NOTICE TO ALL OFFERORS:

REFERENCE: RFP-DCS-01-18

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, APRIL 27, 2001 local time.

Keith A. Bond

KEITH A. BOND
Contracting Officer

Attachments

 

 

 

 



AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Page 1 of   Pages
________________________________________________________________________________
1. CONTRACT ID CODE                    |3.EFFECTIVE DATE  4/11/2001
_______________________________________|________________________________________
2. AMENDMENT/MODIFICATION NO.  1
________________________________________________________________________________
4. REQUISITION/PURCHASE REQ. NO.
________________________________________________________________________________
5. PROJECT NO. (If applicable)
________________________________________________________________________________
6. ISSUED BY N                         CODE
     U.S. Department of Labor, ETA/OGCM
     Division of Contract Services
     200 Constitution Avenue, NW
     Room S-4203
     Washington DC  20210
________________________________________________________________________________
7. ADMINISTERED BY  (If other than Item 6) N             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)

_____________________________________________________________________________
[X]9A. AMENDMENT OF SOLICITATION NO  RFP-DCS-01-18
   9B. DATED (See Item 11) 03-07-2001
______________________________________________________________________________
[ ]10A. MODIFICATION OF CONTRACT/ORDER NO.

   10B. DATED (See Item 13)
______________________________________________________________________________
     11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
[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.<   ** HOUR & DATE for Receipt of Offers is EXTENDED to:  2:00 PM,

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
.
                       1


     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 CLOSING TIME AND DATE OF APRIL 20, 2001 AT 2:00 PM IS BE
     ING EXTENDED TO APRIL 27, 2001 AT 2:00 LOCAL TIME.















           <                                             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
________________________________________|_______________________________________
STANDARD FORM 30 (REV.10-83)

                                    Page 2
.
                       1


                             CONTINUATION PAGE



    Request for Clarification - DOL Solicitation No. RFP-DCS-01-18


    Questions:

    1) What is DOL's preference for site selection? The RFP indicates it
    could be up to 5 States or up to 20 sub-state sites. Selection of
    one or the other may dramatically increase project costs and time
    lines.

    ANSWER:   The evaluation design shall present a methodology(ies) for
    identifying States or local areas that have made a significant
    commitment to self-service.

    2) How many days does DOL anticipate that data collection teams will
    be on-site collecting data?

    ANSWER:   The evaluation design shall present a methodology(ies) for
    site visits that will be sufficient to fulfill the information
    gathering requirements.

    3) Will DOL and/or local representatives assist the contractor in
    identifying individuals/groups for interviews?  If so, how many
    interviews and/or groups are anticipated?

    ANSWER:  Yes.  The evaluation design shall present a
    methodology(ies) sufficient to fulfill the information gathering
    requirements.  This includes identifying the appropriate subjects
    for interview.

    4) In terms of analysis and reporting of findings, what is DOL's
    preference for information on impact and cost effectiveness at the
    State level or sub-state level or at the Individual level? It
    appears we will be collecting data at multiple levels: individual
    users of the self-directed One- stop services (e.g., customer
    satisfaction, pre-use, current-use, and post-use), employers who use
    the self-directed services (customer satisfaction), and,
    States/sites that provide these services. To be able to do any
    meaningful statistical analyses on impact and show correlations, we
    need clarification on level of analysis and reporting expected by
    the DOL.

    ANSWER    The evaluation design shall present a methodology(ies)
    sufficient and statistically robust to measure costs and benefits
    and returns on investment of self-directed services to the State,
    the local area, and the individual as specified in the requirements.

    5) What data, if any, does DOL already collect on States/sites that
    may help site selection or save time requesting it from
    States/sites?

              ANSWER:   All data will be available from the States
    contained in State reports.   Also, see Training and Employment
                                    Page 3
.
                       1

    Guidance Letter (TEGL) 14-00 and attachments.  This can be found at
    www.usworkforce.org/documents/tegl/tegl-14-00.pdf.

    6) Will DOL identify the appropriate criteria for selecting a
    program to include in the analysis?

              ANSWER:    No.  The Self-service function will vary from
    area to area. The evaluation

              design shall present a methodology(ies) for identifying
    States or local areas that have a significant commitment to
    self-service.

    7)  I would like clarification about the 100% Small Business Set
    Aside.  My firm qualifies as a small business, but I would like to
    team with a firm that does not.  Under the arrangement, my firm
    would be the prime, and our partner would be a subcontractor.  Is
    that possible?  If so, what are the conditions?

    ANSWER:    Yes.  See I.4 of the Solicitation, LIMITATIONS ON
    SUBCONTRACTING

    8) I had a difficult time understanding which tasks were to be
    performed in which years. The RFP calls for one year plus three
    option years. After receiving each of the two interim reports, it
    appears DOL would make a decision about funding the next option
    year. After the second interim report, the final report is due 180
    days before the end of the contract. So I concluded the schedule is
    as follows:
    Option Year 1: Interim Report 1 (process analysis)
    Option Year 2: Interim Report 2 (evaluation report)
    Option Year 3: Final Report

    Is that sequence correct?
    ANSWER:    YES.

    9)  Should we provide a bid for only the costs associated with the
    initial methodological design or would you like a bid for the full
    multi-year evaluation?

    ANSWER:    OFFERORS SHOULD BID FOR THE BASE YEAR ONLY!

    10) The RFP (Sections L.9 and M.2) stipulates that the Project
    Director and Senior Researchers must have a degree in "economics,
    public administration or business administration."  We believe that
    individuals with degrees in related social science disciplines are
    also qualified to serve in these roles.  Would DOL consider
    expanding the degree requirement to incorporate related social
    science disciplines?

    ANSWER:    YES.


    11) Can extensive relevant experience substitute for the specific
    degree requirements of these key personnel?

              ANSWER:   NO.

                                    Page 4
.
                       1

    12) The RFP (in the same two sections) suggests that one Senior
    Researcher should be assigned to the project full-time and another
    should be assigned half-time.  We anticipate that, over the course
    of the evaluation, there might be substantial slack times (e.g.,
    while waiting for data to become available) and that devoting a
    senior person full-time to the project, or even half-time, would for
    this reason be inefficient and potentially wasteful of project
    resources.  We believe that both senior researchers could be
    effective if their average time commitments over the life of the
    project were in the 25% to 35% range, reflecting full-time
    involvement during periods of peak project activity and much lower
    levels of involvement during slack periods.  In light of this, would
    DOL reconsider this stipulation?

              ANSWER:   YES.  Offerors shall propose one Senior
    Researcher at 75% time commitment and the other Senior Researcher at
    25% time commitment.

    13) Section L.8 requires letters of commitment for key personnel.
    Are these letters of commitment to be submitted with the proposal or
    at a later time, such as in response to negotiations or at contract
    award?

              ANSWER:    Please be advised that letters of commitment
    are required pursuant to Section L.8 of the solicitation.

    14) Pages L-8 and 9 of the RFP state that the technical proposal
    (Part 2) should include a description of the offeror's past
    experience, and that  Part 3 of the proposal also includes past
    performance information.  What is the difference between the past
    experience information in the technical proposal and the past
    performance information in Part 3?  How is the past experience
    information in the technical proposal (Part 2) incorporated in the
    evaluation criteria in Section M?

              ANSWER:   (a) Experience refers to similar work liken to
    that in the RFP.  Past performance is information provided by the
    references, who are provided by the offeror, about the offerors work
    experience. (b)  Refer to Section M.2 (C).

    15).    In assessing the impact and cost-effectiveness of
    self-directed labor exchange services does the government intend for
    the contractor to use a randomly assigned control group?

              ANSWER:   The evaluation design shall present a
    methodology(ies) sufficient and statistically robust to measure
    costs and benefits and returns on investment of self-directed
    services to the State, the local area, and the individual as
    specified in the requirements.

    16)    The RFP asks for the contractor to compute impacts and
    conduct cost-benefit analyses for self-directed job search.  Such
    analyses involve comparing the treatment of interest, self-directed
    job search, to some other status, either no treatment or an
    alternative treatment such as assisted job search.  What was the
    intended counter-factual in this RFP?

              ANSWER:    DOL does not wish to compare self-directed
                                    Page 5
.
                       1

    service to staff assisted service. The evaluation design shall
    present a methodology(ies) sufficient and statistically robust to
    measure costs and benefits and returns on investment of
    self-directed services to the State, the local area, and the
    individual as specified in the requirements.

    17)    Does the government anticipate other deliverable products
    during the base contract period besides the evaluation design
    report, OMB clearance package, and progress reports?  For budgeting
    purposes, should the contractor assume that an interim report will
    be submitted during each of the first two option years, with a final
    report submitted during the final option year?

    ANSWER:    Yes.  See Answer to Question No. 8.

    18)    If the contractor feels that the execution of the work plan
    would be strengthened by splitting the time of the full-time senior
    researcher across two or three senior researchers, can this be
    proposed? (e.g., this may permit greater flexibility and number of
    staff in terms of deploying a research team to conduct multiple site
    visits; may permit greater flexibility in terms of using a research
    team to conduct simultaneous tasks, and may bring a wider range of
    perspectives and expertise to the proposed research team).

    ANSWER:    No.  See answer to question no. 8.

    19) The requirements listed for key personnel for the evaluation of
    Self-Directed Labor Exchange Services includes for the Project
    Director and the Senior Researcher a graduate degree in economics,
    public administration, and business administration.  My concern
    leading to a question is that many of the professional evaluators
    that have extensive experience in the job training and job services
    areas (including WIA) emerged from a range of diverse fields.  This
    is the time period before graduate programs in evaluation existed.
    Thus, this requirement is fairly exclusive and rules out immediately
    a large number of highly qualified persons who may be interested in
    responding to this RFP.

    Will DOL/ETA find acceptable graduate degrees in other areas (e.g.,
    political science, labor relations); and extensive experience and
    expertise in general evaluation and national and state evaluations
    in the job training/job services areas in lieu of graduate degrees
    specifically in the fields of public admin, business admin, or
    economics?

    ANSWER:    YES.

    20). As we have skilled Key Individuals in program management,
    surveying, statistical applications, evaluation, cost-benefit
    analysis, and process selection, may we utilize an advisory or focus
    group of experts to advise the project in WIA law requirements and
    various applications?  We could work in concert with the WIA and
    Self-directed application experts to direct our researchers in their
    work.  The advisory group would convene periodically and be within
    the budget guidelines and limits set by DOL-ETA.

    ANSWER    YES.

                                    Page 6
.
                       1

    21)   A broad range of skills and experience are required for the
    Project Manager and the Senior Researcher. Is it acceptable to meet
    the skill requirements through the entire key personnel team,
    although individuals proposed for specific positions may not have
    all the requirements individually?

    ANSWER    NO.  See answer to question no. 12.

    22)   Do all of the research questions put forth in the Request For
    Proposal have to be addressed within a 12 month time frame?

    ANSWER:    NO

    23)   Can a random sample of participants be used within each of the
    5 states selected for participation, or must the entire population
    using self directed services be involved?

              ANSWER:    The evaluation design shall present a
    methodology(ies) sufficient and statistically robust to measure
    costs and benefits and returns on investment of self-directed
    services to the State, the local area, and the individual as
    specified in the requirements.  Services cannot be withheld from any
    customer.

    24).  What are the rules governing former USDOL/ETA employees on
    participation in the project? Must they be separated from USDOL for
    a minimum amount of time?

              ANSWER:   (a) An individual may participate in the project
    provided he/she is working in a staff position and does not
    represent the offeror in its dealings directly with the Department
    in any manner.  (b) There is no time restriction.

    25)   Are associations or other similar groups that represent or are
    composed of, directly or indirectly, the government bodies that are
    to be evaluated eligible for the RFP competition?

              ANSWER:   YES. Provided they meet the specific small
    business eligibility requirements that are stipulated in Section K
    of the solicitation.

    26) Per Section L.9 (SPECIAL REQUIREMENTS), please clarify if  the
    educational requirements/experience  for the Project Director and
    Senior Researcher as stated are the only acceptable levels of
    education and experience for these positions.

              ANSWER:   See answers to Question Nos. 10 & 11.

    27)  In section M.2 "Criteria for Award", Part A. is labeled
    "Technical Approach" and Part C. is labeled "Individual Staff
    Experience and Qualifications".  However, there does not appear to
    be a Part B.  Is this an error in numbering, or is Part B missing
    from the RFP?

              ANSWER:    There is a typographical error. CRITERIA B -
    INDIVIDUAL STAFF EXPERIENCE AND QUALIFICATIONS

    28) In Part L.9 Special Requirements, the Project Director and the
                                    Page 7
.
                       1

    Senior Research (100% time) must have "graduate degrees in
    economics, public administration, or business administration" and
    the Senior Researcher (50%) must have a "bachelor's degree in
    economics, public administration, or business administration".  Are
    other graduate degrees acceptable?  For example, PhD in disciplines
    like political science, sociology, or psychology which require
    candidates to be trained in the latest statistical methodologies and
    utilize rigorous (and identical to those used by economists, MBAs
    and MPAs) evaluation methodologies.

    ANSWER:    See answers to Question Nos. 10 & 11 and 12.

    29) Please define "sub-state areas" (in Section C.3)

              ANSWER:   See "Workforce Investment Act of 1998 (P.L.
    105-220) Section 116 "Local

              Workforce Investment Areas"

    30) Section L.9  SPECIAL REQUIREMENTS, is deleted in its entirety
    and replaced with the following:

    The key personnel positions and their required time commitment are
    listed as follows:

    PROJECT DIRECTOR -- Must have a graduate degree in economics, public
    administration or business administration and 5 years of relevant
    experience in managing a project of this level of complexity.  They
    must possess knowledge and skills in the area of WIA
    implementation,One-Stop operations, evaluation study design and the
    application of the latest statistical methodologies. The Project
    Director must have the knowledge, skills and abilities to engage in
    interviewing senior policy makers and developing and carrying out a
    complicated work plan within a scheduled timetable. Further, they
    must have demonstrated the ability to manage staff with varied
    backgrounds and specialty skill-sets.  Time commitment - 25%.

    SENIOR RESEARCHER -- One who has demonstrated both knowledge and
    experience  in the area of WIA implementation, One-Stop operations,
    evaluation study design and the  application of the latest
    statistical methodologies. Must have a graduate degree in economics,
     public administration or business administration or a related
    social science and three years of  relevant experience in related
    work.  Time Commitment - 75%.

    SENIOR RESEARCHER -- One who has demonstrated both knowledge and
    experience in the area of WIA implementation, One-Stop operations,
    evaluation study design and the application of the latest
    statistical methodologies.  Must have a bachelor's degree in
    economics,  public administration or business administration or a
    related social science and three years of relevant experience in
    related work.  Time Commitment - 25%.

    31) Section M.2(C) INDIVIDUAL STAFF EXPERIENCE AND QUALIFICATIONS is
    deleted in its entirety and replaced with the following:

    C.  INDIVIDUAL STAFF EXPERIENCE AND QUALIFICATIONS   (25 points)

                                    Page 8
.
                       1

    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 25% of the proposed
    individual's time. The Project Director must have a graduate degree
    in economics, public administration or business administration and a
                                    Page 9
.
                       1

    minimum of five years relevant experience in managing related work.
    They must possess knowledge and skills in the area of WIA
    implementation, One-Stop operations, evaluation study design and the
    application of the latest statistical methodologies. The Project
    Director must have the knowledge, skills and abilities to engage in
    interviewing senior policy makers and developing and carrying out a
    complicated work plan within a scheduled timetable. Further, they
    must have demonstrated the ability to manage staff with varied
    backgrounds and specialty skill-sets.

    (2) The experience and qualifications of the two senior researchers
    and the amount of time committed to the project.   It is our
    expectation that these positions will require one senior researcher
    at 75% time commitment and one at 25% time commitment.  They must
    possess knowledge and skills in the area of WIA implementation,
    One-Stop operations, evaluation study design and the application of
    the latest statistical methodologies.  The senior researcher
    designated at 75% time commitment must have a graduate degree in
    economics, public administration or business administration or a
    related social science.  The senior researcher designated at 25%
    time commitment have a bachelor's degree in economics, public
    administration or business administration or a related social
    science. Both senior researchers must have three years relevant
    experience in related work.

    (3)  The time commitment of all personnel assigned by name 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).

    (4) An explanation of how the proposed staff deployments are in line
    with the contractor's design and approach for undertaking the tasks
    outlined in ETA's proposed statement of work.

    (5) The qualifications and experience of staff (including outside
    consultants) along with brief resumes for each professional person
    assigned to the project.







    RFP-DCS-01-18

                                                                 BIDDERS
    LIST
    1. Berkely Policy Associates
        440 Grand Ave. Suite 500
        Oakland, CA 94610-5058
        510-465-7884
        Sabrina Williams

    2. WESTAT
        1650 Research Boulevard
        Rockville, MD 20850-3129
        301-251-1500
                                    Page 10
.
                       1

        Dee Schofield

    3. Sparhawk Group, Inc.
        1375 Commonwealth Ave.  Suite 7
        Allston, MA 02134
        617-787-0388
        Joe Frees

    4. Mathematica Policy Research, Inc.
        600 Maryland Avenue, S.W.  Suite 550
        Washington, DC 20004-2512
        202-863-1736
        Karla Dixon

    5. Johnson, Bassin & Shaw, Inc.
        8630 Fenton Street, 12th Floor
        Silver Spring, MD 20910
        301-495-1080
        Jacqui Hamilton

    6. Coffey Communications, LLC.
        6917 Arlington Rd.  Suite 224
        Bethesda, MD 20814
        301-907-0900
        Amy Coffey



    7. Research and Evaluation Associates, Inc.
        6320 Quadrangle Drive, Suite 180
        Chapel Hill, NC 27514
        919-493-1661
        Deborah Jones

    8. Dr. Gilbert Green
        The Green Group
        1280 Bison Ave. #B 923
        Newport Beach, CA.  92660
        888-460-3210

    9. DAH Consulting, Inc.
        99 Wall Street, 25th Floor
        New York, NY   10005
        212-514-6862
        Nadia Padmore

    10. Public Policy Associates, Inc.
         119 Pere Marquette Drive
          Lansing, MI 48912-1231
          517-485-4477

    11.  Marianne Linger
           Technical Assistance & Training Corporation
           Email: lingerm@tatc.com
           Ph: 202-408-8282

    12.  John Trutko
          Capital Research Corporation
                                    Page 11
.
                       1

          (703) 522-0885
           jtrutko@aol.com
    13.  Girts Austrins
           A.J. Boggs & Company
            Tel: 517/333-0100
            Fax: 517/333-0145
            gig@ajboggs.com

    14.  John Tapogna, MPP
            ECONorthwest
            888 SW Fifth Avenue - Suite 1460
            Portland, OR 97204
            Ph:  503 222 6060

    15.  Ron D'Amico
           Social Policy Research Associates
           1330 Broadway, Suite 1426
            Oakland, CA 94612
           510-763-1499  (ext. 628)
            ron_damico@spra.com

    16.  Employment & Training Institute, Inc.
           153 Skylands Road
            Ringwood, NJ  07456
            (973) 962-9100
             Kenneth Ryan, President, kryan@etiworks.com
             Ronnie Kauder, Vice President, rkauder@etiworks.com

    17.  Joanne Farley
           Farley & Associates
           5315 Wakefield Drive
           Hilliard, Ohio 43026
           (614)876-0050
            jfarley@columbus.rr.com

    18.  Ken Wanless
           KSJ & Associates, Inc.
           5203 Leesburg Pike  Suite 901
           Falls Church, VA 22041
           703-824-7705 or 703-824-7802

    19.  Howard A. Raik, President
           CHP International, Inc.
           1040 North Boulevard, Suite 220
           Oak Park, IL  60302
            (708) 848-9650
            hraik@chpinternational.com

    20.  Quality Resource/Trinty CME
           2253 Dr Andrew J Brown Ave
            Indpls, IN. 46205
           (317) 471-9826 or (317) 925-8275
           Mac Tolbert Jr or Rev Dr. O'Neal Shyne Jr





                                    Page 12