Table of Contents





                                   PART I - THE SCHEDULE

                           SECTION A - SOLICITATION/CONTRACT

FORM

                            SF 33    SOLICITATION, OFFER AND

AWARD

                                                           Page 1 of   Pages

______________________________________________________________________________


1. This contract is a rated order under DPAS(15 CFR 700) RATING: N/A

______________________________________________________________________________


2. CONTRACT NO.                         |3. SOLICITATION NO. RFP-DCS 99-45

________________________________________|_____________________________________

4. TYPE OF SOLICITATION [ ] SEALED BID (IFB)        [X] NEGOTIATED (RFP)

______________________________________________________________________________

5. DATE ISSUED                       |6. REQUISITION/PURCHASE REQ. NO.

   10/1/1999                         |   PAR 99-840/omw

_____________________________________|________________________________________


7. ISSUED BY N                       CODE

   U.S. Department of Labor, ETA/OGCM

   Division of Acquisition and Assistance



   200 Constitution Avenue, NW, Room S-4203

   Washington, DC  20210

______________________________________________________________________________


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 (See L.11) copies for furnishing the

supplies or services in the Schedule will be received at the place specified

in Item 8, or if handcarried, in the depository located in Room S-4203,

until 2:00 p.m. local time on 11/05/1999________.

CAUTION-LATE Submissions, Modifications, 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 Ollye M. Williams

    B. TELEPHONE NO. (Include Area Code)(NO COLLECT CALLS) (202) 219-8698 x163

    C. EMAIL ADDRESS  Owilliams@doleta.gov

______________________________________________________________________________


                             11.  TABLE OF CONTENTS

    PART I - THE SCHEDULE

    A   SOLICITATION/CONTRACT FORM

    B   SUPPLIES OR SERVICES AND PRICES/COSTS

    C   DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

    D   PACKAGING AND MARKING

    E   INSPECTION AND ACCEPTANCE               See Attached Table of Contents

    F   DELIVERIES OR PERFORMANCE

    G   CONTRACT ADMINISTRATION DATA

    H   SPECIAL CONTRACT REQUIREMENTS

    PART II - CONTRACT CLAUSES

    I   CONTRACT CLAUSES

    PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

    J   LIST OF ATTACHMENTS

    PART IV - REPRESENTATIONS AND INSTRUCTIONS

    K   REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF

OFFERORS

    L   INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS


    M   EVALUATION FACTORS FOR AWARD

______________________________________________________________________________


STANDARD FORM 33 (REV.9-97) Prescribed by GSA FAR(48 CFR) 53.214(c)









                          SOLICITATION, OFFER AND AWARD



                                                           Page 1a of   Pages



                     OFFER (Must be fully completed by offeror)

______________________________________________________________________________


NOTE:  Item 12 does not apply if the solicitation includes the provision 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

amend-

ments to the SOLICITATION for offerors & related documents numbered and dated



      AMENDMENT NO.       DATE             AMENDMENT NO.       DATE

      ------------      ---------          ------------      ---------













______________________________________________________________________________


15A. NAME AND ADDRESS OF OFFEROR















     Code:                                 Facility Code:

______________________________________________________________________________


15B. TELEPHONE NO. (Include Area Code)

______________________________________________________________________________


15C. CHECK IF REMITTANCE ADDRESS IS DIIFERENT IN SCHEDULE

     [ ] DIFFERENT FROM ABOVE - ENTER SUCH



______________________________________________________________________________


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

                                        |

                                        |

________________________________________|_____________________________________


17. SIGNATURE                           |18. OFFER DATE

                                        |

________________________________________|_____________________________________


STANDARD FORM 33 (REV.9-97) Prescribed by GSA FAR(48 CFR) 53.214(c)









                          SOLICITATION, OFFER AND AWARD



                                                           Page 1b of   Pages

______________________________________________________________________________

                      AWARD (To be completed by Government)

______________________________________________________________________________


19. ACCEPTED AS TO ITEMS NUMBERED





______________________________________________________________________________


20. AMOUNT





______________________________________________________________________________


21. ACCOUNTING AND APPROPRIATION









______________________________________________________________________________


22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:



  [ ] 10 U.S.C. 2304(c)( )             [ ] 41 U.S.C. 253(c)( )

______________________________________________________________________________


23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM:

    (4 copies unless otherwise specified)







______________________________________________________________________________


24. ADMINISTERED BY                     CODE

    (If other than Item 7)













______________________________________________________________________________


25. PAYMENT WILL MADE BY                CODE

    (If other than Item 7)











______________________________________________________________________________


26. NAME OF CONTRACTING       |27. UNITED STATES OF AMERICA   |28.AWARD

DATE

    OFFICER (Type or Print)   |(Signature of Contract Officer)|

                              |                               |

 KEITH A. BOND|                               |

                              |                               |

______________________________|_______________________________|________________



IMPORTANT - Award will be made on this Form or on Standard Form 26,

            or by other authorized official written notice.



______________________________________________________________________________


STANDARD FORM 33 (REV.9-97) Prescribed by GSA FAR(48 CFR) 53.214(c)



 



                              TABLE OF CONTENTS                         PAGE





PART I - THE SCHEDULE. . . . . . . . . . . . . . . . . . . . . . . . . . A-1   



SECTION A - SOLICITATION/CONTRACT FORM . . . . . . . . . . . . . . . . . A-1   

   SF 33    SOLICITATION, OFFER AND AWARD. . . . . . . . . . . . . . . . A-1   



SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS . . . . . . . . . . . . B-1   



SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK . . . . . . . . C-1   

   C.1    Background . . . . . . . . . . . . . . . . . . . . . . . . . . C-1   

   C.2   Objectives. . . . . . . . . . . . . . . . . . . . . . . . . . . C-6   

   C.3   Description of Project. . . . . . . . . . . . . . . . . . . . . C-6   

   C.4   Post-Separation Volunteer Transitional Support. . . . . . . . . C-7   

   C.5   Post Center Survey Operation. . . . . . . . . . . . . . . . . . C-11  

   C.6   Post Center Survey Operation Procedures:. . . . . . . . . . . . C-13  

   C.7   Post Center Survey Operation Assessment . . . . . . . . . . . . C-13  

   C.8   Transportation Verification Assistance/Oversight. . . . . . . . C-14  

   C.9    Administration and Management. . . . . . . . . . . . . . . . . C-16  



SECTION D - PACKAGING AND MARKING. . . . . . . . . . . . . . . . . . . . D-1   

   [For this Solicitation, there are NO clauses in this Section] . . . . D-1   



SECTION E - INSPECTION AND ACCEPTANCE. . . . . . . . . . . . . . . . . . E-1   

   E.1   NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE . . . E-1   

   52.246-9        INSPECTION OF RESEARCH AND DEVELOPMENT    APR 1984. . E-1   
                   (SHORT FORM)

SECTION F - DELIVERIES OR PERFORMANCE. . . . . . . . . . . . . . . . . . F-1   

   F.1   NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE . . . F-1   

   52.242-15       STOP-WORK ORDER                           AUG 1989. . F-1   

                   ALTERNATE I (APR 1984)

   F.2   PERIOD OF PERFORMANCE . . . . . . . . . . . . . . . . . . . . . F-1  

   F.3   LEVEL OF EFFORT . . . . . . . . . . . . . . . . . . . . . . . . F-1   

   F.4   REPORTS/DELIVERABLES. . . . . . . . . . . . . . . . . . . . . . F-1  



SECTION G - CONTRACT ADMINISTRATION DATA . . . . . . . . . . . . . . . . G-1   

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

   G.2   INVOICE REQUIREMENTS. . . . . . . . . . . . . . . . . . . . . . G-1   

   G.3   METHOD OF PAYMENT . . . . . . . . . . . . . . . . . . . . . . . G-3   



SECTION H - SPECIAL CONTRACT REQUIREMENTS. . . . . . . . . . . . . . . . H-1   

   H.1   BUDGET LINE ITEM FLEXIBILITY. . . . . . . . . . . . . . . . . . H-1   

   H.2   FRINGE BENEFITS . . . . . . . . . . . . . . . . . . . . . . . . H-1   

   H.3   VACATIONS, SICK-LEAVE HOLIDAYS. . . . . . . . . . . . . . . . . H-1   

   H.4   TRAVEL AND PER DIEM . . . . . . . . . . . . . . . . . . . . . . H-2   

   H.5   USE OF AND PAYMENT TO CONSULTANTS . . . . . . . . . . . . . . . H-3   

   H.6   UNEMPLOYMENT INSURANCE COST . . . . . . . . . . . . . . . . . . H-3   

   H.7   ACCOUNTING AND AUDITING SERVICES. . . . . . . . . . . . . . . . H-3   

   H.8   PRINTING. . . . . . . . . . . . . . . . . . . . . . . . . . . . H-4   

   H.9   KEY PERSONNEL . . . . . . . . . . . . . . . . . . . . . . . . . H-4   

   H.10  CONTRACT NUMBER IDENTIFICATION. . . . . . . . . . . . . . . . . H-5   

   H.11  SUBMISSION OF CORRESPONDENCE. . . . . . . . . . . . . . . . . . H-5   

   H.12  OTHER CONTRACTORS . . . . . . . . . . . . . . . . . . . . . . . H-5   

   H.13  LAWS APPLICABLE . . . . . . . . . . . . . . . . . . . . . . . . H-5   

   H.14  DISPOSITION OF MATERIAL . . . . . . . . . . . . . . . . . . . . H-5   

   H.15  NONDISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITIES. . . . . . H-6   

   H.16  FEDERAL REPORTS . . . . . . . . . . . . . . . . . . . . . . . . H-6   

   H.17  DISCLOSURE OF CONFIDENTIAL INFORMATION. . . . . . . . . . . . . H-6   

   H.18  ELIMINATION OF SEXIST LANGUAGE AND ART WORK . . . . . . . . . . H-7   

   H.19  HAZARDOUS OCCUPATION ORDERS . . . . . . . . . . . . . . . . . . H-8   

   H.20  INSURANCE REQUIREMENTS (FAR-Subpart 28.3) . . . . . . . . . . . H-8   

   H.21  DATA COLLECTION FOR THE DEPARTMENT OF LABOR . . . . . . . . . . H-9   

   H.22  PERFORMANCE STANDARDS . . . . . . . . . . . . . . . . . . . . . H-9   

   H.23  RESTRICTION ON USE OF DOL FUNDS FOR LOBBYING. . . . . . . . . . H-10  

   H.24  PUBLICATION OF MATERIALS. . . . . . . . . . . . . . . . . . . . H-10  

   H.25 OPTION TO EXTEND THE TERMS OF THE CONTRACT - SERVICE . . . . . . H-10  
        (FAR 17.208(g))

   H.26 INDIRECT COSTS . . . . . . . . . . . . . . . . . . . . . . . . . H-11  


PART II  - CONTRACT CLAUSES. . . . . . . . . . . . . . . . . . . . . . . I-1   


SECTION I  -  CONTRACT CLAUSES . . . . . . . . . . . . . . . . . . . . . I-1   

   I.1   NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE . . . I-1   

   52.202-1        DEFINITIONS                               OCT 1995. . I-1  

   52.203-3        GRATUITIES                                APR 1984. . I-1   

   52.203-5        COVENANT AGAINST CONTINGENT FEES          APR 1984. . I-1   

   52.203-6        RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT    JUL 1995. . I-1   

   52.203-7        ANTI-KICKBACK PROCEDURES                  JUL 1995. . I-1   

   52.203-8        CANCELLATION, RESCISSION, AND RECOVERY    JAN 1997. . I-1   
                   OF FUNDS FOR ILLEGAL OR IMPROPER  ACTIVITY

   52.203-10       PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR    JAN 1997. . I-1   
                   IMPROPER ACTIVITY
				   
   52.203-12       LIMITATION ON PAYMENTS TO INFLUENCE      JUN 1997. . I-1   
                   CERTAIN FEDERAL TRANSACTIONS

   52.204-4        PRINTING/COPYING DOUBLE-SIDED ON RECYCLED PAPER   JUN 1996. . I-1   
           
   52.209-6        PROTECTING THE GOVERNMENT'S INTEREST     JUL 1995. . I-1   
                   WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT

   52.215-2        AUDIT AND RECORDS--NEGOTIATION            JUN 1999. . I-1   

   52.215-8        ORDER OF PRECEDENCE--UNIFORM CONTRACT     OCT 1997. . I-1   
                   FORMAT

   52.216-7        ALLOWABLE COST AND PAYMENT                APR 1998. . I-1   

   52.216-8        FIXED-FEE                                 MAR 1997. . I-1   

   52.219-4        NOTICE OF PRICE EVALUATION PREFERENCE     JAN 1999. . I-1   
                   FOR HUBZONE SMALL BUSINESS CONCERNS                   (JAN 1999)
				   
   52.219-8        UTILIZATION OF SMALL, SMALL               JUN

1999. . I-1   

                   DISADVANTAGED, AND WOMEN-OWNED SMALL

                   BUSINESS CONCERNS

   52.219-9        SMALL BUSINESS SUBCONTRACTING PLAN       

JAN 1999. . I-1   

                   ALTERNATE II (JAN 1999)

   52.219-16       LIQUIDATED DAMAGES-SMALL BUSINESS        

JAN 1999. . I-2   

                   SUBCONTRACTING PLAN

   52.219-25       SMALL DISADVANTAGED BUSINESS             

JAN 1999. . I-2   

                   PARTICIPATION PROGRAM--DISADVANTAGED

Back to Table of Content





                              TABLE OF CONTENTS                         PAGE



                   STATUS AND REPORTING

   52.222-1        NOTICE TO THE GOVERNMENT OF LABOR        

FEB 1997. . I-2   

                   DISPUTES

   52.222-3        CONVICT LABOR                             AUG 1996. . I-2  



   52.222-26       EQUAL OPPORTUNITY                         FEB 1999. .

I-2   

   52.222-35       AFFIRMATIVE ACTION FOR DISABLED

VETERANS  APR 1998. . I-2   

                   AND VETERANS OF THE VIETNAM ERA

   52.222-36       AFFIRMATIVE ACTION FOR WORKERS WITH      

JUN 1998. . I-2   

                   DISABILITIES

   52.222-37       EMPLOYMENT REPORTS ON DISABLED

VETERANS   JAN 1999. . I-2   

                   AND VETERANS OF THE VIETNAM ERA

   52.223-2        CLEAN AIR AND WATER                       APR 1984. .

I-2   

   52.223-6        DRUG-FREE WORKPLACE                       JAN 1997. .

I-2   

   52.225-11       RESTRICTIONS ON CERTAIN FOREIGN          

AUG 1998. . I-2   

                   PURCHASES

   52.227-1        AUTHORIZATION AND CONSENT                 JUL

1995. . I-2   

                   ALTERNATE I (APR 1984)

   52.227-2        NOTICE AND ASSISTANCE REGARDING PATENT 

  AUG 1996. . I-2   

                   AND COPYRIGHT INFRINGEMENT

   52.227-11       PATENT RIGHTS -- RETENTION BY THE         JUN

1997. . I-2   

                   CONTRACTOR (SHORT FORM)

   52.227-14       RIGHTS IN DATA--GENERAL                   JUN 1987.

. I-2   

   52.228-7        INSURANCE--LIABILITY TO THIRD PERSONS    

MAR 1996. . I-2   

   52.230-2        COST ACCOUNTING STANDARDS                 APR

1998. . I-2   

   52.230-6        ADMINISTRATION OF COST ACCOUNTING        

APR 1996. . I-2   

                   STANDARDS

   52.232-17       INTEREST                                  JUN 1996. . I-2   

   52.232-18       AVAILABILITY OF FUNDS                     APR 1984. .

I-2   

   52.232-22       LIMITATION OF FUNDS                       APR 1984. .

I-2   

   52.232-23       ASSIGNMENT OF CLAIMS                      JAN 1986. .

I-2   

   52.232-33       PAYMENT BY ELECTRONIC FUNDS--CENTRAL    

 MAY 1999. . I-2   

                   CONTRACTOR REGISTRATION

   52.233-1        DISPUTES                                  MAR 1994. . I-2   

                   ALTERNATE I (DEC 1991)

   52.233-3        PROTEST AFTER AWARD                       AUG 1996. .

I-2   

                   ALTERNATE I (JUN 1985)

   52.242-1        NOTICE OF INTENT TO DISALLOW COSTS       

APR 1984. . I-2   

   52.242-3        PENALTIES FOR UNALLOWABLE COSTS          

OCT 1995. . I-2   

   52.242-4        CERTIFICATION OF FINAL INDIRECT COSTS    

JAN 1997. . I-2   

   52.242-13       BANKRUPTCY                                JUL 1995. . I-2  



   52.243-2        CHANGES--COST REIMBURSEMENT               AUG

1987. . I-2   

                   ALTERNATE V (APR 1984)

   52.244-2        SUBCONTRACTS                              AUG 1998. . I-2  



                   ALTERNATE II (AUG 1998)

   52.244-5        COMPETITION IN SUBCONTRACTING             DEC

1996. . I-2   

   52.246-23       LIMITATION OF LIABILITY                   FEB 1997. .

I-2   

   52.246-25       LIMITATION OF LIABILITY--SERVICES         FEB

1997. . I-2   

   52.249-6        TERMINATION (COST-REIMBURSEMENT)         

SEP 1996. . I-2   

   52.249-14       EXCUSABLE DELAYS                          APR 1984. .

I-2   

   52.253-1        COMPUTER GENERATED FORMS                  JAN

1991. . I-3   

   I.2   52.217-8  OPTION TO EXTEND SERVICES  (AUG 1989) . . . .

. . . . I-3   

   I.3   52.217-9  OPTION TO EXTEND THE TERM OF THE

CONTRACT . . . . . . I-3   

         (MAR 1989)

   I.4   52.219-23  NOTICE OF PRICE EVALUATION ADJUSTMENT

FOR SMALL. . . I-3   

Back to Table of Content





                              TABLE OF CONTENTS                         PAGE



         DISADVANTAGED BUSINESS CONCERNS (OCT 1998)

         ALTERNATE I (OCT 1998)

   I.5   52.227-23  RIGHTS TO PROPOSAL DATA (TECHNICAL) 

(JUN 1987). . . I-5   

   I.6   52.232-25  PROMPT PAYMENT  (JUN 1997) . . . . . . . . . . . . .

I-6   

   I.7   52.243-7  NOTIFICATION OF CHANGES  (APR 1984) . . . . . . .

. . I-11  

   I.8   52.252-2  CLAUSES INCORPORATED BY REFERENCE 

(FEB 1998) . . . . I-14  

   I.9   52.219-23 Notice of Price Evaluation Adjustment for . . . . . . I-14 



   I.10  52.219-24 Small Disadvantaged Business Participation. . . . . .

I-16  

   I.11  52.219-25 Small Disadvantaged Business Participation. . . . . .

I-17  



PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER

ATTACHMENTS . . . . . . J-1   



SECTION J - LIST OF ATTACHMENTS. . . . . . . . . . . . . . . . . . . . . J-1  



   J.1    CONTRACT PRICING PROPOSAL COVER SHEET, SF 1411,

(9 PAGES). . . J-1   

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

. . . J-1   

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

PAGES) . . . . J-1   

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

. . . . . J-1   

   J.5    COST CONTRACTOR'S DETAILED STATEMENT OF. . . . . .

. . . . . . J-1   

   J.6    PAST PERFORMANCE EVALUATION QUESTIONNAIRE (2

PAGES). . . . . . J-1   

   J.7    CLIENT AUTHORIZATION INFORMATION (3 pages) . . . . . .

. . . . J-1   

   J.8    VETS-100 - FEDERAL CONTRACTOR VETERANS

EMPLOYMENT. . . . . . . J-1   

   J.9    TABLE 3 - ANNUAL NUMBER OF TERMINATING MALE

STUDENTS BY. . . . J-1   

   J.10   TABLE 4 - CURRENT CENTERS WITH CONTRACT

SUPPORT STAFF. . . . . J-1   

   J.11   ORAL PRESENTATION QUESTIONNAIRE (2 PAGES). . . . .

. . . . . . J-1   



PART IV  -  REPRESENTATIONS AND INSTRUCTIONS . . . . . . . . .

. . . . . K-1   



SECTION K  - REPRESENTATIONS, CERTIFICATIONS AND . . . . .

. . . . . . . K-1   

             OTHER STATEMENTS OF OFFERORS

   K.1   NOTICE LISTING SOLICITATION PROVISIONS

INCORPORATED . . . . . . K-1   

         BY REFERENCE

   52.203-11       CERTIFICATION AND DISCLOSURE REGARDING 

  APR 1991. . K-1   

                   PAYMENTS TO INFLUENCE CERTAIN FEDERAL

                   TRANSACTIONS

   52.222-21       PROHIBITION OF SEGREGATED FACILITIES     

FEB 1999. . K-1   

                   (FEB 1999)

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

. . . K-1   

   K.3   52.204-5  WOMEN-OWNED BUSINESS (OTHER THAN

SMALL BUSINESS). . . K-3   

   K.4   52.209-5  CERTIFICATION REGARDING DEBARMENT,

SUSPENSION,. . . . K-3   

         PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS

         (MAR 1996)

   K.5   52.215-6  PLACE OF PERFORMANCE (OCT 1997) . . . . . . . . .

. . K-4   

   K.6   52.219-1  SMALL BUSINESS PROGRAM

REPRESENTATIONS. . . . . . . . K-5   

         (MAY 1999)

   K.7   52.222-22  PREVIOUS CONTRACTS AND COMPLIANCE

REPORTS. . . . . . K-6   

         (FEB 1999)

   K.8   52.222-25  AFFIRMATIVE ACTION COMPLIANCE  (APR

1984). . . . . . K-7   

   K.9   52.223-1  CLEAN AIR AND WATER CERTIFICATION 

(APR 1984) . . . . K-7   

   K.10  52.227-15  STATEMENT OF LIMITED RIGHTS DATA AND

. . . . . . . . K-7   

         RESTRICTED COMPUTER SOFTWARE  (MAY 1999)

   K.11  52.230-1  COST ACCOUNTING STANDARDS NOTICES

AND . . . . . . . . K-8   

         CERTIFICATION  (APR 1998)

   K.12  SIGNATURE BLOCK . . . . . . . . . . . . . . . . . . . . . . . . K-12 





Back to Table of Content





                              TABLE OF CONTENTS                         PAGE



SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO

OFFERORS. . . . . . L-1   

   L.1   NOTICE LISTING SOLICITATION PROVISIONS

INCORPORATED . . . . . . L-1   

         BY REFERENCE

   52.215-1        INSTRUCTIONS TO OFFERORS--COMPETITIVE    

OCT 1997. . L-1   

                   ACQUISITION

                   ALTERNATE I (OCT 1997)

   52.215-16       FACILITIES CAPITAL COST OF MONEY         

OCT 1997. . L-1   

   52.219-24       SMALL DISADVANTAGED BUSINESS             

JAN 1999. . L-1   

                   PARTICIPATION PROGRAM--TARGETS

   52.222-24       PREAWARD ON-SITE EQUAL OPPORTUNITY       

FEB 1999. . L-1   

                   COMPLIANCE EVALUATION

   L.2   52.204-6  DATA UNIVERSAL NUMBERING SYSTEM

(DUNS) NUMBER . . . . L-1   

         (JUN 1999)

   L.3   52.216-1  TYPE OF CONTRACT  (APR 1984). . . . . . . . . . . . .

L-2   

   L.4   52.219-22  SMALL DISADVANTAGED BUSINESS STATUS

(OCT 1998) . . . L-2   

         ALTERNATE I (OCT 1998)

   L.5   52.227-6  ROYALTY INFORMATION  (APR 1984) . . . . . . . . .

. . L-3   

   L.6   52.233-2  SERVICE OF PROTEST  (AUG 1996). . . . . . . . . . . .

L-4   

   L.7   52.252-1  SOLICITATION PROVISIONS INCORPORATED

BY . . . . . . . L-5   

         REFERENCE  (FEB 1998)

   L.8   PAST PERFORMANCE. . . . . . . . . . . . . . . . . . . . . . . . L-5   

   L.9  SMALL BUSINESS SUBCONTRACTING PLAN . . . . . . . . . . .

. . . . L-6   

   L.10  ORAL PRESENTATION SECTION . . . . . . . . . . . . . . . . . . .

L-7   

   L.11  SUBMISSION OF PROPOSAL. . . . . . . . . . . . . . . . . . . . . L-10 



   L.12  REQUEST FOR CLARIFICATION (RFC) . . . . . . . . . . . . . . . .

L-13  



SECTION M - EVALUATION FACTORS FOR AWARD . . . . . . . . . .

. . . . . . M-1   

   M.1   NOTICE LISTING SOLICITATION PROVISIONS

INCORPORATED . . . . . . M-1   

         BY REFERENCE

   52.217-3        EVALUATION EXCLUSIVE OF OPTIONS          

APR 1984. . M-1   

   M.2  BASIS FOR AWARD (BEST VALUE) . . . . . . . . . . . . . . . . . .

M-1   

   M.3   EVALUATION CRITERIA . . . . . . . . . . . . . . . . . . . . . . M-2  



Back to Table of Content





Back to Table of Content

            RFP DCS-99-45                                      Section B





                          PART I - THE SCHEDULE



                SECTION B - SUPPLIES OR SERVICES AND

PRICE/COSTS









                            SERVICES ORDERED



    Title:         "JOB CORPS COUNSELING AND SUPPORT SERVICES"





    The purpose of this project is to provide educational and

    occupational skills training and support services at one hundred

    nineteen (119) campuses across the country, including Alaska, Hawaii

    and Puerto Rico.  The unique combination of services provided in Job

    Corps is intended to better prepare youth to obtain and hold gainful

    employment, pursue further education or training, or satisfy

    entrance requirements for careers in the Armed Forces.



    The period of performance under this contract shall be twelve months

    (12) calendar months from the date of execution plus four (4) 1-year

    options at the discretion of the government.



    Standard Industrial Classification Code has been determined to be

    8744, with a $5 million size standard.



    The government contemplates the award of a cost reimbursement plus

    fixed-fee type contract under this solicitation.



    This solicitation is let under Full and Open Competition.



    Solicitation No: is RFP-DCS-99-45



    OFFERORS PLEASE BE ADVISED THAT DOL/ETA SEEKS TO PLACE A FAIR

    PORTION OF ITS CONTRACT DOLLARS WITH SMALL, SMALL DISADVANTAGED,

AND

    WOMEN-OWNED SMALL BUSINESS CONCERNS AS DEFINED IN FAR 52.219-8. 

FOR

    THIS PROCUREMENT THE CONTRACTING OFFICER HAS MADE AN ASSESSMENT

THAT

    20% OF THE TOTAL DOLLAR VALUE OF THE CONTRACT BE SUBCONTRACTED

TO

    SMALL, SMALL DISADVANTAGED AND WOMAN-OWNED BUSINESSES.



    THE RECEIPT OF PROPOSAL DATE IS NOVEMBER 5, 1999 AT 2:00 PM LOCAL

    TIME.  NOTE: THE GOVERNMENT WILL NOT EXTEND THE RECEIPT OF

PROPOSAL

    DATE BEYOND NOVEMBER 5, 1999.  REQUEST FOR CLARIFICATIONS MUST BE

    RECEIVED NO LATER THAN 5:00 PM LOCAL TIME OCTOBER 15, 1999.

















                                      B-1

Back to Table of Content

            RFP DCS-99-45                                      Section C





              SECTION C -

DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK













    C.1    Background



    Job Corps is a national, residential training and employment program

    administered by the Department of Labor to address the multiple

    barriers to employment faced by disadvantaged youth throughout the

    United States.  Job Corps was originally established by the Economic

    Opportunity Act of 1964; current authorization for the program is

    Title I-C of the Workforce Investment Act (WIA).  WIA became

    effective August 1998 and will be implemented between July 1, 1999

    and July 1, 2000 focusing on long term outcomes of students

    [reference WIA, Section 159 (1)(E)].



    Job Corps provides educational and occupational skills training and

    support services at 119 campuses across the country, including

    Alaska, Hawaii and Puerto Rico.  The unique combination of services

    provided in Job Corps is intended to better prepare youth to obtain

    and hold gainful employment, pursue further education or training,

    or satisfy entrance requirements for careers in the Armed Forces.



    The program is designed to assist young people, 16-24, who need and

    can benefit from the multi-faceted approach provided by Job Corps

    centers to prepare young adults to find and hold long-term

    employment.   Job Corps provides a comprehensive mix of services to

    address barriers to employment, including: basic education;

    occupational exploration; vocational training; social skills

    training; health care; School-to-Work, work-based activities;

    counseling and related services; recreation and post-program

    placement support.  The typical youth served by Job Corps is an

    18-year-old high school dropout who reads at a seventh-grade level,

    comes from a poor family, belongs to a minority group, and has never

    been employed, or has been unemployed for many weeks. The aim of the

    program is to help youth become responsible adults, prepare for and

    obtain suitable employment, return to school or further training, or

    satisfy Armed Forces entry requirements, thus breaking the cycle of

    poverty by improving life-long earning prospects .



    It is the residential aspect of Job Corps that distinguishes it from

    other employment and training programs and enables Job Corps to

    provide a comprehensive array of services in one setting 24 hours a

    day, seven days a week.  Approximately 90 percent of students are

    residential; the remainder commute from home to centers daily to

    attend classes.  Enrollment in Job Corps is voluntary and programs

    are open-entry, open-exit and self- paced to allow students to

    progress at their own speed.  Youth are enrolled from all areas of

    the country, and the majority are assigned to Job Corps centers in

    their home states. During the last year, the Office of Job Corps has



                                      C-1

Back to Table of Content

            RFP DCS-99-45                                      Section C



    increased its emphasis on reaching out to the community, employers,

    and other employment, training and education programs.



    As a national program that is 100 percent federally funded, Job

    Corps is subject to Congressional scrutiny and oversight.  There is

    clear evidence of Congressional intent that Job Corps work more

    closely with State workforce systems, of which communities and

    employers are the main focus for Job Corps.  The program has a

    responsibility to be a major component of these systems,

    particularly as they relate to serving at-risk youth.



    Moreover, Job Corps will be focusing on five related RESPECT

    principles for quality performance.  These RESPECT principles

    underscore the need for Job Corps to strengthen its connections to

    the community at large, and the business community in

    particular--thus providing the learning and living environment that

    students need to benefit from this program.  The contractor is

    expected to understand the five Job Corps RESPECT principles, which

    are the departure point for achieving quality performance, and to

    know how each relates to the objective and tasks to be completed for

    this project.  The RESPECT principles are:



    Student Retention



    Student retention--the length of time a student remains in Job Corps

    has been of concern.  The early dropout rate at 30, 60 and 90 days

    has been and remains high. For Program Year 1997, 31.3 percent of

    students left within the first 90 days.  The result of this high

    turnover is that early leavers receive little or no training to

    enable them to obtain employment or further training, yet they may

    remain eligible for Job Corps placement services. Those who are able

    to obtain jobs often perform poorly.  Their association with Job

    Corps can have a negative effect on the program's image with

    employers, and can harm the prospects for placing other students.

    On the other hand, the longer students remain in the program, the

    better their outcomes.  More students obtain GEDs, become vocational

    completers, achieve higher reading and math gains and get placed in

    job training matches at higher wages.  Therefore, student retention

    is a critical element in a student's success and is an area in which

    the contractor can play a highly effective role through contact with

    students while they are enrolled and during the critical

    transitional phase after the student leaves Job Corps.



    Employer Involvement



    Employer awareness of, and sustained involvement in Job Corps is

    essential to achieving overall program quality that leads to

    long-term, well-paying job opportunities for students.  In past

    years, Job Corps' relationship with employers, especially at the

    center level, focused almost exclusively on developing jobs and

    encouraging representation on the center's Community

    Relations/Advisory Council. Recent initiatives with employers, many

    resulting from School-to-Work implementation efforts, are increasing

    the involvement with a greater variety of employers. Ultimately, it

    is employers, both public and private, that either accept (hire) or

    reject our students.  Therefore, it is this most important customer



                                      C-2

Back to Table of Content

            RFP DCS-99-45                                      Section C



    that Job Corps needs to reach with the information that Job Corps

    can provide employees who will enhance their productivity and,

    ultimately, profits.  The work of this contract directly affects the

    Job Corps-employer relationship through helping students remain in

    the program to completion, helping students make successful

    transitions to home and the work world, following up on students

    after placement, and making connections with employers in the

    community to tell them what Job Corps can do for them.



    School-to-Work Principles



    Job Corps is committed to becoming a comprehensive system that

    institutes School-to-Work principles as part of its centers'

    operation, particularly training and employer partnerships.  Such a

    system will transform each center's operation and atmosphere by:

    significantly changing center staff roles, responsibilities and

    schedules; reconfiguring center course offerings and training

    resources; and adjusting classroom layouts and many other center

    components to accommodate school-based and work-based learning.  Job

    Corps now has over 60 of its centers actively pursing the changes

    needed to reconfigure current training delivery operations, working

    to transform themselves into new systems based upon STW principles.

    The retention activities that keep a student focused on training and

    remaining in the program are related to participation in

    school-to-work.



    Placement Quality



    Having reached a significant level in terms of efficiency and volume

    in placing students, the Job Corps system needs to do more to

    prepare students for, and help them obtain, long-term employment

    paying high wages in occupations for which they were trained.  Over

    the last 5 years, Job Corps has dramatically improved its success in

    placing students, in terms of both percentage placed and absolute

    numbers.  In Program Year 1997, 80 percent of the students leaving

    Job Corps were placed in jobs, school or the military--compared to

    64 percent in PY 1993.   The annual number of placements achieved

    increased by more than 15,000 over that period.  While this level of

    success is notable, concerns remain regarding the length of time

    students stay in a job/school, the wages earned by students, and the

    degree to which job placements relate to the training received.

    These are primary factors to examine when considering quality

    placement.  The activities of this project directly address quality

    placement through helping students decide to stay in the program to

    completion and to work out their problems on the job rather than

    quit.  The contractor will help the students develop the skills and

    job readiness to achieve quality placements by providing help with a

    successful transition after Job Corps, and by following up for a

    period after placement to assess customer satisfaction.



    Community Connections (Expanded Community Ties)



    For much of Job Corps' history, the general public has viewed Job

    Corps centers as temporary homes for at-risk youth, and in response

    to this perception, centers often viewed community outreach as a

    necessary means of maintaining friendly relations with neighboring



                                      C-3

Back to Table of Content

            RFP DCS-99-45                                      Section C



    communities.  As years passed, centers moved beyond this defensive

    posture and began to recognize that communities could be an enormous

    resource to students through enhanced services, educational support,

    employment, and post-employment support services.  Centers also

    began to realize the importance of their own involvement in

    improving the communities in which they are located.



    Centers reach out to local community leaders by establishing

    Community Relations Councils (Industry Councils when WIA is fully

    implemented).  However, an effective community relations program

    extends beyond the organization and operation of a council.

    Establishing a solid local foundation with the community affects the

    climate of a Job Corps center and the program as a whole. How

    students are perceived--and received--in a community can vary

    dramatically depending on the degree of Job Corps involvement in the

    community.  Without community support, students cannot experience

    the full benefits that Job Corps has to offer, and Job Corps as a

    whole cannot broaden its base and evolve as a program.  The

    activities of this contract, in both the pre-separation and

    post-separation phases, will influence community relations.



    For both Employer Involvement and Expanded Community Ties, the new

    Workforce Investment Act has additional implications.  The Act

    requires that each center establish a Business Community Liaison and

    an Industry Council which includes employer membership from both the

    local community surrounding the center and communities to which

    students will be returning following training.  The contractor will

    be expected to work with both the Business Community Liaisons and

    the Industry Councils in providing support to students and former

    students.  The contractor will also be expected to work with local

    one-stop centers to assist former students find jobs and identify

    other community resources to support them.



    The very nature of the Job Corps program brings with it many

    problems that are inherent when youth are located outside their home

    environment.  Students can become homesick or desire to return home

    due to problems encountered in a new residential setting.  Some

    students are able to cope; others impulsively elect to leave centers

    rather than deal with what is bothering them.  Still others are

    simply unable to cope with the problems encountered.  Additional

    problems are often encountered by students when they leave the Job

    Corps program.  They may lack information on resources available to

    them in the center community as well as the community to which they

    return or relocate, or they may be in need of support services to

    enable them to successfully make the transition from Job Corps to

    work. Effective long term follow up services will enable the

    contractor to address employer and transitional issues of the

    student.



    Almost since Job Corps' inception,  placement-related support

    services have been provided to students.  Under the current contact,

    a salaried FTE working half-time is located on 56 Job Corps centers

    to assist with the development of life skills and to counsel

    students who want to leave the program early. Contractor staff

    assess what a student's needs will be upon leaving Job Corps and

    connect the student with a volunteer to assist that student in



                                      C-4

Back to Table of Content

            RFP DCS-99-45                                      Section C



    making the transition to the community from Job Corps.  Their

    specific roles and duties vary from center to center, as well as

    region to region, according to local need. The contractor will be

    expected to continue these functions.



    In addition to those staff, a network of volunteers provides

    transitional services to former students returning home or

    relocating to another community.  This involves helping students

    with housing, transportation to work, health services, budget

    planning, community resources, arranging for child care and other

    needs generated in the process of making the transition from Job

    Corps to the community and work.



    The contractor will also be responsible for delivering a Post Center

    Survey Operation that will be expected to attempt to contact the

    full universe of placed students in order to obtain statistically

    valid information on initial placement and 13th week placement

    verification.  In order to maintain the integrity of the survey and

    obtain statistically valid information, the contractor must achieve

    a 70% contact rate of the full universe of placed students.  Towards

    this effort, the contractor must ensure that staff, located at a

    central office, are trained and focused in contacting techniques and

    survey administration.  In addition, the Post Center Survey will

    gather customer satisfaction information for program improvement.

    The contractor should be aware that this task may be modified,

    reduced, or eliminated during the first contract year as policies

    are developed for full implementation of WIA.  The government will

    provide a 90 day notification period prior to any changes for this

    specific task.



    Further tasks the contract will focus on are requirements for

    transportation verification and establishing  standardized oversight

    procedures. These activities relate to DOL-paid tickets for student

    inter-city travel.  The contractor shall furnish staff in each Job

    Corps Regional Office at the levels indicated in Table 1.



    Other related duties specified in this contract will also include

    the oversight of the Harpers Ferry Memorial Scholarship Fund Award.

    This scholarship was established in 1996 to commemorate the memory

    of eight Harpers Ferry Job Corps students who perished in the

    MARC/AMTRAK train collision.  A scholarship in the amount of $1,000

    to help defray the costs of academic and/or vocational training is

    presented to an eligible Job Corps student annually.  Funds for this

    scholarship are donated to a special bank account which will be

    administered by the contractor.



    TABLE 1.  Number of Transportation Verifiers in Job Corps Regional

    Offices



    Region Transportation Verifier Planned OBS (data as of PY 1997)

    1(1) Half-time 2,375



    2(1) Half-time 3,146



    3(1) Full-time 7,708



                                      C-5

Back to Table of Content

            RFP DCS-99-45                                      Section C





    4(1) Half-time 6,083



    5(1) Half-time 3,492



    6(1) Half-time 6,354



    7/8(1) Half -time 4,983



    9(1) Half-time 4,614



    10(1) Half-time 2,985



   C.2   Objectives



    The Job Corps experience is that follow-up and support services

    enabling students to readjust to their home environments must be an

    integral part of the Job Corps program. Upon returning home, or in

    some cases, relocating to a new community, students need support

    services to make a successful transition to the actual world of

    work.  To provide these support services and extended follow up, the

    contractor will furnish the necessary material, equipment, services

    and personnel to provide the following support services to Job

    Corps:



    Pre-separation support and counseling services in 56 centers to Job

    Corps students and center staff to help prepare students to complete

    the program and make the transition from center life to a life of

    employment and responsibility for their lives; Post-separation

    transitional support services to all male Job Corps students, during

    both the placement and post-placement periods, to help them make a

    successful transition from  Job Corps to home and the work force;

    Post Center Survey Operation whose primary goal is to attempt

    contact of the full universe of placed students, however ensuring a

    70% contact rate for the purpose of:



    (1) Obtaining statistically valid information on initial placement

    verification, obtaining statistically valid information on 13th week

    placement verification, and obtaining customer satisfaction

    information.



    (2) Transportation verification assistance/oversight requirements to

    ensure travel vouchers for students meet specific requirements.



    (3) Administration of the Harpers Ferry Scholarship Fund Award to

    ensure the integrity of the selection process and funding account.



   C.3   Description of Project



    Pre-Separation Transitional Support Services:



    At centers designated in this contract, the contractor shall provide

    a transitional support services program designed to ensure that

    students separating from the program are prepared with the knowledge

    and skills needed to make a successful transition from Job Corps to



                                      C-6

Back to Table of Content

            RFP DCS-99-45                                      Section C



    home and the work force.



    The contractor will provide a plan to ensure that all Transitional

    Services Specialist (TSS) tasks listed below are completed on 56 Job

    Corps centers.  (See Table 4 (Attachment J.10)for list of Job Corps

    centers for which contractor will provide services. On occasion, as

    new centers open, they may be added to the list.)



    The plan will describe how the following tasks will be accomplished

    by the Transitional Services Specialist who shall:



    (1) Inform new students about transitional support services

    available throughout, and following, enrollment.



    (2) Throughout enrollment, actively counsel and encourage students

    to complete the Job Corps program.



    (3) Assist each student in assessing and documenting his/her

    potential transitional support needs.



    (4) Counsel and assist each student in developing a plan to meet

    transitional needs once he/she separates from Job Corps. The plan

    shall identify potential needs, strategies and possible resources to

    meet those needs.



    (5) Prior to, or concurrent with, a student's separation, provide a

    copy of the transitional support needs assessment and plan to the

    Support Services Contractor who is designated to provide services to

    returning males/females as appropriate.



    (6) Advise each student that a support service volunteer in his/her

    home community will be in contact following separation to offer

    assistance with transitional needs.



    In cooperation with the Center Director at each center where

    assigned, develop a center-specific agreement which outlines the

    role and responsibilities of the Transitional Services Specialist,

    which shall include the tasks listed above and may include:



    (1) Training students in social skills to enhance employability.



    (2) Training staff on issues relevant to youth development.



    (3) Organizing or coordinating career fairs.



    (4) Other functions designed to promote program completion and

    development of employability skills.



    (5) Working with Industry Councils to discuss student transition

    issues.



   C.4   Post-Separation Volunteer Transitional Support

    Activities:



    Through a nationwide network of volunteers in both urban and rural

    areas, the contractor shall provide transitional support services



                                      C-7

Back to Table of Content

            RFP DCS-99-45                                      Section C



    which will enable all separating male students to make a successful

    transition from center life to the community and the work force.

    Additionally, using its broad volunteer field network, the

    contractor shall promote community connections to encourage

    applicant referral and to enhance employer and community knowledge

    and support of the Job Corps program.



    (1) The contractor shall select and train volunteers in each

    community who:



    Show understanding of, and a commitment to, the mission of Job

    Corps; Demonstrate the ability to interact effectively with young

    adults, employers and community members and leaders;  Are

    knowledgeable of workforce and community issues and community

    resources.  Through the network of trained community volunteers, the

    contractor shall provide the following services to separating male

    students: (See Table 3 for the estimated Annual Number of Separating

    male Students, by Region).  The returning student contact to active

    volunteer ratio should be no greater than a 15:1 ratio on a national

    basis; Contact students at time of separation, to identify and offer

    assistance with transitional needs; Provide direct assistance with,

    or referral to, community resources to meet identified transitional

    support needs (Commonly Needed Transitional Support Services are

    described in Table 2); Continue monthly contact for a 12 month

    period following separation, (or until student declines further

    help) to determine status and provide needed support services; and

    Maintain documentation of dates and methods of each contact (or

    attempt), assistance provided, and results.



    Through its volunteer network, the contractor shall promote referral

    of interested youth for Job Corps enrollment. Volunteers shall:



    (1) Elicit referrals to determine interest, and/or forward referrals

    to the appropriate local Job Corps Admissions Counselor for initial

    contact.



    (2) Promote community connections to enhance community knowledge and

    support of the Job Corps program.  In their home communities,

    volunteers shall:



    a) Act as goodwill ambassadors for Job Corps to promote awareness

    and engender support for the mission of Job Corps among the public,

    employers and community leaders.



    2) Identify, establish and maintain linkages with organizations

    which can provide support resources which will enable returning

    former students to transition successfully to the community and work

    force.



    The contractor will assist youth, through transitional support

    services, in adjusting to community life.  The support services may

    include, but are not limited to, providing training in and/or

    assistance with the following:



    TABLE 2. COMMONLY NEEDED TRANSITIONAL SUPPORT SERVICES





                                      C-8

Back to Table of Content

            RFP DCS-99-45                                      Section C



    DESCRIPTION



    1. Housing Assistance



    Providing information or assistance in finding housing and signing a

    lease; the obligation of tenant and landlord; arranging for

    emergency, short-term housing or shelter.



    2. Transportation Assistance



    Providing assistance with public transportation, insofar as bus

    scheduling and routing from residence to place of employment or

    other transportation needs are concerned. This includes the

    formation of or entering into existing car pools, and providing bus

    tokens or bus passes, or information on buying a car.



    3. Post-Separation Center



    Assisting in recovery of personal belongings, class rings, GED

    certificates, completion certificates, etc.



    4. Child Care



    Assisting with finding affordable, safe child care services where

    needed.



    5. Health Services



    Finding and making referrals for health services--clinics,

    hospitals, health centers, private practitioners for medical, dental

    or mental health problems.



    6. Social Services



    Providing assistance in obtaining SSI, general assistance, food

    stamps, or other referrals to counseling on personal adjustment

    problems, family planning, marriage counseling, etc.



    7. Legal Services



    Providing information and referrals on workers' rights, legal rights

    and legal assistance; help with claims, worker's compensation, etc.



    8. Emergency Services



    Providing methods for securing subsistence sponsorship of students

    through existing community agencies (e.g.; referrals to

    food/clothing bank), or student loans or grants.



    9.  Advice



    Providing general counsel or advice to former Job Corps students;

    encouraging them to pursue worthy goals, etc.



    10. Citizenship Information





                                      C-9

Back to Table of Content

            RFP DCS-99-45                                      Section C



    Providing assistance in acquiring driver's license, ID cards, birth

    certificates, insurance, etc.; information on purchasing or consumer

    laws; local, state and federal taxes and other laws; assistance or

    referral in filing income tax returns and Selective Service and

    voter registration procedures.



    11. Other Training Opportunities



    Providing information about eligibility criteria and current

    openings with programs appropriate for particular Job Corps student

    and the availability of such training programs.



    12. Other Educational Opportunities Providing assistance in

    returning, enrolling in high school, basic education, vocational

    schools, college, etc.



    13. Job Corps Alumni Associations



    Assisting students to locate a National Job Corps Alumni Association

    local chapter and/or members.



    14. Other Community Services



    Providing advice on recreational facilities youth clubs, and

    location of various churches.



    15. Readjustment Allowance



    Providing assistance in location and tracking eligible readjustment

    allowance checks that have not been properly received by terminating

    Job Corps students.



    16. Job Assistance



    Providing advice on local employment opportunities; pinpoint local

    employment opportunities through use of local resources (e.g., job

    bank, employment agencies, one-stop centers, etc.) Assist with

    additional information on filling out job applications, resume

    preparation, employment skills, employment tools, uniforms, shoes,

    etc.  While these tasks are normally the function of Job Corps

    centers and placement contractors, some students have not received

    this assistance, often because they have left the center before

    receiving the information or help. The volunteer should, where

    possible, refer the students to a Job Corps placer for placement

    services.



    17. Job Placement



    Providing direct assistance which results in the Job Corps student's

    employment (i.e.,advisor or TSS contacts a potential employer and

    arranges for the student to be interviewed, resulting in the student

    being hired).



    As in #16, these tasks are normally the function of Job Corps

    centers and placement contractors.  However, some students have not

    received this assistance, often because they have left the center



                                      C-10

Back to Table of Content

            RFP DCS-99-45                                      Section C



    before receiving the information or help.  The volunteer should,

    where possible, refer the student to a Job Corps placer for

    placement services.



    18. Budget Planning



    Providing information and advice on budget for rent, clothes,

    entertainment, etc.; good shopping practices; cost of credit; help

    or advice about banking practices, setting up personal checking or

    savings accounts, etc.



    An estimate of the number of male students who will be returning to

    the regions, together with an estimate of those to be served by the

    contractor, is provided in the table below.  It is intended as a

    guide for planning; the numbers provided are approximate.  The

    contractor shall be prepared to provide placement support and

    post-placement services for those students whose names are provided

    by the center or Job Corps Data Center, regardless of their location

    within the region.  The returning student contact to active

    volunteer ratio should be no greater than a 15:1 ratio on a national

    basis.



    See Attachment J.9  -  TABLE 3 : Annual Number of Terminating Male

    Students by Region For Program Year 1997



    The contractor will offer support services to the males separating

    from Job Corps centers.  The table above shows the number by region

    of males separating from the program in Program year 1997 (July 1,

    1997-June 30, 1998), the last full programs year for which data are

    available

    -----------------------------------------------------------------

    -----------------------------------------------------------------

    --------------------------



   C.5   Post Center Survey Operation



    The contractor will provide a plan focusing  on conducting a Post

    Center Survey Operation in which a survey instrument has been

    designed to provide required data on student outcomes.   The overall

    objective of the survey and interview approach is to collect

    information in a consistent, non-biased way while achieving at least

    a 70 percent response rate from a full universe of placed students

    contacted.  The results of the survey are then automatically

    transmitted electronically to the Job Corps Data Center located in

    San Marcus, Texas for further analysis.  However, it should be noted

    that the continuation of this specific task may be modified,

    reduced, or eliminated as policies are developed for full

    implementation of WIA during the first contract year.  The

    government will provide a 90 day notification period to the

    contractor prior to any modifications to this specific task.



    The survey for the Post Center Operation is designed to:



    (1) Collect information from students or employers on the validity

    of initial job placements.





                                      C-11

Back to Table of Content

            RFP DCS-99-45                                      Section C



    (2) Obtain information on student employment/school experiences 13

    weeks after the initial placement.



    (3) Collect information on overall customer satisfaction with the

    Job Corps experience.



    (4) Conduct outreach to ask former students to refer friends to Job

    Corps.



    Post Center Survey questions address a number of issues pertaining

    to verification of the initial placement and 13th week placement of

    the student including the following:



    (1) Whether the student attended the school/training or worked for

    the employer listed as the initial placement,



    (2) The number of hours worked during the 7-day period,



    (3) The date the student reported for work,



    (4) Whether the student enrolled/attended the school listed in the

    placement record,



    (5) Whether the student was enrolled in the same or a different type

    of training than what was listed on the placement record,



    (6) Whether the student enrolled/attended on the date reported,



    (7) Whether the student attended the school/training program for the

    required duration, and



    (8) The status of the student at the 13th week after the initial

    placement.



    The contractor will observe the following guidelines which provide a

    standardized framework to follow in implementing the Post Center

    Survey Operation:



    1. The contractor will provide at least ten full-time equivalent

    (FTE) surveyors plus one coordinator to be based at one central

    location.



    2. The contractor will select and train staff who:



    -Have shown an understanding of, and a commitment to, the mission of

    Job Corps.



    -Have demonstrated effective interpersonal and verbal communication

    skills.



    -Have demonstrated competence in conducting surveys, including

    locating respondents and probing for answers.



    3. The contractor will ensure staffing schedules reflect coverage

    for holidays, weekends, vacation/sick schedules and peak hours in

    which students would mostly likely be at home (i.e., early morning,



                                      C-12

Back to Table of Content

            RFP DCS-99-45                                      Section C



    late afternoon, and evening).



    4. The Post Center Survey Operation will be guided by the

    definitions which are in accordance with the Job Corps Policy and

    Requirements Handbook, Chapter 7, and will follow uniform procedures

    communicated by the National Office to the contractor.



    5. The Surveyors will be both trained and supervised by the

    contractor.



     C.6   Post Center Survey Operation Procedures:



    The contractor should follow specified established procedures in

    order to document survey results pertaining to verifications of

    placement.  In some instances results from the student survey may

    result in a placement which is questionable due to lack of

    information or due to conflicting information obtained from the

    student.  The guidelines set forth are as follows:



    (1) The Job Corps Data Center populates the follow up database for

    100% of placed students.



    (2) Surveyor attempts telephone contact at the 13th week of the

    student's  placement.



    (3) If contact is made,  the surveyor completes the survey based on

    information from the Job Corps database.  This information is used

    to verify the initial placement and 13th week placement.



    (4) If, at any point during these questions, the students' answers

    are different from the database information, the placement becomes

    questionable and is referred to the Job Corps Regional Office for

    further verification.



    (5) If the Regional Office determines the questionable placement to

    be either valid, invalid, or unverifiable, the contractor will enter

    the findings into the system.



    (6) In collecting customer satisfaction documentation, surveyors

    must query the students in order to obtain useful information

    regarding post placement services for program improvement.



    (7) Surveyors should also encourage students to provide referrals to

    the program



    C.7   Post Center Survey Operation Assessment



    To ensure that quality services are provided and accurate placement

    verification data is collected, the contractor shall submit, within

    30 days after the award of the contract, a plan to be approved by

    the GAR which will include the following:



    (1) Staff quotas in order to meet targeted employer placement

    verification  requirements and customer satisfaction inquires,



    (2) A quality control system to ensure accuracy and integrity of



                                      C-13

Back to Table of Content

            RFP DCS-99-45                                      Section C



    surveys,



    (3) A staff incentive system  for quality performance, and



    (4) A reporting system to include survey operation results



     C.8   Transportation Verification

Assistance/Oversight



    The contractor shall be required to provide a plan in order to

    perform the following tasks:



    To satisfy the DOL requirement for transportation verification

    assistance/oversight and other related duties, the contractor shall

    furnish staff in the Job Corps Regional Offices at the levels

    indicated in Attachment 2.  These activities relate to DOL-paid

    tickets for inter-city student travel. They do not relate to tickets

    that students furnish at their own expense, nor to intra-city

    students travel via local bus, subway, ferry service or the like.



    Staffing:



    Contractor staffing levels in order to perform transportation

    verification assistance/oversight functions shall be in accordance

    with the following requirements:



    a. In all regions except Regions III and VII/VIII, (See Table 1) the

    staffing requirement for this function is for a single, half-time

    position to be referred to as a Transportation Verifier.



    b. The Transportation Verifier shall be located within the

    contractor's Regional Offices, or if that is impractical, shall be

    in close proximity to the Regional Office.



    c. The transportation verifier shall be both trained and supervised

    by the contractor.  In addition, the Job Corps Regional Office shall

    provide appropriate follow up training and shall monitor the work

    process to ensure conformity with the established verification

    procedures.



    d. Transportation Verifiers may be assigned periodically at the

    Regional Offices' discretion to assist with other functions

    dependent on workload fluctuations.



    Tasks:



    The contractor shall furnish the necessary paid personnel, to

    perform the following tasks in the Job Corps Regional Offices,

    except that the Regional Offices will furnish the contractor with

    postage and oversight delivery services for the transmittal of

    tickets, receipts and reports.



    1. Develop a system to track unused Job Corps student transportation

    tickets purchased via Government Travel System (GTS) corporate

    credit accounts. The system shall provide tracking from the point a

    ticket is identified as not being used until the point which a

    credit for refund of the unused ticket is obtained.  The system



                                      C-14

Back to Table of Content

            RFP DCS-99-45                                      Section C



    shall be developed and made fully operational in each region within

    four weeks after the effective date of the implementing contract.



    2. Operate the system in each region to track unused Job Corps

    student transportation tickets that are purchased via GTS accounts,

    including the regional accounts that are used by the Job Corps

    center travel agency and accounts that are used by individual Job

    Corps centers. Contractor activities shall include the following

    tasks and information collection functions:



    a. Identity unused tickets issued for new student input. From

    various information sources (e.g., SPAMIS, annotated JC-19 travel

    authorizations), identify and initiate tracking of unused

    transportation tickets issued for new students input.



    b. Track organizational accountability for each unused ticket until

    credit is obtained.  Operating within the procedures and using the

    document established, track the whereabouts (e.g., screener, center,

    regional office, travel agency) of each unused ticket until credit

    has been obtained.  In some regions, this may involve receiving and

    processing unused tickets from screening agencies and Job Corps

    centers for transmittal to the Job Cops travel agency.



    c. Review monthly GTS credit card billing statements to identify

    unused, refunded tickets for which vendor credit has been obtained.

    It is generally expected that, for air and rail tickets, a credit

    will appear in the appropriate GTS account within no more than three

    monthly billing cycles from the date that the ticket was received.

    For bus tickets, it is expected that the credit would appear by no

    later than two monthly billing cycles.



    d. Based on regional procedures, make follow up contact with

    accountable person or organizations concerning delinquencies in

    handling or processing of unused tickets; provide reports of such

    delinquencies to appropriate Regional Officials.



    3. Verify that tickets purchased by the central travel agency were

    ordered by the Regional Office, screening agencies, or Job Corps

    centers.  This involves the review of the monthly GTS billing

    generated by the central travel agency and performing a spot check

    of 10 tickets on each billing. A sample ticket is considered valid

    if documentation is obtained that it was purchased based on an order

    from the Regional Office, a screening agency or a Job Corps center.

    Any instance of a non-verifiable ticket is to be referred to

    appropriate Regional Office officials for follow-up action.



    4. Assist Regional Offices where applicable in obtaining

    verification of tickets ordered by Job Corps centers via center

    specific GTS accounts,  (E.g., faxing copies of month GTS billing to

    the appropriate Job Corps centers for a  determination that the

    changes are proper and to identify any unused tickets for which a

    credit should be expected on a later billing).



    5. Assist Regional Office where applicable in tracking the use of

    Regional GTR's and obtaining verification of tickets ordered by Job

    Corps centers via Regional GTR's. In regions that elect to use



                                      C-15

Back to Table of Content

            RFP DCS-99-45                                      Section C



    Regional GTR's this would include maintenance of logs and

    documentation to track distribution and use of GTR's by centers and

    screening agencies.  This function might also include assistance to

    the Regional Office in appropriate purchases made by centers and

    screening agencies.



    6.   Provide Job Corps Regional Offices and the National Office with

    a monthly report indicating, by region, the number and dollar value

    of unused tickets identified during the month, the number and value

    of tickets for which credit was obtained during the month, and the

    number and dollar value of unused tickets for which credit is still

    pending at the close of the month.  (See c). Transportation

    Verifiers are expected to handle all routine communication and

    contact with screening agencies, Job Corps centers and the central

    travel agency unless otherwise directed by the Regional Office.  If

    the Transportation Verifier is having difficulty in obtaining

    resolution of an issue with any of these parties, the matter is to

    be referred to the appropriate Regional Office official.



    7. Maintain archival data (electronic) on "resolved" tickets from

    the time of  resolution until the end of the third program year

    following the program year in which resolution occurred.



    Transportation Verification Assessment



    To ensure quality services and accurate transportation verification

    data is collected, the contractor shall submit, within 30 days after

    the award of the contract, a plan to be approved by the GAR which

    will include the following:



    a. A quality control system to ensure accuracy,



    b. A staff incentive system for quality performance, and



    c. Standardized guidelines and procedures for transportation

    verification to be utilized nationwide.



    C.9    Administration and Management



    The contractor will provide direction, management and administrative

    support to all functions and tasks of this contract and shall

    furnish the necessary material, equipment and supplies. The

    contractor will establish systems that ensure:



    Effective program organization and management



    The contractor will establish systems which ensure achievement of

    program goals and maintenance of quality performance.



    Program integrity and accountability



    The contractor will establish procedures for monitoring and tracking

    operations and outcomes, including a plan for formal review of TSS

    offices on centers, contract regional offices, and the volunteer

    program.  It will show  how the contractor will measure performance

    on goals, hold all TSSs accountable, and conduct measurement of, and



                                      C-16

Back to Table of Content

            RFP DCS-99-45                                      Section C



    accountability for, volunteer goals.



     Design a series of forms for gathering required internal reporting

    data (e/g/. Counselor and volunteer personal assistance reports,

    volunteer recruiting brochures as well as a model quarterly 3-8 page

    newsletter, which delineates the contractors activities in support

    of the Job Corps program. The newsletter will be distributed

    throughout  the Job Corps program, national and regional offices and

    to the contractor's aid and voluntary staff).



    Maintain an 800 number to ensure that volunteers, paid staff, and

    present and former Job Corps students have access to the

    contractor's regional office and national offices.



    Develop and implement an ongoing annual awards and recognition

    program to acknowledge significant volunteer contribution in each

    region and nationally.



    Provide training for regional staff in the recruiting and training

    of volunteers.



    Comply with all required reports/deliverables identified in section

    F, Deliverables and Performance.



    Staff professionalism and development



    The contractor will recruit, hire, and retain qualified staff, in

    accordance with the requirement below and will be expected to manage

    the contract through a structure that includes a regional office in

    each of the Job Corps regions and national office. The contractor

    will develop and implement policies which promote a working

    environment of equal opportunity which is free of race, gender or

    ethnic bias.  To carry out the requirements of the contract, the

    contractor shall have:



    a. a nationally controlled structure



    b. staff with a thorough knowledge of Job Corps procedures and

    operations and an ability to promote the Job Corps program in a

    positive,  knowledgeable manner to the community and employers,

    experience with WIA in general and Job Corps specifically,



    c. knowledge of, and sensitivity to, the needs of disadvantaged

    young men and  women,



    d. an existing, stable, dependable, visible, accountable force of

    trained volunteer workers nationwide, in all states, and in both

    rural and urban areas,



    e. an existing, comprehensive national network of service providers

    who are available nationally, in all states, both rural and urban,

    on a 24-hour basis, every day, with capability for immediate direct

    service delivery and immediate response to requests for emergency

    help in any area of the country,



    f. service providers who have a history of experience in



                                      C-17

Back to Table of Content

            RFP DCS-99-45                                      Section C



    pre-employment counseling skills, specifically those related to

    assisting young men to become  independent, and



    g. active communications and strong relationships with other

    organizations providing services to youth in general and male youth

    in particular.



    h. an organizational system for the recruitment of staff and/or

    volunteers to provide the support services as described in this

    solicitation.  The system shall provide contingency plans in the

    event staff are not available in a particular are to serve returning

    students



    The contractor shall also:



    a. provide supervision, training and evaluation to all regional

    office staff;



    b. coordinate with the National Office and provide statistical data

    on task accomplishments as required;



    c. recruit, train and support volunteers to assist placement and

    post placement support activities;



    d. establish linkages with regional social service agencies to

    assist in providing  placement and post placement support to

    regional Job Corps terminees;



    e. identify and provide appropriate recognition to volunteers and

    other who have made significant contributions to assist Job Corps

    terminees; and comply with all applicable reports as specified in

    Section F, Deliverables and  Performance.



    Community support and partnership



    The contractor will develop a plan for carrying out the community

    outreach and support part of this contract  that will promote

    positive public awareness about the Job Corps program and referrals

    of youth to Job Corps.



    See Attachment J.10 - Table 4:  Current Centers with Contract

    Support Staff Center  Location Number of  Students (Females/Males)





























                                      C-18

Back to Table of Content

            RFP DCS-99-45                                      Section D





                       SECTION D - PACKAGING AND

MARKING











          [For this Solicitation, there are NO clauses in this

Section]































































































                                      D-1

Back to Table of Content

            RFP DCS-99-45                                      Section E





                     SECTION E - INSPECTION AND

ACCEPTANCE











    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



    52.246-9        INSPECTION OF RESEARCH AND

DEVELOPMENT    APR 1984

                    (SHORT FORM)







































































                                      E-1

Back to Table of Content

            RFP DCS-99-45                                      Section F





                     SECTION F - DELIVERIES OR

PERFORMANCE











    F.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



    52.242-15       STOP-WORK ORDER                           AUG

1989

                    ALTERNATE I (APR 1984)







   F.2   PERIOD OF PERFORMANCE



    The period of performance under this contract shall be twelve months

    (12) calendar months from the date of contract execution plus four

    (4) 1-year options at the discretion of the government.



   F.3   LEVEL OF EFFORT



    The level of effort for this contract shall be between 41 and 43

    professional person years.  The level of effort for each option

    period shall be equal to base year plus inflation.  The inflationary

    rate will be determined by the Bureau of Labor Statistics.



   F.4   REPORTS/DELIVERABLES



    The contractor shall submit to the Government Authorized

    Representative (GAR) designated in the contract the following

    reports.



    Quartely reports (one copy) summarizing qualitatively the

    performance and for the quarter on pre-and post-separation service,

    national statistical information and narrative on the post center

    survey operation, and transportation verification information.  This

    report is due to the GAR no later than 30 days after the end of each

    quarter.  The format for the report must be approved by the GAR

    during the first month after the effective date of the contract.

    Among other information, reports will address quartely progress on

    tasks specified in the Statement of Work, plans for the resolution

    of any problems which may arise, and if necessary an updated

    workplan for the remainder of the contract.





                                      F-1

Back to Table of Content

            RFP DCS-99-45                                      Section F



    Six-month summary reports are to be submitted to the GAR twenty (20)

    days after the first six months (6) of the contract and each six

    months (6)thereafter showing total progress on all tasks during the

    previous six months (6).  An annual report will be provided twelve

    months (12) after contract execution.  The reports will also include

    a discussion of creative, innovative counseling techniques

    demonstrating work that goes beyond traditional emphases, and

    lessons learned from replication of successful initiatives.



    Contractors Operating Plan (COP)



    The contractor will be required to develop an operating plan which

    will clearly define how the scope of work will be accomplished.

    This plan should include such items as the flow of documents, e.g.,

    regarding notice of separation: the methods and procedures for

    assignment of the TSS to assist the former students: procedures

    designed for contracting the former students and follow up; methods

    for transportation verification; the methods of ensuring survey

    reliability; staff communications, training etc.  In order to

    provide maximum support services to the  former student at the

    lowest price possible, the maximum use of volunteers is encouraged

    to provide the services, as well as to assist the TSS on center

    which training and other activities where feasible. The operating

    plan should show the number and type of paid staff and the number of

    active volunteers, if any, who are available and how other

    volunteers will be recruited, selected and trained.  The plan should

    also address ongoing training techniques used to ensure the post

    center survey operation integrity and oversight management of the

    transportation verifiers. In addition, the plan will address

    management oversight and how the contractor can ensure volunteer

    maximum performance, from all staff, including volunteers.  The COP

    shall be submitted to the GAR for review and approval within twenty

    (20) calendar days of the effective date of the contract.



    Communications Responsibilities:



    The contractor, both on a national and regional level, must develop

    and maintain close coordination of contract activities with Job

    Corps Regional Offices.



    The contractor must develop and maintain close coordination of post

    center survey operations with the Job Corps National Office. The

    contractor will develop and maintain ongoing communication with

    other support services, one-stop centers and resource agencies

    operating in their locale, as well as other support contractors.



    The contractor shall make every effort to coordinate with

    appropriate youth-service agencies available in the area(s) being

    served to enhance referral and explore all placement possibilities.



    The contractor will provide a plan for communication with each of

    the above-referenced entitles, and will include a plan for regular

    field visits by the contractor's national director to assess

    performance of contractor regional personnel and regional contract

    activities.





                                      F-2

Back to Table of Content

            RFP DCS-99-45                                      Section F



















































































































                                      F-3

Back to Table of Content

            RFP DCS-99-45                                      Section G





                    SECTION G - CONTRACT ADMINISTRATION

DATA











   G.1   IDENTITY AND AUTHORITY OF THE

CONTRACTING OFFICER'S

         REPRESENTATIVE (GOVERNMENT AUTHORIZED

REPRESENTATIVE)



    (A)  The authorized representative of the Contracting Officer is To

    Be Determined 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.







    G.2   INVOICE REQUIREMENTS



    Contractor will prepare and submit proper invoices (as defined in C

    below) in accordance with the criteria outlined below.  (Also, see

    Clause 52.232-8 "Discount for Prompt Payment", contained in Section

    I of the contract.):



    A.   (1)   If the contract is a cost-reimbursement type contract,

    the contractor will submit three (3) ink- signed copies of the

    invoice, Cost Contractor's Invoice, (ETA 3100-1), together with a

    detailed report of expenditures, Cost Contractor's Detailed

    Statement of Costs (ETA 3-2), to the Government Authorized

    Representative (GAR), U.S.  Department of Labor, not more frequently



                                      G-1

Back to Table of Content

            RFP DCS-99-45                                      Section G



    than monthly, unless otherwise so authorized in the contract.



         (2)  If the contract is a fixed-price type contract, the

    contractor may submit SF-1034, Public Voucher, or the equivalent

    thereto; i.e., contractor's own invoice, in lieu of the forms

    described in A(l) above.



         (3)  Invoices should be submitted to the individual listed

    below:





                     To Be Determined

                     U.S. Department of Labor, ETA

                     200 Constitution Avenue, NW, Room  N-5637

                     Washington, D.C.  20210





    B.  The Detailed Report of Expenditures (ETA 3-2) submitted with the

    Invoice (ETA 3100-1) must include the same budget line items or cost

    categories as appears in the contract, including any modifications

    thereto.



    C.  To constitute a proper invoice, the invoice, must include the

    following information and/or attached documentation:



         (1)   Name and address of the Contractor;



         (2)   Invoice date;



         (3)   Contract number or other authorization for supplies

    delivered or services performed (including order number and contract

    line item number).



         (4)  Description, quantity, unit of measure, unit price, and

    extended price of supplies delivered or services performed.



         (5)  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.



         (6)  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).



         (7)  Name (where practicable), title, telephone number and

    mailing  address of person to be notified in event of a defective

    invoice.



         (8)  Any other information or documentation required by other

    requirements of the contract.



    In addition to the above, invoices should be numbered consecutively.

     All final invoices shall be clearly marked Final Invoice.



                                      G-2

Back to Table of Content

            RFP DCS-99-45                                      Section G









    G.3   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



                                      G-3

Back to Table of Content

            RFP DCS-99-45                                      Section G



    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 C-5319

                      200 Constitution Avenue, NW

                      Washington, DC 20210





































































                                      G-4

Back to Table of Content

            RFP DCS-99-45                                      Section H





                   SECTION H - SPECIAL CONTRACT

REQUIREMENTS











   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.







   H.2   FRINGE BENEFITS



      Social Security, Workmen's 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.





   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.









                                      H-1

Back to Table of Content

            RFP DCS-99-45                                      Section H



   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.











                                      H-2

Back to Table of Content

            RFP DCS-99-45                                      Section H



   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.





   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.





   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.





                                      H-3

Back to Table of Content

            RFP DCS-99-45                                      Section H



      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.





   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.





   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:



    (not specified)

                                         -

                                         -

                                         -

                                         -

                                         -





                                      H-4

Back to Table of Content

            RFP DCS-99-45                                      Section H





   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.





   H.11  SUBMISSION OF CORRESPONDENCE



      All correspondence relating to contractual aspects shall be

    directed to the Division of Acquisition and Assistance, Attention:

    Division Chief.





   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.





   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.





   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.





                                      H-5

Back to Table of Content

            RFP DCS-99-45                                      Section H





   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.





   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.





   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.











                                      H-6

Back to Table of Content

            RFP DCS-99-45                                      Section H



   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.





                                      H-7

Back to Table of Content

            RFP DCS-99-45                                      Section H



              (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.





   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.





   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.  Worker's 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 Worker'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:



                                      H-8

Back to Table of Content

            RFP DCS-99-45                                      Section H





        "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/DAA

                         200 Constitution Ave., N.W.

                         Room S-4203

                         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.





   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.





   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.













                                      H-9

Back to Table of Content

            RFP DCS-99-45                                      Section H



   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.





   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  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."





    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.





                                      H-10

Back to Table of Content

            RFP DCS-99-45                                      Section H



      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/grantees

    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/grant funds will not be increased to

    reimburse organizations for higher indirect cost rates than those

    rates identified in this clause.  Also, the contractor/grantee must

    obtain approval from the Contract/Grant 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/grantee of any other

    administrative cost limitations regarding the contract/grant.



    Billing rates are only temporary for the 90 days period from the

    effective date of your contract/grant.  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



                                      H-11

Back to Table of Content

            RFP DCS-99-45                                      Section H



    after the end of its fiscal year.  All other contractors/grantees

    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/grants 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/grant 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 DCD Negotiator in the appropriate DOL Regional Office

    or if applicable, to the DCD 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, Division of Cost Determination (DCD)

              U.S. Department of Labor, OASAM

              200 Constitution Avenue, N.W., Room S-1506

              Washington, D.C.  20210

              Tel. (202) 219-8391



                      (End of Clause)



                                      H-12

Back to Table of Content

            RFP DCS-99-45                                      Section H



















































































































                                      H-13

Back to Table of Content

            RFP DCS-99-45                                      Section I





                          PART II  - CONTRACT CLAUSES



                         SECTION I  -  CONTRACT

CLAUSES











    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                               OCT

1995

    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        PRINTING/COPYING DOUBLE-SIDED ON    

     JUN 1996

                    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             

  APR 1998

    52.216-8        FIXED-FEE                                 MAR

1997

    52.219-4        NOTICE OF PRICE EVALUATION

PREFERENCE     JAN 1999

                    FOR HUBZONE SMALL BUSINESS

CONCERNS

                    (JAN 1999)

    52.219-8        UTILIZATION OF SMALL, SMALL              

JUN 1999

                    DISADVANTAGED, AND WOMEN-OWNED

SMALL

                    BUSINESS CONCERNS

    52.219-9        SMALL BUSINESS SUBCONTRACTING

PLAN        JAN 1999

                    ALTERNATE II (JAN 1999)









                                      I-1

Back to Table of Content

            RFP DCS-99-45                                      Section I



    52.219-16       LIQUIDATED DAMAGES-SMALL

BUSINESS         JAN 1999

                    SUBCONTRACTING PLAN

    52.219-25       SMALL DISADVANTAGED BUSINESS         

    JAN 1999

                    PARTICIPATION

PROGRAM--DISADVANTAGED

                    STATUS AND REPORTING

    52.222-1        NOTICE TO THE GOVERNMENT OF

LABOR         FEB 1997

                    DISPUTES

    52.222-3        CONVICT LABOR                             AUG

1996

    52.222-26       EQUAL OPPORTUNITY                         FEB

1999

    52.222-35       AFFIRMATIVE ACTION FOR DISABLED

VETERANS  APR 1998

                    AND VETERANS OF THE VIETNAM

ERA

    52.222-36       AFFIRMATIVE ACTION FOR WORKERS

WITH       JUN 1998

                    DISABILITIES

    52.222-37       EMPLOYMENT REPORTS ON DISABLED

VETERANS   JAN 1999

                    AND VETERANS OF THE VIETNAM

ERA

    52.223-2        CLEAN AIR AND WATER                       APR

1984

    52.223-6        DRUG-FREE WORKPLACE                      

JAN 1997

    52.225-11       RESTRICTIONS ON CERTAIN FOREIGN      

    AUG 1998

                    PURCHASES

    52.227-1        AUTHORIZATION AND CONSENT                

JUL 1995

                    ALTERNATE I (APR 1984)

    52.227-2        NOTICE AND ASSISTANCE REGARDING

PATENT    AUG 1996

                    AND COPYRIGHT INFRINGEMENT

    52.227-11       PATENT RIGHTS -- RETENTION BY THE     

   JUN 1997

                    CONTRACTOR (SHORT FORM)

    52.227-14       RIGHTS IN DATA--GENERAL                  

JUN 1987

    52.228-7        INSURANCE--LIABILITY TO THIRD

PERSONS     MAR 1996

    52.230-2        COST ACCOUNTING STANDARDS                

APR 1998

    52.230-6        ADMINISTRATION OF COST

ACCOUNTING         APR 1996

                    STANDARDS

    52.232-17       INTEREST                                  JUN

1996

    52.232-18       AVAILABILITY OF FUNDS                     APR

1984

    52.232-22       LIMITATION OF FUNDS                       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                                  MAR

1994

                    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    

      OCT 1995

    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 V (APR 1984)

    52.244-2        SUBCONTRACTS                              AUG

1998

                    ALTERNATE II (AUG 1998)

    52.244-5        COMPETITION IN SUBCONTRACTING         

   DEC 1996

    52.246-23       LIMITATION OF LIABILITY                   FEB

1997

    52.246-25       LIMITATION OF LIABILITY--SERVICES      

  FEB 1997

    52.249-6        TERMINATION (COST-REIMBURSEMENT)  

       SEP 1996

    52.249-14       EXCUSABLE DELAYS                          APR

1984









                                      I-2

Back to Table of Content

            RFP DCS-99-45                                      Section I



    52.253-1        COMPUTER GENERATED FORMS                 

JAN 1991





    I.2   52.217-8  OPTION TO EXTEND SERVICES  (AUG

1989)



      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 the period specified in the Schedule.









    I.3   52.217-9  OPTION TO EXTEND THE TERM OF THE

CONTRACT

          (MAR 1989)



      (a) The Government may extend the term of this contract by written

    notice to the Contractor within 60 provided, that the Government

    shall give the Contractor a preliminary written notice of its intent

    to extend at least 60 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 provision.



      (c) The total duration of this contract, including the exercise of

    any options under this clause, shall not exceed 5.









    I.4   52.219-23  NOTICE OF PRICE EVALUATION

ADJUSTMENT FOR SMALL

          DISADVANTAGED BUSINESS CONCERNS (OCT

1998)

          ALTERNATE I (OCT 1998)



      (a) Definitions. As used in this clause--



        Small disadvantaged business concern means an offeror that

    represents, as part of its offer, that it is a small business under

    the size standard applicable to this acquisition; and either--



        (1) It has received certification by the Small Business

    Administration as a small disadvantaged business concern consistent

    with 13 CFR 124, Subpart B; and



          (i) No material change in disadvantaged ownership and control

    has occurred since its certification;



          (ii) Where the concern is owned by one or more disadvantaged

    individuals, the net worth of each individual upon whom the

    certification is based does not exceed $750,000 after taking into

    account the applicable exclusions set forth at 13 CFR 124.104(c)(2);



                                      I-3

Back to Table of Content

            RFP DCS-99-45                                      Section I



    and



          (iii) It is listed, on the date of its representation, on the

    register of small disadvantaged business concerns maintained by the

    Small Business Administration;



        (2) It has submitted a completed application to the Small

    Business Administration or a Private Certifier to be certified as a

    small disadvantaged business concern in accordance with 13 CFR 124,

    Subpart B, and a decision on that application is pending, and that

    no material change in disadvantaged ownership and control has

    occurred since its application was submitted. In this case, in order

    to receive the benefit of a price evaluation adjustment, an offeror

    must receive certification as a small disadvantaged business concern

    by the Small Business Administration prior to contract award; or



        (3) Is a joint venture as defined in 13 CFR 124.1002(f).



        Historically black college or university means an institution

    determined by the Secretary of Education to meet the requirements of

    34 CFR 608.2. For the Department of Defense (DoD), the National

    Aeronautics and Space Administration (NASA), and the Coast Guard,

    the term also includes any nonprofit research institution that was

    an integral part of such a college or university before November 14,

    1986.



        Minority institution means an institution of higher education

    meeting the requirements of Section 1046(3) of the Higher Education

    Act of 1965 (20 U.S.C. 1135d-5(3)) which, for purposes of this

    clause, includes a Hispanic-serving institution of higher education

    as defined in Section 316(b)(1) of the Act (20 U.S.C. 1059c(b)(1)).



        United States means the United States, its territories and

    possessions, the Commonwealth of Puerto Rico, the U.S. Trust

    Territory of the Pacific Islands, and the District of Columbia.



      (b) Evaluation adjustment. (1) Offers will be evaluated by adding

    a factor of 10 percent to the price of all offers, except--



          (i) Offers from small disadvantaged business concerns that

    have not waived the adjustment;



          (ii) For DOD, NASA, and Coast Guard acquisitions, otherwise

    successful offers from historically black colleges or universities

    or minority institutions;



          (iii) Otherwise successful offers of eligible products under

    the Trade Agreements Act when the dollar threshold for application

    of the Act is equaled or exceeded (see section 25.402 of the Federal

    Acquisition Regulation (FAR));



          (iv) Otherwise successful offers where application of the

    factor would be inconsistent with a Memorandum of Understanding or

    other international agreement with a foreign government; and



          (v) For DOD acquisitions, otherwise successful offers of



                                      I-4

Back to Table of Content

            RFP DCS-99-45                                      Section I



    qualifying country end products (see sections 225.000-70 and

    252.225-7001 of the Defense FAR Supplement).



        (2) The factor shall be applied on a line item basis or to any

    group of items on which award may be made. Other evaluation factors

    described in the solicitation shall be applied before application of

    the factor. The factor may not be applied if using the adjustment

    would cause the contract award to be made at a price that exceeds

    the fair market price by more than the factor in paragraph (b)(1) of

    this clause.



      (c) Waiver of evaluation adjustment. A small disadvantaged

    business concern may elect to waive the adjustment, in which case

    the factor will be added to its offer for evaluation purposes. The

    agreements in paragraph (d) of this clause do not apply to offers

    that waive the adjustment.



        [ ] Offeror elects to waive the adjustment.



      (d) Agreements. (1) A small disadvantaged business concern, that

    did not waive the adjustment, agrees that in performance of the

    contract, in the case of a contract for --



          (i) Services, except construction, at least 50 percent of the

    cost of personnel for contract performance will be spent for

    employees of the concern;



          (ii) Supplies (other than procurement from a nonmanufacturer

    of such supplies), at least 50 percent of the cost of manufacturing,

    excluding the cost of materials, will be performed by the concern;



          (iii) General construction, at least 15 percent of the cost of

    the contract, excluding the cost of materials, will be performed by

    employees of the concern; or



          (iv) Construction by special trade contractors, at least 25

    percent of the cost of the contract, excluding the cost of

    materials, will be performed by employees of the concern.



        (2) A small disadvantaged business concern submitting an offer

    in its own name agrees to furnish in performing this contract only

    end items manufactured or produced by small business concerns in the

    United States. This paragraph does not apply in connection with

    construction or service contracts.









    I.5   52.227-23  RIGHTS TO PROPOSAL DATA

(TECHNICAL)  (JUN 1987)



      Except for data contained on pages       , it is agreed that as a

    condition of award of this contract, and notwithstanding the

    conditions of any notice appearing thereon, the Government shall

    have unlimited rights (as defined in the "Rights in Data--General"

    clause contained in this contract) in and to the technical data

    contained in the proposal dated upon which this contract is based.



                                      I-5

Back to Table of Content

            RFP DCS-99-45                                      Section I











    I.6   52.232-25  PROMPT PAYMENT  (JUN 1997)



      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 section 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.





                                      I-6

Back to Table of Content

            RFP DCS-99-45                                      Section I



            (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.



                                      I-7

Back to Table of Content

            RFP DCS-99-45                                      Section I





          (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



                                      I-8

Back to Table of Content

            RFP DCS-99-45                                      Section I



    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.



                                      I-9

Back to Table of Content

            RFP DCS-99-45                                      Section I





        (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



                                      I-10

Back to Table of Content

            RFP DCS-99-45                                      Section I



    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.









    I.7   52.243-7  NOTIFICATION OF CHANGES  (APR

1984)



      (a) Definitions.  "Contracting Officer," as used in this clause,

    does not include any representative of the Contracting Officer.

    "Specificially Authorized Representative (SAR)," as used in this

    clause, means any person the Contracting Officer has so designated

    by written notice (a copy of which shall be provided to the

    Contractor) which shall refer to this subparagraph and shall be

    issued to the designated representative before the SAR exercises



                                      I-11

Back to Table of Content

            RFP DCS-99-45                                      Section I



    such authority.



      (b) Notice.  The primary purpose of this clause is to obtain

    prompt reporting of Government conduct that the Contractor considers

    to constitute a change to this contract.  Except for changes

    identified as such in writing and signed by the Contracting Officer,

    the Contractor shall notify the Administrative Contracting Officer

    in writing promptly, within 15 calendar days from the date that the

    Contractor identifies any Government conduct (including actions,

    inactions, and written or oral communications) that the Contractor

    regards as a change to the contract terms and conditions.  On the

    basis of the most accurate information available to the Contractor,

    the notice shall state--



        (1) The date, nature, and circumstances of the conduct regarded

    as a change;



        (2) The name, function, and activity of each Government

    individual and Contractor official or employee involved in or

    knowledgeable about such conduct;



        (3) The identification of any documents and the substance of any

    oral communication involved in such conduct;



        (4) In the instance of alleged acceleration of scheduled

    performance or delivery, the basis upon which it arose;



        (5) The particular elements of contract performance for which

    the Contractor may seek an equitable adjustment under this clause,

    including--



           (i) What contract line items have been or may be affected by

    the alleged change;



           (ii) What labor or materials or both have been or may be

    added, deleted, or wasted by the alleged change;



           (iii) To the extent practicable, what delay and disruption in

    the manner and sequence of performance and effect on continued

    performance have been or may be caused by the alleged change;



           (iv) What adjustments to contract price, delivery schedule,

    and other provisions affected by the alleged change are estimated;

    and



        (6) The Contractor's estimate of the time by which the

    Government must respond to the Contractor's notice to minimize cost,

    delay or disruption of performance.



      (c) Continued performance.  Following submission of the notice

    required by (b) above, the Contractor shall diligently continue

    performance of this contract to the maximum extent possible in

    accordance with its terms and conditions as construed by the

    Contractor, unless the notice reports a direction of the Contracting

    Officer or a communication from a SAR of the Contracting Officer, in

    either of which events the Contractor shall continue performance;



                                      I-12

Back to Table of Content

            RFP DCS-99-45                                      Section I



    provided, however, that if the Contractor regards the direction or

    communication as a change as described in (b) above, notice shall be

    given in the manner provided.  All directions, communications,

    interpretations, orders and similar actions of the SAR shall be

    reduced to writing promptly and copies furnished to the Contractor

    and to the Contracting Officer.  The Contracting Officer shall

    promptly countermand any action which exceeds the authority of the

    SAR.



      (d) Government response.  The Contracting Officer shall promptly,

    within 15 calendar days after receipt of notice, respond to the

    notice in writing.  In responding, the Contracting Officer shall

    either--



        (1) Confirm that the conduct of which the Contractor gave notice

    constitutes a change and when necessary direct the mode of further

    performance;



        (2) Countermand any communication regarded as a change;



        (3) Deny that the conduct of which the Contractor gave notice

    constitutes a change and when necessary direct the mode of further

    performance; or



        (4) In the event the Contractor's notice information is

    inadequate to make a decision under (1), (2), or (3) above, advise

    the Contractor what additional information is required, and

    establish the date by which it should be furnished and the date

    thereafter by which the Government will respond.



      (e) Equitable adjustments.  (1) If the Contracting Officer

    confirms that Government conduct effected a change as alleged by the

    Contractor, and the conduct causes an increase or decrease in the

    Contractor's cost of, or the time required for, performance of any

    part of the work under this contract, whether changed or not changed

    by such conduct, an equitable adjustment shall be made--



           (i) In the contract price or delivery schedule or both; and



           (ii) In such other provisions of the contract as may be

    affected.



        (2) The contract shall be modified in writing accordingly.  In

    the case of drawings, designs or specifications which are defective

    and for which the Government is responsible, the equitable

    adjustment shall include the cost and time extension for delay

    reasonably incurred by the Contractor in attempting to comply with

    the defective drawings, designs or specifications before the

    Contractor identified, or reasonably should have identified, such

    defect.  When the cost of property made obsolete or excess as a

    result of a change confirmed by the Contracting Officer under this

    clause is included in the equitable adjustment, the Contracting

    Officer shall have the right to prescribe the manner of disposition

    of the property.  The equitable adjustment shall not include

    increased costs or time extensions for delay resulting from the

    Contractor's failure to provide notice or to continue performance as



                                      I-13

Back to Table of Content

            RFP DCS-99-45                                      Section I



    provided, respectively, in (b) and (c) above.









    I.8   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):



      www.gsa.gov









   I.9   52.219-23 Notice of Price Evaluation Adjustment

for

    Small Disadvantaged Business Concerns (Oct 1998).



    (a) Definitions.   As used in this clause.



    Small disadvantaged business concern means an offeror that

    represents, as part of its offer, that it is a small business under

    the size standard applicable to this acquisition; and either.



    (1) It has received certification by the Small Business

    Administration as a small disadvantaged business concern consistent

    with 13 CFR 124, Subpart B; and



    (i) No material change in disadvantaged ownership and control has

    occurred since its certification;



    (ii) Where the concern is owned by one or more disadvantaged

    individuals, the net worth of each individual upon whom the

    certification is based does not exceed $750,000 after taking into

    account the applicable exclusions set forth at 13 CFR 124.104(c)(2);

    and



    (iii) It is listed, on the date of its representation, on the

    register of small disadvantaged business concerns maintained by the

    Small Business Administration;



    (2) It has submitted a completed application to the Small Business

    Administration or a Private Certifier to be certified as a small

    disadvantaged business concern in accordance with 13 CFR 124,

    Subpart B, and a decision on that application is pending, and that

    no material change in disadvantaged ownership and control has

    occurred since its application was submitted.   In this case, in

    order to receive the benefit of a price evaluation adjustment, an

    offeror must receive certification as a small disadvantaged business

    concern by the Small Business Administration prior to contract

    award; or





                                      I-14

Back to Table of Content

            RFP DCS-99-45                                      Section I



    (3) Is a joint venture as defined in 13 CFR 124.1002(f).



    Historically black college or university means an institution

    determined by the Secretary of Education to meet the requirements of

    34 CFR 608.2.   For the Department of Defense (DoD), the National

    Aeronautics and Space Administration (NASA), and the Coast Guard,

    the term also includes any nonprofit research institution that was

    an integral part of such a college or university before November 14,

    1986.



    Minority institution means an institution of higher education

    meeting the requirements of Section 1046(3) of the Higher Education

    Act of 1965 (20 U.S.C. 1135d-5(3)) which, for purposes of this

    clause, includes a Hispanic-serving institution of higher education

    as defined in Section 316(b)(1) of the Act (20 U.S.C. 1059c(b)(1)).



    United States means the United States, its territories and

    possessions, the Commonwealth of Puerto Rico, the U.S. Trust

    Territory of the Pacific Islands, and the District of Columbia.



    (b) Evaluation adjustment.  (1) Offers will be evaluated by adding a

    factor of 10% [percentage to be inserted by the contracting officer]

    percent to the price of all offers, except.



    (i) Offers from small disadvantaged business concerns that have not

    waived the adjustment;



    (ii) For DOD, NASA, and Coast Guard acquisitions, otherwise

    successful offers from historically black colleges or universities

    or minority institutions;



    (iii) Otherwise successful offers of eligible products under the

    Trade Agreements Act when the dollar threshold for application of

    the Act is equaled or exceeded (see section 25.402 of the Federal

    Acquisition Regulation (FAR));



    (iv) Otherwise successful offers where application of the factor

    would be inconsistent with a Memorandum of Understanding or other

    international agreement with a foreign government; and



    (v) For DOD acquisitions, otherwise successful offers of qualifying

    country end products (see sections 225.000-70 and 252.225-7001 of

    the Defense FAR Supplement).



    (2) The factor shall be applied on a line item basis or to any group

    of items on which award may be made.   Other evaluation factors

    described in the solicitation shall be applied before application of

    the factor.   The factor may not be applied if using the adjustment

    would cause the contract award to be made at a price that exceeds

    the fair market price by more than the factor in paragraph (b)(1) of

    this clause.



    (c) Waiver of evaluation adjustment.   A small disadvantaged

    business concern may elect to waive the adjustment, in which case

    the factor will be added to its offer for evaluation purposes. The

    agreements in paragraph (d) of this clause do not apply to offers



                                      I-15

Back to Table of Content

            RFP DCS-99-45                                      Section I



    that waive the adjustment.



    ___Offeror elects to waive the adjustment.



    (d) Agreements.  (1) A small disadvantaged business concern, that

    did not waive the adjustment, agrees that in performance of the

    contract, in the case of a contract for.



    (i) Services, except construction, at least 50 percent of the cost

    of personnel for contract performance will be spent for employees of

    the concern;



    (ii) Supplies (other than procurement from a nonmanufacturer of such

    supplies), at least 50 percent of the cost of manufacturing,

    excluding the cost of materials, will be performed by the concern;



    (iii) General construction, at least 15 percent of the cost of the

    contract, excluding the cost of materials, will be performed by

    employees of the concern; or



    (iv) Construction by special trade contractors, at least 25 percent

    of the cost of the contract, excluding the cost of materials, will

    be performed by employees of the concern.



    (2) A small disadvantaged business concern submitting an offer in

    its own name agrees to furnish in performing this contract only end

    items manufactured or produced by small disadvantaged business

    concerns in the United States.   This paragraph does not apply in

    connection with construction or service contracts.



    (End of clause)



   I.10  52.219-24 Small Disadvantaged Business

Participation

    Program. Targets (Jan 1999)



    (a) This solicitation contains a source selection factor or

    subfactor related to the participation of small disadvantaged

    business (SDB) concerns in the contract.   Credit under that

    evaluation factor or subfactor is not available to an SDB concern

    that qualifies for a price evaluation adjustment under the clause at

    FAR 52.219-23, Notice of Price Evaluation Adjustment for Small

    Disadvantaged Business Concerns, unless the SDB concern specifically

    waives the price evaluation adjustment.



    (b) In order to receive credit under the source selection factor or

    subfactor, the offeror must provide, with its offer, targets,

    expressed as dollars and percentages of total contract value, for

    SDB participation in any of the Standard Industrial Classification

    (SIC) Major Groups as determined by the Department of Commerce. The

    targets may provide for participation by a prime contractor, joint

    venture partner, teaming arrangement member, or subcontractor;

    however, the targets for subcontractors must be listed separately.



    (End of provision)







                                      I-16

Back to Table of Content

            RFP DCS-99-45                                      Section I



   I.11  52.219-25 Small Disadvantaged Business

Participation

    Program. Disadvantaged Status and Reporting (Jan 1999).



    (a) Disadvantaged status for joint venture partners, team members,

    and subcontractors.  This clause addresses disadvantaged status for

    joint venture partners, teaming arrangement members, and

    subcontractors and is applicable if this contract contains small

    disadvantaged business (SDB) participation targets.  The Contractor

    shall obtain representations of small disadvantaged status from

    joint venture partners, teaming arrangement members, and

    subcontractors through use of a provision substantially the same as

    paragraph (b)(1)(i) of the provision at FAR 52.219-22, Small

    Disadvantaged Business Status.  The Contractor shall confirm that a

    joint venture partner, team member, or subcontractor representing

    itself as a small disadvantaged business concern is included in the

    SBA's on-line list of SDBs at http://www.sba.gov or by contacting

    the SBA's Office of Small Disadvantaged Business Certification and

    Eligibility.



    (b) Reporting requirement.  If this contract contains SDB

    participation targets, the Contractor shall report on the

    participation of SDB concerns at contract completion, or as

    otherwise provided in this contract. Reporting may be on Optional

    Form 312, Small Disadvantaged Business Participation Report, or in

    the Contractor's own format providing the same information.  This

    report is required for each contract containing SDB participation

    targets. If this contract contains an individual Small, Small

    Disadvantaged and Women-Owned Small Business Subcontracting Plan,

    reports may be submitted with the final Subcontracting Report for

    Individual Contracts (Standard Form 294) at the completion of the

    contract.



    (End of clause)















































                                      I-17

Back to Table of Content

            RFP DCS-99-45                                      Section J





           PART III - LIST OF DOCUMENTS, EXHIBITS AND

OTHER ATTACHMENTS



                          SECTION J - LIST OF

ATTACHMENTS







  ATTACHMENT                                                         NO.

    NUMBER            TITLE                            DATE         PAGES







   J.1    CONTRACT PRICING PROPOSAL COVER SHEET,

SF 1411, (9 PAGES)



   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    PAST PERFORMANCE EVALUATION

QUESTIONNAIRE (2 PAGES)



   J.7    CLIENT AUTHORIZATION INFORMATION (3

pages)



   J.8    VETS-100 - FEDERAL CONTRACTOR VETERANS

EMPLOYMENT

                  REPORT, OMB 1293-0005 (2 PAGES)



   J.9    TABLE 3 - ANNUAL NUMBER OF TERMINATING

MALE STUDENTS BY

                  REGION FOR PROGRAM YEAR 1997 (1 PAGE)



   J.10   TABLE 4 - CURRENT CENTERS WITH CONTRACT

SUPPORT STAFF

                  LOCATION NUMBER OF STUDENTS (FEMALES/MALES) (3PAGES)



   J.11   ORAL PRESENTATION QUESTIONNAIRE (2

PAGES)

































                                      J-1

Back to Table of Content

            RFP DCS-99-45                                      Section K





                  PART IV  -  REPRESENTATIONS AND

INSTRUCTIONS



                SECTION K  - REPRESENTATIONS,

CERTIFICATIONS AND

                             OTHER STATEMENTS OF

OFFERORS











    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

    52.222-21       PROHIBITION OF SEGREGATED

FACILITIES      FEB 1999

                    (FEB 1999)





    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.





                                      K-1

Back to Table of Content

            RFP DCS-99-45                                      Section K



        (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---------------------------------------------------------------

    ----



                                      K-2

Back to Table of Content

            RFP DCS-99-45                                      Section K





    TIN----------------------------------------------------------------

    ----











    K.3   52.204-5  WOMEN-OWNED BUSINESS (OTHER

THAN SMALL BUSINESS)

             (MAY 1999)



        (a) Definition. Women-owned business concern, as used in this

    provision, means a concern 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 its stock is owned by one or more women; and

    whose management and daily business operations are controlled by one

    or more women.



        (b) Representation. [Complete only if the offeror is a women-

    owned business concern and has not represented itself as a small

    business concern in paragraph (b)(1) of FAR 52.219-1, Small Business

    Program Representations, of this solicitation.] The offeror

    represents that it [  ]  is, [  ]  is not a women-owned business

    concern.











    K.4   52.209-5  CERTIFICATION REGARDING

DEBARMENT, SUSPENSION,

          PROPOSED DEBARMENT, AND OTHER

RESPONSIBILITY MATTERS

          (MAR 1996)



      (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 3-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



                                      K-3

Back to Table of Content

            RFP DCS-99-45                                      Section K



    (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.









     K.5   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.





                                      K-4

Back to Table of Content

            RFP DCS-99-45                                      Section K



      (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

------------------------------------------------------------------------

___________________________________|__________________________________

___________________________________|__________________________________

___________________________________|__________________________________

___________________________________|__________________________________

___________________________________|__________________________________

___________________________________|__________________________________

___________________________________|__________________________________

___________________________________|__________________________________

___________________________________|__________________________________



------------------------------------------------------------------------











    K.6   52.219-1  SMALL BUSINESS PROGRAM

REPRESENTATIONS

          (MAY 1999)



      (a)(1) The standard industrial classification (SIC) code for this

    acquisition is 8744.



        (2) The small business size standard is $5 million [average

    annual receipts for 3 preceding fiscal yrs].



        (3) The small business size standard for a concern which submits

    an offer in its own name, other than on a construction or service

    contract, but which proposes to furnish a product which it did not

    itself manufacture, is 500 employees.



      (b) Representations. (1) The offeror represents as part of its

    offer that it [ ]  is, [ ]  is not a small business concern.



        (2) (Complete only if the offeror represented itself as a small

    business concern in paragraph (b)(1) of this provision.) The offeror

    represents, for general statistical purposes, that it [ ]  is, [ ]

    is not, a small disadvantaged business concern as defined in 13 CFR

    124.1002.



        (3) (Complete only if the offeror represented itself as a small

    business concern in paragraph (b)(1) of this provision.) The offeror

    represents as part of its offer that it [ ]  is, [ ]  is not a

    women-owned small business concern.



      (c) Definitions.



                                      K-5

Back to Table of Content

            RFP DCS-99-45                                      Section K





        "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.



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

    means a small business concern--



        (1) Which 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, 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.









    K.7   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;



                                      K-6

Back to Table of Content

            RFP DCS-99-45                                      Section K



    and



      (c) Representations indicating submission of required compliance

    reports, signed by proposed subcontractors, will be obtained before

    subcontract awards.









    K.8   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.











    K.9   52.223-1  CLEAN AIR AND WATER

CERTIFICATION  (APR 1984)



      The Offeror certifies that--



      (a) Any facility to be used in the performance of this proposed

    contract is [ ], is not [ ] listed on the Environmental Protection

    Agency (EPA) List of Violating Facilities;



      (b) The Offeror will immediately notify the Contracting Officer,

    before award, of the receipt of any communication from the

    Administrator, or a designee, of the EPA, indicating that any

    facility that the Offeror proposes to use for the performance of the

    contract is under consideration to be listed on the (EPA) List of

    Violating Facilities; and



      (c) The Offeror will include a certification substantially the

    same as this certification, including this paragraph (c), in every

    nonexempt subcontract.









    K.10  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



                                      K-7

Back to Table of Content

            RFP DCS-99-45                                      Section K



    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."











    K.11  52.230-1  COST ACCOUNTING STANDARDS

NOTICES AND

          CERTIFICATION  (APR 1998)



         NOTE:



                                      K-8

Back to Table of Content

            RFP DCS-99-45                                      Section K





         This notice does not apply to small businesses or

         foreign governments.



         This notice is in three parts, identified by Roman

         numerals I through III.



         If the offeror is an educational institution, Part II does

         not apply unless the contemplated contract will be subject

         to full or modified CAS coverage pursuant to 48 CFR

         9903.201-2(c)(5) or 9903.201-2(c)(6), respectively.



      Offerors shall examine each part and provide the requested

    information in order to determine Cost Accounting Standards (CAS)

    requirements applicable to any resultant contract.



    I.   DISCLOSURE STATEMENT-COST ACCOUNTING PRACTICES AND

    CERTIFICATION



      (a) Any contract in excess of $500,000 resulting from this

    solicitation will be subject to the requirements of the Cost

    Accounting Standards Board (48 CFR Chapter 99), except for those

    contracts which are exempt as specified in 48 CFR 9903.201-1.



      (b)  Any offeror submitting a proposal which, if accepted, will

    result in a contract subject to the requirements of 48 CFR, Chapter

    99 must, as a condition of contracting, submit a Disclosure

    Statement as required by 48 CFR 9903.202.  When required, the

    Disclosure Statement must be submitted as a part of the offeror's

    proposal under this solicitation unless the offeror has already

    submitted a Disclosure Statement disclosing the practices used in

    connection with the pricing of this proposal.  If an applicable

    Disclosure Statement has already been submitted, the offeror may

    satisfy the requirement for submission by providing the information

    requested in paragraph (c) of Part I of this provision.



    CAUTION:  In the absence of specific regulations or agreement, a

    practice disclosed in a Disclosure Statement shall not, by virtue of

    such disclosure, be deemed to be a proper, approved, or agreed-to

    practice for pricing proposals or accumulating and reporting

    contract performance cost data.



      (c)  Check the appropriate box below:



       [  ]  (1) Certificate of Concurrent Submission of Disclosure

    Statement. The offeror hereby certifies that, as a part of the

    offer, copies of the Disclosure Statement have been submitted as

    follows: (i) original and one copy to the cognizant Administrative

    Contracting Officer (ACO) or cognizant Federal agency official

    authorized to act in that capacity (Federal official), as

    applicable, and (ii) one copy to the cognizant Federal auditor.



       (Disclosure must be on Form No. CASB DS-1 or CASB DS-2, as

    applicable. Forms may be obtained from the cognizant ACO or Federal

    official and/or from the loose-leaf version of the Federal



                                      K-9

Back to Table of Content

            RFP DCS-99-45                                      Section K



    Acquisition Regulation.)





    Date of Disclosure Statement:



    Name and Address of Cognizant ACO or

    Federal Official Where Filed:



    ________________________________________



    ________________________________________



    ________________________________________



    ________________________________________



       The offeror further certifies that the practices used in

    estimating costs in pricing this proposal are consistent with the

    cost accounting practices disclosed in the Disclosure Statement.





       [  ]  (2) Certificate of Previously Submitted Disclosure

    Statement. The offeror hereby certifies that the required Disclosure

    Statement was filed as follows:



    Date of Disclosure Statement:



    Name and Address of Cognizant ACO or Federal Official Where Filed:



       The offeror further certifies that the practices used in

    estimating costs in pricing this proposal are consistent with the

    cost accounting practices disclosed in the applicable Disclosure

    Statement.



       [  ]  (3) Certificate of Monetary Exemption. The offeror hereby

    certifies that the offeror, together with all divisions,

    subsidiaries, and affiliates under common control, did not receive

    net awards of negotiated prime contracts and subcontracts subject to

    CAS totaling more than $25 million (of which at least one award

    exceeded $1 million) in the cost accounting period immediately

    preceding the period in which this proposal was submitted. The

    offeror further certifies that if such status changes before an

    award resulting from this proposal, the offeror will advise the

    Contracting Officer immediately.



      [  ]  (4)  Certificate of Interim Exemption. The offeror hereby

    certifies that (i) the offeror first exceeded the monetary exemption

    for disclosure, as defined in (3) of this subsection, in the cost

    accounting period immediately preceding the period in which this

    offer was submitted and (ii) in accordance with 48 CFR 9903.202-1,

    the offeror is not yet required to submit a Disclosure Statement.

    The offeror further certifies that if an award resulting from this

    proposal has not been made within 90 days after the end of that

    period, the offeror will immediately submit a revised certificate to



                                      K-10

Back to Table of Content

            RFP DCS-99-45                                      Section K



    the Contracting Officer, in the form specified under subparagraphs

    (c)(1) or (c)(2) of Part I of this provision, as appropriate, to

    verify submission of a completed Disclosure Statement.



    CAUTION:  Offerors currently required to disclose because they were

    awarded a CAS-covered prime contract or subcontract of $10 million

    or more in the current cost accounting period may not claim this

    exemption (4).  Further, the exemption applies only in connection

    with proposals submitted before expiration of the 90 day period

    following the cost accounting period in which the monetary exemption

    was exceeded.



    II. COST ACCOUNTING STANDARDS ELIGIBILITY FOR MODIFIED CONTRACT

    COVERAGE



       If the offeror is eligible to use the modified provisions of 48

    CFR subpart 9903.201-2(b) and elects to do so, the offeror shall

    indicate by checking the box below. Checking the box below shall

    mean that the resultant contract is subject to the Disclosure and

    Consistency of Cost Accounting Practices clause in lieu of the Cost

    Accounting Standards clause.



       [  ] The offeror hereby claims an exemption from the Cost

    Accounting Standards clause under the provisions of 48 CFR subpart

    9903.201-2(b) and certifies that the offeror is eligible for use of

    the Disclosure and Consistency of Cost Accounting Practices clause

    because during the cost accounting period immediately preceding the

    period in which this proposal was submitted, the offeror received

    less than $25 million in awards of CAS-covered prime contracts and

    subcontracts, or the offeror did not receive a single CAS-covered

    award exceeding $1 million. The offeror further certifies that if

    such status changes before an award resulting from this proposal,

    the offeror will advise the Contracting Officer immediately.



    CAUTION: An offeror may not claim the above eligibility for modified

    contract coverage if this proposal is expected to result in the

    award of a CAS-covered contract of $25 million or more or if, during

    its current cost accounting period, the offeror has been awarded a

    single CAS-covered prime contract or subcontract of $25 million or

    more.



    III.  ADDITIONAL COST ACCOUNTING STANDARDS APPLICABLE TO EXISTING

    CONTRACTS



      The offeror shall indicate below whether award of the contemplated

    contract would, in accordance with subparagraph (a)(3) of the Cost

    Accounting Standards clause, require a change in established cost

    accounting practices affecting existing contracts and subcontracts.



                  [  ] YES                  [  ] NO















                                      K-11

Back to Table of Content

            RFP DCS-99-45                                      Section K







    K.12  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)





















                                      K-12

Back to Table of Content

            RFP DCS-99-45                                      Section L





          SECTION L - INSTRUCTIONS, CONDITIONS, AND

NOTICES TO OFFERORS











    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     OCT 1997

                    ACQUISITION

                    ALTERNATE I (OCT 1997)

    52.215-16       FACILITIES CAPITAL COST OF MONEY      

   OCT 1997

    52.219-24       SMALL DISADVANTAGED BUSINESS         

    JAN 1999

                    PARTICIPATION

PROGRAM--TARGETS

    52.222-24       PREAWARD ON-SITE EQUAL

OPPORTUNITY        FEB 1999

                    COMPLIANCE EVALUATION





    L.2   52.204-6  DATA UNIVERSAL NUMBERING

SYSTEM (DUNS) NUMBER

          (JUN 1999)



      (a) The offeror shall enter, in the block with its name and

    address on the cover page of its offer, the annotation "DUNS"

    followed by the DUNS number that identifies the offeror's name and

    address exactly as stated in the offer.  The DUNS number is a

    nine-digit number assigned by Dun and Bradstreet Information

    Services.



      (b) If the offeror does not have a DUNS number, it should contact

    Dun and Bradstreet directly to obtain one.  A DUNS number will be

    provided immediately by telephone at no charge to the offeror.  For

    information on obtaining a DUNS number, the offeror, if located

    within the United States, should call Dun and Bradstreet at

    1-800-333-0505. The offeror should be prepared to provide the

    following information:



        (1) Company name.



        (2) Company address.



        (3) Company telephone number.



        (4) Line of business.



                                      L-1

Back to Table of Content

            RFP DCS-99-45                                      Section L





        (5) Chief executive officer/key manager.



        (6) Date the company was started.



        (7) Number of people employed by the company.



        (8) Company affiliation.



      (c) Offerors located outside the United States may obtain the

    location and phone number of the local Dun and Bradstreet

    Information Services office from the Internet home page at

    http://www.customerservice@dnb.com/.  If an offeror is unable to

    locate a local service center, it may send an e-mail to Dun and

    Bradstreet at globalinfo@mail.dnb.com.









    L.3   52.216-1  TYPE OF CONTRACT  (APR

1984)



      The Government contemplates award of a Cost Plus Fixed Fee

    contract resulting from this solicitation.









    L.4   52.219-22  SMALL DISADVANTAGED BUSINESS

STATUS (OCT 1998)

          ALTERNATE I (OCT 1998)



      (a) General. This provision is used to assess an offeror's small

    disadvantaged business status for the purpose of obtaining a benefit

    on this solicitation. Status as a small business and status as a

    small disadvantaged business for general statistical purposes is

    covered by the provision at FAR 52.219-1, Small Business Program

    Representation.



      (b) Representations.



        (1) General. The offeror represents, as part of its offer, that

    it is a small business under the size standard applicable to this

    acquisition; and either--



        [ ]  (i) It has received certification by the Small Business

    Administration as a small disadvantaged business concern consistent

    with 13 CFR 124, Subpart B; and



        (A) No material change in disadvantaged ownership and control

    has occurred since its certification;



        (B) Where the concern is owned by one or more disadvantaged

    individuals, the net worth of each individual upon whom the

    certification is based does not exceed $750,000 after taking into

    account the applicable exclusions set forth at 13 CFR 124.104(c)(2);

    and





                                      L-2

Back to Table of Content

            RFP DCS-99-45                                      Section L



        (C) It is listed, on the date of this representation, on the

    register of small disadvantaged business concerns maintained by the

    Small Business Administration; or



        [ ]  (ii) It has submitted a completed application to the Small

    Business Administration or a Private Certifier to be certified as a

    small disadvantaged business concern in accordance with 13 CFR 124,

    Subpart B, and a decision on that application is pending, and that

    no material change in disadvantaged ownership and control has

    occurred since its application was submitted.



        (2) [ ] For Joint Ventures. The offeror represents, as part of

    its offer, that it is a joint venture that complies with the

    requirements at 13 CFR 124.1002(f) and that the representation in

    paragraph (b)(1) of this provision is accurate for the small

    disadvantaged business concern that is participating in the joint

    venture. [The offeror shall enter the name of the small

    disadvantaged business concern that is participating in the joint

    venture: ____________________________________________________.]



        (3) Address. The offeror represents that its address [ ]_is, [ ]

    is not in a region for which a small disadvantaged business

    procurement mechanism is authorized and its address has not changed

    since its certification as a small disadvantaged business concern or

    submission of its application for certification. The list of

    authorized small disadvantaged business procurement mechanisms and

    regions is posted at http://www.arnet.gov/References/

    sdbadjustments.htm. The offeror shall use the list in effect on the

    date of this solicitation. "Address," as used in this provision,

    means the address of the offeror as listed on the Small Business

    Administrations register of small disadvantaged business concerns or

    the address on the completed application that the concern has

    submitted to the Small Business Administration or a Private

    Certifier in accordance with 13 CFR part 124, subpart B. For joint

    ventures, "address" refers to the address of the small disadvantaged

    business concern that is participating in the joint venture.



      (c) Penalties and Remedies. Anyone who misrepresents any aspects

    of the disadvantaged status of a concern for the purposes of

    securing a contract or subcontract shall:



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



        (2) Be subject to administrative remedies, including suspension

    and debarment; and



        (3) Be ineligible for participation in programs conducted under

    the authority of the Small Business Act.









    L.5   52.227-6  ROYALTY INFORMATION  (APR

1984)



      (a) Cost or charges for royalties.  When the response to this

    solicitation contains costs or charges for royalties totaling more



                                      L-3

Back to Table of Content

            RFP DCS-99-45                                      Section L



    than $250, the following information shall be included in the

    response relating to each separate item of royalty or license fee:



       (1) Name and address of licensor.



       (2) Date of license agreement.



       (3) Patent numbers, patent application serial numbers,

           or other basis on which the royalty is payable.



       (4) Brief description, including any part or model

           numbers of each contract item or component on which

           the royalty is payable.



       (5) Percentage or dollar rate of royalty per unit.



       (6) Unit price of contract item.



       (7) Number of units.



       (8) Total dollar amount of royalties.



       (b) Copies of current licenses.  In addition, if specifically

    requested by the Contracting Officer before execution of the

    contract, the offeror shall furnish a copy of the current license

    agreement and an identification of applicable claims of specific

    patents.











    L.6   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 N. W.  Rm S-4203

         200 Constitution Avenue, NW, Room S-4203

         Washington, DC  20210







                                      L-4

Back to Table of Content

            RFP DCS-99-45                                      Section L



         Mailing Address:



         U.S. Department of Labor, ETA/OGCM

         Division of Acquisition and Assistance



         200 Constitution Avenue, NW, Room S-4203

         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.









    L.7   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):



      www.gsa.gov









   L.8   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.



                                      L-5

Back to Table of Content

            RFP DCS-99-45                                      Section L



    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 offerors's past

    performance.  The Government also reserves the right to decide not

    to contact all of the reference provided by the offeror.  Names of

    individuals providing reference information about an offeror's past

    performance shall not be disclosed.



   L.9  SMALL BUSINESS SUBCONTRACTING

PLAN



    Offerors shall submit their proposal's subcontracting plan in

    accordance with FAR 52.219-9 (Alternate II) Small Business

    Subcontracting Plan.  This plan is a requirement evaluated under

    evaluation factor M.2(E).



    Offerors are advised that DOL seeks to place a fair portion of its

    contract dollars with small, small disadvantaged, and women-owned

    small business concerns as defined by FAR 52.219-8. For this

    procurement the Contracting Officer has made an assessment that 20%

    of the total dollar value of the contract be subcontracted to small,

    small disadvantaged, and women-owned businesses.



    DOL encourages all offerors to propose goals to meet or exceed our

    stated goals for the maximum extent practicable.  Offerors shall

    make an independent assessment of opportunities for small, HUBZone

    small, small disadvantaged, women-owned small business concerns to

    participate in this procurement and propose goals based on the total

    contract value.  Offerors should also discuss proposed methods for

    achieving the goals.  Offerors should discuss the types and amount



                                      L-6

Back to Table of Content

            RFP DCS-99-45                                      Section L



    of work, in terms of total dollars, that will be performed by these

    entities.



    Offerors will include the name of the individual employed by the

    offeror who will administer the offeror's subcontracting program,

    and a description of the duties of the individual and a description

    of the efforts the offeror will make to assure the SDB concerns have

    an equitable opportunity to compete for subcontracts.



   L.10  ORAL PRESENTATION SECTION



    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 15.301 and 15.306 (d), and will not

    obligate the Government to determine a competitive range, conduct

    discussions, or solicit to entertain revised or best and final

    offerors.



    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

    Contracting Officer 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 Contracting Officer. 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 Contracting Officer.



    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, Contracting Officer, and other representatives of 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



                                      L-7

Back to Table of Content

            RFP DCS-99-45                                      Section L



    prepare for the actual presentation. Oral presentations, excluding

    the question and answer session, will be limited to 90 minutes.  The

    Contracting Officer 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.  The Project Manager who

    will have full 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:



    Introduction. The offeror should provide some information about

    itself as a firm, briefly describing its organization, history,

    products and services. (10 minutes)



    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)



    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)



    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, journeyman level qualification requirements, typical

    journeyman level duties and responsibilities, and estimated average



                                      L-8

Back to Table of Content

            RFP DCS-99-45                                      Section L



    salary or wage (including the value of fringe benefits).  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)



    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)



    Responsibility Assignments. Identify the components of the offeror's

    organization that will have primary and 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)



    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 Contracting Officer 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 15.610.  The time required for clarification will not

    be counted against the offeror's presentation time limit.



    7. Government Personnel.



    Contracting Officer/Contract Specialist



    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



                                      L-9

Back to Table of Content

            RFP DCS-99-45                                      Section L



    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.8).  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.



    Immediately before the presentation, the Contracting Officer 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.  No

    audio or video recordings of the presentations will be performed or

    permitted.



    Offerors should mark slides in accordance with FAR 52.215-1 (e),

    Restrictions on Disclosure and Use of Data, as appropriate.



   L.11  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



                                      L-10

Back to Table of Content

            RFP DCS-99-45                                      Section L



    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 - In accordance with Section L.7, the offeror shall submit,

    as part of their offer the following:



    A. A set of overhead transparencies and five (5) paper copies in a

    sealed package.  These transparencies shall be considered in effect,

    the offerors technical proposal and shall form the basis of the

    offeror's Oral Presentation.  Both the transparencies and the Oral

    Presentation will be used to evaluate the offeror's Technical

    Approach. (See Section M.3(A)



    B. Offerors shall submit an original and three copies of the

    "Resumes of Key Personnel" (See Section M.3(B);



    C. Offerors shall submit three copies of relevant past performance

    information (See Section L.6 and M.3(C).



    D. Offerors shall submit an original and three copies of the

    Contractor's Experience with Related Work (See Section M.3(D);



    The Technical Proposal shall not make reference to cost or price

    data so that an independent technical evaluation may be made on the

    basis of technical merit alone. Failure to comply with this

    requirement will result in a determination of nonresponsiveness.

    Proposals specifying less than one hundred twenty (120) days

    Government Acceptance may be considered not acceptable. Any

    exceptions taken by a proposer to any provisions of this Request for

    Proposals or any condition placed upon a proposal may result in a

    finding of not acceptable.  Only one proposal may be submitted by

    each respondent.



    Part 3 - A detailed Business Management Proposal as further outlined

    in the below instructions and consisting of:



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

    8555 (Mar. 1981)





                                      L-11

Back to Table of Content

            RFP DCS-99-45                                      Section L



    (b)  One (1) copy of Exhibit B - Statement of Financial Capability,

    ETA 8554 (Mar. 1981)



    (c)  "One (1) each Accounting System Certification which is a

    statement certifying that the offeror  has an established accounting

    system with internal controls adequate to safeguard their assets,

    insure that funds are accounted for by cost categories, check the

    accuracy and reliability of the accounting data, promote operating

    efficiency  and permit compliance with Government requirements and

    accounting procedures with respect to Cost Reimbursement types of

    contracts. The statement shall be executed by a certified public

    accountant (CPA), licensed public accountant, a bona-fide accounting

    or audit organization such as Defense Contract Audit Agency (DCAA)

    or an entity of equivalent status acceptable to the Government."

    Failure to include the above stated supportive materials with your

    proposal will be a basis for determination of not 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 of 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 15.



    An offeror may eliminate a deficiency in its offer only through

    discussions, as defined in FAR 15 and prescribed in FAR 15.

    However, the Government intends to award a contract without

    discussions, as authorized by FAR 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 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 15.



    The offeror shall complete and submit all certifications included in

    or attached to this Request for Proposal.



    The Cost Analysis (Exhibit J.2) and Financial Capability Forms

    (Exhibit 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



                                      L-12

Back to Table of Content

            RFP DCS-99-45                                      Section L



    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.12  REQUEST FOR CLARIFICATION (RFC)



    All requests for RFP clarification are due by 5:00 PM Local Time

    October 15, 1999.



    Only electronic submission of requests will be accepted.  They shall

    be submitted to Ms. Ollye M. Williams at

    HTTP://www.OWilliams@DOLETA.GOV.



    Should any RFC be received after the date stated above, the

    Government reserves the right not to provide and answer.  If,

    however, in the Government's opinion, the RFC cites an issue of

    significant importance, the government may provide written responses

    to all offerors.



    The Government will not provide any information concerning requests



                                      L-13

Back to Table of Content

            RFP DCS-99-45                                      Section L



    for clarifications in response to telephone calls from Offerors.

    All requests will be answered electronically and provided to all

    Offerors at the DOLETA internet site (HTTP://WWW.DOLETA.GOV).











































































































                                      L-14

Back to Table of Content

            RFP DCS-99-45                                      Section M





                    SECTION M - EVALUATION FACTORS FOR

AWARD











    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 and make award without

    discussions with offerors.  However, the Government reserves the

    right to conduct discussions if later determined by the Contracting

    Officer to be necessary.  Therefore, each offer should contain the

    best terms from a cost or price and technical standpoint.



    Offerors will be evaluated by a two-step methodology.  The first

    step will involve the evaluation of the offeror's Individual Staff

    Experience, Past Performance, Offeror's Experience with Related

    Work, and Small Disadvantaged Participation Program (evaluation

    factors B, C, D and E).  Based on these evaluations a Competitive

    Range (FAR 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

    Technical Approach (evaluation factor A).



    A cost realism analysis shall be performed for all offerors included

    in the "competitive range".  Contract award will be based on the

    combined evaluations of the Technical Approach (Oral Presentation),

    Individual Staff Experience, Past Performance, Offerors Experience

    With Related Work, Small Disadvantaged Participation Program and

    Cost. The contract resulting from this solicitation will be awarded

    to the responsible offeror  whose offer, conforming to the

    solicitation, is determined to provide the "best value" to the

    Government, which may not necessarily be the proposals offering the



                                      M-1

Back to Table of Content

            RFP DCS-99-45                                      Section M



    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(s) 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 represented 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



    The evaluation factors are described below:



    A.  TECHNICAL APPROACH (30 points)



    The Government will evaluate each offeror's technical approach 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; and knowledge of

    the personnel and subcontractor qualifications necessary to the

    performance of the work.



    B.  INDIVIDUAL STAFF EXPERIENCE (25 points)



    This section of the proposal should 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



                                      M-2

Back to Table of Content

            RFP DCS-99-45                                      Section M



    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.  The following information must be

    furnished:



    1.The proposed Project Manager;



    2.The proposed project organization;



    3.The time commitment of all key personnel assigned to the project

    (the number of hours per month that each individual will devote to

    the project over its life);



    4.The full-time equivalent for each professional person assigned to

    the project;



    5.A resume for each professional person 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 must 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.



    This section should contain sufficient information for judging the

    quality and competence of the staff proposed to be assigned to the

    project.  This should include staffing charts listing names,

    qualifications, and experience of key staff  (including outside

    consultants), staff  time/time loading charts showing the amount of

    time each TSS, Surveyor and Transportation Verifier 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.  A resume should be included for each key person to be

    assigned to the project.



    C. CONTRACTOR'S PAST PERFORMANCE (25 Points)



    This criterion shall represent 25% 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



                                      M-3

Back to Table of Content

            RFP DCS-99-45                                      Section M



    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, key

    personnel who have relevant experience, or subcontractors that will

    perform major or critical aspects of the requirement when such

    information is relevant to the instant acquisition.  Offerors

    without relevant past performance history or for whom information on

    past performance is not available, 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 key 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.





                                      M-4

Back to Table of Content

            RFP DCS-99-45                                      Section M



    E. SMALL DISADVANTAGED BUSINESS (SDB) PARTICIPATION PROGRAM -

    TARGETS - (5 points)



    This evaluation criteria will be used to evaluate the extent of

    participation of SDB concerns in performance of contracts in the

    targeted Standard Industrial Classification (SIC) Major Groups as

    determined by the Department of Commerce (DOC) and to the extent

    authorized by law. Only SDB concerns in the targeted SIC Major

    Groups will be evaluated.



    The extent of participation of SDB Participation Program-Targets, as

    determined by the DOC, will be evaluated for targeted SIC Major

    Groups for each contract year in terms of the proposed annual

    contract value, including target cost and target fee, as adjusted by

    DOL for probable cost; the extent of participation for the SDB

    concerns in terms of the total proposed contract value of the

    acquisition for all five years, including target cost and target

    fee, as adjusted by DOL for probable cost; the extent to which SDB

    concerns are specifically identified; the extent of commitment to

    use the SDB concerns. The effectiveness of the proposed approach to

    integration of the types of work into the overall requirement will

    be evaluated.  SDB concerns that choose the FAR 19.11 price

    evaluation adjustment shall receive a zero score for this evaluation

    factor.  Targeted SIC Major Groups' participation can be achieved by

    an SDB prime contractor or subcontractor(s).



    COST REALISM



    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).  Please be advised that an

    offeror's proposed price that is materially below the Government's

    estimate could indicate a lack of understanding of the requirement.

    Such a proposed price could also indicate a significant risk that

    the offeror may have difficulty in performing the requirement,

    adversely, impacting contract performance.



    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



                                      M-5

Back to Table of Content

            RFP DCS-99-45                                      Section M



    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.































































































                                      M-6