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

     200 Constitution Avenue, N.W.
     Room  S-4203
     Washington DC  20210
________________________________________________________________________________
8. NAME AND ADDRESS OF CONTRACTOR (No. Street, County, State and ZIP Code)






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

   10B. DATED (See Item 13)
______________________________________________________________________________
     11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
[ ] The above numbered solicitation is amended as set forth in Item 14.
The hour and date specified for receipt of Offers [ ] is extended, [x]
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        copies of the
amendment; (b) By acknowledging receipt of this amendment on each copy of the
offer submitted; or (c) By separate letter or telegram which includes a
reference to the solicitation and amendment numbers.  FAILURE OF YOUR
ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF
OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR
OFFER.  If by virtue of this amendment you desire to change an offer already
submitted, such change may be made by telegram or letter, provided each
telegram or letter makes reference to the solicitation and this amendment, and
is received prior to the opening hour and date specified.
________________________________________________________________________________
STANDARD FORM 30 (REV.10-83)   Prescribed by GSA FAR(48 CFR) 53.243

Back to Table of Contents 4 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Page 1a of Pages ________________________________________________________________________________ 12. ACCOUNTING AND APPROPRIATION DATA (If required) ________________________________________________________________________________ 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. [ ] A.THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT/ORDER NO. IN ITEM 10A. [ ] B.THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation data,etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C.THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D.OTHER (Specify type of modification and authority) ________________________________________________________________________________ E. IMPORTANT: Contractor [ ] is not, [ ] is required to sign this document and return copies to the issuing office. ________________________________________________________________________________ 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible). THE DUE DATE FOR THIS SOLICITATION REMAINS 2:00 PM, NOVEMBER 9, 2000. < see continuation sheet except as provided herein, all terms & conditions of the document referenced in item 9a or 10a, as heretofore changed, remain unchanged & in full force & effect ________________________________________________________________________________ 15a. name and title of signer | 16a. name and title of contracting (type or print) | officer (type or print) | keith a. bond | contracting officer | ________________________________________|_______________________________________ 15b. contractor/offeror | 16b. united states of america _________________________ | _________________________________ (signature of person authorized to sign)| (signature of contracting officer ________________________________________|_______________________________________ 15c. date signed | 16c. date signed 11-02-2000 ________________________________________|_______________________________________

Back to Table of Contents 4 STANDARD FORM 30 (REV.10-83) Page 3

Back to Table of Contents 4 CONTINUATION PAGE 1. Section L. 8 SUBMISSION OF PROPOSAL, is deleted in its entirety and replaced with the following: L. 8 SUBMISSION OF PROPOSAL (A) - General Instructions: Each offeror must submit an offer (proposal) and other written information and make an oral presentation in strict accordance with these instructions. When evaluating an offeror, the Government will consider how well the offeror complied with the letter and spirit of these instructions. The Government will consider any failure on the part of an offeror to comply with both the letter and spirit of these instructions to be an indication of the type of conduct it can expect during contract performance. Therefore, the Government encourages offerors to contact the Contracting Officer by telephone, facsimile transmission, e-mail, or mail in order to request an explanation of any part of these instructions. Your proposal must be submitted in three (3) separate and distinct parts as outlined below, consisting of the number of stated copies and accompanied by the required supportive materials to insure that the proposal will be considered responsible to the Request for Proposals. Part 1 - Original and two (2) signed copies of completed Standard Form 33, Solicitation, Offer and Award, Original and two (2) signed copies of Section K, the Representations, Certifications and other Statements of Offerors and all attachments thereto except those items required in Part 2 and 3 will be submitted as outlined in their respective parts. Legible copies are acceptable. (All copies shall be ink-signed.) Part 2 - (1) A set of overhead transparencies and five (5) paper copies in a sealed package. These transparencies shall be considered in effect, the offeror's technical proposal and shall form the basis of the offeror's Oral Presentation. PLEASE NOTE: The sealed package containing the transparencies will not be opened until the scheduled date for an offeror's presentation, in the presence of the Contract Specialist and a representative of the offeror. Both the transparencies and the Oral Presentation will be used to evaluate the offeror's capability to perform the contract (See section M.3(B); (2) Offerors shall submit an original and three copies of the "Resumes of Key Personnel" (See Section M.3(A); Page 4

Back to Table of Contents 4 (3) Offerors shall submit three copies of relevant past performance information (See Section L.7 and M.3(C); and (4) 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 that the technical proposal is technically unacceptable, and the offeror not eligible for award. Proposals specifying less than one hundred twenty (120) days Government Acceptance may be considered not acceptable. Any exceptions taken by a proposer to any provisions of this Request for Proposals or any condition placed upon a proposal may result in a finding of not acceptable. Only one proposal may be submitted by each respondent. Part 3 - A detailed Business Management Proposal as further outlined in the below instructions and consisting of: (a) Three (3) copies of Attachment J.2 - Cost and Price Analysis, ETA 8555 (Mar. 1981) (b) One (1) copy of Attachment J.3 - Statement of Financial Capability, ETA 8554 (Mar. 1981) (c) "One (1) each Accounting System Certification which is a statement certifying that the offeror has an established accounting system with internal controls adequate to safeguard their assets, insure that funds are accounted for by cost categories, check the accuracy and reliability of the accounting data, promote operating efficiency and permit compliance with Government requirements and accounting procedures with respect to Cost Reimbursement types of contracts. The statement shall be executed by a certified public accountant (CPA), licensed public accountant, a bona-fide accounting or audit organization such as Defense Contract Audit Agency (DCAA) or an entity of equivalent status acceptable to the Government." Failure to include the above stated supportive materials with your proposal will be a basis for determination of not being acceptable. ADDITIONAL SPECIFIC REQUIREMENTS: Contract budget shall include a $10,000 line item for analytical laboratory testing of water, air, soil, and wastewater samples. Contract budget shall include a $3,000-$5,000 continuing education stipend to ensure that the Environmental Specialist remains well informed of the state of the art in Environmental Health and Fire Safety areas. (Approval for this course must be obtained from the GAR) Contract budget shall include a property line item of $3,000.00 to allow for the purchase and maintenance of essential equipment for compliance monitoring (e.g., 35 mm camera, flash attachment, and carrying case, chemical test kits, air flow and noise meters, Page 5

Back to Table of Contents 4 circuit testers, thermometers, and voice recorders, etc.) NOTE: Part 1, 2, and 3 should be sealed in separate envelopes and included in one master package. The RFP number and related Part numbers outlined above, if applicable, must be shown in the upper left hand corner of each of the envelopes as well as the master package. The Government warns offerors that taking exception to any term or condition of the RFP (including submitting any alternative proposal that requires a relaxation of a requirement), will make an offer unacceptable, and the offeror ineligible for award, unless the RFP expressly authorizes such an exception with regard to that specific term or condition. The Government will consider any exception to a term or condition of the RFP that is not expressly authorized by the RFP to be a deficiency, as defined in FAR Part 15. An offeror may eliminate a deficiency in its offer only through discussions, as defined and prescribed in FAR Part 15. However, the Government intends to award a contract without discussions, as authorized by FAR Part 15. Therefore, any offeror planning to take exception to a term or condition of the RFP should consult with the Contracting Officer prior to submitting an offer, unless the RFP expressly authorizes such an exception. Not withstanding its plan to award without discussions, the Government reserves the right to conduct technical and cost discussions with offers in the competitive range, if necessary, and to permit such offerors to revise their technical and cost proposals. The government also reserves the right to change any terms and conditions of their RFP by amendment at any time prior to contract award and to allow offerors to revise their offers accordingly, as authorized by FAR Part 15. The offeror shall complete and submit all certifications included in or attached to this Request for Proposal. The Cost Analysis (Attachment J.2) and Financial Capability Forms (Attachment J.3) support information shall be augmented as follows: Offerors are required to submit cost proposals fully supported by cost and pricing data adequate to establish the reasonableness of the proposed costs. 1. Most current published annual balance sheet and profit or loss statement. 2. The offeror shall furnish a total cost breakdown utilizing the enclosed cost and price analysis form. (a) Include the backup data to support the type of labor and estimated numbers of hours within each category. (b) Include a breakdown of the amount estimated for travel including destination, duration, purpose and cost (per diem and transportation). Page 6

Back to Table of Contents 4 (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. 2. Section M.2 - BASIS FOR AWARD (BEST VALUE) is deleted in its entirety and replaced with the following: M.2 BASIS FOR AWARD (BEST VALUE) The Government intends to evaluate proposals using a two-step methodology. The first step will involve the evaluation of the offeror's INDIVIDUAL STAFF EXPERIENCE AND QUALIFICATIONS, CONTRACTOR'S PAST PERFORMANCE, CONTRACTOR'S EXPERIENCE WITH RELATED WORK, AND PRICE, evaluation factors A, C, D, and E listed below). Based on these evaluations, a Competitive Range (FAR Part 15) consisting of the most highly rated proposals will be established. The second step will involve evaluation of an ORAL PRESENTATION presented by each of the offerors within the Competitive Range. Evaluation of oral presentations will consist of the offeror's CAPABILITY TO PERFORM THE WORK (evaluation factor B listed below). Therefore, each offer should contain the best terms from a cost or price and technical standpoint. Please note as stated in Section L.8 Submission of Proposal, the Government reserves the right to hold technical or cost discussions with all offerors within the competitive range. A cost realism analysis will be performed for all technically acceptable offerors. Contract award will be based on the combined evaluations of Technical Approach, Individual Staff Experience and Qualifications, Contractor's Capability to Perform the Work, Contractor's Past Performance, Contractor's Experience With Related Work, and Price. The contract resulting from this solicitation will be awarded to the responsible offeror whose offer, conforming to the Page 7

Back to Table of Contents 4 solicitation, is determined to provide the "best value" to the Government, which may not necessarily be the proposals offering the lowest cost nor receiving the highest technical score. It should be noted that cost is not a numerically weighted factor. Although non-cost factors are significantly more important than cost, cost is an important factor and should be considered when preparing responsive offers (proposals). The importance of cost as an evaluation factor will increase with the degree of equality of the proposals in relation to the remaining evaluation factors. When the offerors within the competitive range are considered essentially equal in terms of technical, past performance and other no-cost factors (if any), or when cost is so significantly high as to diminish the value of the technical superiority to the Government, cost may become the determining factor for award. In summary, cost/no-cost trade offs will be made, and the extent to which one may be sacrificed for the other if governed only by the tests of rationality and consistency with the established factors. Prospective contractors are advised that the selection of a contractor for contract award is to be made, after a careful evaluation of the offers (proposals) received, by a panel of specialists chosen by DOL/ETA. Each panelist will evaluate the proposals for technical acceptability using a range of scores assigned to each factor. The factors are presented in the order of emphasis that they will receive (i.e., Factor A has the greatest weight, Factor B the second greatest weight, etc.). The scores will then be averaged to select a contractor for award on the basis of their proposal being the most advantageous to the Government, price and other factors considered. 3. Please be advised that pursuant to 13a. of modification no. 3 of the above-referenced solicitation, all key staff must devote the following time commitment of a full time equivalent to this project: Environmental Engineer - 75% (1565 hours) Project Coordinator - 35-40% (730-835 hours) Environmental Specialist/Associate Trainer - 100% (2087 hours) The Government warns offerors who submit business proposals that are not responsive to this requirement of the solicitation, will make their business proposal unacceptable, and the offeror ineligible for award. Page 8

Back to Table of Contents