AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

1. CONTRACT ID CODE
 

PAGE OF PAGES

 1

|

 

2. AMENDMENT/MODIFICATION. NO.
 2
3. EFFECTIVE DATE
 March 31, 2000
4. REQUISITION/PURCHASE REQ. NO.   
 00-401/vrm
5. PROJECT NO. (If applicable)
 
6. ISSUED BYCODE
 
 U.S. Department of Labor, ETA/OGCM
 Division of Contract Services
 200 Constitution Avenue, NW
 Room S-4203
 Washington  DC  20210
7. ADMINISTERED BY (If other than Item 6)CODE
 
 
 
 
 
     
8. NAME AND ADDRESS OF CONTRACTOR  (No., street, county, State and ZIP Code)   
 
 
 
   
 
 
 
 
       

CODE   FACILITY CODE  

(X)

 X
 
9A. AMENDMENT OF SOLICITATION NO.
 RFP-DCS-00-12

9B. DATED (SEE ITEM 11)
 02-29-2000

10A. MODIFICATION OF CONTRACT/ORDER NO.
 
     

10B. DATED (SEE ITEM 12)
 

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATION

 X
The above numbered solicitation is amended as set forth in Item 14.  The hour and date specified for receipt of Offers
 X
is extended,
 
is not extended.  Offers must acknowledge receipt of this amendment prior
 to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning   0 copies of the amendment;(b) By acknowledging receipt of this amendment of each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.     ** HOUR & DATE for Receipt of Offers is EXTENDED       2:00 p.m. 4/14/2000
12. ACCOUNTING AND APPROPRIATION DATA (If required)

   

   

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

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

(X)

 

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

 

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

 

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

 

 

 

D. OTHER (Specify type of modification and authority)

 

 

E. IMPORTANT:  Contractor
 
is not,
 
is required to sign this document and return      copies to the issuing office.
14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
 See Attachment
 
 
 
 TO ALL OFFERORS.
 
 
 
 
 
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER   (Type or print)
 
 
16A. NAME AND TITLE OF CONTRACTING OFFICER    (Type or print)
   
 
15B. CONTACTOR/OFFEROR

 

(Signature of person authorized to sign)

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

BY  

(Signature of Contracting Officer)

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

March 31, 2000

NOTICE TO ALL OFFERORS

REFERENCE: AMENDMENT NO. 2

RFP-DCS-00-12

Additional information has been requested by prospective offerors and it has been determined by the Contracting Officer that this information be made available to all bidders. The closing date and time for the receipt of proposals remains April 14, 2000, by 2:00 p.m. local time.

Keith A. Bond

KEITH A. BOND

Contracting Officer

Attachment(s)

14. RESPONSES TO REQUEST FOR CLARIFICATION

1.) Section B, Page B-1

The incumbent contractor is the McLaughlin Company of Washington, DC.

c. If the bonding program is insured through insurance companies, please identify the insurance companies, please identify the insurance company (ies) currently insuring the risk. a. The McLaughlin Company is the exclusive national agent for Travelers Property Casualty for issuing to employers the Federal Bonding Program's fidelity bonds.

d. Does the McLaughlin Company work in any capacity with an insurance company to administer the bonding program? What is that capacity? a. The McLaughlin Company managers all national activities of the Federal Bonding Program consistent with its contract with U.S.DOL.

2. What are the frequency of audits for this contract?

2a. There is no frequency of audits. Although the Government reserves the right to audit a contract at any time.

3.) The contract was awarded on June 28, 1995, in the amount of $276,392. The total amount awarded was $1,007,319, inclusive of options.

a.) Are the above amounts the administrative fees paid to McLaughlin Company for administering this contract? Please restate the amount awarded by showing the award for each year separately. The above amounts are funds to cover bond premiums and all other expenses incurred in performing the work required by the U.S.DOL contract.

b.) This solicitation is a 100% Small Business Set-Aside. Does the McLaughlin Company meet the criteria for your definition of a Small Business? The McLaughlin Company is a small business.

4.) Please provide experience information for each year of the Federal Bonding Program, i.e.

4a. The annual contract award amount for each program year:

1995-96: $276,392

1996-97: $231,000

1997-98: $114,997

1998-99: $234,949

1999-00: $149,981

The above amounts are funds to cover bond premiums and all other expenses incurred in performing the work required by the U.S.DOL contract.

1995-96: 2,028

1996-97: 1,768

1997-98: 912

1998-99: 379

7/99-12/99: 288(6 mos. activity)

Bonds amounts issued in each program year:
Number of Bonds Issued
Bond Amount Year 1*
1995-96
Year 2*
1996-97
Year 3*
1997-98
Year 4*
1998-99
Year 5*
7/99-12/99
$ 500 to $2,500 440 407 338 19  
$3,000 to 5,000 858 884 431 316 256
$5,500 to 7,500 77 44 9   9
$8,000 to 10,000 592 428 134 36 17
$10,500 to 12,500          
$13,000 to 15,000 10     4  
$15,500 to 17,500          
$18,000 to 20,000 10        
$20,500 to 22,500          
$23,000 to 25,000 41 5   4 6

Premium Paid

Total bond premiums paid for bonds issued in each program year:

Year Amount of Premium
1995-96: $178,883
1996-97: $118,147
1997-98: $56,035
1998-99: $27,967
7/99-12/99: $23,371 (6 mos. activity)

The annual number of worker dishonesty claims incurred/total claim amounts paid were as follows:

Year Amount of Incurred Claims
1995-96: 10 claims/$38,614
1996-97: 8 claims/$25,930
1997-98: 4 claims/$ 3,489
1998-99: 1 claims/$0
7/99-12/99: 1 claims/$0

5. Our assumptions are that each 12 month contract year starts 6/28 and ends 5/27 of each year. If our assumptions are incorrect, please identify the correct time period that is inclusive of the experience information being requested above. 5a. Each year funding of the Federal Bonding Program contract begins June 28 and ends June 27 of the following year.