AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Page 1 of   Pages
________________________________________________________________________________
1. CONTRACT ID CODE                    |3.EFFECTIVE DATE  October 13, 2000
_______________________________________|________________________________________
2. AMENDMENT/MODIFICATION NO.  3
________________________________________________________________________________
4. REQUISITION/PURCHASE REQ. NO.  00-1349/VRM
________________________________________________________________________________
5. PROJECT NO. (If applicable)
________________________________________________________________________________
6. ISSUED BY N                         CODE
     U.S. Department of Labor, ETA/OGCM
     Division of Acquisition and Assistance
     200 Constitution Avenue, NW
     Room S-4203
     Washington DC  20210
________________________________________________________________________________
7. ADMINISTERED BY  (If other than Item 6) N             CODE
     U.S. Department of Labor, ETA

     200 Constitution Avenue, N.W.
     Room
     Washington, DC 20210
________________________________________________________________________________
8. NAME AND ADDRESS OF CONTRACTOR (No. Street, County, State and ZIP Code)






_____________________________________________________________________________
[X]9A. AMENDMENT OF SOLICITATION NO  RFP-DCS-00-42
   9B. DATED (See Item 11) 08-23-2000
______________________________________________________________________________
[ ]10A. MODIFICATION OF CONTRACT/ORDER NO.

   10B. DATED (See Item 13)
______________________________________________________________________________
     11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
[ ] 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.<   ** hour & date for receipt of offers is extended to: 2:00pm est,

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 on each copy of the
offer submitted; or (c) By separate letter or telegram which includes a
reference to the solicitation and amendment numbers.  FAILURE OF YOUR
ACKNOWLEDGEMENT 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.
________________________________________________________________________________
STANDARD FORM 30 (REV.10-83)   Prescribed by GSA FAR(48 CFR) 53.243

Back to Table of Contents 3 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Page 1a of Pages ________________________________________________________________________________ 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. [ ] 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 paying office, appropriation data,etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C.THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D.OTHER (Specify type of modification and authority) ________________________________________________________________________________ E. IMPORTANT: Contractor [ ] 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 DUE DATE FOR THIS SOLICITATION IS EXTENDED UNTIL 2:00PM, NOVEMBER 9, 2000. < see continuation sheet except as provided herein, all terms & conditions of the document referenced in item 9a or 10a, as heretofore changed, remain unchanged & in full force & effect ________________________________________________________________________________ 15a. name and title of signer | 16a. name and title of contracting (type or print) | officer (type or print) | keith a. bond | contracting officer | ________________________________________|_______________________________________ 15b. contractor/offeror | 16b. united states of america _________________________ | _________________________________ (signature of person authorized to sign)| (signature of contracting officer ________________________________________|_______________________________________ 15c. date signed | 16c. date signed 10-13-2000 ________________________________________|_______________________________________

Back to Table of Contents 3 STANDARD FORM 30 (REV.10-83) Page 3

Back to Table of Contents 3 CONTINUATION PAGE 14. RESPONSES TO TECHNICAL QUESTIONS 1. Section J of the RFP appeared to be missing from the on-line version of the RFP documents. Could you please send or e-mail Section J of the RFP? 1a. Section J attachments can be downloaded at WWW.WDSC.ORG/SGA/RFP.HTM under the heading "Contract Application Forms and Instructions." 2. Is there an incumbent on this contract? Who is the incumbent? 2a. The incumbent is Dynamic Technology Systems, Inc., of Alexandria, Virginia. Information pertaining to the incumbent can be found in Section B of the RFP. 3. In section L. 7 on page L-6, the RFP states that company senior or general managers or consultants cannot make any part of the oral presentation. Does this mean that they cannot attend the presentation? Is it permissible for the president of the company to attend as long as he does not give any part of the presentation? 3a. Presidents, company senior or general managers can attend the presentation as observers and are not allowed to participate in any part of the Oral Presentation. However, as stated in Section L.7, sub-section 4, a maximum of five contractor personnel (prime and subcontractor) may participate and the offeror may send two non-participating representatives to observe. 4. Could you please send Tidewater a hard copy of the RFP documents? 4a. Yes. 5. At what Internet site can I find the questions & answers from other bidders? 5a. WWW.WDSC.ORG/SGA/RFP.HTM 6. How many references are normally submitted by bidding firms, and, do we send out the eval forms to our references and then send them to you, or is the eval form given to us for use as an example? 6a. The government normally checks 3 to 5 past performance references for each offeror. The Past Performance Evaluation Questionnaire form is sent to offerors' references by the Division Page 4

Back to Table of Contents 3 of Contract Services. Offerors are asked to provide past performance information described on Attachment J.7. 7. How many people are expected to attend each National Safety and Health conference? 7a. The number of people at each National Conference is approximately 250. 8. What types of environmental, health, and safety issues do you anticipate will be covered under this contract? 8a. Any facility-related safety issues/hazards ranging from asbestos to vehicle safety, electrical, sanitation. 9. In Task IX, the RFP references TAG 6-M, Parts 3, 4, and 5. How can we obtain these documents? 9a. Please contact Vera Montague for hard copies of TAG 6-M, Parts 3, 4, and 5. She can be reached on (202) 219-8698 x141 or via e-mail at vmontague@doleta.gov. 10. My questions are: a) What amount of time will the ES/AT be involved or can be expected to be involved in the activities and work assignments of the Quality of Life team? b) Will the ES/AT be expected to maintain an office in Washington? Reasoning: These questions are asked to enable me to fairly estimate the amount of travel time and lodging needs of the ES/AT to participate in all activities and work assignments and to examine the possible need to maintain an office and temporary housing in Washington. 10a-b The ES/AT is a contracted position through this contract to be housed at the National Office of Job Corps in Washington, U.S. Department of Labor. The person occupying this position is expected to be a part of the overall team (Quality of Life) that deals with wellness (health) and residential living programs. Q of L meetings are weekly. Occasionally, there are joint work groups between health and safety personnel. 11. Will you clarify who is expected to be readily available/responsive? The ES/AT, PC/AT, P.E. or all? Reasoning: These questions are asked to allow me to fairly estimate the amount of travel time and lodging needs for each key professional. b)Will you clarify what time frame is meant by "readily available?" 11a.. All should be readily available, however, if the company's key professionals reside outside of Washington, D.C., travel time will be factored for any and every meeting. 12. Am I correct that the statement "...as needed basis sufficient to perform the requirements of the contract" will not exceed the estimated hours as set on page 14 of 76 which were: ES/AT - Full time, approximately 2000 hours per year Env. Engineer, P.E. - 75% of Page 5

Back to Table of Contents 3 full time, approximately 1500 hours per year. PC/AT - 35-45% of full time, approximately 700-800 hours per year. Reasoning: This question is asked for clarification purposes. 12a. Full time is 2087 hours per year. The Environmental Engineer, P.E. should be dedicated at 75% of a full time equivalent or 1565 hours per year. The PC/AT should be dedicated at 35-40% of a full time equivalent or 730-835 hours per year. 13. Am I correct that the statement wording "...devote 100% of their time..." is made with the understanding that the Environmental Engineer will only maintain 75% of a full time equivalent, and the Project Coordinator will only maintain 35-40% of a full time equivalent, and that they will devote 100% of that time which is allotted to this project. Reasoning: This question is asked for clarification purposes. 13a. The Environmental Engineer must dedicate 75% (1565 hours) of the of a full time equivalent on the project. The Project Coordinator must dedicate 35-40% (730-835 hours) of a full time equivalent on the project. Please note that the 3) Environmental Specialist/Associate Trainer (ES/AT) must dedicate 100% (2087 hours) of the full time equivalent on the project. 14. What types of training classes will be required for this contract? How many people will there be in a typical training class? 14a. The contract states that if we do training we will do it in lieu of the conference. Training topics would be decided based on need. They would generally be around whatever issues are priority: for example, last year we had issues around scaffolding; this year around diving boards. The training sessions would cover the same population listed in number 1. 15. Based on the estimated number of hours listed in Section C.3, it does not appear that 5 to 5.5 professional person years will be utilized on this contract. Do you anticipate an increased level of effort over what is stated in Section C.3? 15a. No. 16. Is the project director that is mentioned in Section M.3 (page M-2) the same person as the project coordinator? 16a.. They are one in the same. 17. Does the project coordinator/associate trainer have to be a trainer in food service and residential sanitation? Can the associate trainer be a different person than the project coordinator? 17a. No, Food Service and residential sanitation could utilize the services of a trainer other than the Project Coordinator. Page 6

Back to Table of Contents 3 18. Task II & Task VII - Who pays for conference expenses such as the conference room and catering? 18a. The contractor should budget for all meeting costs. 19. Task III - Who pays for the cost of printing & shipping the quarterly newsletter? If this expense is to be covered under the proposal please give an approximate quantity of newsletters that will be required. 19a. Task III; the government will be responsible for all costs associated with the printing and distribution the newsletter. 20. On page C-4 it is estimated that there will be 220 consultant hours needed to fulfil the contract requirements. Are these hours covered under the proposal or paid for separately? 20a.. Consultant hours are covered under the proposal 21. On pages L-7, 8 concerning the oral presentation, there is mention of both a slide projector and an overhead projector. Are both media available for use during the presentation? The presentation to be submitted with the bid is to be in the format of page-size overhead transparencies, not slides, correct? Please clarify? 21a. Pursuant to Section L.8 of the solicitation, the government will provide an overhead slide projector for offerors use during the oral presentation. Each offeror must use black and white overhead transparencies (slides) to document key points of its presentation. The overhead transparencies (slides) must be 8.5 by 11 inches. 22. In section M3, evaluation Criterion A - Individual Staff Experience and Qualifications, states that resumes are to be submitted for each professional personnel. Which staff are considered "professional personnel?" 22a. Professional personnel are all positions that are not clerical or administrative. 23. Am I to submit letters of intent for my consultants and subcontractor? 23a.. Letters of intent should be submitted for all consultants, subcontractor staff and any professional personnel that are not current employees of the prime contractor. The letters of intent may reflect agreement on salary, benefits and position. 24. Pursuant to Section C. 3 SPECIFIC REQUIREMENTS, the key personnel positions are identified below as: (1) Project Director/Coordinator/Associate Trainer (PC/AT) (2) Environmental Engineer, PE (3) Environmental Specialist/Associate Trainer (ES/AT) 25. Section L of the above-reference solicitation is amended to Page 7

Back to Table of Contents 3 incorporate the following clauses: L.10 LETTERS OF COMMITMENT - KEY PERSONNEL, (OCT 2000) (a) All proposed key personnel 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.. 2. Letters of commitment must 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. L.11 CONFIRMATION OF PROPOSED KEY PERSONNEL (OCT 2000) 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) Page 8

Back to Table of Contents 3 26. Section H. 22 - OPTION TO EXTEND THE TERMS OF THE CONTRACT - (FAR 17.208), is hereby incorporated into the above-referenced solicitation as follows: OPTION TO EXTEND THE TERMS OF THE CONTRACT - SERVICE (FAR 17.208(g)) 1. The Government may extend the terms of this contract by written notice to the Contractor at least 60 calendar days before the contract expires. This notice does not commit the Government to an extension. 2. If the Government exercises this option, the extended contract shall be considered to include this option provision. 3. The initial period of this contract may be extended by one year, at estimated costs and indirect costs as follows: Option Year Estimated Cost Indirect Cost Total Estimated The total duration of this contract, including the exercise of any options under this clause, shall not exceed ( ) 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 pre-estimated 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. 27. Section H. 23 - KEY PERSONNEL, is hereby incorporated into the above-referenced solicitation as follows: KEY PERSONNEL The personnel specified below or in attachment to this contract are considered to be essential to the work being performed hereunder. Prior to diverting any of the specified individuals to other programs, the Contractor shall notify the Contracting Officer reasonably in advance and shall submit justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on the program. No diversion shall be made by the Contractor without the written consent of the Contracting Officer; Provided, that the Contracting Officer may ratify in writing such diversion and such ratification shall constitute the consent of the Contracting Officer required by this clause. The below list or attachment to this contract may be amended from time to time during the course of the contract to either add or delete personnel, as appropriate. Page 9

Back to Table of Contents 3 For the purpose of this contract, the key personnel positions are identified below as: Name/Title 28. Section M.3 EVALUATION CRITERIA AND BASIS FOR AWARD (BEST VALUE) evaluation criteria A. INDIVIDUAL STAFF EXPERIENCE AND QUALIFICATIONS (35 POINTS) is deleted in it entirety and replaced with the following: EVALUATION CRITERIA AND BASIS FOR AWARD (BEST VALUE) A. INDIVIDUAL STAFF EXPERIENCE AND QUALIFICATIONS (35 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; 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. Page 10

Back to Table of Contents 3 (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 offertory shall be evaluated under this factor based on the following: (I) The experience and qualifications of the proposed Environmental Specialist/Associate Trainer (ES/AT) and the amount of time committed to the project. This person shall be a qualified professional Environmental Specialist/associate Trainer (ES/AT); have a College Degree from accredited college and / or 3-5 years of experience in the Environmental Health or other health related areas preferred; have Public speaking or teaching experience and an ability to write memoranda, reports and letters. (Writing Sample Required); be able to travel 4-8 times per year, sometimes on short notice, across the US and its territories; (ii) The experience and qualifications of the proposed Project Director/Coordinator/Associate Trainer (PC/AT) and the amount of time committed to the project. This person should have a Bachelor's Degree from an accredited college in Environmental Health, Safety, Engineering, Public Health or other health related areas plus 5 years of related experience preferred; have Public speaking or teaching experience and an ability to write memoranda, reports and letters. (Writing Sample Required); be able to travel 4-8 times per year, sometimes on short notice, across the US and its territories; (iii) The experience and qualifications of the proposed Professional Engineer and the amount of time committed to the project. This person shall be a qualified professional with no less then 3-5 years of experience in the maintenance and operation of wastewater treatment, drinking water distribution, and storage systems; underground storage tanks, sick building syndrome; toxic and hazardous waste removal procedures. (iv) The time commitment of all 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. All professional personnel must devote 100% of their time to the project except where percentage of time of professional personnel is designated in the RFP. (v) 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 Page 11

Back to Table of Contents 3 leader, consultant. Also, indicate whether each individual is currently employed by the contractor, and (if so) for how long. (b) A statement of the work that the individual has completed or which is currently underway for work that is relevant to the proposed work. (c) The individual's educational background; (d) The position to which the individual would be assigned for the project and the type of work that they would perform in that capacity; and (vi) Staffing charts listing names, qualifications, and experience of 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. 29. Section C.3 - SPECIFIC REQUIREMENTS, (PROJECT COORDINATOR/ASSOCIATE TRAINER) is hereby amended to incorporate the following information into the above-referenced solicitation: Major Requirements: Bachelor's Degree from an accredited college in Environmental Health, Safety, Engineering, Public Health or other health related areas plus 5 years of related experience preferred; have Public speaking or teaching experience and an ability to write memoranda, reports and letters. (Writing Sample Required); be able to travel 4-8 times per year, sometimes on short notice, across the US and its territories; *PLEASE NOTE: PAGE 1 OF ATTACHMENT J.2, (COST AND PRICE ANALYSIS) HAS BEEN REVISED. Page 12

Back to Table of Contents