2.The proposed project organization;

    3.The time commitment of all key personnel assigned to the project
    (the number of hours per month that each individual will devote to
    the project over its life);

    4.The full-time equivalent for each professional person assigned to
    the project;

    5.A resume for each professional person to be assigned to the
    project.  At a minimum, each resume shall include:

    (a) The individual's current employment status and previous work
    experience, including position title, dates in position, duties
    performed,  and employing organization.  Duties must be clearly
    defined in terms of the role performed, i.e., management, team
    leader, consultant.  Also, indicate whether each individual is
    currently employed by the contractor, and (if so) for how long.

    (b) A statement of the work that the individual has completed or
    which is currently underway for work that is relevant to the
    proposed work.

    (c) The individual's educational background;

    (d) The position to which the individual would be assigned  for the
    project and the type of work that they would perform in that
    capacity.

    This section should contain sufficient information for judging the
    quality and competence of the staff proposed to be assigned to the
    project.  This should include staffing charts listing names,
    qualifications, and experience of key staff  (including outside
    consultants), staff  time/time loading charts showing the amount of
    time each staff person will devote to each task and sub-task, and an
    indication of how staff will be allocated to perform all necessary
    field work during the project.  A resume focusing on relevant
    experience relating to youth offender projects should be included
    for each professional person assigned to the project.

    C. CONTRACTOR'S PAST PERFORMANCE (20 Points)

    This criterion shall represent 20% of the total score of the
    proposal.  Award may be made from the initial offers without
    discussions.  However, if discussions are held offerors will be
    provided the opportunity to address unfavorable reports of past
    performance, if the offeror has not had a previous opportunity to
    review the rating.  Past Performance shall include evaluating
offerors with no relevant performance history, and shall provide
    offerors an opportunity to identify past or current contracts
    (Federal, State, and local government and private) for efforts
    similar to the Government requirement.

    Offerors shall provide information on problems encountered on the
    identified contracts and the offeror's corrective actions.  The
    Government shall consider this information, as well as information
    obtained from any other sources,  when evaluating the offeror's past
    performance.  The Contracting Officer shall determine the relevance
    of similar past performance information. Offers shall submit past
    performance information regarding predecessor companies, key
    personnel who have relevant experience, or subcontractors that will
    perform major or critical aspects of the requirement when such
    information is relevant to the instant acquisition.  Offerors
    without relevant past performance history or for whom information on
    past performance is not available, the offeror may not be evaluated
    favorably or unfavorably on past performance.  In this instance the
    offeror would receive a neutral score.

    D. CONTRACTOR'S EXPERIENCE WITH RELATED WORK (15 points)

    This section of the proposal shall identify and describe the
    previous experience and effectiveness of the contractor in similar
    or related work to demonstrate the contractor's current capacity to
    provide the services offered; the contractor's management plan for
    the project; and the strength of the contractor's support for this
    project.

    Contractors shall discuss the relationship of their firm's previous
    experience to the work proposed under this contract. The following
    information shall be included:

    1. The identity of the principal clients served in performing
    similar or related work; the general nature and scope of that work;
    and the results achieved.  The contractor shall include a
    representative synopsis listing previous projects relevant to this
    RFP.  Each project synopsis shall include:

    (a) The organization for whom the work was done;

    (b) A contact person in that organization with their current phone
    number;

    (c) The dollar value of the contract for the project;

    (d) The time frame and professional effort involved in the project;

    (e) The Project Manager and other key personnel assigned to the
    project; and

    (f) A brief summary of the work performed by the contractor on the
    project; significant accomplishments; and any problems encountered,
    corrective actions taken, and the outcome.

    E. UNDERSTANDING (15 points)

    This section of the proposal should demonstrate the offerors'
    understanding of the following:

    (1) Clear evidence of the offeror's knowledge of the Job Corps
    program; its purpose, target group served and delivery system; and
    general knowledge of Job Corps residential, education, vocational
    education, wellness and placement programs and the relevance of
    health services to students' employability.

    (2) Clear evidence of the offeror's knowledge of other federally
    funded programs -- HHS health programs, ADA, Medicaid, OWCP, JTPA
    and WIA programs, and related programs.

    (3) Clear evidence of the offeror's experience with health services
    and health policy development and analysis, and demonstrated ability
    to communicate effectively with representatives of the public and
    private sectors, medical professionals and at-risk youth.  (Limit:
    10 pages)

    COST REALISM

    Cost Realism will be performed as part of the proposal evaluation
    process.  The purpose of this evaluation shall be (a) to verify the
    offeror's understanding of the requirement; (b) to assess the degree
    to which the cost/price proposal reflects the approaches and/or risk
    assessments made in the technical proposal as well as the risk that
    the offeror will provide the services for the offered prices/cost;
    and (c) assess the degree to which the cost reflected in the
    cost/price proposal accurately represents the work effort included
    in the technical offer (proposal).  Please be advised that an
    offeror's proposed price that is materially below the Government's
    estimate could indicate a lack of understanding of the requirement.
    Such a proposed price could also indicate a significant risk that
    the offeror may have difficulty in performing the requirement,
    adversely, impacting contract performance.

    DETERMINING BEST OVERALL VALUE

    In order to determine which offeror represents the best overall
    value, the Contracting Officer will make a series of paired
    comparisons among only those offerors that submitted acceptable
    offers (proposals). If, in any paired comparison, the offeror with
    the higher expected value also has the lower price, then the
    Contracting Officer will consider that offeror to represent the
    better overall value.  If the offeror with the higher expected value
    has the higher price, then the Contracting Officer will decide
    whether the difference in expected value is worth the difference in
    price.  If the Contracting Officer decides that it is, then they
    will consider the offeror with the higher expected value and the
    higher price to represent the better overall value. If not, then the
    Contracting Officer will consider the offeror(s) with the lower
    expected value and the lower price to represent the better value.
    The Contracting Officer will continue to make paired comparisons in
    this way until they have identified the best overall value.

    Pursuant to FAR Subpart 52.215-1 Instructions to Offerors -
    Competitive Acquisition, the Contracting Officer reserves the right
    to award without discussion to the source(s) whose offer is the most
    advantageous to the Government, price and other factors considered.