|
SOLICITATION, OFFER AND AWARD |
|
|
| |||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
|
|
|
|
| ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
|
| |||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
SOLICITATION | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
| ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
|
|
B. TELEPHONE (NO COLLECT CALLS) |
| |||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
| ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
11. TABLE OF CONTENTS See Attached Table of Contents | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
| ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
OFFER (Must be fully completed by offeror) | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum bid Acceptance Period. | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
| ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
|
|
|
|
| ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
| AMENDMENT NO. | DATE | AMENDMENT NO. | DATE | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
|
|
| ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
15B. TELEPHONE NUMBER |
|
|
| |||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
| ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
AWARD (To be completed by Government) | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
|
|
| ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
|
|
| ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
|
| |||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
|
|
| ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized written notice. |
STANDARD FORM 33 (REV. 9-97) |
SERVICES ORDERED
Title:"Training and Employment Report of the Secretary"
The Department of Labor, Employment
and Training Administration (DOL/ETA), is soliciting proposals to select a
contractor for the preparation of the annual Training and Employment Report of
the Secretary of Labor. The purpose of
the report is to keep Congress abreast of the progress of Federal employment
related programs administered by the Employment and Training Administration
(ETA), including a basic reference on employment related programs for members
of Congress, ETA program operations, educators and trainers, workforce
development boards, public interest groups, researchers, students and the
general public.
Solicitation No. is RFP-DCS-02-24.
Period of Performance is sixteen
(16) months from the date of contract execution by the government, plus three
1-year options to extend at the discretion of the government.
This solicitation is a 100% Small
Business Set-Aside.
The North American Industry
Classification System Code is 541611, with a $5 million size standard.
A cost reimbursement type contract
is contemplated for this requirement.
Closing time and date are May 9,
2002, at 2:00 p.m. local time.
The incumbent contractor under this
solicitation is The Landini Group, of Shaker Heights, Ohio, under Contract
Number K-5548-5-00-80-30. The Contract
was awarded on June 30, 1995, in the amount of $63,698. The total amount awarded under this contract
was $277,021, inclusive of options.
REQUESTS FOR CLARIFICATION (RFC)
MUST BE RECEIVED NO LATER THAN 5:00
PM LOCAL TIME April 12, 2002.
Only electronic submission of
requests will be accepted.They shall
be submitted to Ms. Vera Montague at vmontague@doleta.gov. Should any RFC be received after the date
stated above, the Government reserves the right not to provide an answer. If, however, the Government determines that
the RFC raises an issue of significant importance, the government will respond
electronically.
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 will be available to all offerors at the DOLETA
Internet site (http://wdsc.doleta.gov/sga/).
Please be advised that it is the
sole responsibility of the offeror to continually view the website for any
amendments to this solicitation.
The Department of Labor, Employment and Training Administration (DOL/ETA), is
soliciting proposals to select a contractor for the preparation of the annual
Training and Employment Report of the Secretary of Labor. The purpose of the
report is to keep Congress abreast of the progress of Federal employment
related programs administered by the Employment and Training Administration
(ETA), including a basic reference on employment related programs for members
of Congress, ETA program operations, educators and trainers, workforce
development boards, public interest groups, researchers, students and the
general public.
The Training and Employment Report of the Secretary (TEROS) has been prepared
annually since 1963. The purpose of the document is to keep Congress abreast of
the progress of Federal employment related programs administered by the
Employment and Training Administration (ETA), including a basic reference on
employment related programs for members of Congress, ETA program operations,
educators and trainers, workforce development boards, public interest groups,
researchers, students and the general public.
Employment related programs administered by ETA are designed to prepare a broad
spectrum of workers to compete in the job market. Program beneficiaries include
economically disadvantaged workers, both young people and adults; dislocated
workers; unemployed workers; and persons seeking employment; job counseling,
and training.
The content of the annual Report has evolved over the years. The Report
consists primarily of the following: the Secretary of Labor's policy message, a
chapter which provides descriptions of developments in the individual job
training and employment programs administered by ETA, a chapter which
summarizes findings of research and evaluation projects funded directly by ETA,
and several statistical appendices.
Task 1 - The contractor will perform the following activities in connection
with producing the PY 98 and FY 99 Report:
Prepare the Report, from initial draft to preparation of hard copy. The
contractor shall prepare the Report using material provided by ETA and
supplementing material primarily through interviews with ETA program officials.
The contractor will work in cooperation with the Contracting Officer's
Technical Representative (COTR) a draft copy shall be approved by the COTR
before submission for review by ETA. The entire production cycle takes
approximately 56 weeks to complete. Task 2 - Prepare a chapter on ETA program
activities that reviews and analyzes developments and reports the latest
available data for the following programs: all programs administered under the
Workforce Investment Act (WIA), Senior Community Employment Program,
apprenticeship, Employment Service, Unemployment Insurance, Trade Adjustment
Assistance, Labor Surplus Areas program, National Commission for Employment
Policy, and National Occupational Information Coordinating Committee. Some
programs operate on a program year basis, others on a fiscal year basis.
Information will be reported accordingly, for either Program Year 98 or Fiscal
Year 99. Depending on development, other programs could be added.
The chapter will be based primarily on written draft material provided by ETA.
However, discussions with appropriate ETA staff will be required to clarify
and, where necessary, supplement the information. The chapter will be supplemented
with appropriate statistical charts/tables.
Task 3 - Prepare a chapter summarizing findings of research and evaluation
projects completed during Programs Years 98 and FY 99. Review of projects
documenting project findings and discussions with appropriate ETA staff will be
required. The chapter will be supplemented with appropriate charts/tables. The
number of research and evaluation reports summarized in this volume could range
from 15 to 20. Summaries of individual project reports submitted for review
should average no more than 43 double spaced pages (including charts/graphs).
Task 4 - Prepare copy for 75-100 page appendix (mostly tables) provided by the
Department's Directorate of Civil Rights; appendix covers enforcement of
nondiscrimation and equal employment provisions of JTPA and WIA.
Task 5 - Prepare copy for 75-100 page appendix (mostly tables) provided by the
Department's Directorate of Civil Rights; appendix covers enforcement of
nondiscrimation and equal employment provisions of JTPA and WIA.
Task 6 - Incorporate comments into the manuscript following reviews by ETA,
DOL, and OMB.
Task 7 - Prepare one electronic copy in Microsoft Word and one hard-copy in
proper camera-ready format ready for printing. Copy may include a policy
message which will be prepared and provided to the contractor by ETA.
Task 8 - The initial draft versions of the Report will be reviewed and cleared
by ETA staff, by the Department of Labor, and by the Office of Management and
Budget. The final draft version of the document will be reviewed by ETA and
OMB. Clearance of both the draft and final versions is required prior to
printing.
Task 9 - The Contractor will proofread and circle folio the final page proofs
and deliver to the COTR for processing. The cover and title page, designed by a
Department artist, will be provided by the Department.
The contractor shall submit to the COTR designated in the contract the
following:
A. Time Phased Schedule For Producing the Report
The Report will be completed according to a time-phased schedule allowing
appropriate intervals for required clearances. The cycle for producing the
Report, from initiating first draft to camera-ready copy, takes approximately
56 weeks to complete, because of the required levels of review at various
stages of production.
The schedule shall allow for delivery of all Report products and time for
incorporation of comments following various levels of review: The following
time periods shall be allowed for the various reviews:
Six weeks for review of initial draft by ETA.
Seven weeks for review of secondary draft at the Department level.
Four and a half months for review by OMB of the tertiary draft approved by DOL.
One week for ETA approval of statistical appendix and initial final draft prior
to final submission to OMB.
One month for OMB approval of final draft.
Monthly Progress Reports: The first such report will be due 30 calendar days
after the contract beginning date and subsequent reports will be due monthly
thereafter. Reports should accompany any monthly voucher requests. Reports
should briefly address monthly progress in terms of completion of tasks
specified in the statement of work. Also, identification of problems and plans
for their resolution when problems arise and, if necessary, provide an updated
work plan of the remainder of the contract period.
B. Report Format
The contractor shall develop all drafts in Microsoft Word 6.0 or higher and
deliver the following items to the COTR according to the approved time-phased
schedule:
(1) Initial draft in double space-format (2 paper copies and one floppy disc
copy). (2) All subsequent drafts incorporating comments from ETA, DOL, and OMB
in double-spaced format (2 paper copies and one disc copy for each draft).
(3) Statistical appendix (2 paper copies and one disc copy).
(4) Design format in accordance with sample copies.
(5) Proofread preliminary page proofs and provide final page proofs ready for
printing.
The Contractor will provide the final Report in 1 camera-ready copy, one MS
Word electronic file, one PDF file and one CD-Rom. The Final camera-ready copy
will be circle folioed and ready for production by the Government Printing
Office.
The contractor shall be required to provide the necessary personnel to
accomplish each task listed above. The key personnel positions and their
required time commitment are listed as follows:
Project Manager:
The Project Manager (75% time) experience and expertise in the field of
training and employment programs.
Minimum education: 4-year college/university degree, with a minimum of four
years experience in printing and publications. Preference will be given to
those with prior experience in government printing.
Applicant should have:
1. Knowledge of printing equipment, technology and capabilities.
2. Skill in
reading, writing, and interpreting printing specifications.
3. Knowledge of JCP
Printing and Binding Regulations, Federal Procurement Regulations and Printing
Procurement Regulations.
4. Knowledge of, and the ability to use English
composition, sentence structure and grammar with a wide vocabulary and
comprehensive command of the English language.
5. Ability to communicate
effectively both orally and in writing.
Writer/Editor:
The writer/editor (75% time) shall have experience and expertise in the field
or writing, editing, and production of publications.
Minimum education: A Bachelor's degree or equivalent in English, Literature, or
other related discipline and 2 years experience in either (1) publishing, (2)
editing, or (3) technical writing. Preference given to those with prior
government printing and writing experience.
Applicant should have:
1. Skill in reading, writing, and interpreting printing specifications.
2.
Knowledge of JCP Printing and Binding Regulations, Federal Procurement
Regulations and Printing Procurement Regulations.
3. Knowledge of, and the
ability to use English composition, sentence structure and grammar with a wide
vocabulary and comprehensive command of the English language.
4. Ability to
communicate effectively both orally and in writing.
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 |
52.246-5 | INSPECTION OF SERVICES--COST-REIMBURSEMENT | APR 1984 |
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 ALTERNATE I (APR 1984) | AUG 1989 |
The period of performance shall be sixteen (16) months from the date of
contract execution, plus three 1-year options to extend at the discretion of
the government.
The level of effort for this project is estimated at between .7 and 1
professional person years. The level of effort for each option period is equal
to the base year plus inflation. The inflation rate will be determined by the
Bureau of Labor Statistics.
The contractor shall be responsible for submission of reports and deliverables
as described in Section C.3 of the solicitation.
(A) The authorized representative of the Contracting Officer is TBD 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.
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 N-4702
200 Constitution Avenue, NW
Washington, DC 20210
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.
Social Security, Workers' 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.
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.
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.
(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.
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.
(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.
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.
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:
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.
All correspondence relating to contractual aspects shall be directed to the
Division of Contract Services: Attention: Contracting Officer.
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.
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.
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.
(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.
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.
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.
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.
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.
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. Workers' 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
Workman'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 C-4310
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.
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.
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.
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.
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 N/A 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."
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 |
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.
In order to avoid major audit problems, disallowed costs, and to receive timely
reimbursement of indirect costs, contractors 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 funds will not be increased to reimburse
organizations for higher indirect cost rates than those rates identified in
this clause. Also, the contractor must obtain approval from the Contracting
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 of any other administrative cost
limitations regarding the contract.
Billing rates are only temporary for the 90 days period from the effective date
of your contract. 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 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 or
modifications.
Rate category: (check one) Your rates and bases are:
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 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
Office of Cost Determination (OCD) Negotiator in the appropriate DOL Regional
Office or if applicable, to the OCD 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:
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.
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 54 months. The
Contracting Officer may exercise the option by written notice to the Contractor
within 60.
Notwithstanding any other payment clause in this contract, the Government will
make invoice payments under the terms and conditions specified in this clause.
The Government considers payment as being made on the day a check is dated or
the date of an electronic funds transfer (EFT). Definitions of pertinent terms
are set forth in sections 2.101, 32.001, and 32.902 of the Federal Acquisition
Regulation. All days referred to in this clause are calendar days, unless
otherwise specified. (However, see paragraph (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 paragraphs (a)(2) and (c) of this
clause, the due date for making invoice payments by the designated payment
office is the later of the following two events:
(A) The 30th day after the designated billing office receives a proper invoice
from the Contractor (except as provided in paragraph (a)(1)(ii) of this
clause).
(B) The 30th day after Government acceptance of supplies delivered or services
performed. For a final invoice, when the payment amount is subject to contract
settlement actions, acceptance is deemed to occur 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 is
the 30th day after the date of the Contractor's invoice, provided the
designated billing office receives a proper invoice and there is no
disagreement over quantity, quality, or Contractor compliance with contract
requirements.
(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.
(2) 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 paragraphs (a)(3)(i) through (a)(3)(x) of this
clause. If the invoice does not comply with these requirements, the designated
billing office will return it within 7 days after receipt, with the reasons why
it is not a proper invoice. The Government will take into account untimely
notification when computing any interest penalty owed the Contractor.
(i) Name and address of the Contractor. (ii) Invoice date and invoice number.
(The Contractor should 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,
discount for prompt payment 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 notify in the event of a defective invoice.
(viii) Taxpayer Identification Number (TIN). The Contractor shall include its
TIN on the invoice only if required elsewhere in this contract.
(ix) Electronic funds transfer (EFT) banking information. (A) The Contractor
shall include EFT banking information on the invoice only if required elsewhere
in this contract.
(B) If EFT banking information is not required to be on the invoice, in order
for the invoice to be a proper invoice, the Contractor shall have submitted
correct EFT banking information in accordance with the applicable solicitation
provision (e.g., 52.232- 38, Submission of Electronic Funds Transfer
Information with Offer), contract clause (e.g., 52.232-33, Payment by
Electronic Funds Transfer--Central Contractor Registration, or 52.232-34,
Payment by Electronic Funds Transfer--Other Than Central Contractor
Registration), or applicable agency procedures.
(C) EFT banking information is not required if the Government waived the
requirement to pay by EFT.
(x) Any other information or documentation required by the contract (e.g.,
evidence of shipment).
(3) Interest penalty. The designated payment office will pay an interest
penalty automatically, 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, the designated payment office
may make payment on the following working day without incurring a late payment
interest penalty.
(i) The designated billing office received a proper invoice. (ii) The
Government processed a receiving report or other Government documentation
authorizing payment, 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.
(4) Computing penalty amount. The Government will compute the interest penalty
in accordance with the Office of Management and Budget prompt payment
regulations at 5 CFR part 1315.
(i) For the sole purpose of computing an interest penalty that might be due the
Contractor, Government acceptance is deemed to occur constructively on the 7th
day (unless otherwise specified in this contract) after the Contractor delivers
the supplies or performs 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. If actual acceptance
occurs within the constructive acceptance period, the Government will base the
determination of an interest penalty 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 prompt payment regulations at 5 CFR 1315.10(c) do not require the
Government to pay interest penalties if payment delays are 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. The Government and the Contractor
shall resolve claims involving disputes and any interest that may be payable in
accordance with the clause at FAR 52.233-1, Disputes.
(5) Discounts for prompt payment. The designated payment office will pay an
interest penalty automatically, without request from the Contractor, if the
Government takes a discount for prompt payment improperly. The Government will
calculate the interest penalty in accordance with the prompt payment
regulations at 5 CFR part 1315.
(6) Additional interest penalty. (i) The designated payment office will pay a
penalty amount, calculated in accordance with the prompt payment regulations at
5 CFR part 1315 in addition to the interest penalty amount only if--
(A) The Government owes an interest penalty of $1 or more; (B) The designated
payment office does not pay the interest penalty within 10 days after the date
the invoice amount is paid; and
(C) The Contractor 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) The Contractor shall support written demands for additional penalty
payments with the following data. The Government will not request any additional
data. The Contractor 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 is
due; and
(3) State that payment of the principal has been received, including the date
of receipt.
(B) If there is no postmark or the postmark is illegible-- (1) The designated
payment office that receives the demand will annotate it with the date of
receipt, provided the demand is received on or before the 40th day after
payment was made; or
(2) If the designated payment office fails to make the required annotation, the
Government will determine the demand's validity based on the date the
Contractor has placed on the demand, provided such date is no later than the
40th day after payment was made.
(iii) 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 payment. If this contract provides for contract
financing, the Government will make contract financing payments in accordance
with the applicable contract financing clause.
(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.
(d) Overpayments. If the Contractor becomes aware of a duplicate payment or
that the Government has otherwise overpaid on an invoice payment, the
Contractor shall immediately notify the Contracting Officer and request
instructions for disposition of the overpayment.
(e) Invoices for interim payments. For interim payments under this
cost-reimbursement contract for services--
(1) Paragraphs (a)(2), (a)(3), (a)(4)(ii), (a)(4)(iii), and (a)(5)(i) do not
apply;
(2) For purposes of computing late payment interest penalties that may apply,
the due date for payment is the 30th day after the designated billing office
receives a proper invoice; and
(3) The contractor shall submit invoices for interim payments in accordance
with paragraph (a) of FAR 52.216-7, Allowable Cost and Payment. If the invoice
does not comply with contract requirements, it will be returned within 7 days
after the date the designated billing office received the invoice.
This contract incorporates one or more clauses by reference, with the same
force and effect as if they were given in full text. Upon request, the
Contracting Officer will make their full text available. Also, the full text of
a clause may be accessed electronically at this/these address(es):
http://www.arnet.gov/far
52.219-14 LIMITATIONS ON SUBCONTRACTING (DEC 1996)
(a) This clause does not apply to the unrestricted portion of a partial
set-aside.
(b) By submission of an offer and execution of a contract, the Offeror/
Contractor agrees that in performance of the contract in the case of a contract
for --
(1) SERVICES (EXCEPT CONSTRUCTION). At least 50 percent of the cost of contract
performance incurred for personnel shall be expended for employees of the
concern.
(2) SUPPLIES (OTHER THAN PROCUREMENT FROM A NONMANUFACTURER IN SUCH SUPPLIES).
The concern shall perform work for at least 50 percent of the cost of manufacturing
the supplies, not including the cost of materials.
(3) GENERAL CONSTRUCTION. The concern will perform at least 15 percent of the
cost of the contract, not including the cost of materials, with its own
employees.
(4) CONSTRUCTION BY SPECIAL TRADE CONTRACTORS. The concern will perform at
least 25 percent of the cost of the contract, not including the cost of
materials, with its own employees.
(1 PAGE)
OMB 1293-0005 (2 PAGES)
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 PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS | APR 1991 |
(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 ____________________________________________________
(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 three-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.
(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 ------------------------------------------------------------------------ ___________________________________|__________________________________ ___________________________________|__________________________________ ___________________________________|__________________________________ ___________________________________|__________________________________ ___________________________________|__________________________________ ___________________________________|__________________________________ ___________________________________|__________________________________ ___________________________________|__________________________________ ___________________________________|__________________________________ ------------------------------------------------------------------------
(a)(1) The North American Industry Classification System (NAICS) code for this
acquisition is-- 541618.
(2) The small business size standard is 5 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.
(4) [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 veteran-owned small business concern.
(5) [Complete only if the offeror represented itself as a veteran-owned small
business concern in paragraph (b)(4) of this provision.] The offeror represents
as part of its offer that it [ ] is, [ ] is not a service-disabled
veteran-owned small business concern.
(c) Definitions. As used in this provision--
Service-disabled veteran-owned small business concern--
(1) Means a small business concern-- (i) Not less than 51 percent of which is
owned by one or more service-disabled veterans or, in the case of any publicly
owned business, not less than 51 percent of the stock of which is owned by one
or more service-disabled veterans; and
(ii) The management and daily business operations of which are controlled by
one or more service-disabled veterans or, in the case of a veteran with
permanent and severe disability, the spouse or permanent caregiver of such
veteran.
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2),
with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
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.
Veteran-owned small business concern means a small business concern--
(1) Not less than 51 percent of which is owned by one or more veterans (as
defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business,
not less than 51 percent of the stock of which is owned by one or more
veterans; and
(2) The management and daily business operations of which are controlled by one
or more veterans.
Women-owned small business concern, as used in this provision, means a small
business concern--
(1) That 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, HUBZone 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.
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.
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.
(a) Submission of this certification is a prerequisite for making or entering
into this contract imposed by Executive Order 12969, August 8, 1995.-
(b) By signing this offer, the offeror certifies that----
(1) As the owner or operator of facilities that will be used in the performance
of this contract that are subject to the filing and reporting requirements
described in section 313 of the Emergency Planning and Community Right-to-Know
Act of 1986 (EPCRA) (42 U.S.C. 11023) and section 6607 of the Pollution
Prevention Act of 1990 (PPA) (42 U.S.C. 13106), the offeror will file and
continue to file for such facilities for the life of the contract the Toxic
Chemical Release Inventory Form (Form R) as described in sections 313(a) and
(g) of EPCRA and section 6607 of PPA; or--
(2) None of its owned or operated facilities to be used in the performance of
this contract is subject to the Form R filing and reporting requirements
because each such facility is exempt for at least one of the following reasons:
(Check each block that is applicable.)-
[ ] (i) The facility does not manufacture, process, or otherwise use any toxic
chemicals listed under section 313(c) of EPCRA, 42 U.S.C. 11023(c);-
[ ] (ii) The facility does not have 10 or more full-time employees as specified
in section 313(b)(1)(A) of EPCRA, 42 U.S.C. 11023(b)(1)(A);-
[ ] (III) The facility does not meet the reporting thresholds of toxic
chemicals established under section 313(f) of EPCRA, 42 U.S.C. 11023(f)
(including the alternate thresholds at 40 CFR 372.27, provided an appropriate
certification form has been filed with EPA);
[ ] (iv) The facility does not fall within Standard Industrial Classification
Code (SIC) major groups 20 through 39 or their corresponding North American
Industry Classification System (NAICS) sectors 31 through 33; or
[ ] (v) The facility is not located within any State of the United States, the
District of Columbia, the Commonwealth of Puerto Rico, Guam, American Samoa,
the United States Virgin Islands, the Northern Mariana Islands, or any other
territory or possession over which the United States has jurisdiction.
(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."
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)
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 | MAY 2001 |
The Government contemplates award of a (Cost Plus Fixed Fee) contract resulting
from this solicitation.
(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 Contract Services
200 Constitution Avenue, NW
Room C-4310
Washington DC 20210
Mailing Address:
U.S. Department of Labor, ETA/OGCM
Division of Contract Services
200 Constitution Avenue, NW
Room C-4310
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.
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):
http://www.arnet.gov/far
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:
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 offeror's past performance.
The Government also reserves the right to decide not to contact all of the
references provided by the offeror. Names of individuals providing reference
information about an offeror's past performance shall not be disclosed.
(A) - General Instructions:
Each offeror must submit an offer (proposal) and other written information 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 will be submitted as
outlined in their respective parts.
Legible copies are acceptable. (All copies shall be ink-signed.)
(2) Offerors shall submit an original and three copies of resumes of all
"professional personnel" (See Section M.3(A); and
(3) Offerors shall submit an original and three copies of relevant past
performance information (See Section L.5 and M.3(C).
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 2 - A detailed Business Management Proposal as further outlined in the
below instructions and consisting of:
(a)Three (3) copies of Attachment J.2 - Cost and Price Analysis, ETA 8555 (Mar.
1981) (b)One (1) copy of Attachment J.3 - 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 and 2 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 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 Part 15.
An offeror may eliminate a deficiency in its offer only through discussions, as
defined and prescribed in FAR Part 15. However, the Government intends to award
a contract without discussions, as authorized by FAR Part 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 technical and cost 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 Part
15.
The offeror shall complete and submit all certifications included in or
attached to this Request for Proposal.
The Cost Analysis (Attachment J.2) and Financial Capability Forms (Attachment
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.
Consultants - Persons possessing special current knowledge or skill that may be
combined with extensive operational experience. FAR 37.203(a) This background
enables them to provide information, opinions, advice, or recommendations to
enhance understanding of complex issues or to improve agency policy
development, decision making, management, administration, or management systems
operation.
1. All proposed key personnel listed in Section M.3.A require written, signed
(by employee/contingency hire), and dated letters of commitment. The Offeror
shall provide letters of commitment from current employees that state they: (1)
will remain employed by the Offeror; and (2) will work full time, or the
percentage of time designated in the RFP, for at least one year on the
resultant contract if awarded to the Offeror. The letters of commitment must
reflect agreement on salary, benefits and position.
2. Letters of commitment must also be submitted for contingency hires, defined
as persons not currently employed but who have executed a binding letter of
commitment for employment with the Offeror, if the Offeror receives award under
subject solicitation. The letter of commitment must reflect agreement on
salary, benefits and position. New hires may not be proposed for key personnel.
(A new hire is defined as specified or unspecified persons to fill an empty
position who are neither identified as a current employee of the Offeror (or
proposed subcontractor) nor as a contingency hire).
3. For those key personnel designated by the Contracting Officer, a binding
signed employment contract between the key person(s) and the employer/offeror
contingent upon DOL awarding the employer/offeror the resultant contract must
be provided with the proposal in order for the proposal to be considered
responsive or technically acceptable. The employment contract must:
(1) be for at least six months from the date of the award of the contract by
DOL to the employer/offeror; (2) state that the employee will work full time,
or the percentage of time designated in the RFP, on the resultant contract if
awarded to the employer/offeror; and (3) the employment contract must address
salary, benefits, and position.
The following certificate shall be provided upon request by the Contracting
Officer should discussions be required and revisions and/or best and final
offers be requested.
I certify that the proposed key personnel are still available for performance
under any contract resulting from this solicitation, and that the letters of
commitment are still valid. I base this certification on written and/or oral
confirmation which I received, within the past 30 days, from each individual
proposed to fill the Key Personnel requirements. I further certify that I
possess copies of written confirmations I received from each individual, and/or
a memorandum to the file documenting oral confirmation of that individual's
availability. I further promise to immediately inform the Government of any
changes in the availability of any proposed key personnel.
Date of Certification
By (Name and Signature of company president)
The contractor shall be required to provide the necessary personnel to
accomplish each task listed above. The key personnel positions and their
required time commitment are listed as follows:
Project Manager:
The Project Manager (75% time) experience and expertise in the field of
training and employment programs.
Minimum education: 4-year college/university degree, with a minimum of four
years experience in printing and publications. Preference will be given to
those with prior experience in government printing.
Applicant should have:
1. Knowledge of printing equipment, technology and capabilities. 2. Skill in
reading, writing, and interpreting printing specifications. 3. Knowledge of JCP
Printing and Binding Regulations, Federal Procurement Regulations and Printing
Procurement Regulations. 4. Knowledge of, and the ability to use English
composition, sentence structure and grammar with a wide vocabulary and comprehensive
command of the English language. 5. Ability to communicate effectively both
orally and in writing.
Writer/Editor:
The writer/editor (75% time) shall have experience and expertise in the field
or writing, editing, and production of publications.
Minimum education: A Bachelor's degree or equivalent in English, Literature, or
other related discipline and 2 years experience in either (1) publishing, (2)
editing, or (3) technical writing. Preference given to those with prior
government printing and writing experience.
Applicant should have:
1. Skill in reading, writing, and interpreting printing specifications. 2.
Knowledge of JCP Printing and Binding Regulations, Federal Procurement
Regulations and Printing Procurement Regulations. 3. Knowledge of, and the
ability to use English composition, sentence structure and grammar with a wide
vocabulary and comprehensive command of the English language. 4. Ability to
communicate effectively both orally and in writing.
All Requests For Clarification (RFC) must be received no later than 5:00 p.m.
local time, April 12, 2002.
Only electronic submission of requests will be accepted. They shall be
submitted to Ms. Vera Montague at vmontague@doleta.gov. Should any RFC be received
after the date stated above, the Government reserves the right not to provide
an answer. If, however, the Government determines that the RFC raises an issue
of significant importance, the government will respond electronically.
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 will be available to all offerors at the DOLETA
Internet site (http://www.wdsc.org.sga/rfp/htm).
Please be advised that it is the sole responsibility of the offeror to
continually view the website for any amendments to this solicitation.
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 |
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.
A cost realism analysis shall be performed for all technically acceptable
offerors.
Contract award will be based on the combined evaluations of Technical Approach,
Individual Staff Experience and Qualifications, Past Performance, 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 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 presented 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.
A. TECHNICAL APPROACH (50 points)
The proposal shall provide a statement of the scope of the work to demonstrate
the offeror's complete understanding of the intent and requirements.
The proposal shall fully describe the proposed technical approach to comply
with each of the requirements specified under the Statement of Work, including
phasing of tasks, methods to be utilized and scheduling of time and staff time.
Proposals should also outline suggestions or suggested plan of action to bring
the publication more up-to-date.
PLEASE BE ADVISED THAT OFFERORS SHALL BE EVALUATED UNDER THIS FACTOR BASED ON
THE FOLLOWING:
1. The proposal shall provide a statement of the scope of the work involved in
offeror's own words to demonstrate the offeror's complete understanding of the
intent and requirements.
2. The proposal shall fully describe the proposed technical approach to comply
with each of the requirements specified under the Statement of Work, including
phasing of tasks, methods to be utilized and scheduling of time and manpower.
3. Proposals should also outline suggestions or suggested plan of action to
bring the publication more up-to-date. Currently, published books often cover a
period that is a few years behind the current publishing date, it would be
preferred to have a lag time of one year from publication date.
B. INDIVIDUAL STAFF EXPERIENCE AND QUALIFICATIONS (25 points)
This section of the proposal shall 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.
This section of the proposal shall provide the current employment status of
personnel proposed for work under this RFP--i.e., whether these personnel are
currently employed by the contractor or are dependent upon planned recruitment
or subcontracting. Where subcontractors or outside assistance are proposed,
organizational control shall be clearly delineated so as to demonstrate and
ensure responsiveness to the needs of the Government.
The following information shall also be furnished:
1. The proposed Project Manager; shall commit 75% of time and must have
experience and expertise in the field of training and employment programs. The
proposed writer/editor; shall commit 75% of time and must have experience and
expertise in the field of writing, editing, and production of publications.
2. The proposed project organization;
3. The time commitment of all professional personnel assigned to the project
(the number of hours per month that each individual will devote to the project
over its life), as well as "Letters of Intent" for each professional
personnel;
4. A resume for each professional personnel 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 shall 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 on the
demonstration project.
(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.
PLEASE BE ADVISED THAT OFFERORS SHALL BE EVALUATED UNDER THIS FACTOR BASED ON
THE FOLLOWING:
1. The proposed Project Manager; shall commit 75% of time and must have
experience and expertise in the field of training and employment programs. The
proposed writer/editor; shall commit 75% of time and must have experience and
expertise in the field of writing, editing, and production of publications.
2. The proposed project organization;
3. The time commitment of all professional personnel assigned to the project
(the number of hours per month that each individual will devote to the project
over its life), as well as "Letters of Intent" for each professional
personnel;
4. A resume for each professional personnel 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 shall 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 on the
demonstration project.
(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.
C. CONTRACTOR'S PAST PERFORMANCE (25 Points)
This criterion shall represent up to 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,
professional 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. PRICE
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).
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.