NOTICE TO ALL OFFERORS:

REFERENCE: RFP-DCS-01-04

Amendment No. 1

Additional information has been requested by prospective offerors and it has been determined by the Contracting Officer that this information be made available to all bidders. The information is provided in the attached SF-30. The closing date for the above- referenced Request for Proposal is EXTENDED UNTIL 2:00 PM, FEBRUARY 9, 2001 local time.

KEITH A. BOND
Contracting Officer



Attachments

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

1. CONTRACT ID CODE
 

PAGE OF PAGES

 1

|

 

2. AMENDMENT/MODIFICATION. NO.
 1
3. EFFECTIVE DATE
 01/23/2001
4. REQUISITION/PURCHASE REQ. NO.   
 01-246/HBL
5. PROJECT NO. (If applicable)
 
6. ISSUED BYCODE
 
 U.S. Department of Labor, ETA/OGCM
 Division of Contract Services
 200 Constitution Avenue, NW
 Room S-4203
 Washington  DC  20210
7. ADMINISTERED BY (If other than Item 6)CODE
 
 U.S. Department of Labor, ETA
 
 200 Constitution Avenue, NW
 Room
 Washington  DC  20210
8. NAME AND ADDRESS OF CONTRACTOR  (No., street, county, State and ZIP Code)   
 
 
 
 To all Offerors/Bidders 
 
 
 
 
       

CODE   FACILITY CODE  

(X)

 X
 
9A. AMENDMENT OF SOLICITATION NO.
 RFP-DCS-01-04

9B. DATED (SEE ITEM 11)
 12-22-2000

10A. MODIFICATION OF CONTRACT/ORDER NO.
 
     

10B. DATED (SEE ITEM 12)
 

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATION

 X
The above numbered solicitation is amended as set forth in Item 14.  The hour and date specified for receipt of Offers
 X
is extended,
 
is not extended.  Offers must acknowledge receipt of this amendment prior
 to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning   copies of the amendment;(b) By acknowledging receipt of this amendment of each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.     ** HOUR & DATE for Receipt of Offers is EXTENDED        2:00 PM, 2/9/2001
12. ACCOUNTING AND APPROPRIATION DATA (If required)

   

   

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

(X)

 

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO:  (Specify authority)  THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.
   

 

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES  (such as changes in payng office, appropriation date, etc.)
SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103 (b).

 

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

 

 

 

D. OTHER (Specify type of modification and authority)

 

 

E. IMPORTANT:  Contractor
 
is not,
 
is required to sign this document and return      copies to the issuing office.
14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
 
 THE CLOSING TIME AND DATE OF FEBRUARY 2, 2001 AT 2:00 PM ISBEING EXTENDED TO FEBRUARY 9, 2001 AT 2:00 PM LOCAL
 
 THE NEW POC IS: HARRY B. LADSON, JR. -
  (202) 693-3317
  hladson@doleta.gov
 
 
 
 
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER   (Type or print)
 
 
16A. NAME AND TITLE OF CONTRACTING OFFICER    (Type or print)
 KEITH A. BOND  
 
15B. CONTACTOR/OFFEROR

 

(Signature of person authorized to sign)

15C. DATE SIGNED
16B. UNITED STATES OF AMERICA

BY  

(Signature of Contracting Officer)

16C. DATE 
      SIGNED
 
 STANDARD FORM 30   (REV. 10-83)

Back to Table of Contents





Questions and Answers to Request for Clarification: Evaluation & T.A. for Youth Offenders RFP-DCS-01-04



Question 1: The RFP notes that related work is being conducted by Research & Evaluation Associates through a task order contract. We are curious why DOL has now chosen to place this project out for bid and would appreciate any clarification you could provide. Thank you.

Answer: The required tasks for the project, and the amount of funds set aside for completing these tasks, exceed the limits of the task order contract. In addition, the demonstration will be entering a new phase, with new grantees and possible revisions to programs implemented by existing grantees during the first phase, thus, DOL/ETA is interested in considering suggestions and proposals for assisting and evaluating these new activities from a variety of sources.

Question 2: In section H.9, "Key Personnel," no key personnel are specified. However, section L.8 discusses the requirement of letters of commitment from key personnel. Does this mean that we are to determine which staff members we feel are "key personnel" and include their letters of commitment? Alternatively, does this mean that no letters of commitment are required?

Answer: Pursuant to Section H.9 Key Personnel, the following positions are designated as key personnel for this project:

Project Director - time commitment must be between 40 and 80 % of the proposed individual's time. However, if more than one individual is proposed to direct the evaluation activities and the technical assistance activities, this amount of time may be split between them.

The Principal Investigator(s) and all leaders for the evaluation and technical assistance tasks. With respect to evaluation, these task leaders are those responsible for: 1) Evaluation Design, 2) Data Collection, 3) Quantitative Analysis of Program Achievements, 4) Analysis and Reporting and 5) On-Going Contact with Grantees. With respect to the technical assistance, task leaders include those responsible for: 1) Grantee Conferences, 2) Monitoring Grantees Technical Assistance needs and 3) Providing On-Going Technical Assistance. It is our expectation that these positions will require between 20 and 50% of the proposed individuals' time.

Please be advised that letters of commitment are required pursuant to section L.8.

Question 3: The RFP notes that 3-5 of the existing Category I and III grantees will continue to receive funding. When will these selections be made? What would you like us to assume for the purposes of our work plan and cost proposal?

Answer: DOL/ETA will select the new grantees by June 30, 2001.

Question 4: Reference page 75, 2 (b) of the RFP, instructing the offeror to estimate travel, including destinations.

Destinations and exact award numbers are unknown and with the 2001 awards yet to be announced will remain unknown for weeks. May offeror average and estimate travel?

Answer: Yes, offeror may average and estimate travel.

Question 5: Reference page 15, Technical Assistance, 1. Conference arrangements. What conference costs are the responsibility of the offeror, particularly honoraria, travel and lodging? What restrictions, if any, apply to the location of conferences?

Answer: The offeror will be responsible for the honoraria, travel and lodging for all guest speakers/presenters at the conferences.

Question 6: In the RFP, page C-1, the statement appears: "award extensions to approximately 3-5 of the category I and III grants" - does this mean 3-5 extensions in category I and 3-5 extensions in category III, or 3-5 total extensions in categories I and III combined?

Answer: DOL/ETA expects to award extensions to a total of 3-5 current grantees.

Question 7: Is the DOL/ETA pleased with the work of Research Evaluation and Associates?

Answer: Yes, DOL/ETA is pleased with the work of Research and Evaluation Associates.

Question 8: Do you know if Research Evaluation and Associates intends to compete for this RFP?

Answer: We do not know if Research and Evaluation Associates intends to compete for this project.

Question 9: Where are the current grantees located?

Answer: Attachment I, identifies the current grantees and their locations, and provides a brief summary of each project.

Question 10: Has it yet been decided which grantees will receive extensions? If so, where are they located?

Answer: No decisions have been made about which current grantees will receive extensions.

Question 11: Has it yet been decided which new entities will be awarded grants? If so, where are they located?

Answer: No decisions have been made about which new entities will be awarded grants. Grant applications for this phase are due to DOL/ETA on February 28, 2001.

Question 12: On page B-1 of the RFP, in the section discussing the current work order, the statement appears: "The award amount is $857,810." Is the current contemplated award amount $857,810, or is that the amount of the award to Research Evaluation Associates?

Please let us know when you post the answer. I assume the URL is http://www.wdsc.org/sga/rfp/Rfp0104.html, where the rest of the RFP is. If it is not, please let us know where to view the answers.

Answer: $857,810 is the amount of the award to Research and Evaluation Associates. The URL is correct. Offerors are advised that it is their responsibility review the website for amendments.

Question 13: The RFP specifies an unstructured interviews with project staff and

representatives of organizations as part of the process evaluation. As

"unstructured interviews" can have various methodological definitions,

please elaborate on the parameters and purposes of the requested format.

Answer: The unstructured interviews are intended to guide general discussions with program administrators and others about what is involved in the project and the context in which program operators are attempting to implement their interventions.

Question 14: Please provide the names/agencies and contact information for the original

14 Youth Offender Demonstration grantees.

Answer: Please see attachment II.

Question 15: What information and findings from the Research and Evaluation Associates,

Inc. process evaluation will be shared with the future awardee to ensure a smooth transition process and transfer of knowledge? Are there any current process evaluation products available?

Answer: Research and Evaluation Associates will prepare an interim report and a final report on the first round of the Youth Offender Demonstration. Copies of both documents will be provided to the firm selected under this RFP. No process evaluation products are currently available.

Question 16: Will findings from the NCCD process evaluation be available to the awardee?

Are there any current process evaluation products available?

Answer: Yes, findings from the NCCD process evaluation will be available. No current process evaluation products from NCCD are available.

Question 17: Is there a collaborative mechanism planned for the overlapping process

evaluation efforts of the NCCD and the future awardee?

Answer: With respect to the Youth Offender Demonstration, DOL/ETA expects NCCD and the future awardee to communicate with each other on their ongoing evaluation activities. DOL/ETA expects each entity to be responsible for different grantee sites participating in the demonstration, thus the overlap is expected to be limited to overall issues that affect all grantees.

Question 18: What qualifies as a small business entity?

Answer: The definition of a small business varies by industry. To qualify, a contractor must fall within the size applicable to the industry under the North American Industry Classification System, which divides industries into major groups and then into subgroups. Depending on the industry in question, the standard applied is based on either dollar volume (average annual receipts for the preceding 3 fiscal years) or number of employees.

Question 19: Do you currently have a list of the grantees and their abstracts for which you are soliciting TA and Evaluation? If not do you have their RFP location?

Answer: We do not have a list of the grantees and their abstracts for which we are soliciting TA and Evaluation. They will include new grantees that will be selected by June 30, 2001 and refunded existing grantees (please see #9, above.)

Question 20: By "size standard" do you mean the estimated size of a single award for the scope of work?

Answer: No, The Small Business Administration establishes small business size standards on an industry-by-industry basis. Small business size standards are applied by classifying the product or service being acquired in the industry whose definition, as found in the North American Industry Classification System manual, best describes the principal nature of the product or services being acquired.

Question 21: How many days and what times should be budgeted for each of the three meetings?

Answer: Offerors should budget three days for each meeting.

Question 22: Should we assume that all meetings will take place in Washington, D.C.?

Answer: No, all meetings will not take place in Washington, D.C..

Question 23: What is the anticipated maximum attendance for each meeting, and should that figure be used for budgetary purposes, whenever applicable?

Answer: The number of attendees will depend upon the number of sites selected. The bidder should provide a budget that is based upon the anticipated number of sites and attendees that will be adequate to meet the purposes of the SGA.

Question 24: What type of meeting site is preferred for each meeting? Should the location be downtown D.C.?

Answer: Offerors should determine the meeting site. The location of the meeting will not necessarily be in downtown D.C..

Question 25: How many meeting rooms will be needed simultaneously for each meeting and for what duration?

Answer: The number of meeting rooms cannot be determined at this time. See response to question number 21 for duration.

Question 26: What registration fee, if any, will apply to each meeting?

Answer: There will be no registration fee.

Question 27: For how many facilitators, presenters, and grantees will the Contractor pay for each meeting?

Answer: The specific number of facilitators and presenters cannot be determined at this time. See response to question number 23 concerning grantee participation.

Question 28: For what facilitator, presenter, and grantee expenses will the Contractor pay, and for how many days?

Answer: See response to question number 21. The contractor will be responsible for the facilitator, presenter and grantee expenses.

Question 29: For budgetary purposes, what airfare and per diem figures should be used?

Answer: See H.4 - Travel and Per Diem. All travel must be in accordance with the applicable Federal Travel Regulations.

Question 30: Are we correct in assuming that the Contractor will be expected to collaborate with DOL/ETA representatives in advance of the conferences to identify proposed facilitators and presenters, prior to inviting them to speak?

Answer: Yes, you are correct.

Question 31: Will the Contractor be responsible in working with facilitators and presenters to develop their presentations?

Answer: Yes.

Question 32: What does DOL/ETA mean when it states that the Contractor will "define" the conference agendas? Are we correct in assuming that Contractor and Client representatives will together plan all conference agendas?

Answer: Yes, you are correct.

Question 33: Will the Contractor pay an honorarium to facilitators or presenters? If so, how much should be budgeted for each meeting?

Answer: Yes. For budgetary purposes, payment of an honorarium to facilitators or presenters shall not exceed $469 per day. This is the Department of Labor's maximum daily rate for experts and consultants.

Question 34: What audiovisual equipment should be budgeted, at what quantity, and for how many days for each meeting?

Answer: See response to question 21. Offerors should use their experience in budgeting for audiovisual equipment.

Question 35: Should any independent services, including stenographer, transcription, and interpreter (incl. sign language), be budgeted?

Answer: No, the Government will address these costs on a case by case basis..

Question 36: Should any special services, including group bus transportation and tours, be budgeted?

Answer: No, the Government will address these costs on a case by case basis..

Question 37: Will the Contractor be responsible for coordinating and/or paying for any technological services, including videotaping, satellite video teleconferencing, and audio taping?

Answer: No, the Government will address these costs on a case by case basis..

Question 38: What catering items or events should be budgeted, at what cost, and how many events for each meeting?

Answer: The Government will address these costs on a case by case basis. Offerors are advised that all funds awarded under this contract must be used in strict compliance with federal laws, regulations and policies. Costs for food (breakfast, working lunches, breaks and banquets) must not exceed the per diem rate. The contractor shall only be reimbursed for non-federal staff. Federal staff will be responsible for their own costs.

Question 39: How many Federal employees will attend each meeting?

Answer: Approximately 10-15 federal staff.

Question 40: To how many invitees per meeting will the Contractor send invitation packets?

Answer: Invitees will be dependent upon the number of grants in local areas, and the number of participants per site the bidder recommends to be invited in the proposal.

Question 41: How many pages of materials should be budgeted for reproduction of invitation packets?

Answer: Offerors should use their experience to estimate these costs.

Question 42: What graphics items, including folders, binders, signs, name tags, name tents, and banners, should be budgeted?

Answer: All of the above-listed items.

Question 43: Will the Contractor be responsible for providing for both advance and onsite registration?

Answer: Yes.

Question 44: Will regular mail be the preferred communications means between Contractor and invitees?

Answer: Yes.

Question 45: Will each meeting have handout materials such as presenters' papers? If so, will the Contractor be responsible for developing them?

Answer: Yes.

Question 46: Will the Contractor be responsible for reproducing and distributing handout materials? If so, how many pages per meeting should be budgeted?

Answer: Yes, offerors should use their experience in estimating these costs.

Question 47: Will the Contractor be responsible for preparing a verbatim transcript or a meeting summary for each meeting? if so, how many pages per transcript or summary should be budgeted? To how many people will the transcript or summary be mailed?

Answer: Yes, summaries, etc. will be mailed to participants. The Government cannot determine how many pages per transcript or how many transcripts and/or summaries will be mailed at this time.

Question 48: Will the Contractor be responsible for post-meeting activities, including expense reimbursements, participant list production, and invoice settlements? Will expense reimbursements be required to be made on site at the end of the meetings?

Answer: Yes to both, as applicable to the contract with the conference site.

49. Section C.4 TASKS (2, 3, and 4) is deleted in it's entirety and replaced with the following:

Section (C.4(2). Data Collection. Information necessary to address the objectives of the process evaluation should be gathered through observations and unstructured interviews with project staff and representatives of organizations related to each project during at least two site visits over the period of performance of the contract. Initial implementation plans and experiences, information about the community context, and background information about project partners, at a minimum, should be collected during the initial site visit. Data to address the actual implementation experiences and success or failure of program components, at a minimum, shall be collected during the final site visit, which shall be made during the final six months of the grantee's period of performance.

Section (C.4(3). Quantitative Analysis of Program Achievements. After obtaining all available quantitative data collected by grantees, including all relevant MIS (management information system) data, other participant data, and any short-term participant outcomes data collected, the contractor will analyze the data to determine the level of services provided, at a minimum. A list of the specific data items the grantees are required to collect can be found in the Solicitation for Grant Applications (SGA) on the DOL/ETA web page.

Section C.4(4). Analysis and Reporting. The contractor shall compile all data collected during site visits, through on-going contact with grantees, and through viewing the grantees' MIS and participant data and conduct appropriate quantitative and qualitative analyses. Supporting information and results of the analysis shall be presented in well-written, readable reports suitable for an audience of policy-makers and program administrators.

50. Section L.7 Submission of Proposal and L.8 Letters of Commitment - Key Personnel (Oct 2000), are deleted in its entirety and replaced with the following:

Section L.7 SUBMISSION OF PROPOSAL

(A) - General:

Your proposal must be submitted in three (3) separate and direct 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, and all attachments thereto except those items required in Part 2 and 3 will be submitted as outlined in their respective parts.

Legible copies are acceptable. (All copies shall be ink-signed.)

Part 2 - A detailed Technical Proposal in an original and four (4) copies as further outlined below. The Technical Proposal shall not make reference to cost or price data so that an independent technical evaluation may be made on the basis of technical merit alone. Failure to comply with this requirement will result in a determination of nonresponsiveness. Proposals specifying less than one hundred twenty (120) days Government Acceptance may be considered not acceptable. Any exceptions taken by a proposer to any provisions of this Request for Proposals or any condition placed upon a proposal may result in a finding of not acceptable. Only one proposal may be submitted by each respondent.

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

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

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

(c) "One (1) each Accounting System Certification which is a statement certifying that the offeror has an established accounting system with internal controls adequate to safeguard their assets, insure that funds are accounted for by cost categories, check the accuracy and reliability of the accounting data, promote operating efficiency and permit compliance with Government requirements and accounting procedures with respect to Cost Reimbursement types of contracts. The statement shall be executed by a certified public accountant (CPA), licensed public accountant, a bona-fide accounting or audit organization such as Defense Contract Audit Agency (DCAA) or an entity of equivalent status acceptable to the Government."

Failure to include the above stated supportive materials with your proposal will be a basis for determination of not acceptable.

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

(B) - Technical Proposal (Part 2):

Your technical proposal should be specific and complete. Your proposal should demonstrate a thorough understanding of the requirements of the attached schedule (PART I - SECTION C) and a logical plan for accomplishment.

To facilitate proposal evaluation, the offeror shall submit as part of the proposal a separate enclosure entitled "Technical Proposal." The information should be keyed to each paragraph of the technical proposal requirements as outlined below:

Problem and Approach

The technical proposal must at a minimum provide:

1. The proposal shall provide a statement of the scope of work 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.

Experience

The proposal shall describe the offeror's past experience in performing work of a similar nature.

Personnel

The proposal shall specify the type and provide a resume of professional persons that will be employed to perform the contract. The proposal shall also specify how the professional personnel under the contract will operate organizationally. At a minimum, the resume shall include:

(a) Previous work experience, including duties, dates and employing organizations. Duties must be clearly defined in terms of roles performed; i.e., manager, team leader, consultant, etc.

(b) A statement of work completed or under-way which is relevant to the proposed work under this contract.

(c) Educational background.

(d) Contemplated position.

3. The offeror's technical approach and schedule for accomplishing the objectives, including identification of possible technical problems and solutions.

4. A general work plan organized to show major work tasks and subtasks for conducting the project.

5. A staffing chart listing names, qualifications, and experiences of key personnel.

6. A description of the firm's qualifications in terms of relevant previous experience, facilities and other resources. A description of prior projects that illustrate the offeror's relevant experience and expertise must be provided along with names and telephone numbers of client references.

(C) - Offeror Representations, Certifications, and Acknowledgments

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

The Cost Analysis (Exhibit A) and Financial Capability Forms (Exhibit B) 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 hourswithin 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 the subcontractor 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 does the subcontractor have in this technical area?

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

Applications should consist of the individual's resume, a brief sample of relevant work and list of references. Prior to the formal review, applications will be screened to insure that all the information requested in this proposal is provided and complete.

Section L.8 LETTERS OF COMMITMENT - KEY PERSONNEL, (OCT 2000)

1. All proposed key personnel listed in Section M.C 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 one year 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.

51. Section M.1 BASIS OF AWARD (BEST VALUE) is deleted in its entirety and replaced with the following:

Section M.1 BASIS FOR AWARD (BEST VALUE)

The Government intends to evaluate proposals and make awards 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- Process Evaluation, Technical Approach- Technical Assistance, Individual Staff Experience and Qualification, Past Performance, Understanding, and Cost. The contract resulting from this solicitation will be awarded to the responsible offeror whose offer, conforming to the solicitation, is determined to provide the "best value" to the Government, which may not necessarily be the proposals offering the lowest cost nor receiving the highest technical score.

It should be noted that cost is not a numerically weighted factor. Although non-cost factors are significantly more important than cost, cost is an important factor and should be considered when preparing responsive offers (proposals). The importance of cost as an evaluation factor will increase with the degree of equality of the proposals in relation to the remaining evaluation factors. When the offerors within the competitive range are considered essentially equal in terms of technical, past performance and other non-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/non-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.

CRITERIA FOR AWARD

Prospective offerors are advised that the selection of an offeror for contract award is to be made after a careful evaluation of the proposals received, by a panel selected by DOL/ETA. Each panelist will evaluate the proposals for acceptability using a range of scores assigned to each factor. The scores will then be averaged to select an offeror or develop a list of offerors with whom negotiations may be conducted.

A. TECHNICAL APPROACH - PROCESS EVALUATION (25 points)

The proposal should provide a detailed technical approach to performing each of the tasks listed in section C. 4 of this RFP and shall include, but not be limited to:

(1) A description of site visit plans and procedures,

(2) Procedures for assuring data quality, and

(3) Analytic methods to be used.

PLEASE BE ADVISED THAT OFFERORS WILL BE EVALUATED UNDER THIS FACTOR BASED ON THE FOLLOWING:

(1) Field procedures are appropriate and effective for carrying out task,

(2) Analysis methods are appropriate and effective for the given task,

(3) Appropriate rationale is given for the scale of the task (e.g., number and length of site visits) and scale (and level of effort) is sufficient, given Government's estimate of total level of effort, to provide complete and reliable information,

(4) Approach to accomplishing tasks uses innovative methods where appropriate, and

B. TECHNICAL APPROACH- TECHNICAL ASSISTANCE (25 points)

The proposal shall present a conceptual framework for the technical assistance and describe the offeror's approach.

PLEASE BE ADVISED THAT OFFERORS WILL BE EVALUATED UNDER THIS FACTOR BASED ON THE FOLLOWING:

(1) Approach for identifying technical assistance needs,

(2) Approach for identifying and recommending technical assistance resources to sites,

(3) Approach for conducting conferences and meetings,

(4) Approach for providing training, and

(5) Approach for accomplishing other technical assistance tasks specified in section C.4 of this RFP.

C. INDIVIDUAL STAFF EXPERIENCE AND QUALIFICATIONS (20 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 Director

(2) The proposed project organization, including key personnel

(3) Staffing charts listing names, project roles, qualifications, and experience of all professional personnel (including outside consultants), staff time/time loading charts showing the amount of time each staff person will devote to each task and sub-task, and an indication of how staff will be allocated to perform all necessary field work during the project.

(4) A resume for each professional personnel to be assigned to the project. At a minimum, the 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, e.g., management, team leader, consultant for technical assistance, lead investigator, chief analyst.

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

(c) The individual's educational background.

PLEASE BE ADVISED THAT OFFERORS WILL BE EVALUATED UNDER THIS FACTOR BASED ON THE FOLLOWING:

(1) The experience and qualifications of the proposed Project Director and the amount of time committed to the project. It is our expectation that this position will require between 40 and 80 % of the proposed individual's time. However, if more than one individual is proposed to direct the evaluation activities and the technical assistance activities, this amount of time may be split between them. The Project Director(s) should have a minimum of 5 years experience in managing related work.

(2) The experience and qualifications of all other proposed project professional staff, including, the Principal Investigator(s) and all leaders for the evaluation and technical assistance tasks. With respect to evaluation, these task leaders are those responsible for:

1) Evaluation Design, 2) Data Collection, 3) Quantitative Analysis of Program Achievements, 4) Analysis and Reporting and 5) On-Going Contact with Grantees. With respect to the technical assistance, task leaders include those responsible for: 1) Grantee Conferences, 2) Monitoring Grantees Technical Assistance needs and 3) Providing On-Going Technical Assistance. It is our expectation that these positions will require between 20 and 50% of the proposed individuals' time. All professional staff should have a minimum of three years experience in related work.

(3) The time commitment of all personnel assigned to the project, according to task and subtask, (the number of hours per month that each individual will devote to each aspect of the project over its life).

D. CONTRACTOR'S PAST PERFORMANCE (20 points)

This criterion shall represent 20% of the total score of the proposal. Award may be made from the initial offers without discussions. However, 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 offerors' 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.

Offerors shall submit past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Offerors without relevant past performance history or for whom information on past performance is not available, may not be evaluated favorably or unfavorably on past performance. In this instance the offeror would receive a neutral score.

E. UNDERSTANDING (10 points)

The proposal should provide clear evidence of the offeror's knowledge and understanding of the Youth Offender Demonstration Program.

PLEASE BE ADVISED THAT OFFERORS WILL BE EVALUATED UNDER THIS FACTOR BASED ON THE FOLLOWING:

(1) Understanding of the objectives of the Youth Offender Demonstration,

(2) Knowledge and understanding of related programs and services for youth offenders,

(3) Knowledge and understanding of community-wide approaches to addressing the needs of youth offenders, and

(4) Familiarity with existent technical assistance resources.

Determining Best Overall Value

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

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

Youth Offender Demonstration Projects Attachment I

Category I Model Community Projects

CITY

PROPOSED SERVICES TO BE PROVIDED

GRANTEE
Denver, CO Assessment through a One-Stop Center, case management, career exploration and job readiness (work behavior) training, resume preparation workshops, community services and work experience, job placement and follow-up, support for job retention and counseling and services to reduce recidivism, financial support for long-term training and educational opportunities, alternative sentencing, youth offender/gang prevention advisory board Mayor's Office of Employment and Training

Partners (Denver Area Youth Services, Denver Public School System, Community College of Denver, Center for Substance Abuse, Denver Juvenile Community Assessment Center

Houston, TX Education, job training, job development and workshops on life and job behavior skills, job retention and counseling, community college studies, case management services, child care, removal of tattoos, parental education, and sports and recreation Houston Job Training Council (Houston Works)

Partners (Gulf Coast Workforce Board, Community Advisory Board, Harris County Prosecutor's Office, TX Youth Commission, Mayor's Anti-Gang Office, Houston PD., Juvenile Probation Department, Houston Independent School District)

Philadelphia, PA Education, job training, life and work behavioral skills, remedial education, counseling, basic housekeeping and maintenance, home visits, day care, family counseling, sports and recreation, art and music and other human services Private Industry Council of Philadelphia, Inc.

Partners (Penn HS & Franklin HS, Crime Prevention Assoc., City-Wide Improvement & Planning Agency, Department of Human Services, Department of Recreation, Philadelphia School District)

Richmond, CA

(Vicinity of San Francisco & Oakland)

Assessment, job training, pre-apprenticeship training in construction trades, on-the-job training, counseling, college preparation assistance, work behavior skills, GED preparation, community service, case management and job placement City of Richmond Service Delivery Area (SDA)

Partners

(SafeFutures, West Contra Costa School District, Police Activity League, Chamber of Commerce)

Seattle, WA Education, case management services and assistance, assessment, age appropriate school-to-work employment related services, job training, counseling, GED preparation, school re-entry support services, work experience and direct job placement. Seattle-King County Private Industrial Council, Inc.

Partners (School System, Public Housing Auth, King County Work Training Program, Department of Community & Human Services, Department of Youth Services, King County's Juvenile Justice Agency)

Youth Offender Demonstration Projects

Category II Education and Training Projects

CITY

PROPOSED SERVICES TO BE PROVIDED

GRANTEE
Columbus, OH

(Serving Youth in Cleveland and Cuyahoga County)

Develop a School-to-Work System, provide work-based learning, school-based learning, support services such as tutoring, mentoring, counseling and referrals to other community based services. Ohio Department of Youth Services (Youth Development Center in Hudson, OH and Mohican Youth Center in Loudonville, OH)

Partners (Youth Development Center, Ohio State School System, Greater Cleveland Growth Assoc., Chamber of Commerce, Board of County Commissioners, Cuyahoga County Family & Children First Council)

Indianapolis, IN A School-to-Work System will be designed and implemented. The system will include school-based learning and other connecting activities (tutoring, mentoring, counseling, case management). Upon release participants will be referred to further education, training, job placement. Follow-up and supportive services will continue in the local community. Indiana Department of Corrections (North Central Juvenile Facility in Logansport, IN)

Partners (Indianapolis Public School System, Home Builders Assoc., Wheeler Boys & Girls Club, St. Paul's Episcopal Church, Martin Luther King Multi Service Center, Marion County Department of Health's Teen Action Center)

Tallahassee, FL

(Facility services St. Petersburg/Ft. Myers, Tampa/Lakeland and Orlando)

Develop a School-to-Work system. This includes work-based learning, connecting supportive activities (tutoring, mentoring, counseling, case management) while institutionalized and case management, referral, job placement and further team support in the communities in which participants are released. Florida Department of Juvenile Justice (Avon Park Youthy Academy in Avon Park, FL)

Partners (Department of Labor & Employment Security, Home Builders Institute, Department of Education, Juvenile Justice Office, Workforce Development Board, Highland County Human Services, Community College)

Youth Offender Demonstration Projects

Category III Community-wide Coordination Projects

CITY

PROPOSED SERVICES TO BE PROVIDED

GRANTEE
Bakersfield, CA

(North of Los Angeles)

Academic skills, life skills, computer training, job training and referral services Employer's Training Program

Partners (Bakersfield City School, Time Warner Cable, Jaco Oil, Bethany Services, Clayton Alliance)

Paterson, NJ

(North of Newark)

Job readiness training, career development, life management skills, computer lab Passaic County Workforce Development Center (Serving Youth in Paterson, NJ)

Partners (Passaic County Probation Division, Paterson School System, Lucent Technologies)

Knoxville, TN Assessment, apprenticeship, substance abuse counseling, conflict resolution training, job training and skills building, employment resources, sports programs, additional resources, alternative sentencing and community service opportunities. Case management and job placement. Knoxville-Knox County Community Action Committee

Partners (Knoxville Police Department, Knox County School System, H.T. Hackney Co., National Linen Service, Odom Construction)

Minneapolis, MN Job training, recreation and conflict resolution, employment City of Minneapolis Employment and Training Program

Partners (Airport Holiday Inn, Banner Creations, Bell Manufacturing, Brueggar's Bagels, Food Team Inc., J.C. Penney)

Pensacola, FL Pre-apprenticeship training, job training, on-the-job- training, construction trades. Escarosa Regional Workforce Development Board, Inc.

Partners (University of West Florida, Home Builders Institute, Holly's Cabinets, Pensacola Pools, Historic Home Restoration)

Rockford, IL

(NW of Chicago)

Work-based learning, job placement, job training, leadership development Rock River Training Corporation

Partners (Youth Build, Rockford Housing Authority, Rock Valley College, Rockford Public School System)

Youth Offender Demonstration Projects Attachment II

Model Community Projects (Category I)

CITY

PROJECT CONTACTS

ADDITIONAL CONTACT INFORMATION
Denver, CO Mario Salinas

Youth Program Coordinator

Denver Mayor's Office of Employment and Training

1391 North Speer Blvd.

Telephone Number: (303)376-6732

Fax Number: (303) 376-6721

E-mail: mario.salinas@moet.org

Houston, TX Don Frazee

Youth Development Specialist

Houston Works

600 Jefferson Street, Suite 900

Houston, TX 77002

Telephone Number: (713) 654-1919

Fax Number: (713) 739-0751

E-mail: frazee_d@houworks.com

Philadelphia, PA Robin Miller Ingram

Project Coordinator

Philadelphia Workforce Development Corporation

1617 JFK Blvd

2nd Floor

Philadelphia, PA 19103

Telephone Number: (215) 963-2110

Fax Number: (215) 557-2850

E-mail: ringram@pwdc.org

Richmond, CA

Deborah Dias

Community Program Planning Specialist

City of Richmond Employment and Training

330 25th Street

Richmond, CA 94804

Telephone Number: (510) 307-8023

Fax Number: (510) 307-8072

E-mail: ddias@richmondworks.org

Seattle, WA Jennifer Thornton

Planner

Seattle-King County Private Industry Council

2003 Western Avenue

Seattle, WA 981211

Telephone Number: (206) 448-0474

Fax Number: (206) 448-0484

E-mail: jthornton@seakingwdc.org

Youth Offender Demonstration Projects

Education and Training Projects (Category II)

CITY

PROJECT CONTACTS

ADDITIONAL CONTACT INFORMATION
Columbus, OH

(Serving Youth in Cleveland and Cuyahoga County)

Tammy Blau

Program Coordinator

Cuyahoga Department of Justice Affairs

1276 West 3rd Street

Suite 319

Cleveland, OH 44113

Telephone Number: (216) 443-3765

Fax Number: 216-348-4880

E-mail: cntgb@www.cuyahoga.oh.us

Indianapolis, IN Tony Perkins

Total Community Involvement., Inc.

2511 East 46th Street

Suite A-7

Indianapolis, IN 46205

Telephone Number: (317) 549-1824

Fax Number: (317) 549-3408

E-mail: TCIbad@aol.com

Tallahassee, FL

(Avon Park facility services St. Petersburg/Ft. Myers, Tampa/Lakeland and Orlando)

Rick Patton

Program Director

STREET Smart-A New Beginning

5979 South Florida Avenue

Lakeland, FL 33813

Telephone Number: (863) 646-3636

Fax Number: (863) 646-2447

E-mail: rpampat@yahoo.com

Youth Offender Demonstration Projects

Community-wide Coordination Projects (Category III)

CITY

PROPOSED SERVICES TO BE PROVIDED

ADDITIONAL CONTACT INFORMATION
Bakersfield, CA

Lydia Rogers

Job Developer

Employers' Training Resource

1101 E. Belle Terrace

Bakersfield, CA 93307

Telephone Number: (661) 832-5790

Fax Number: (661) 398-7059

E-mail: lydiar@co.kern.ca.us

Clifton, NJ

(Project is in Paterson, NJ)

Christine Conforti

Job Ready Program Coordinator

Probation Division Passaic Vicinage

63-65 Hamilton Avenue

Paterson, NJ 07505

Telephone Number: (973) 247-8706

Fax Number: (973) 247-8733

E-mail: No E-mail

Knoxville, TN Kevin Purdy

Truancy Center Director

Knoxville's Community Development Corporation

P.O. Box 51650

Knoxville, TN 37950-1650

Telephone Number: (865) 594-0244

Fax Number: (865) 594-0253

E-mail: kpurdy@ml.kcdc.org

Minneapolis, MN Catherine Christian

Youth Programs Coordinator

City of Minneapolis Employment and Training Program

250 South 4th Street

Room 510 Public Service Center

Minneapolis, MN 55415

Telephone Number: (612) 673-3936

Fax Number: (612) 672-2108

E-mail:

catherine.christian@ci.minneapolis.mn.us

Pensacola, FL Dan Kaczynski

Principal Investigator

Office of Justice Studies

The University of West Florida

11000 University Parkway

Pensacola, FL 32514-5750

Telephone Number: (850) 474-2618

Fax Number: (850) 474-2777

E-mail: dkaczyns@uwf.edu

Rockford, IL

(NW of Chicago)

Kerry Knodle

Executive Director

Comprehensive Community Solutions, Inc.

310 South Avon Street

Rockford, IL 61102

Telephone Number: (815) 963-6236

Fax Number: (815) 963-1002

E-mail: kknodle@mindspring.com