Go To Table of Contents









Technical Assistance to O*NET



The U.S. Department of Labor, Employment and Training Administration (DOL/ETA) is soliciting proposals for the provision of technical assistance for the continued technical advancement and enrichment of the Occupational Information Network (O*NET). The main goals of the O*NET project are: 1) to fully replace the use of the increasingly outdated Dictionary of Occupational Titles(DOT) with the O*NET classification and computerized electronic database of occupational information; and 2) to establish the O*NET system throughout the United States as a viable, operational tool linking our education, training, and employment communities together through the use of the O*NET common occupational language.
 





You are invited to submit a proposal/bid in accordance with the requirements of the following Solicitation:

[ X ] Request for Proposal, [ ] Invitation for Bid.

Proposals/Bids must be received by the Government no later than the local time on the Due Date stated in the table below. Potential offerors/bidders are asked to complete and submit a proposal/bid intent form .

See Section L (Section C if SF 1449 is used) for proposal/bid instructions .

ALL AMENDMENTS TO THIS SOLICITATION WILL BE MADE AVAILABLE THROUGH GOVERNMENT HOMEPAGE AT DOLETA.GOV.

IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THIS SITE PERIODICALLY FOR OFFICIAL UPDATES/AMENDMENTS TO THE SOLICITATION.






Solicitation Number  RFP-DCS-02-07
Issue Date:  2/5/2002
Due Date:  3/8/2002
Time:  2:00pm
Program Office:  OJC
Contracting Officer:  Keith A. Bond
Contact Point:
Phone:
Fax:
E-Mail:
 Jillian Matz
 202-693-3315
 202-693-3846
 jmatz@doleta.gov
Set Aside:  






PERTINENT TECHNICAL SECTIONS OF SOLICITATION





Offerors are encouraged to read the entire Solicitation by scrolling downward. The Solicitation includes all pertinent technical sections imbedded in the document as well as the terms, conditions and instructions required for submitting a proposal. For your convenience, the pertinent technical sections of the Solicitation have also been linked directly below in (WordProcessing format and Adobe PDF format):





  Sections C, L, and M
 
 
 
 













Back to Table of Contents


SOLICITATION, OFFER AND AWARD

1. THIS CONTRACT IS A RATED ORDER
    UNDER DPAS (15 CFR 700)
RATING
  N/A

PAGE OF PAGES

  1|   52
2. CONTRACT NUMBER
 
 
 
3. SOLICITATION NUMBER
 
 
 RFP-DCS-02-07
4. TYPE OF SOLICITATION
 
SEALED BID (IFB)
 X
NEGOTIATED (RFP)
5. DATE ISSUED
 
 
 2/5/2002
6. REQUISITION/PURCHASE NUMBER
 
 02/415
 
7. ISSUED BY    CODE
 
 U.S. Department of Labor, ETA/OGCM
 Division of Contract Services
 200 Constitution Avenue, NW
 Room C-4310
 Washington  DC  20210
8. ADDRESS OFFER TO (If other than Item 7)
 
 
 
 
    
NOTE:  In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".
SOLICITATION
9.  Sealed offers in original and   5 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 6, or if hand carried, in the depository located in   Item 7 until   2:00pm (Hour) local time   3/8/2002 (Date) . 
CAUTION - LATE Submissions, and Withdrawals:  See Section L, Provision No. 52.214-7 or 52.215-1.  All Offers are subject to all terms and conditions contained in this solicitation. 
10. FOR INFORMATION CALL:
 
A. NAME
 
 Jillian Matz

B. TELEPHONE (NO COLLECT CALLS)

C. E-MAIL ADDRESS
 
 jmatz@doleta.gov
AREA CODE|

NUMBER

|

EXT.

 

11. TABLE OF CONTENTS   See Attached Table of Contents

(X)SEC.DESCRIPTIONPAGE(S)(X)SEC.DESCRIPTIONPAGE(S)

PART I - THE SCHEDULE

PART II - CONTRACT CLAUSES

 A SOLICITATION/CONTRACT FORM   I CONTRACT CLAUSES 
 B SUPPLIES OR SERVICES AND PRICES/COSTS  

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH.

 C DESCRIPTION/SPECS./WORK STATEMENT  J LIST OF ATTACHMENTS 
 D PACKAGING AND MARKING PART IV - REPRESENTATIONS AND INSTRUCTIONS
 E INSPECTION AND ACCEPTANCE   K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS 
 F DELIVERIES OR PERFORMANCE 
 G CONTRACT ADMINISTRATION DATA   L INSTR., CONDS., AND NOTICES TO OFFERORS 
 H SPECIAL CONTRACT REQUIREMENTS  M EVALUATION FACTORS FOR AWARD 
OFFER (Must be fully completed by offeror)
NOTE:  Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum bid Acceptance Period.
12.In compliance with the above, the undersigned agrees, if this offer is accepted within   120 calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.
13. DISCOUNT FOR PROMPT PAYMENT
(See Section I, Clause no. 52.232-8)
10 CALENDAR DAYS (%)
 
20 CALENDAR DAYS (%)
 
30 CALENDAR DAYS (%)
 
CALENDAR DAYS (%)
 
14.ACKNOWLEDGEMENT OF AMENDMENTS
(The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated:
AMENDMENT NO.DATEAMENDMENT NO.DATE
       
       
15A.NAME AND ADDRESS OF OFFEROR

CODE 

 

FACILITY 

 
 
 
 
 
    
16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER
(Type or print)
 
 

15B. TELEPHONE NUMBER

 
15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE
17. SIGNATURE
 
 
18. OFFER DATE
 
 
AREA CODE|

NUMBER

|EXT.

 2026933315

AWARD (To be completed by Government)
19. ACCEPTED AS TO ITEMS NUMBERED
 
 
20. AMOUNT
 
  $.00
21. ACCOUNTING AND APPROPRIATION
 
 
22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:
 
 
 10 U.S.C. 2304(a) (  )
 
 41 U.S.C. 252(c) (  )
23. SUBMIT INVOICES TO ADDRESS SHOWN IN
      (4 copies unless otherwise specified)
 
ITEM
 
 
24. ADMINISTERED BY (If other than Item 7)CODE
 
 U.S. Department of Labor, ETA
 Office of Grants and Contracts Mgnt.
 200 Constitution Avenue, NW
 Room C-4310
 Washington  DC  20210
25. PAYMENT WILL BE MADE BYCODE
 
 U.S. Department of Labor, ETA/OC
 Division of Accounting
 200 Constitution Avenue, NW
 Room N-4702
 Washington  DC  20210
26. NAME OF CONTRACTING OFFICER (Type or print)
 Keith A. Bond
 
27. UNITED STATES OF AMERICA

 

(Signature of Contracting Officer)

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

STANDARD FORM 33   (REV. 9-97)  

Back to Table of Contents

Table Of Contents

PART I - THE SCHEDULE

SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS

SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK
  C.1 PURPOSE AND OBJECTIVES
       C.2 BACKGROUND
       C.3 COORDINATION OF THE O*NET PROJECT
       C.4 TASKS
       C.5 TASK SCHEDULE
       C.6 SPECIAL REQUIREMENTS

SECTION D - PACKAGING AND MARKING
       [FOR THIS SOLICITATION, THERE ARE NO CLAUSES IN THIS SECTION]

SECTION E - INSPECTION AND ACCEPTANCE
       E.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE

SECTION F - DELIVERIES OR PERFORMANCE
       F.1 PERIOD OF PERFORMANCE
       F.2 LEVEL OF EFFORT
       F.3 REPORTS/DELIVERABLES
       F.4 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE

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

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

PART II - CONTRACT CLAUSES

SECTION I - CONTRACT CLAUSES
       I.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE
       I.2 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
       I.3 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT
        (MAR 2000)
       I.4 52.232-25 PROMPT PAYMENT (MAY 2001)
        ALTERNATE I (OCT 2001)
       I.5 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
       I.6 LIMITATIONS ON SUBCONTRACTING

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

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

PART IV - REPRESENTATIONS AND INSTRUCTIONS

SECTION K - REPRESENTATIONS, CERTIFICATIONS AND
         OTHER STATEMENTS OF OFFERORS
       K.1 NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED
        BY REFERENCE
       K.2 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998)
       K.3 52.209-5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
        PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS
        (DEC 2001)
       K.4 52.215-6 PLACE OF PERFORMANCE (OCT 1997)
       K.5 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS
        (MAY 2001)
       K.6 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS
        (FEB 1999)
       K.7 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984)
       K.8 52.227-15 STATEMENT OF LIMITED RIGHTS DATA AND
        RESTRICTED COMPUTER SOFTWARE (MAY 1999)
       K.9 SIGNATURE BLOCK

SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS
       L.1 NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED
        BY REFERENCE
       L.2 52.216-1 TYPE OF CONTRACT (APR 1984)
       L.3 52.233-2 SERVICE OF PROTEST (AUG 1996)
       L.4 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY
        REFERENCE (FEB 1998)
       L.5 PAST PERFORMANCE
       L.6 ORAL PRESENTATION
       L.7 SUBMISSION OF PROPOSAL
       L.8 LETTERS OF COMMITMENT - KEY PERSONNEL, (OCT 2000)
       L.9 CONFIRMATION OF PROPOSED KEY PERSONNEL (OCT 2000)
       L.10 SPECIAL REQUIREMENTS
       L.11 REQUEST FOR CLARIFICATION (RFC)

SECTION M - EVALUATION FACTORS FOR AWARD
       M.1 NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED
        BY REFERENCE
       M.2 BASIS FOR AWARD (BEST VALUE)
       M.3 EVALUATION CRITERIA AND BASIS FOR AWARD (BEST VALUE)
       M.4 DETERMINING BEST OVERALL VALUE


PART I - THE SCHEDULE



SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS




Back to Table of Contents



SERVICES ORDERED


Title: "Technical Assistance to O*NET"

The Department of Labor, Employment and Training Administration (DOL/ETA) is soliciting proposals for the provision of technical assistance for the continued technical advancement and enrichment of the Occupational Information Network (O*NETä). The main goals of the O*NET project are: 1) to fully replace the use of the increasingly outdated Dictionary of Occupational Titles (DOT) with the O*NET classification and computerized electronic database of occupational information; and, 2) to establish the O*NET system throughout the United States as a viable, operational tool linking our education, training, and employment communities together through the use of the O*NET common occupational language. In collaboration with ETA, the contractor will assist in developing, undertaking, and coordinating a wide range of research and operational projects related to establishing the utility, reliability, and quality of O*NET information and to provide technical support for the ETA National Office. For this reason, it is important that the contractor indicate an ability to utilize and partner with a wide range of technical experts to supplement the O*NET project if required. The contractor may also subcontract selected activities under the terms of the contract to obtain specialized expertise as may be required under different phases of the O*NET effort.

To accomplish its work, the contractor will work in a cooperative and collaborative manner with technical experts, grantees, the National O*NET Consortium (Consortium), other O*NET contractors, private sectors employers and other O*NET users, as well as ETA programs and initiatives including One-Stop centers and America's Career Kit. Contractor must be able to demonstrate flexibility to meet changing priorities and respond quickly with appropriate analyses, research, and preparation of needed written or other informational materials.


Solicitation No. is RFP-DCS-02-07.

Period of Performance is twelve (12) months from the date of contract execution by the government, plus four 1-year options to extend at the discretion of the government.

This solicitation is a 100% Small Business Set-Aside.

The North American Industry Classification System Code is 541519, with an $18 million size standard.

A cost reimbursement type contract is contemplated for this requirement.

Closing time and date are March 8, 2002, at 2:00 p.m. local time.

The incumbent contractor under this solicitation is Aguirre International, of San Mateo, California, under Contract Number F-7733-9-00-80-30. The Contract was awarded on June 29, 1999, in the amount of $1,085,661. The total amount awarded under this contract was $3,414,428, inclusive of options.



REQUESTS FOR CLARIFICATION (RFC) MUST BE RECEIVED NO LATER THAN 5:00 PM LOCAL TIME February 15, 2002.

Only electronic submission of requests will be accepted. They shall be submitted to Ms. Jillian Matz at jmatz@doleta.gov. Should any RFC be received after the date stated above, the Government reserves the right not to provide an answer. If, however, the Government determines that the RFC raises an issue of significant importance, the government will respond electronically.

The Government will not provide any information concerning requests for clarifications in response to telephone calls from offerors. All requests will be answered electronically and will be available to all offerors at the DOLETA Internet site (http://wdsc.doleta.gov/sga/).

Please be advised that it is the sole responsibility of the offeror to continually view the website for any amendments to this solicitation.



















Back to Table of Contents


SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK





Back to Table of Contents


C.1 PURPOSE AND OBJECTIVES



The Department of Labor, Employment and Training Administration (DOL/ETA) is soliciting proposals for the provision of technical assistance for the continued technical advancement and enrichment of the Occupational Information Network (O*NET). The main goals of the O*NET project are: 1) to fully replace the use of the increasingly outdated Dictionary of Occupational Titles (DOT) with the O*NET classification and computerized electronic database of occupational information; and, 2) to establish the O*NET system throughout the United States as a viable, operational tool linking our education, training, and employment communities together through the use of the O*NET common occupational language. In collaboration with ETA, the contractor will assist in developing, undertaking, and coordinating a wide range of research and operational projects related to establishing the utility, reliability, and quality of O*NET information and to provide technical support for the ETA National Office. For this reason, it is important that the contractor indicate an ability to utilize and partner with a wide range of technical experts to supplement the O*NET project if required. The contractor may also subcontract selected activities under the terms of the contract to obtain specialized expertise as may be required under different phases of the O*NET effort.

To accomplish its work, the contractor will work in a cooperative and collaborative manner with technical experts, grantees, the National O*NET Consortium (Consortium), other O*NET contractors, private sectors employers and other O*NET users, as well as ETA programs and initiatives including One-Stop centers and America's Career Kit. Contractor must be able to demonstrate flexibility to meet changing priorities and respond quickly with appropriate analyses, research, and preparation of needed written or other informational materials. The contractor selected under this RFP will replace the current technical support contractor for the O*NET program.


The contractor will be responsible for fulfilling the objectives and activities listed below:

1. Develop and implement a research plan to determine new and improved strategies for technical advancements for O*NET. This may include the following activities:

a)Identify, develop, and model additional alternative data collection sources and strategies, such as “transactional data” obtained through computerized data mining, text mining, or other techniques or research, for use in updating, expanding, and enhancing the O*NET data base. This is particularly important for occupations where standard data collection methodologies are not practical or responsive. Traditional methods of data collection are very costly and can also be time-consuming. Alternative techniques using improved technology and non-traditional sources of data and data collection methodologies must be examined in order to maximize governmental resources and to keep O*NET information up to date. While formal surveys are likely to remain the major way in which core content of O*NET is maintained, use of transactional data may signal which occupations should be updated allowing for a more efficient and cost effective maintenance of O*NET. Furthermore, the use and incorporation of any transactional data and other 'opportunistic' databases must be evaluated according to both cost and validity considerations. This effort will support and be coordinated with the efforts of the Consortium and other O*NET grantees/contractors involved in the O*NET data collection effort.

b)Participate in the development of a methodology to identify emerging, evolving, or changing skills and occupations within the national economy.

c)Identify and facilitate methods to link related information such as industry skill standards, or occupational and vocational education clusters and curricula as auxiliary components of the O*NET content model and computerized electronic database. This may include participating in the development of “customized” databases or specifying methods to form links with special O*NET user communities such as employer/business/trade associations; worker/union alliances with business; educational/human resource associations; and, ETA internal government users.

d)Participate in the development of a methodology to identify potential new data items for inclusion in the O*NET electronic database including addition of information such as tools/processes, labor exchange attributes, and other appropriate data.

2. Facilitate the integration of O*NET into the employment and training community. This includes providing assistance to ETA in the DOT to O*NET conversion process; facilitating work and coordination with other government initiatives utilizing O*NET such a One-Stop career centers, skills standards, school to work, Social Security, public and private vocational rehabilitation providers, and other government programs. The contractor may serve as a liaison between public and private groups in the work force community.

3. Monitor and review the use and functionality of O*NET information in diverse settings to identify continuous improvements to the system to meet O*NET customer needs. This may include developing strategies and methods for improving O*NET delivery and dissemination for all users as well as identifying how O*NET has been incorporated into government as well as private business functions. Conduct regular analyses of O*NET users' perspective of what is most and least useful or helpful in order to assist in identifying best practices and inform continuous customer improvement of O*NET.

4. Review products and research reports for quality and implications for implementation, working under the direction of Federal staff and in close coordination with the NC field center, which is responsible for implementation of databases and several Web sites.

5. Provide on-site technical support to the National Office. This will include:

a)Conducting database queries and related economic and statistical analyses, including creation of value-added databases, using appropriate computer software with electronic sources of occupational information, labor market information, and classification crosswalk databases;

b)Developing O*NET support material to assist users in taking full advantage of O*NET capabilities;

c)Identifying new examples of “O*NET in Action” and update existing reports. (The “O*NET in Action” series documents examples of how O*NET is currently being utilized by the workforce development community, educational institutions, employers, and others); in addition, the contractor will maintain a catalog of different applications that use O*NET along with selected screen captures and examples.

d)Identifying and writing usage scenarios to highlight how different audiences can optimally make use of O*NET information and tools;

e)Preparing session presentation proposals for major annual conferences;

f)Preparing briefings and audiovisual presentations;

g)Providing computerized demonstrations of the O*NET website and tools;

h)Co-presenting with DOL staff, as required, to provide O*NET information to a variety of groups such as large and mid-size employers, national, state and local groups; professional and industry associations, and individual policy makers;

i)Supporting 'e-government' efforts by maintaining and updating content for the DOL/O*NET web site and working with DOL IT staff to keep postings up to date;

j)Providing input and review as member of overall O*NET website management/design team;

k)Updating the O*NET exhibit components as needed.

6.Review and develop translations of O*NET information into foreign languages or at various reading levels for users with limited English proficiency. Because of the growth and prevalence of the U.S. Hispanic population, O*NET 3.1 titles and definitions and some related materials have been translated into a Spanish version. This work needs to be continued and expanded to maintain currency and validity. In addition, consideration needs to be given as to whether or not O*NET needs to be translated into any other languages spoken by sizeable population groups in the U.S. The contractor will conduct relevant research and recommend options for DOL consideration. Specifically, as noted in the task statement, the contractor will develop a multi-year workplan that provides recommendations to ETA on what translations may be required and a proposed plan to accomplish such translations or link to translation tools. ETA will make the final determination on translation priorities.

C.2 BACKGROUND



In order to succeed in the global economy of the twenty-first century, the United States must have reliable occupational information that uses a standard classification and provides a common language and terminology for occupational attributes and requirements. Such information can serve as a key link to foster an integrated system of training, education and employment to better meet the needs of both employers and workers. This approach maximizes our nation's investment in its present and future workforce by establishing the means through which to link education and employment with actual labor market information and job opportunities. The O*NET system provides that common language and link between disparate systems in the education and employment communities; thus serving as a valuable tool in implementing the goals of the Workforce Investment Act (WIA). O*NET information can serve as an integral part of our Nation's ability to successfully compete in the global economy of the twenty-first century.

The O*NET system not only replaces the DOT as a classification structure but it fundamentally improves the ability of the system to manage occupational and skill information across a range of training, education, and employment communities. It is the culmination of more than a decade of research, review, and design to establish a common language with which to describe the world of work. O*NET is a comprehensive relational database that identifies and describes occupational and skill characteristics, workplace requirements, worker attributes, and experience requirements that are useful to students, educators, employers, and workers. The O*NET content model offers a common language and a standardized framework of information for consistent use across all occupational and industrial sectors. O*NET can identify broadly transferable skills by utilizing a variety of cross-occupation descriptors that organize job-specific information into empirically based occupational categories based on the 2000 Standard Occupational Classification (SOC) system.

The O*NET system also has significant Internet presence and utilization. Many O*NET products and tools are available in electronic form. The Internet is used as a primary delivery and dissemination medium for the underlying O*NET database, as well as specialized products such as O*NET assessment tools, crosswalks and technical reports. The O*NET OnLine application provides an 'e-book' allowing users to view and access portions of the O*NET database through personal computers at home or at work. Delivery of much of O*NET information and user training is accomplished through a variety of O*NET websites accessible through the O*NET portal page at www.onetcenter.org . Much of the support for O*NET projects involves development of content to be delivered both electronically through computerized files and via the Internet, as well as in hardcopy.

ETA and the National O*NET Consortium (Consortium) led by the North Carolina Employment Security Commission are in the process of populating O*NET's approximately 960 different occupational categories utilizing a complex data collection strategy. Over 40,000 employers will be contacted and 100,000 employees will participate in this effort over the more than three full years of data collection required to populate ratings for all of the O*NET-SOC occupations with survey data obtained from incumbent workers.




C.3 COORDINATION OF THE O*NET PROJECT



The O*NET project is managed by three offices within the U.S. Department of Labor's Employment and Training Administration (ETA): The Office of Policy and Research (OPR), the Office of Workforce Security (OWS), and the Office of Technology and Information Systems (OTIS). OPR will manage this contract. The contractor selected under this RFP will work under the direction and guidance of OPR staff but will be required to work closely with all three offices as well as with the Consortium, other O*NET contractors and grantees, ETA programs including One-Stops and America's Career Kit, private sector employers, new Workforce Investment Boards, skill standards initiatives and others.

The ongoing work of the O*NET Consortium includes: Populating the O*NET database with current incumbent data; providing technical assistance to O*NET users; maintaining the reliability and currency of the O*NET project through continued research and review; assisting in implementing the conversion process from DOT to O*NET in the workforce development community (with ETA Office of Workforce Security leading this effort); working with users to promote acceptance of O*NET occupations and variables as a common terminology for talking about workforce needs, and promoting enhanced integration and use of O*NET in the workforce development community through use of available O*NET resources such as the O*NET Career Exploration Tools, O*NET OnLine application, and other O*NET products. In addition, the contractor, working together with ETA officials, will actively work to identify ways in which O*NET can support customer needs including use of information to support rehabilitation services, education, and Social Security Administration efforts. Particular emphasis will also be placed in working with all appropriate DOL agencies to identify how O*NET can replace DOT in existing systems and support new requirements of DOL agencies, as applicable.

C.4 TASKS



The contractor awarded this contract will be responsible for the following tasks:

1)Develop Work Plan and Research Plan. The contractor will develop a work plan, including a research plan, within 30 days of the award of the contract, to meet the stated objectives of this solicitation. The contractor will work with DOL/ETA/OPR to refine the plan for maximum effectiveness.

2)Conduct Research Projects. Carry out research to identify potential additional sources for use in alternative data collection strategies and propose methods to implement their use to identify and populate the O*NET database with new and emerging skills and occupations. This effort will streamline and enhance current work supporting alternative data collection strategies. This strategy identifies alternative sources of data for use in populating the O*NET database. Research on use of transactional data may assist in identifying which occupations in the O*NET database may need to be updated more frequently, using job incumbent surveys or other approaches. All of these efforts will support and be coordinated with the efforts of the Consortium and any other O*NET efforts in this area. In particular work will be coordinated with the North Carolina O*NET Center that is responsible for maintenance and updating of the databases so all research efforts must be examined in the context of how database changes will be implemented at the O*NET Center. Also, Contractor staff may assist in coordinating research activities carried out by other contractors or grantees under the O*NET enterprise.

a)Identify and model additional alternative data collection strategies.

b)Evaluate the use and incorporation of this transactional data or any data mining techniques according to its cost and validity and in consultation with OPR.

c)Propose criteria to identify new and emerging skills and occupations for inclusion into the O*NET database.

d)Identify one to two emerging occupations in consultation with the Consortium and OPR and develop a plan to utilize data mining techniques and alternative data bases to populate the required data fields of the O*NET database.

e)Identify and facilitate methods to link related information such as industry skill standards, or occupational and vocational education clusters as auxiliary components of the O*NET content model and database.

f)Assist in efforts to expand O*NET database to included labor exchange attributes and information on tools, processes, and proficiencies related to occupations.

3)Contact/Liaison. The Contractor will initiate and maintain contacts with current and potential O*NET users. Contractor will develop and report comprehensive information on how O*NET is utilized in multiple and diverse environments. This information will be used to disseminate information contributing to outreach and education efforts promoting the use of O*NET. Contractor will identify similar uses and user communities that could benefit from incorporation of O*NET and suggest outreach approaches to ETA/OPR. Particular effort will be placed on working with the Social Security Administration, the Rehabilitation community, and ETA and other DOL agencies.

4)Monitor and Review O*NET Use. Through contact with user communities and in collaboration with OPR staff, the Contractor will document and report on the use and functionality of O*NET in diverse settings. Contractor will identify and report any functionality issues or unmet needs of various communities using O*NET information, along with options for possible enhancements to the system to better meet customer needs. Options for possible enhancement will be developed through valid research and may be incorporated as part of the research plan and activities under Tasks 1 and 2.

5)Support User Conversion to O*NET. Contractor will provide support as needed to facilitate the transition of current users of the DOT to appropriate use of the O*NET classification and information. This may include development of materials on comparative advantages of O*NET versus DOT use. The contractor will develop a catalog of current uses of the DOT by DOL agencies and work with OPR staff to develop a multi-year work plan to assist agencies in transitioning from the DOT to O*NET and in using O*NET to support other occupational requirements of DOL agencies.

6)Customization Options for Special User Communities. Some customization of O*NET is needed for its benefits to be fully realized by a few high priority groups such as the disabled and the vocational rehabilitation community. Contractor will identify and work closely with representatives from these communities to analyze their use of O*NET. Contractor will identify and propose specific ways that they can use O*NET within the context of their existing operational processes and systems and/or the type of customization that would be of most value. Special emphasis will be placed on working with all DOL agencies, Education, Social Security Administration, and the rehabilitation community.

7)Onsite Technical Support. Contractor will provide onsite technical support to OPR/DESA staff and through them the O*NET Consortium. This support will include but not be limited to: a) drafting responses to information inquiries and other correspondence,b) preparing draft briefing materials,c) preparing proposals for major conference presentations, d) preparing presentation materials, e) editing and reviewing documents. In addition, it is anticipated that up to 10% of technical support will be provided to the Office of Workforce Security to assist in conversion from DOT to O*NET, reviewing and/or assisting in development of technical assistance efforts, and other activities and with the Office of Technology and Information Services to link O*NET and America's Career Kit efforts. Such activities may take the form of participating on interoffice teams related to O*NET issues. However, all work of the contractor will be managed and guided by OPR staff to assure that appropriate priorities are established and efficient management of activities by a single source, i.e. the Division of Evaluation and Skills Assessment.

8)O*NET Support Material. The Contractor may develop and/or update O*NET support material in various formats, including written hardcopy material and audiovisual presentations to assist O*NET users in applying O*NET information in various and diverse applications. This may include the development of scenarios, case studies, guides, or reports to identify how best to utilize O*NET within specific segments of the educational, employment and/or training communities. This may include software applications.

9)Database Queries and Creation. Conduct quick turnaround database queries using appropriate computer software and complete related economic and statistical analyses on computerized sources of occupational information, national and State labor market information, and classification crosswalk databases. Use software (for example, SQL, Access, Excel, SAS, etc.) to develop value-added customized combinations of information from assorted databases. These activities will inform research and support presentations to and work with various O*NET user groups.

10)Exhibits and Presentations (as required). The Contractor will transport, set up and stock the exhibit booth with appropriate materials at designated events. (All materials for the booth will not necessarily be printed by the contractor but may be made available from other Consortium members.) The Contractor will provide staff at designated events to describe O*NET and answer questions for visitors to the exhibit booth. The Contractor will provide presenters for conferences or meetings as designated and agreed upon between the COTR and contractor. Contractor will demonstrate computerized applications using O*NET.

11)Internet Support. The contractor will provide input and review as member of overall O*NET website management/design team. Contractor will develop content for posting on O*NET website(s) and will be responsible for monitoring currency of information on ETA website. Contractor will work with DOL IT staff to keep the DOL/O*NET web site up to date. Contractor will also participate in tests of development versions of new Internet sites/applications prior to public release.

12)Translation. Contractor will translate specified portions of O*NET information into foreign languages, and develop English versions suited to different reading levels. These translations will be supplied in specified electronic formats, including text, spreadsheet, and/or database files, as appropriate. A realistic multi-year workplan will be developed working in conjunction with Federal officials to develop appropriate translations.

13)Coordination. In collaboration with ETA/OPR staff, the Contractor shall coordinate its activities with other members of the O*NET projects, including ETA staff in OWS and OTIS, grantees, O*NET Consortium members, and other contractors. As noted, all work will be guided and directed by OPR staff to assure efficient management of the work activities.

14)Preparation of issue papers and reports. During the course of the project, it is anticipated that there will be a number of issue, concept papers, or meeting summary reports that will need to be prepared. Generally, it will be expected that the contractor will keep notes and prepare summaries of significant meetings. Guidance and direction will be provided by O*NET Team Leader and/or Division Chief along with expected timeframe for delivering drafts and final versions of papers or reports.

15)Prepare O*NET In Action stories for public and internal use and develop a catalog of applications that use O*NET products including data systems, reports/publications, and other assessment tool that link to O*NET. The contractor will develop a brief plan on how to compile and maintain such a catalog.

16)Deliverables/Reports: a) An annual work plan and research plan; b) O*NET Functionality update report; c) Report(s) on feasibility and utility of additional alternative data collection sources/strategies; d) A model for methods of continuous improvement to identify and incorporate emerging skills and occupations into the O*NET database; e) Quarterly progress reports; f) Copies of all support materials developed by contractor, including electronic queries and databases; and g) Translations of O*NET content model elements and occupational task lists into foreign languages. In the first year of the project, a multi-year workplan will be developed identifying translation priorities and a proposed schedule for developing appropriate translations. Also in the first year, work will be completed on a Spanish version of all O*NET database components.

17)Contractor will provide assistance in developing an occupational code request process, working with ETA staff. It is not anticipated that the contractor will operate the OCR system, but will participate in the design of a system.

18)Contractor will identify appropriate need for subcontracts to carry out specific work items and will arrange for and manage such subcontracts as appropriate, working under the direction and guidance of the Team Leader and Division Director. All subcontract work statements and workplans will be developed in consultation with and/or reviewed by appropriate OPR staff before work activities are finalized. This is to ensure that work is carried out in the broader context of the overall O*NET enterprise as well as America's Career Kit, particularly with respect to implications for the implementation and utilization of research outcomes by other O*NET partners. For example, any research undertaken to improve content of O*NET, must be done with respect to how North Carolina O*NET Center would integrate such data or processes into the O*NET data collection and maintenance activitie.



C.5 TASK SCHEDULE



Many tasks involve ongoing activities, however there are some discrete tasks and reports that can be scheduled for the first year.


Task: Completion Time from Date of Award

1) Deliver work plan and research plan: 1 month

2) Performance goals in place: 1 month

3) a. Translation Multi-year Workplan (identify workplan for possible future translations of O*NET - this will be a working document, but first version should be developed in first four months) 3) b. Completion of Spanish translation - full translation of O*NET database and review by selected groups: 4 months 6 months

4) O*NET functionality review and enhancement plan: 8 months

5) Expanded/Enhanced Alternative Data Collection Plan and Proposed Implementation Model (must be developed working in conjunction with NC O*NET Center: 10 months

6) Implementation model for identifying and incorporating emerging occupations into the O*NET database: 10 months

7) Identify and catalog use of DOT by all DOL agencies and develop plan to assist offices to convert to O*NET: 8 months

8) Establish system/procedures to identify O*NET use in other products and implement and maintain a catalog of various applications. Deliverable will be a report outlining procedures and establishment of cataloging system: 2 months

C.6 SPECIAL REQUIREMENTS



The contractor shall be required to provide the necessary personnel to accomplish each task listed above. The key personnel positions and their required time commitment are listed as follows: Project Director (100%), Senior Analyst (100%), Technical Research Associate(100%), Program Specialist (100%)

Back to Table of Contents


SECTION D - PACKAGING AND MARKING




Back to Table of Contents




[FOR THIS SOLICITATION, THERE ARE NO CLAUSES IN THIS SECTION]





Back to Table of Contents


SECTION E - INSPECTION AND ACCEPTANCE





Back to Table of Contents



E.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE



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

    NUMBER          TITLE                                     DATE
                    
    52.246-5        INSPECTION OF                             APR 1984

                    SERVICES--COST-REIMBURSEMENT

SECTION F - DELIVERIES OR PERFORMANCE





Back to Table of Contents



F.1 PERIOD OF PERFORMANCE



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

F.2 LEVEL OF EFFORT



The level of effort for this project is estimated at between 10 and 12 professional person years. The level of effort for each option period is equal to the base year plus inflation. The inflation rate will be determined by the Bureau of Labor Statistics.

F.3 REPORTS/DELIVERABLES



Key reports and deliverables are specified in Section C.4 item 16 (deliverables/reports) and Section C.5 Task Schedule of the RFP.

Source code for any software applications developed under this contract whether by the contractor or by a subcontractor or sub grantee must be provided as a deliverable and will be available for use by the government including the possible distribution to and use by other parties.

In addition to the hard copies, the above-referenced reports/deliverables shall be provided in appropriate Microsoft Office software including Word, Excel, or Access, as applicable. In addition some products may be requested in a PDF format as well.

Because of the nature of the technical support, there will be many more deliverables during the course of the work. These will be specified in the workplan developed at the beginning of each year and as appropriate during the course of the year as needs may dictate; for example, the need may arise for a particular issue paper or a summary report from a meeting. While these will be referenced generically in the work plan, concrete deliverables will need to be specified during the course of the year. In all cases Federal and contractor staff will discuss required deliverables and expectations and timetable for completion of the deliverable.




Back to Table of Contents



F.4 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE



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

    NUMBER          TITLE                                     DATE
                    
    52.242-15       STOP-WORK ORDER                           AUG 1989

                    ALTERNATE I (APR 1984)

SECTION G - CONTRACT ADMINISTRATION DATA





Back to Table of Contents



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



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

(B) The Government Authorized Representative is authorized to:

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

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

(3) Review and approve invoices.

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

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

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

Back to Table of Contents



G.2 METHOD OF PAYMENT



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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

U.S. Department of Labor, ETA
Division of Accounting, Room N-4702
200 Constitution Avenue, NW
Washington, DC 20210

Back to Table of Contents


SECTION H - SPECIAL CONTRACT REQUIREMENTS





Back to Table of Contents



H.1 BUDGET LINE ITEM FLEXIBILITY



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

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

Back to Table of Contents



H.2 FRINGE BENEFITS



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

Back to Table of Contents



H.3 VACATIONS, SICK-LEAVE HOLIDAYS



The Contractor may grant leave in accordance with its established written policy, provided that policy is accepted by the Contracting Officer or, in the absence of an established policy, leave may be granted as follows:

Vacation: Maximum 2 weeks (10 working days)

Sick Leave: Maximum 2 weeks (10 working days)

Holiday: Maximum of paid holidays

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

Back to Table of Contents



H.4 TRAVEL AND PER DIEM



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

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

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

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

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

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

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

Back to Table of Contents



H.5 USE OF AND PAYMENT TO CONSULTANTS



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

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

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

Back to Table of Contents



H.6 UNEMPLOYMENT INSURANCE COST



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

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

Back to Table of Contents



H.7 ACCOUNTING AND AUDITING SERVICES



(a) Accounting

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

(b) Auditing

The contractor shall audit or have audited subcontractor financial records as may be required to determine, at a minimum, the fiscal integrity of financial transactions and compliance with laws, regulations and administrative requirements.

The U.S. Department of Labor shall be responsible for scheduling all audits of the prime contractor's books, documents, papers and records. The Department will use its own audit resources or shall use certified or public accountants under contract or auditors from another Federal agency.

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

Back to Table of Contents



H.8 PRINTING



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

Back to Table of Contents



H.9 KEY PERSONNEL



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

For the purpose of this contract, the key personnel positions are identified below as:
 
 Project Director
 
 Senior Analyst (2-3)
 
 Technical Research Associate
 
 Program Specialist
 

Back to Table of Contents



H.10 CONTRACT NUMBER IDENTIFICATION



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

Back to Table of Contents



H.11 SUBMISSION OF CORRESPONDENCE



All correspondence relating to contractual aspects shall be directed to the Division of Contract Services: Attention: Contracting Officer.

Back to Table of Contents



H.12 OTHER CONTRACTORS



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

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

Back to Table of Contents



H.13 LAWS APPLICABLE



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

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

Back to Table of Contents



H.14 DISPOSITION OF MATERIAL



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

Back to Table of Contents



H.15 NONDISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITIES



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

Back to Table of Contents



H.16 FEDERAL REPORTS



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

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

Back to Table of Contents



H.17 DISCLOSURE OF CONFIDENTIAL INFORMATION



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

Back to Table of Contents



H.18 ELIMINATION OF SEXIST LANGUAGE AND ART WORK



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

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

-- Longshore workers instead of longshoremen.

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

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

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

-- Human beings or people instead of mankind.

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

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

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

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

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

-- The lawyer made her final summation.

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

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

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

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

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

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

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

Back to Table of Contents



H.19 HAZARDOUS OCCUPATION ORDERS



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

Back to Table of Contents



H.20 INSURANCE REQUIREMENTS (FAR-SUBPART 28.3)



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

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

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

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

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

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

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

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

Name of Contracting Officer: Keith A. Bond

Address: USDOL/ETA/DASET/OGCM/DCS
200 Constitution Ave., N.W.
Room C-4310
Washington, D.C. 20210

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

Back to Table of Contents



H.21 DATA COLLECTION FOR THE DEPARTMENT OF LABOR



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

Back to Table of Contents



H.22 PERFORMANCE STANDARDS



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

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

Back to Table of Contents



H.23 RESTRICTION ON USE OF DOL FUNDS FOR LOBBYING



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

Back to Table of Contents



H.24 PUBLICATION OF MATERIALS



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

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

Back to Table of Contents



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



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

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

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

  Option
  Year          Estimated Cost    Indirect Cost    Total Estimated Cost
 
   1   		     $.00             $.00           $.00
   2   		     $.00 	           $.00 	         $.00
   3   		     $.00 	           $.00 	         $.00
   4   		     $.00 	           $.00 	         $.00
 

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

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

H.26 INDIRECT COSTS



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

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

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

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

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

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

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

                             BLOCK 1
 
Rate category:  (check one)
Your rates and bases are:
Billing
Overhead
Provisional
Base:
Final (And, if applicable)
See Attached Agreement
General and Admin.
Other (Explain)
Base:
Effective from to or if multi-year, please explain here:
 

BLOCK 2

(For special indirect cost ceilings)

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

OR

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

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

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

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

          Director, Office of Cost Determination (OCD)
          U.S. Department of Labor, OASAM
          200 Constitution Avenue, N.W., Room S-5520
          Washington, D.C.  20210
          Tel. (202) 693-4102
 
                  (End of Clause)
 
 

Back to Table of Contents



PART II - CONTRACT CLAUSES



SECTION I - CONTRACT CLAUSES




Back to Table of Contents



I.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE



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

    NUMBER          TITLE                                     DATE
                    
    52.202-1        DEFINITIONS                               DEC 2001

    52.203-3        GRATUITIES                                APR 1984

    52.203-5        COVENANT AGAINST CONTINGENT FEES          APR 1984

    52.203-6        RESTRICTIONS ON SUBCONTRACTOR SALES TO    JUL 1995

                    THE GOVERNMENT
    52.203-7        ANTI-KICKBACK PROCEDURES                  JUL 1995

    52.203-8        CANCELLATION, RESCISSION, AND RECOVERY    JAN 1997

                    OF FUNDS FOR ILLEGAL OR IMPROPER
                    ACTIVITY
    52.203-10       PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR    JAN 1997

                    IMPROPER ACTIVITY
    52.203-12       LIMITATION ON PAYMENTS TO INFLUENCE       JUN 1997

                    CERTAIN FEDERAL TRANSACTIONS
    52.204-4        PRINTED OR COPIED DOUBLE-SIDED            AUG 2000

                    ON RECYCLED PAPER
    52.209-6        PROTECTING THE GOVERNMENT'S INTEREST      JUL 1995

                    WHEN SUBCONTRACTING WITH CONTRACTORS
                    DEBARRED, SUSPENDED, OR PROPOSED FOR
                    DEBARMENT
    52.215-2        AUDIT AND RECORDS--NEGOTIATION            JUN 1999

    52.215-8        ORDER OF PRECEDENCE--UNIFORM CONTRACT     OCT 1997

                    FORMAT
    52.216-7        ALLOWABLE COST AND PAYMENT                MAR 2000

    52.216-8        FIXED-FEE                                 MAR 1997

    52.219-6        NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE  JUL 1996

    52.219-8        UTILIZATION OF SMALL BUSINESS CONCERNS    OCT 2000

    52.219-14       LIMITATIONS ON SUBCONTRACTING             DEC 1996

    52.222-1        NOTICE TO THE GOVERNMENT OF LABOR         FEB 1997

                    DISPUTES
    52.222-3        CONVICT LABOR                             AUG 1996

    52.222-21       PROHIBITION OF SEGREGATED FACILITIES      FEB 1999

    52.222-26       EQUAL OPPORTUNITY                         FEB 1999

    52.222-30       DAVIS-BACON ACT-PRICE ADJUSTMENT          DEC 2001

                    (NONE OR SEPARATELY SPECIFIED METHOD)
    52.222-35       EQUAL OPPORTUNITY FOR SPECIAL DISABLED    DEC 2001

                    VETERANS, OF THE VIETNAM ERA, AND OTHER
                    ELIGIBLE VETERANS
    52.222-36       AFFIRMATIVE ACTION FOR WORKERS WITH       JUN 1998

                    DISABILITIES
    52.222-37       EMPLOYMENT REPORTS ON SPECIAL DISABLED    DEC 2001

                    VETERANS, VETERANS OF THE VIETNAM ERA,
                    AND OTHER ELIGIBLE VETERANS
    52.222-38       COMPLIANCE WITH VETERANS' EMPLOYMENT      DEC 2001

                    REPORTING REQUIREMENTS
    52.223-6        DRUG-FREE WORKPLACE                       MAY 2001

    52.225-13       RESTRICTIONS ON CERTAIN FOREIGN           JUL 2000

                    PURCHASES
    52.227-1        AUTHORIZATION AND CONSENT                 JUL 1995

    52.227-2        NOTICE AND ASSISTANCE REGARDING PATENT    AUG 1996

                    AND COPYRIGHT INFRINGEMENT
    52.227-14       RIGHTS IN DATA--GENERAL                   JUN 1987

    52.228-7        INSURANCE--LIABILITY TO THIRD PERSONS     MAR 1996

    52.232-17       INTEREST                                  JUN 1996

    52.232-20       LIMITATION OF COST                        APR 1984

    52.232-23       ASSIGNMENT OF CLAIMS                      JAN 1986

    52.232-33       PAYMENT BY ELECTRONIC FUNDS--CENTRAL      MAY 1999

                    CONTRACTOR REGISTRATION
    52.233-1        DISPUTES                                  DEC 1998

                    ALTERNATE I (DEC 1991)
    52.233-3        PROTEST AFTER AWARD                       AUG 1996

                    ALTERNATE I (JUN 1985)
    52.242-1        NOTICE OF INTENT TO DISALLOW COSTS        APR 1984

    52.242-3        PENALTIES FOR UNALLOWABLE COSTS           MAY 2001

    52.242-4        CERTIFICATION OF FINAL INDIRECT COSTS     JAN 1997

    52.242-13       BANKRUPTCY                                JUL 1995

    52.243-2        CHANGES--COST REIMBURSEMENT               AUG 1987

                    ALTERNATE I (APR 1984)
    52.244-2        SUBCONTRACTS                              AUG 1998

                    ALTERNATE II (AUG 1998)
    52.244-5        COMPETITION IN SUBCONTRACTING             DEC 1996

    52.244-6        SUBCONTRACTS FOR COMMERCIAL ITEMS         DEC 2001

    52.246-25       LIMITATION OF LIABILITY--SERVICES         FEB 1997

    52.249-6        TERMINATION (COST-REIMBURSEMENT)          SEP 1996

    52.249-14       EXCUSABLE DELAYS                          APR 1984

    52.253-1        COMPUTER GENERATED FORMS                  JAN 1991



I.2 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)



The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60.


Back to Table of Contents



I.3 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)



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

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

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


Back to Table of Contents



I.4 52.232-25 PROMPT PAYMENT (MAY 2001) ALTERNATE I (OCT 2001)



Notwithstanding any other payment clause in this contract, the Government will make invoice payments and contract financing payments under the terms and conditions specified in this clause. Payment shall be considered as being made on the day a check is dated or the date of an electronic funds transfer. Definitions of pertinent terms are set forth in sections 2.101 and 32.902 of the Federal Acquisition Regulation. All days referred to in this clause are calendar days, unless otherwise specified. (However, see subparagraph (a)(4) of this clause concerning payments due on Saturdays, Sundays, and legal holidays.)

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

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

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

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

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

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

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

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

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

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

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

(i) Name and address of the Contractor.

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

(1) If the postmark is illegible or nonexistent, the demand must have been received and annotated with the date of receipt by the designated payment office on or before the 40th day after payment was made; or

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

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

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

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

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

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

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

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

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

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

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

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

(d) Invoices for interim payments. For interim payments under this cost-reimbursement contract for services--

(1) Paragraphs (a)(2), (a)(3), (a)(4)(ii), (a)(4)(iii), and (a)(5)(i) do not apply;

(2) For purposes of computing late payment interest penalties that may apply, the due date for payment is the 30th day after the designated billing office receives a proper invoice; and

(3) The Contractor shall submit invoices for interim payments in accordance with paragraph (a) of FAR 52.216-7, Allowable Cost and Payment. If the invoice does not comply with contract requirements, it will be returned within 7 days after the date the designated billing office received the invoice.


Back to Table of Contents



I.5 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)



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

http://www.arnet.gov/far


Back to Table of Contents



I.6 LIMITATIONS ON SUBCONTRACTING



52.219-14 LIMITATIONS ON SUBCONTRACTING (DEC 1996)

(a) This clause does not apply to the unrestricted portion of a partial set-aside.

(b) By submission of an offer and execution of a contract, the Offeror/ Contractor agrees that in performance of the contract in the case of a contract for --

(1) SERVICES (EXCEPT CONSTRUCTION). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.

(2) SUPPLIES (OTHER THAN PROCUREMENT FROM A NONMANUFACTURER IN SUCH SUPPLIES). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.

(3) GENERAL CONSTRUCTION. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.

(4) CONSTRUCTION BY SPECIAL TRADE CONTRACTORS. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.


Back to Table of Contents


PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS



SECTION J - LIST OF ATTACHMENTS





Back to Table of Contents



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



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



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



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



J.5 COST CONTRACTOR'S DETAILED STATEMENT OF COST, ETA 3-2


(1 PAGE)

J.6 VETS-100 - FEDERAL CONTRACTOR VETERANS EMPLOYMENT REPORT,


OMB 1293-0005 (2 PAGES)

J.7 PAST PERFORMANCE REFERENCE INFORMATION (2 PAGES)



J.8 PAST PERFORMANCE EVALUATION QUESTIONNAIRE (2 PAGES)



J.9 ORAL PRESENTATION EVALUATION QUESTIONNAIRE (1 PAGE)




Back to Table of Contents


PART IV - REPRESENTATIONS AND INSTRUCTIONS



SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS




Back to Table of Contents



K.1 NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE



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

    NUMBER          TITLE                                     DATE
                    
    52.203-11       CERTIFICATION AND DISCLOSURE REGARDING    APR 1991

                    PAYMENTS TO INFLUENCE CERTAIN FEDERAL
                    TRANSACTIONS


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



(a) Definitions.

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

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

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

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

(d) Taxpayer Identification Number (TIN).

[ ] TIN:. ____________________________

[ ] TIN has been applied for.

[ ] TIN is not required because:

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

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

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

(e) Type of organization.

[ ] Sole proprietorship;

[ ] Partnership;

[ ] Corporate entity (not tax-exempt);

[ ] Corporate entity (tax-exempt);

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

[ ] Foreign government;

[ ] International organization per 26 CFR 1.6049-4;

[ ] Other ___________________________________________

(f) Common parent.

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

[ ] Name and TIN of common parent:

Name ____________________________________________________

TIN ____________________________________________________



Back to Table of Contents



K.3 52.209-5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (DEC 2001)



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

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

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

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

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

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

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

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

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

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

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

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


Back to Table of Contents



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



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

(b) If the offeror or respondent checks "intends" in paragraph (a) of this provision, it shall insert in the following spaces the required information:
 
------------------------------------------------------------------------
 Place of performance (street      | Name and address of owner and
 (street address, city, state,     | operator of the plant or facility
  county, code)                    | if other than offeror or respondent
------------------------------------------------------------------------
___________________________________|__________________________________
___________________________________|__________________________________
___________________________________|__________________________________
___________________________________|__________________________________
___________________________________|__________________________________
___________________________________|__________________________________
___________________________________|__________________________________
___________________________________|__________________________________
___________________________________|__________________________________
 
------------------------------------------------------------------------
 


Back to Table of Contents



K.5 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2001)



(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is-- 541519.

(2) The small business size standard is 18 million [average annual receipts for 3 preceding fiscal yrs].

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

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

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

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

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

(5) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern.

(c) Definitions. As used in this provision--

Service-disabled veteran-owned small business concern--

(1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).

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

Veteran-owned small business concern means a small business concern--

(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and

(2) The management and daily business operations of which are controlled by one or more veterans.

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

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

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

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

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

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

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

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


Back to Table of Contents


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



The offeror represents that--

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

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

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


Back to Table of Contents



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



The offeror represents that--

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



Back to Table of Contents



K.8 52.227-15 STATEMENT OF LIMITED RIGHTS DATA AND RESTRICTED COMPUTER SOFTWARE (MAY 1999)



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

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

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

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

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

____________________________________________________________________

____________________________________________________________________

____________________________________________________________________

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



Back to Table of Contents



K.9 SIGNATURE BLOCK



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

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

 
 
 
 
      __________________________________________     _____________
      (Signature)                                    (Date)
 
 
      __________________________________________
      (Typed or Printed Name)
 
 
      __________________________________________
      (Title)
 
 
      __________________________________________
      (Solicitation Number)
 
 
      __________________________________________
      (Name of Company/Organization Represented)
 
 
 
 
 
      __________________________________________
      (Address, including Zip Code)
 
 
 
      _______________________________________
      (Telephone Number, including Area Code)

Back to Table of Contents

 
 

SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

Back to Table of Contents



L.1 NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE



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

    NUMBER          TITLE                                     DATE
                    
    52.215-1        INSTRUCTIONS TO OFFERORS--COMPETITIVE     MAY 2001

                    ACQUISITION
                    ALTERNATE I (OCT 1997)
    52.222-24       PREAWARD ON-SITE EQUAL OPPORTUNITY        FEB 1999

                    COMPLIANCE EVALUATION


L.2 52.216-1 TYPE OF CONTRACT (APR 1984)



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


Back to Table of Contents



L.3 52.233-2 SERVICE OF PROTEST (AUG 1996)



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



Keith A. Bond


Hand-Carried Address:

U.S. Department of Labor, ETA/OGCM
Division of Contract Services
200 Constitution Avenue, NW
Room C-4310
Washington DC 20210


Mailing Address:

U.S. Department of Labor, ETA/OGCM
Division of Contract Services
200 Constitution Avenue, NW
Room C-4310
Washington DC 20210



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


Back to Table of Contents



L.4 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)



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

http://www.arnet.gov/far




Back to Table of Contents



L.5 PAST PERFORMANCE



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

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

 
1. Name of contracting activity
2. contract number
3. Contract type
4. total contract value
5. contract work
6. contracting officer and telephone
7. program manager and telephone
8. administrative contracting officer, if different from #6
     and telephone number
9. list of major subcontractors
 

B. The offeror may provide information on problems encountered on the contract and subcontracts identified in A above and corrective actions taken to resolve those problems. Offerors should not provide general information of their performance on the identified contracts. General performance information will be obtained from the references.

C. The offeror may describe any quality of awards or certifications that indicate the offeror possess a high quality process for developing and producing the product or service required.

Identify what segment of the company (one division or the entire company) that received the award or certification. Describe when the award or certification was bestowed. If the award or certification is over three years old, present evidence that the qualifications still apply.

D. Each offeror will be evaluated on his/her performance under existing and prior contracts for similar products or services. Performance information will be used for both responsibility determinations and as an evaluation factor against which offerors' relative rankings will be compared to assure best value to the Government. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. The contractor's reference questionnaire form identified in Section J.8 will be used to collect this information. References other than those identified by the offeror may be contacted by the Government with the information received used in the evaluation of the offeror's past performance. The Government also reserves the right to decide not to contact all of the references provided by the offeror. Names of individuals providing reference information about an offeror's past performance shall not be disclosed.

L.6 ORAL PRESENTATION



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

The oral presentation and the question and answer session are not part of the offer and are not themselves offers. The oral presentation and the question and answer session will not constitute discussions, as defined by FAR Part 15, and will not obligate the Government to determine a competitive range, conduct discussions, or solicit to entertain revised or final offers.

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

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

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

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

4. Offeror's presentation team: A maximum of five contractor personnel (prime and subcontractor) may participate. These individuals/presenters will attend the oral presentation and the question and answer session and shall answer questions directed to them. The presentation shall be made by one or more of the personnel whom the offeror will employ to manage or supervise contract performance on a full time basis or as designated in Sections C.6 and L.10. The Project Director who will have a 100% time operational responsibility for contract performance shall be present and shall, at a minimum, answer questions directed to him/her during the question and answer session.

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

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

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


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

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

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

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

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

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

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

6. Clarification of oral presentation points: After completion of the oral presentation, the Government may request clarification of any points addressed which are unclear and may ask for elaboration by the offeror on any point which was not supported. Any such interchange between the offeror and the Government will be for clarification only, and will not constitute discussions within the meaning of FAR Part 15. The time required for clarification will not be counted against the offeror's presentation time limit.

7. Government Personnel:

Contract Specialist and/or Contracting Officer.

Federal Staff to assist in the administration of the presentations.

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

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

Each offeror shall use black and white overhead transparencies (slides) to document key points of its presentation. The Government will provide one overhead projector, one flip-chart pad, and marker pens for the offeror's use during the oral presentation. The offeror may not use or submit any other media documents. "The offeror shall submit its set of overhead transparencies and five (5) paper copies to the Government in a sealed package with its offer" (see L.7). Failure to submit the overhead transparencies and paper copies by the date established for receipt of offers will cause the offer to be rejected as non-responsive.

Thirty (30) minutes before the presentation, the Contract Specialist will give the transparencies to the offeror for its use during the presentation. The overhead transparencies must be 8.5 by 11 inches. The legibility and clarity of the transparencies is the responsibility of the offeror. The transparencies submitted will be considered the offeror's technical proposal. If there is a discrepancy between any of the transparencies and what is verbally stated during the presentation, the information that appears on the transparency will take precedence over what the presenters say.

There is no limit to the number of overhead transparencies that an offeror may use during its presentation. However, when evaluating the offeror's presentation, the Government will consider only the information on the transparencies that were actually projected during the presentation. The production and use of an excessive number of slides may be detrimental to an offeror's interests. The presentations will be audio taped by the Government. Offerors should mark slides in accordance with FAR 52.215-1 (e), Restrictions on Disclosure and Use of Data, as appropriate.

L.7 SUBMISSION OF PROPOSAL



(A) - General Instructions:

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

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

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

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

Part 2 - (1) A set of overhead transparencies and five (5) paper copies in a sealed package. These transparencies shall form the basis of the offeror's Oral Presentation. PLEASE NOTE: The sealed package containing the transparencies will not be opened until the scheduled date for an offeror's presentation, in the presence of the Contract Specialist and a representative of the offeror. Both the transparencies and the Oral Presentation will be used to evaluate the offeror's capability to perform the contract (See section M.3(A);

(2) Offerors shall submit an original and three copies of resumes of all "professional personnel" (See Section M.3(B); and

(3) Offerors shall submit an original and three copies of relevant past performance information (See Section L.5 and M.3(C).

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

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

(a)Three (3) copies of Attachment J.2 - Cost and Price Analysis, ETA 8555 (Mar. 1981) (b)One (1) copy of Attachment J.3 - Statement of Financial Capability, ETA 8554 (Mar. 1981)(c)"One (1) each Accounting System Certification which is a statement certifying that the offeror has an established accounting system with internal controls adequate to safeguard their assets, insure that funds are accounted for by cost categories, check the accuracy and reliability of the accounting data, promote operating efficiency and permit compliance with Government requirements and accounting procedures with respect to Cost Reimbursement types of contracts.

The statement shall be executed by a certified public accountant (CPA), licensed public accountant, a bona-fide accounting or audit organization such as Defense Contract Audit Agency (DCAA) or an entity of equivalent status acceptable to the Government." Failure to include the above stated supportive materials with your proposal will be a basis for determination of not being acceptable.

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

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

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

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

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

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

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

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

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

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

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

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

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

(a) How subcontractor was selected?

(b) Has the subcontractor submitted a cost proposal?

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

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

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

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

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

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



1. All proposed key personnel listed in Section M.3.A require written, signed (by employee/contingency hire), and dated letters of commitment. The Offeror shall provide letters of commitment from current employees that state they: (1) will remain employed by the Offeror; and (2) will work full time, or the percentage of time designated in the RFP, for at least six months on the resultant contract if awarded to the Offeror. The letters of commitment must reflect agreement on salary, benefits and position.

2. Letters of commitment must also be submitted for contingency hires, defined as persons not currently employed but who have executed a binding letter of commitment for employment with the Offeror, if the Offeror receives award under subject solicitation. The letter of commitment must reflect agreement on salary, benefits and position. New hires may not be proposed for key personnel. (A new hire is defined as specified or unspecified persons to fill an empty position who are neither identified as a current employee of the Offeror (or proposed subcontractor) nor as a contingency hire).

3. For those key personnel designated by the Contracting Officer, a binding signed employment contract between the key person(s) and the employer/offeror contingent upon DOL awarding the employer/offeror the resultant contract must be provided with the proposal in order for the proposal to be considered responsive or technically acceptable. The employment contract must:

(1)be for at least six months from the date of the award of the contract by DOL to the employer/offeror; (2)state that the employee will work full time, or the percentage of time designated in the RFP, on the resultant contract if awarded to the employer/offeror; and (3)the employment contract must address salary, benefits, and position.

L.9 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)

L.10 SPECIAL REQUIREMENTS



The contractor shall be required to provide the necessary personnel to accomplish each task listed above. The key personnel positions and their required time commitment are listed as follows:

The Project Director (100% full time) must have a graduate degree and five years of relevant experience or a bachelor’s degree and seven years of relevant experience in managing a project of this level of complexity. This person must possess knowledge and skills and demonstrated experience directly related to occupational analysis, working with different occupational classification systems, use of labor market information, assessment tools, research and development in occupational data development, and application of occupational information to support workforce development efforts to serve business, job seeker, students, and education/employment and training needs. The Project Director must have demonstrated ability to manage staff of varied backgrounds and specialty skill-sets and to effectively manage research and development and technical subcontracts.

In addition, 2 to 3 full time (100 %) analysts (such as senior, research, or technical analysts). The support of a writer/editor would be desirable through either a part-time position or sub-contract. Each analyst must possess demonstrated skills and knowledge in at least three of the following areas: (1) research, development and/or analysis of occupational data/information (2) developing, coordinating, or managing web sites; (3) research and/or development of labor market information; (4) development and/or use of different occupational classification systems; (5) training or making major presentations related to occupational and/or labor market information; (6) research and experience in applying occupational information from O*NET and/or other classification systems to support workforce development and career planning/preparation needs; (7) training/presentation capabilities, particularly as related to training or presentations related to the use of occupational information (such as O*NET, LMI, etc.) to support workforce development. While each individual contractor staff member must be proficient in at least 3 of these areas, collectively the contractor team must demonstrate knowledge and experience in all of these areas.

The contract and Federal staff form a working team to carry out the day-to-day activities related to the development and use O*NET and skills assessment tools and resources. This requires that the contract team must be able to work on site at the U.S. Department of Labor in Washington D.C. as part of the skills assessment team or be located in an office in the Washington D.C. area that allows both Federal and contract staff to work directly together on a daily basis.

PLEASE NOTE: At time of contract award, contractor must have an office located in the Washington, D.C. area or be able to work on site at the U.S. Department of Labor.

L.11 REQUEST FOR CLARIFICATION (RFC)



All Requests For Clarification (RFC) must be received no later than 5:00 p.m. local time, February 15, 2002.

Only electronic submission of requests will be accepted. They shall be submitted to Ms. Jillian Matz at jmatz@doleta.gov. Should any RFC be received after the date stated above, the Government reserves the right not to provide an answer. If, however, the Government determines that the RFC raises an issue of significant importance, the government will respond electronically.

The Government will not provide any information concerning requests for clarifications in response to telephone calls from offerors. All requests will be answered electronically and will be available to all offerors at the DOLETA Internet site (http://www.wdsc.org.sga/rfp/htm).

Please be advised that it is the sole responsibility of the offeror to continually view the website for any amendments to this solicitation.


Back to Table of Contents



SECTION M - EVALUATION FACTORS FOR AWARD




Back to Table of Contents



M.1 NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE



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

    NUMBER          TITLE                                     DATE
                    
    52.217-3        EVALUATION EXCLUSIVE OF OPTIONS           APR 1984



M.2 BASIS FOR AWARD (BEST VALUE)



The Government intends to evaluate proposals using a two-step methodology. The first step will involve the evaluation of the offeror's INDIVIDUAL STAFF EXPERIENCE AND QUALIFICATIONS, PAST PERFORMANCE, CONTRACTOR'S EXPERIENCE WITH RELATED WORK, AND PRICE, evaluation factors B, C, D, and E listed below). Based on these evaluations, a Competitive Range (FAR Part 15) consisting of the most highly rated proposals will be established.

The second step will involve evaluation of an ORAL PRESENTATION presented by each of the offerors within the Competitive Range. Evaluation of oral presentations will consist of the offeror's CAPABILITY TO PERFORM THE CONTRACT (evaluation factor A listed below). Therefore, each offer should contain the best terms from a cost or price and technical standpoint

A cost realism analysis will be performed for all technically acceptable offerors. Contract award will be based on the combined evaluations of Contractor's Capability to Perform the Contract, Individual Staff Experience and Qualifications, Past Performance, Contractor's experience with related work, and Price. The contract resulting from this solicitation will be awarded to the responsible offeror whose offer, conforming to the solicitation, is determined to provide the "best value" to the Government, which may not necessarily be the proposals offering the lowest cost nor receiving the highest technical score. It should be noted that cost is not a numerically weighted factor. Although non-cost factors are significantly more important than cost, cost is an important factor and should be considered when preparing responsive offers (proposals). The importance of cost as an evaluation factor will increase with the degree of equality of the proposals in relation to the remaining evaluation factors.

When the offerors within the competitive range are considered essentially equal in terms of technical, past performance and other no-cost factors (if any), or when cost is so significantly high as to diminish the value of the technical superiority to the Government, cost may become the determining factor for award. In summary, cost/no-cost trade offs will be made, and the extent to which one may be sacrificed for the other if governed only by the tests of rationality and consistency with the established factors.

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

M.3 EVALUATION CRITERIA AND BASIS FOR AWARD (BEST VALUE)



A. CONTRACTOR'S CAPABILITY TO PERFORM THE CONTRACT (35 points)

The Government will evaluate each offeror's capability to perform the contract on the basis of its oral presentation and the responses it gives during the question and answer session that will follow the oral presentation. In making this evaluation, the government will consider an offeror's : (1) knowledge of the content of the work in terms of constituent activities, their inputs and outputs, and their interrelationships and interdependencies; (2) recognition of the appropriate sequence and realistic duration of the work activities; (3) knowledge of the appropriate types of resources required to perform the work activities; (4) familiarity with the difficulties, uncertainties, and risks associated with the work; (5) knowledge of the personnel and subcontractor qualifications necessary to the performance of the work; and (6)discussion of potential issues and challenges, such as user needs, and present strategies for dealing with them.

B. INDIVIDUAL STAFF EXPERIENCE AND QUALIFICATIONS (30 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.

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

(c) The individual's educational background;

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

Please be advised that offerors shall be evaluated under this factor based on the following:

(i) The experience and qualifications of the Project Director and the amount of time committed to the project. The Project Director must have a graduate degree and five years of relevant experience or a bachelor’s degree, and seven years of relevant experience in managing a project of this level of complexity. This person must possess knowledge and skills and demonstrated experience directly related to occupational analysis, working with different occupational classification systems, use of labor market information, assessment tools, research and development in occupational data development, and application of occupational information to support workforce development efforts to serve business, job seeker, students, and education/employment and training needs. The Project Director must have demonstrated ability to manage staff of varied backgrounds and specialty skill-sets and to effectively manage research and development and technical subcontracts.

(ii) The experience and qualifications of the analyst staff (e.g. senior, research, technical). Each analyst must possess demonstrated skills and knowledge in at least three of the following areas: (1) research, development and/or analysis of occupational data/information (2) developing, coordinating, or managing web sites; (3) research and/or development of labor market information; (4) development and/or use of different occupational classification systems; (5) training or making major presentations related to occupational and/or labor market information; (6) research and experience in applying occupational information to support workforce development and career planning/preparation needs; (7) training/presentation capabilities, particularly as related to the use of occupational information (such as O*NET, LMI, etc.) to support workforce development. While each individual contractor staff member must be proficient in at least 3 of these areas, collectively the contractor team must demonstrate knowledge and experience in all of these areas, collectively the contractor team must demonstrate knowledge and experience in all of these areas.

(iii) 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 key professional personnel must devote the designated percentage of time commitment stated above to this project.

(iv) A resume for each professional personnel to be assigned to the project. At a minimum, each resume shall include:

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

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

(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

(v) 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.


C. CONTRACTOR'S PAST PERFORMANCE (20 Points)

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

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

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

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

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

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

(a) The organization for whom the work was done; (b) A contact person in that organization with their current phone number; (c) The dollar value of the contract for the project; (d) The time frame and professional effort involved in the project; (e) The Project Manager and other professional personnel assigned to the project; and (f) A brief summary of the work performed by the contractor on the project; significant accomplishments; and any problems encountered, corrective actions taken, and the outcome.

Please be advised that offerors shall be evaluated under this factor based on similar or related work completed during the past five (5) years on all contracts and subcontracts; the contractor's management plan for the projects; and the strength of the contractor's support for the projects.

PLEASE NOTE: Strength of the contractor's support for the projects is defined as follows:

i. Contractor has the facilities and equipment needed to perform the proposed project; ii. Contractor's offices are fully sufficient to accommodate its staff; and iii. Contractor has a complete complement of office equipment, i.e. computers for each staff member, printers, fax machine, and copy machines.

E. PRICE

Cost Realism will be performed as part of the proposal evaluation process. The purpose of this evaluation shall be (a) to verify the offeror's understanding of the requirement; (b) to assess the degree to which the cost/price proposal reflects the approaches and/or risk assessments made in the technical proposal as well as the risk that the offeror will provide the services for the offered prices/cost; and (c) assess the degree to which the cost reflected in the cost/price proposal accurately represents the work effort included in the technical offer (proposal).

M.4 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.





Back to Table of Contents