49
SOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT NUMBER 3. SOLICITATION NUMBER 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE WO-03-R-0017 SEALED BID (IFB) 14 Nov 2003 NUMBER X NEGOTIATED (RFP) 7. ISSUED BY CODE 8. ADDRESS OFFER TO (If other than Item 7) United States Department of Agriculture/Forest Service 1621 N. Kent Street, Room 707, Rosslyn Plaza East Arlington, VA 22209-2131 NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". SOLICITATION 9. Sealed offers in original and 5 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in 1621 N. Kent Street, Room 707 Rosslyn Plaza East, Rosslyn, VA 22209 until 1630 local time 30 Jan 2004 (Hour) (Date) 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 A. NAME B. TELEPHONE NO. (NO COLLECT CALLS)Area Code/Number/Extension C. E-MAIL ADDRESS CALL: Sally Williams 703-605-4668 [email protected] 11. TABLE OF CONTENTS (X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S) PART I - THE SCHEDULE PART II - CONTRACT CLAUSES A SOLICITATION/CONTRACT FORM 1 X I CONTRACT CLAUSES 150- 153 X B SUPPLIES OR SERVICES AND PRICES/COSTS 1A-1B PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. X C DESCRIPTION/SPECS./WORK/STATEMENT 2-143 X J LIST OF ATTACHMENTS 154 X D PACKAGING AND MARKING 144 PART IV - REPRESENTATIONS AND INSTRUCTIONS X E INSPECTION AND ACCEPTANCE 145 X K REPRESENTATIVES, CERTIFICATIONS AND 155- 162 X F DELIVERIES OR PERFORMANCE 146 OTHER STATEMENTS OF OFFERORS X G CONTRACT ADMINISTRATION DATA 147 X L INSTRS., CONDS., AND NOTICES TO OFFERORS 163- 169 X H SPECIAL CONTRACT REQUIREMENTS 148-149 X M EVALUATION FACTORS FOR AWARD 170- 174 OFFER (Must be fully completed by offeror) NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 12. In compliance with the above, the undersigned agrees, if this offer is accepted within 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 10 CALENDAR DAYS 20 CALENDAR DAYS 30 CALENDAR DAYS CALENDAR DAYS (See Section I, Clause No. 52-232-8) % % % % 14. ACKNOWLEDGMENT OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE (The offeror acknowledges receipt of amend- ments to the SOLICITATION for offerors and related documents numbered and dated: 15A. NAME AND ADDRESS OF OFFEROR CODE FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or Print) 15B. TELEPHONE NO. (Include area code and extension) 15C. CHECK IF REMITTANCE ADDRESS 17. SIGNATURE 18. OFFER DATE IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE. AWARD (To be completed by Government) 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION 1

SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

Embed Size (px)

Citation preview

Page 1: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

SOLICITATION, OFFER AND AWARD1.THIS CONTRACT IS A RATED ORDER

RATING PAGE OF

UNDER DPAS (15 CFR 700) S10 1 172 PAGES

2. CONTRACT NUMBER 3. SOLICITATION NUMBER 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE

WO-03-R-0017 SEALED BID (IFB) 14 Nov 2003 NUMBER     X NEGOTIATED (RFP)

7. ISSUED BY CODE       8. ADDRESS OFFER TO (If other than Item 7)United States Department of Agriculture/Forest Service 1621 N. Kent Street, Room 707, Rosslyn Plaza East

Arlington, VA 22209-2131

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".SOLICITATION

9. Sealed offers in original and 5 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if

handcarried, in the depository located in 1621 N. Kent Street, Room 707 Rosslyn Plaza East, Rosslyn, VA 22209 until      1630 local time 30 Jan 2004

(Hour) (Date)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 A. NAME B. TELEPHONE NO. (NO COLLECT

CALLS)Area Code/Number/Extension C. E-MAIL ADDRESS

CALL:       Sally Williams 703-605-4668 [email protected]. TABLE OF CONTENTS

(X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S)PART I - THE SCHEDULE PART II - CONTRACT CLAUSES

A SOLICITATION/CONTRACT FORM 1 X I CONTRACT CLAUSES 150-153 X B SUPPLIES OR SERVICES AND PRICES/COSTS 1A-1B PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. X C

DESCRIPTION/SPECS./WORK/STATEMENT 2-143  X   J LIST OF ATTACHMENTS 154

X   D PACKAGING AND MARKING 144 PART IV - REPRESENTATIONS AND INSTRUCTIONS X  E

INSPECTION AND ACCEPTANCE 145 X K REPRESENTATIVES, CERTIFICATIONS AND155-162 X  F

DELIVERIES OR PERFORMANCE 146 OTHER STATEMENTS OF OFFERORS

X  G CONTRACT ADMINISTRATION DATA 147  X   L INSTRS., CONDS., AND NOTICES TO OFFERORS 163-169 X   H

SPECIAL CONTRACT REQUIREMENTS 148-149 X M EVALUATION FACTORS FOR AWARD 170-174

OFFER (Must be fully completed by offeror)NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.

12. In compliance with the above, the undersigned agrees, if this offer is accepted within      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 setOpposite each item, delivered at the designated point(s), within the time specified in the schedule.

13. DISCOUNT FOR PROMPT PAYMENT10 CALENDAR DAYS 20 CALENDAR DAYS 30 CALENDAR DAYS CALENDAR DAYS

(See Section I, Clause No. 52-232-8)       %       %       %       %14. ACKNOWLEDGMENT OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE

(The offeror acknowledges receipt of amend-ments to the SOLICITATION for offerors and                   related documents numbered and dated:

15A. NAME AND ADDRESSOF OFFEROR

CODE       FACILITY       16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN

     OFFER (Type or Print)

     

15B. TELEPHONE NO. (Include area code and extension)     

15C. CHECK IF REMITTANCE ADDRESS17. SIGNATURE      

18. OFFER DATE      

IS DIFFERENT FROM ABOVE - ENTER

SUCH ADDRESS IN SCHEDULE.

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

23. SUBMIT INVOICES TO ADDRESS SHOWN INITEM

10 U.S.C. 2304 (c) (

      ) 41 U.S.C. 253(c) (

      ) (4 copies unless otherwise specified)       24. ADMINISTERED BY (If other than Item 7) CODE       25. PAYMENT WILL BE MADE BY CODE      

           

26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE                 

(Signature of Contracting Officer)IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.

1

Page 2: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

SECTION B – SUPPLIES/SERVICES AND PRICE/COST

B.1 SUPPLIES/SERVICESThe United States Department of Agriculture Forest Service (USDA FS) requires a Service Provider to supply all personnel and resources necessary to perform the services required for the FS Information Technology Infrastructure as detailed in Section C, Performance Work Statement, of this Request for Proposals (RFP). This solicitation is part of a Competitive Sourcing Study conducted under the Office of Management and Budget Circular A-76, dated May 29, 2003, to determine whether accomplishing the specified work is the best value to the Government if performed by a private sector Service Provider under a contract or by Government performance through the Most Efficient Organization (MEO) via a Letter of Obligation. All further references to Service Provider in the Solicitation document shall include both the private sector and MEO, unless noted differently.

B.2 TYPE OF CONTRACTA hybrid Firm Fixed Price (FFP), Labor Hour contract type is contemplated as a result of this solicitation. The FFP portion of the contract will consist of the functions specified in the PWS, specifically RFP Sections C-3, C-4, and C-5.1 through C-5.9 inclusive. The Labor Hour portion will cover All-Risk Incidents, described specifically in RFP Section C-5.10. The Government contemplates an incentive arrangement based upon a negotiated Quality Assurance Surveillance Plan (QASP) containing elements of both the Government-developed QASP and that proposed by the Service Provider which shall include performance goals, quality levels, and incentives for achieving defined performance measurements.

B.3 PERIOD OF PERFORMANCEThe term of the contract in accordance with Section F.1 is the phase-in period, 1 Base Year and 4 Option Years. The phase-in period of performance shall begin approximately sixty (60) days after the Competitive Sourcing Performance Decision, which is estimated to be 30 April 2004. The Base Year performance is estimated to begin on 01 October 2004 through 30 September 2005. Option Year performance shall be as follows:

Option Year 1: 01 October 2005 to 30 September 2006Option Year 2: 01 October 2006 to 30 September 2007Option Year 3: 01 October 2007 to 30 September 2008Option Year 4: 01 October 2008 to 30 September 2009.

B.4 INSTRUCTIONS FOR COMPLETING COST/PRICE SCHEDULEThe Government requires Firm Fixed Prices for the services to be acquired under this contract, with the exceptions described in B.2. For proposal purposes, Service Providers shall propose costs/prices for the entire potential contract term to include the phase in period plus five years: Base Year (year 1) and 4 Option Years (years 2 through 5). The Service Provider shall propose prices that are representative of the skills required (see Section C-4.2 for specifics). The Cost/Price Schedule to be completed by Offerors is located in Section J, Attachment J.1. The Cost/Price Schedules are represented by an MS Excel workbook containing various spreadsheets to allow Service Providers the maximum flexibility in developing and pricing their solutions. Offerors shall complete the Cost/Price Model using the specific instructions contained in the model.

B.4.1 CONTRACT PERIODS TO BE PRICEDOfferors shall use the Cost/Price Models at J.1 to propose the following costs/prices:

C-2.2 “Phase-In Period”: FFP in a separate CLIN for the transition activities defined in this section for the defined, fixed first 90 day performance period.

C-2.3 “Initial Implementation Phase”: FFP for all activities defined in RFP Section C-5.1 through C-5.9 inclusive for the Base Year.

C-2.4 “Innovation Phase”: FFP to achieve all objectives defined in RFP Sections C-3 and C-4 through the Service Provider’s innovative solution for all exercised Option Years.

C-5.10 “Incident Response”: Labor Hour prices for all Labor Categories, as defined by the Offeror, to perform the on-demand, Incident Response activities. The maximum hours per contract year for the Labor Hour category are shown in the table below.

CLIN #* CONTRACT YEAR MAX. LABOR HOURS/YR.9999 Y1 - BASE YEAR 335,0009999 Y2 – OPTION YEAR 1 335,0009999 Y3 – OPTION YEAR 2 335,0009999 Y4 – OPTION YEAR 3 335,0009999 Y5 – OPTION YEAR 4 335,000

* Offeror may further define and/or subdivide the CLIN.

Page 3: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

B4.2 CLINSA separate CLIN is provided for a Phase-In Plan during the Phase-In Period to replace the incumbent Service Provider. The CLIN is limited to the phase-in costs associated with phase-in actions as documented in the Phase-In Plan (see Section C-4.4.5.1). The Phase-In Period is the first performance period.

Offerors may propose any other CLIN/SLIN structure (e.g., monthly prices, prices for specific activities, prices for specific functions, etc.) to accommodate their cost/price proposal and innovative technical solution given the above requirements and the specific instructions for completing the Cost/Price Schedules described in Attachment J.1. Additional instructions for preparing the Cost/Price Proposal are listed in RFP Section L.10.2.3.

3

Page 4: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

SECTION D--PACKAGING AND MARKING

D.1 COMMERCIAL PACKAGING, PACKING AND MARKING INSTRUCTIONS

(a) Material shall be prepared and packed for shipment in accordance with standard commercial practice sufficiently protected to arrive in good condition.(b) Marking of Shipments. In addition to markings required for transportation, shipping labels and documents shall include the contract number.

141

Page 5: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

SECTION E--INSPECTION AND ACCEPTANCE

FAR 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.arnet.gov/far/.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES

52.246-4 Inspection of Services - Fixed-Price (AUG 1991)52.246-6 Inspection - Time and Material Labor-Hour (MAY 2001)

E.1 INSPECTION AND ACCEPTANCEThe performance by the Service Provider and the quality of work delivered, including services rendered and any documentation or written material in support thereof, shall be subject to continuous inspection, surveillance, and review for acceptance by the Contracting Officer or his duly authorized representative (COR).

E.2 QUALITY ASSURANCEThe Service Provider performance will be monitored using quality assurance procedures administered by the Government. These procedures are subject to unilateral revision by the Government. Implementation of a Government quality assurance plan does not preclude performance of additional inspection as otherwise provided for in the solicitation.

142

Page 6: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

SECTION F--DELIVERIES OR PERFORMANCE

FAR 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.arnet.gov/far/

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES

52.242-15 Stop Work Order (AUG 1989)52.242-17 Government Delay of Work (APR 1984) 52.247-34 FOB Destination (NOV 1991)

F.1 AGAR 452.211-74 PERIOD OF PERFORMANCE (FEB 1988) The period of performance of this contract is from date of award through 12 months, subject to the Government’s option to extend the period of performance in accordance with Section I clause FAR 52.217-9. See Section B.3.

F.2 PHASE-IN/PHASE OUT TRANSITION PERIODIn accordance with FAR clause 523.237-3, Continuity of Services, the Service Provider recognizes that the services provided under this contract are vital to the Government and must be continued without interruption and that a successor, either the Government or another contractor, must continue them. The Service Provider agrees to (1) furnish phase-in training and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. The Service Provider shall, upon the Contracting Officer’s written notice, furnish phase-in, phase out services for up to 90 days after this contract expires.

The Government will provide the Service Provider access to Government furnished facilities during the phase-in transition period. This access may be used for observation and performance of Phase-In/Transition requirements.

F.3 PLACE OF DELIVERYAll services provided under this contract shall be delivered in accordance with the requirements in Section C.

F.4 NOTICE REGARDING LATE DELIVERYIn the event that the contractor anticipates difficulty in complying with the contract delivery schedule, the contractor shall notify the Contracting Officer immediately in writing, giving pertinent details, including the date by which it expects to make delivery; provided, however, that this data shall be informational only in character and that receipt thereof shall not be construed as a waiver by the Government of any contract delivery schedule; or of any rights or remedies provided by law or under this contract.

143

Page 7: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

SECTION G--CONTRACT ADMINISTRATION DATA

G.1 ACCOUNTING AND APPROPRIATION DATATo be cited at the time of contract award.

G.2 CONTRACT ADMINISTRATIONThe Service Provider shall designate below the person(s) the Government may contact for prompt action on matters pertaining to administration of the contract:

G.3 CONTRACTING OFFICER’S REPRESENTATIVE (COR)The Contracting Officer’s Representative(s) (COR) for this contract shall be provided at time of contract award. The Contractor is advised that only the Contracting Officer can change or modify the contract terms or take any other action which obligates the Government. The authority of the COR is strictly limited to the specific duties set forth in his/her letter of appointment, a copy of which is furnished to the Contractor. Contractors who rely on direction from other than the Contracting Officer or a COR acting within the strict limits of his/her responsibilities, as set forth in his/her letter of appointment, do so at their own risk and expense. Such actions do not bind the Government contractually. Any contractual questions shall be directed to the Contracting Officer. The COR is responsible for receiving all deliverables, inspecting and accepting the supplies and services provided hereunder in accordance with the terms and conditions of this contract.

G.4 AGAR 452.215-73 POST AWARD CONFERENCE (NOV 1996)A post award conference with the successful offeror is required. It will be scheduled within fourteen (14) days after the date of contract award.

G.5 GOVERNMENT-FURNISHED PROPERTY The Government will provide Government property as referenced in Section J, Attachment J-2, to the Contractor for use in the performance of this contract. This property shall be used and maintained by the Contractor in accordance with the Section I clauses for “Government Property" FAR 52.245-1 and 52.245-5.

G.6 CONTRACT ADMINISTRATIONa. All invoices submitted by the Service Provider under this contract shall consist of an original and three (3) copies. One copy shall be

marked “original.” Invoices shall cite the date of performance, contract number, item number, description, quantity, unit of measure, name and address of Service Provider, amount invoiced and certification by a Service Provider official authorized to bind the contract.

b. The invoices shall be submitted to the office listed below:

TO BE DETERMINED AT CONTRACT AWARD

c. The Government will pay all invoices in accordance with the Section I clause, Prompt Payment, FAR 52.232-25.

d. If the remittance address for payment is different from the mailing address, enter the remittance address below:

REMITTANCE ADDRESS:

144

Page 8: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

SECTION H--SPECIAL CONTRACT REQUIREMENTS

H.1 WAGE DETERMINATIONS In accordance with FAR 22.1012-1, the Service Contract Act, the U.S Department of Labor Wage Determinations per location as shown in Section J, Attachment J-3 hereby apply to this Solicitation.

H.2 SUBCONTRACTING PLANIt is the intention of the Government to ensure that small business concerns have the maximum practicable opportunity to participate in the USDA/Forest Service IT Infrastructure in accordance with Section C. Any business that qualifies as other than small under the North American Industry Classification System (NAICS) 541513 shall submit a subcontracting plan that addresses the following requirements in accordance with FAR 19.704, Subcontracting Plan Requirements:

(1) Separate percentage goals for using small business, veteran-owned small business, service-disabled, veteran-owned small business, HUBZONE small business, small disadvantaged business, and women-owned small business concerns as subcontractors;

(2) A statement of the total dollars planned to be subcontracted and a statement of the total dollars planned to be subcontracted to small business, HUBZONE small business, small disadvantaged business, and women-owned small business concerns;

(3) A description of the principal type of supplies and service to be subcontracted and an identification of types planned for subcontracting to small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns;

(4) A description of the method used to develop the subcontracting goals;(5) A description of the method used to identify potential sources for solicitation purposes;(6) A statement as to whether or not the offeror included indirect costs in establishing subcontracting goals, and a description of the method

used to determine the proportionate share of indirect costs to be incurred with small business, veteran owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business and women-owned small business concerns;

(7) 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;

(8) A description of the efforts the offeror will make to ensure that small business, veteran-owned small business, HUBZone small business, small disadvantaged business and women-owned small business concerns have an equitable opportunity to compete for subcontracts;

(9) A description of the types of records that will be maintained concerning procedures adopted to comply with the requirements and goals in the plan, including establishing source lists and a description of the offeror’s efforts to locate small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns and to award subcontracts to them.

See Section M.3.3.5 for the specific Small Business subcontracting goals for this acquisition.

H.3 NATIONAL AGENCY LOCAL CHECK (NALC)The Service Provider’s organization must within 3 months after contract award, successfully pass a National Agency Local Check. All paperwork required for the check must be submitted to the Contracting Officer within 30 days after contract award. Failure to submit paperwork, or to furnish adequate numbers of cleared employees within applicable deadlines, shall be grounds for termination of this contract for default.

H.4 KEY PERSONNEL(a) The Contractor shall assign to this contract the key personnel as identified in the proposal as key individuals to be assigned duties in performance of this contract and approved by the Contracting Officer prior to award.

(b) During the first ninety (90) days of performance, the Contractor shall make no substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. The Contractor shall notify the Contracting Officer within 15 calendar days after the occurrence of any of these events and provide the information required by paragraph (c) below. After the initial 90-day period, the Contractor shall submit the information required by paragraph (c) to the Contracting Officer at least 15 days prior to making any permanent substitutions.

(c) The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications to those of the persons being replaced. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of all required information of the decision on substitutions. The contract will be modified to reflect any approved changes of key personnel.

H.5 SECTION 508 ELECTRONIC AND INFORMATION TECHNOLOGY(a) Effective June 25, 2001, the Federal Government implemented Section 508 of the Rehabilitation Act of 1973.

(b) The Service Provider must comply with requirements of Section 508 of Public Law 105-220 in accordance with 36 C.F.R. part 1194, which sets forth the Electronic and Information Technology Accessibility Standards.

145

Page 9: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

(c) Section 508 of Public Law 105-220 requires that Federal agencies’ electronic and information technology is accessible to Federal employees with disabilities that is comparable to access and use by Federal employees who are not individuals with disabilities; and

(d) Section 508 requires that members of the public with disabilities seeking information or services from an agency have access to and use of information and data that is comparable to the access to and use of information and data by members of the public who are not individuals with disabilities.

H.6 ORGANIZATIONAL CONFLICTS OF INTEREST(a) The Contractor warrants, that, to the best of the Contractor’s knowledge and belief, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest, as defined in FAR subpart 9.5, or that the Contractor has disclosed all such relevant information.

(b) The Contractor agrees that if an actual or potential organizational conflict or interest is discovered after award, the Contractor will make a full disclosure shall include a description of actions which the Contractor has taken or proposes to take, after consultation with the Contracting Officer, to avoid, mitigate or neutralize the actual or potential conflict.

(c) Remedies – The Contracting Officer may terminate this contract for convenience, in whole or in part, if it deems such termination necessary to avoid the organizational conflict of interest. If the contractor was aware of a potential organizational conflict of interest prior to award or discovered an actual or potential organizational conflict after award and did not disclose or misrepresented relevant information to the Contracting Officer, the Government may terminate the contract for default, debar the Contractor from Government contracting, or pursue other remedies as may be permitted by law or this contract.

(d) The Contractor further agrees to insert provisions, which shall conform substantially to the language of this clause, including this paragraph (d), in any subcontract or consultant agreement hereunder.

(e) The Contractor further agrees that their design and consultation services on items in Section C shall not create an organizational conflict of interest with related contracts to other organizations.

H.7 NOTICE OF COLLECTIVE BARGAINING AGREEMENT:The Contractor shall provide the Contracting Officer a copy of any collective bargaining agreements applicable to employees performing this contract.

H.8 RIGHT OF FIRST REFUSAL FLOW-DOWN:Contract clause FAR 52.207-3, Right of First Refusal, shall be a flow-down requirement for all subcontractors.

H.9 INCORPORATION OF TECHNICAL PROPOSAL(a) The Service Provider shall furnish the necessary personnel, materials, products and other services as specified in the Contractor’s technical proposal entitled (to be completed at time of award) a copy of which is in the possession of both parties to this contract. This proposal is hereby incorporated by reference with the same force and effect as if set forth in full text.

(b) In the event of an inconsistency between the provisions of this contract and the technical proposal, the inconsistency shall be resolved by giving precedence in the following order: (i) The contract (excluding the technical proposal) and then, (ii) the technical proposal.

H.10 AGAR 452.224-70 CONFIDENTIALITY OF INFORMATION (FEB 1988)Confidential information, as used in this clause, means—

Information or data of a personal nature, proprietary about an individual, or (2) information or data submitted by or pertaining to an organization.

In addition to the types of confidential information described in (a)(1) and (2) above, information which might require special consideration with regard to the timing of its disclosure may derive from studies or research, during which public disclosure of primarily invalidated findings could create an erroneous conclusion which might threaten public health or safety if acted upon.

The Contracting Officer and the Contractor may, by mutual consent, identify elsewhere in this contract specific information and/or categories of information which the Government will furnish to the Contractor or that the Contractor is expected to generate which is confidential. Similarly, the contracting officer and the Contractor may, but mutual consent, identify such confidential information from time to time during the performance of the contract. Failure to agree will be settled pursuant to the “Disputes” clause.

If it is established that information to be utilized under this contract is subject to the Privacy Act, the Contractor will follow the rules and procedures of disclosure set forth in the Privacy Act of 1974, 5 U.S.C 552a and implementing regulations and policies, with respect to systems of records determined to be subject to the Privacy Act.

146

Page 10: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

Confidential information, as defined in (a)(1) and (2) above, shall not be disclosed without the prior written consent of the individual, institution or organization.

Written advance notice of at least 45 days will be provided to the Contracting Officer of the Contractor’s intent to release findings of studies or research, which have the possibility of adverse effects on the public or the Federal agency, as described in (b) above. If the Contracting Officer does not pose any objections in writing within the 45 day period, the contractor may proceed with disclosure. Disagreements not resolved by the Contractor and the Contracting Officer will be settled pursuant to the “Disputes” clause.

Whenever the Contractor is uncertain with regard to the proper handling of material under the contract, or if the material in question is subject to the Privacy Act or is confidential information subject to the provisions of this clause, the Contractor shall obtain a written determination from the Contracting Officer prior to any release, disclosure, dissemination or publication.

The provisions of paragraph (e) of this clause shall not apply when the information is subject to conflicting or overlapping provisions in other Federal, State or local laws.

147

Page 11: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

PART II--CONTRACT CLAUSES

SECTION I--CONTRACT CLAUSES

FAR 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.arnet.gov/far/www.usda.gov/procurement/policy/agar.html

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES

52.202-1 Definitions (DEC 2001)52.203-3 Gratuities (APR 1984)52.203-5 Covenant Against Contingent Fees (APR 1984)52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995)52.203-7 Anti-Kickback Procedures (JUL 1995)52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal

or Improper Activity (JAN 1997)52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997)52.203-12 Limitation on Payments to Influence Certain Federal Transactions (JUN 2003)52.204-4 Printed or Copied Double- Sided on Recycled Paper (AUG 2000)52.204-7 Central Contractor Registration (OCT 2003)52.209-6 Protecting the Government's Interest when Subcontracting

with Contractors Debarred, Suspended, or Proposed for Debarment (JUL 1995)52.215-2 Audit and Records -- Negotiation (JUN 1999)52.215-8 Order of Precedence--Uniform Contract Format (OCT 1997)52.215-13 Subcontractor Cost or Pricing Data-Modifications (OCT 1997)52.215-14 Integrity of Unit Prices (OCT 1997)52.215-21 Requirements for Cost or Pricing Data or Information Other

Than Cost or Pricing Data Modifications Alt. 1 (OCT 1997)52.216-7 Allowable Cost and Payment (DEC 2002)52.217-2 Cancellation Under Multi-Year Contracts (OCT 1997)52.219-8 Utilization of Small Business Concerns (OCT 2000)52.219-9 Small Business Subcontracting Plan Alternate II (JAN 2002) 52.219-16 Liquidated Damages --Subcontracting Plan (JAN 1999)52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (JAN 2002) 52.219-25 Small Disadvantaged Business Participation Program -- Disadvantaged Status and Reporting (OCT 1999) 52.222-1.1 Notice to the Government of Labor Disputes (FEB 1997) 52.222-3 Convict Labor (JUNE 2003)52.222-21 Prohibition of Segregated Facilities (FEB 1999)52.222-26 Equal Opportunity (APR 2002)52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (DEC 2001)52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (DEC 2001)52.222-41 Service Contract Act of 1965, as Amended (MAY 1989)52.222-43 Fair Labor Standards Act and Service Contract Act –Price Adjustment (Multiple Year and Option Contracts) (MAY 1989)52.222-44 FLSA and SCA Price Adjustment (FEB 2002) 52.223-5 Pollution Prevention and Right-to-Know Information (AUG 2003)52.223-6 Drug-Free Workplace (MAY 2001)52.223-14 Toxic Chemical Release Reporting (AUG 2003)52.224-1 Privacy Act Notification (APR 1984)52.224-2 Privacy Act (APR 1984)52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2003)52.227-1 Authorization and Consent (JUL 1995)52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996)52.227-14 Rights in Data-General (JUN 1987)52.228-5 Insurance-Work on a Government Installation (JAN 1997)52.228-7 Insurance—Liability to Third Persons (MAR 1996)

148

Page 12: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

52.229-3 Federal, State and Local Taxes (APR 2003)52.230-2 Cost Accounting Standards (APR 1988)52.230-6 Administration of Cost Accounting Standards (NOV 1999)52.232-1 Payments (APR 1984)52.232-7 Payments Under Time and Materials and Labor Hours Contracts (DEC 2002)52.232-8 Discounts for Prompt Payment (FEB 2002)52.232-9 Limitation on Withholding of Payments (APR 1984)52.232-11 Extras (APR 1984)52.232-17 Interest (JUN 1996)52.232-18 Availability of Funds (APR 1984)52.232-19 Availability of Funds For the Next Fiscal Year (APR 1984) 52.232-23 Assignment of Claims (JAN 1986)52.232-25 Prompt Payment (FEB 2002)52.232-34 Payment by Electronic Funds Transfer –Other than Central Contractor Registration (MAY 1999)52.233-1 Disputes (JULY 2002)--Alternate I (DEC 1991)52.233-3 Protest After Award (AUG 1996)52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)52.237-3 Continuity of Services (JAN 1991)52.239-1 Privacy of Security Safeguards (AUG 1996)52.242-13 Bankruptcy (JUL 1995)52.243-1 Changes--Fixed-Price (AUG 1987)--Alternate I (APR 1984) 52.243-3 Changes—Time and Materials or Labor Hours (SEP 2000)52.244-2 Subcontracts Alt. 1 (AUG 1998)52.244-5 Competition in Subcontracting (Dec 1996)52.244-6 Subcontracts for Commercial Items (APR 2003)52.245-1 Property Records (APR 1984)52.245-2 Government Property (Fixed-Price Contracts) (JUN 2003) 52.245-5 Government Property (Cost Reimbursement) Time and Material or Labor Hour Contract (JUN 2003)52.245-9 Use and Charges (APR 1984)52.245-11 Government Property (Facilities Use) (APR 1984)52.245-19 Government Property Furnished “As is” Alt. 152.246-25 Limitation of Liability—Services (FEB 1997)52.248-1 Value Engineering (FEB 2000) 52.249-2 Termination for Convenience of the Government (Fixed-Price) (SEP 1996)52.249-6 Termination (Cost Reimbursement) (SEP 1996) Alternate IV (SEP 1996)52.249-8 Default (Fixed-Price Supply and Service) (APR 1984) 52.249-14 Excusable Delays Alt. 1 (APR 1984)52.251-1 Government Supply Sources (APR 1984)52.253-1 Computer Generated Forms (JAN 1991)

AGRICULTURE ACQUISITION REGULATION (48 CFR CHAPTER 4) CLAUSES

452.204-70 Inquiries (FEB 1988)452.211-73 Attachment to Statement of Work/Specifications (FEB 1988)452.236-72 Use of Premises (NOV 1996)452.236-74 Control of Erosion, Sedimentation, and Pollution (NOV 1996)452.237-70 Loss, Damage, Destruction or Repair (FEB 1988)452.237-75 Restrictions Against Disclosure (FEB 1988)

FAR 52.207-3 RIGHT OF FIRST REFUSAL OF EMPLOYMENT (NOV 1991)(a) The Contractor shall give Government employees who have been or will be adversely affected or separated as a result of award of this contract the right or first refusal for employment openings under the contract in positions for which they are qualified, if that employment is consistent with post-Government employment conflict of interest standards.(b) Within 10 days after contract award, the Contracting Officer will provide to the Contractor a list of all Government employees who have been or will be adversely affected or separated as a result of award of this contract. (c) The Contractor shall report to the Contracting Officer the names of individuals identified on the list who are hired within 90 days after contract performance begins. This report shall be forwarded within 120 days after contract performance begins.

FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be

149

Page 13: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

exercised more than once, but shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.

FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.

FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.

This Statement is for Information Only:It Is Not A Wage Determination.

Employee Class Monetary Wage--Fringe Benefits

Information Technology/Computer GS-2210-07 $20.80 GS-2210-09 $22.19 GS-2210-11 $24.79 GS-2210-12 $28.47 GS-2210-13 $33.09

Systems Analyst GS-2210-07 $20.80 GS-2210-09 $22.19 GS-2210-11 $24.79 GS-2210-12 $28.47 GS-2210-13 $33.09

Application Software Engineer GS-2210-07 $20.80 GS-2210-09 $22.19 GS-2210-11 $24.79 GS-2210-12 $28.47 GS-2210-13 $33.09

Network Analyst GS-2210-07 $20.80 GS-2210-09 $22.19 GS-2210-11 $24.79 GS-2210-12 $28.47 GS-2210-13 $33.09

Database Administrators GS-2210-07 $20.80 GS-2210-09 $22.19 GS-2210-11 $24.79 GS-2210-12 $28.47 GS-2210-13 $33.09

Computer Support Specialist GS-2210-07 $20.80 GS-2210-09 $22.19 GS-2210-11 $24.79 GS-2210-12 $28.47 GS-2210-13 $33.09

Administrative Support Clerk GS-0303-05 $11.32 GS-0303-06 $12.62 GS-0303-07 $14.03

NOTE: Add 32.45% to the hourly wage for the Fringe Benefit Rate.

150

Page 14: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

FAR 52.232-35 DESIGNATION OF OFFICE FOR GOVERNMENT RECEIPT OF ELECTRONIC FUNDS TRANSFER INFORMATION (MAY 1999)(a) The Government has designated the office cited in paragraph (c) of this clause as the office to receive the Contractor's electronic funds transfer (EFT) information in lieu of the payment office of this contract.

(b) The Contractor shall send all EFT information and any changes to EFT information to the office designated in paragraph (c) of this clause. The Contractor shall not send EFT information to the payment office, or any other office than that designated in paragraph (c). The Government need not use any EFT information sent to any office other than that designated in paragraph (c).

(c) Designated Office:

Name: USDA NATIONAL FINANCE CENTER

Telephone Number: (800) 421-0323

AGAR 452.216-74 CEILING PRICE (FEB 1998)The ceiling for Labor Hour Contract Line Item Numbers (CLINs) is 1,675,000 hours. The total ceiling price will be determined at contract award by multiplying the successful Service Provider’s hourly rate times the ceiling hours. The Contractor shall not make expenditures or incur obligations in the performance of this contract, which exceed the ceiling hours specified herein, except at the Contractor’s own risk.

AGAR 452.228-71 INSURANCE COVERAGE (NOV 1996)Pursuant to FAR clause 5.2228-5, Insurance on a Government installation, the Contractor will be required to present evidence to show, as a minimum, the amounts of insurance coverage indicated below:

(a) Worker’s Compensation and Employer’s Liability. The Contractor is required to comply with applicable Federal and State workers’ compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer’s liability section of the insurance policy, except when contract operations are so commingled with a Contractor’s commercial operations that it would not be practical to require this coverage. Employer’s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit worker’s compensation to be written by private carriers.

(b) General Liability. The Contractor shall have bodily injury liability insurance coverage written on a comprehensive form of policy of at least $500,000 per occurrence.

(c) Automobile Liability. The Contractor shall have automobile liability insurance written on a comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage or loss.

(d) Aircraft Public and Passenger Liability. When aircraft are used in connection with performing the contract, the Contractor shall have aircraft public and passenger liability insurance. Coverage shall be at least $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger injury. Coverage for passenger injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater.

151

Page 15: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

PART III--LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS

SECTION J--LIST OF ATTACHMENTS

Attachment J-1: Cost/Price Model and Instructions

Attachment J-2: List of Technical Exhibits TE-1-TE-53

Attachment J-3: Wage Determinations for Regions R1-R10, International Institute for Tropical Forestry and associated Stations are attached. For all the wage determinations within the United States and Puerto Rico that are applicable to this RFP see the following website: http://www.servicecontract.fedworld.gov/searchsca.htm#prior

Attachment J-4: Past Performance Questionnaire

Attachment J-5: Sample Client Authorization Letter

152

Page 16: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

PART IV--REPRESENTATIONS AND INSTRUCTIONS

SECTION K--REPRESENTATIONS, CERTIFICATIONS, ANDOTHER STATEMENTS OF OFFERORS OR RESPONDENTS

FAR 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.arnet.gov/far/

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

52.203-11 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (APR 1991)

52.222-38 COMPLIANCE WITH VETERANS’ EMPLOYMENT REPORTING REQUIREMENTS (DEC 2001)NOTE: Offerors should address questions concerning VETS-100 reporting and reporting requirements to the Office of Veterans Employment and Training Services offices at the following address:

U. S. Department of LaborVETS-100 Reporting6101 Stevenson AvenueAlexandria, VA 22304-3540Telephone: (703) 461-2460E-mail: [email protected]: www.vets100.cudenver.edu

FAR 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985)(a) The offeror certifies that--

(1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered;

(2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and

(3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition.

(b) Each signature on the offer is considered to be a certification by the signatory that the signatory--

(1) Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above; or

(2) (i) Has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above

___________________________________ ___________________________________ ___________________________________

[Insert full name of person(s) in the offeror's organization responsible for determining the prices offered in the bid or proposal, and the title of his or her position in the offeror's organization];

(ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)(i) above have not participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above; and

153

Page 17: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

(iii)As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (a) (1) through (a) (3) above.

(c) If the offeror deletes or modifies subparagraph (a) (2) above, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure.

FAR 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 reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract.

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

(d) Taxpayer Identification Number (TIN).

TIN:____________________________.

___ TIN has been applied for.

___ TIN is not required because:

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

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

[ ] Offeror is an agency or instrumentality of a Federal, state or local 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 ______________________________.154

Page 18: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

(f) Common Parent.

___Offeror is not owned or controlled by a common parent asdefined in paragraph (a) of this provision.

___Name and TIN of common parent:

Name____________________________________________

TIN_____________________________________________

FAR 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 a women-owned business concern.

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

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

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

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

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

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

(ii) The Offeror has [ ] has not [ ], within a three-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. 162

(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 nonresponsive.

(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.

155

Page 19: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

(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.

FAR 52.215-6 PLACE OF PERFORMANCE (OCT 1997) (a) The offeror or respondent, in the performance of any contract resulting from this solicitation, [ ] intends, [ ] does not intend [check applicable block] to use one or more plants or facilities located at a different address from the address of the offeror or respondent as indicated in this proposal or response to request for information.

(b) If the offeror or respondent checks "intends" in paragraph (a) of this provision, it shall insert in the following spaces the required information:

Place of Performance Name and Address of Owner (Street Address, City, and Operator of the Plant State, County, Zip Code) or Facility if Other than

Offeror or Respondent

____________________ _______________________

____________________ _______________________

FAR 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (APR 2002) - Alternate I (APR 2002) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 541513

(2) The small business size standard is $21M.

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

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

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

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

(4) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. 163 (5) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern.

(6) [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-

(i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and (ii) ) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:__________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation.

(7) [Complete if offeror represented itself as disadvantaged in paragraph (b)(2) of this provision.] The offeror shall check the category in which its ownership falls:

_____ Black American. _____ Hispanic American. _____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).

156

Page 20: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

_____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). _____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). _____ Individual/concern, other than one of the preceding.

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

"Service-disabled veteran-owned small business concern"-- (1) Means a small business concern--

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

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

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

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

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

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

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

"Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and

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

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

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

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

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

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

FAR 52.219-22 SMALL DISADVANTAGED BUSINESS STATUS (OCT 1999) (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

157

Page 21: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

(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

(C) It is identified, on the date of its representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-NET); 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 paragraphs (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: __________________.]

(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.

FAR 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;

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

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

FAR 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.

FAR 52.223-13 CERTIFICATION OF TOXIC CHEMICAL RELEASE REPORTING (AUG 2003)(a) Submission of this certification is a prerequisite for making or entering into this contract imposed by Executive Order 12969, August 8, 1995.

(b) By signing this offer, the offeror certifies that--

(1) As the owner or operator of facilities that will be used in the performance of this contract that are subject to the filing and reporting requirements described in section 313 of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11023) and section 6607 of the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13106), the offeror will file and continue to file for such facilities for the life of the contract the Toxic Chemical Release Inventory Form (Form R) as described in sections 313(a) and (g) of EPCRA and section 6607 or PPA; or

(2) None of its owned or operated facilities to be used in the performance of this contract is subject to the Form R filing and reporting requirements because each such facility is exempt for at least one of the following reasons: [Check each block that is applicable.]

158

Page 22: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

[ ] (i) The facility does not manufacture, process or otherwise use any toxic chemicals listed under section 313(c) of EPCRA, 42 U.S.C. 11023(c);

[ ] (ii) The facility does not have 10 or more full-time employees as specified in section 313(b)(1)(A) of EPCRA, 42 U.S.C. 11023(b)(1)(A);

[ ] (iii)The facility does not meet the reporting thresholds of toxic chemicals established under section 313(f) of EPCRA, 42 U.S.C. 11023(f) (including the alternate thresholds at 40 CFR 372.27, provided an appropriate certification form has been filed with EPA);

[ ] (iv)The facility does not fall within Standard Industrial Classification Code (SIC) major groups 20 through 39 or their corresponding North American Industry Classification System (NAICS) sectors 31 and 33; or

[ ] (v) The facility is not located within any State of the United States, the District of Columbia, the Commonwealth of Puerto Rico, Guam, American Samoa, the United States Virgin Islands, the Northern Mariana Islands, or any other territory or possession over which the United States has jurisdiction.

FAR 52.230-1 COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATIONS (JUN 2000)*Note: This notice does not apply to small businesses or foreign governments. This notice is in three parts, identified by Roman numerals I through III.

Offerors shall examine each part and provide the requested information in order to determine Cost Accounting Standards (CAS) requirements applicable to any resultant contract.

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.

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 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: ________________________

159

Page 23: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

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 $50 million or more 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 the Contracting Officer, in the form specified under subparagraph (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 $50 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 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 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 $50 million in awards of CAS-covered prime contracts and subcontracts. 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 $50 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 $50 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

160

Page 24: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

SECTION L--INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

L.1 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 these addresses:

(End of provision)

L.1.1 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (APR 1998)(Reference 4.603(a))

L.1.2 52.215-1 INSTRUCTIONS TO OFFERORS—COMPETITIVE ACQUISITION, ALT I (MAY 2001)

L.1.3 52.222-24 PREAWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE EVALUATION(FEB 1999) (Reference 22.810(c))

L.1.4 52.222-46 EVALUATION OF COMPENSATION FOR PROFESSIONAL EMPLOYEES(FEB 1995)

L.2 COMPETITIVE SOURCING AND OMB CIRCULAR A-76 COMPLIANCEA. Competitive Sourcing. This solicitation is part of a Competitive Sourcing Study conducted under the Office of Management and Budget Circular A-76, dated May 29, 2003, to determine whether accomplishing the specified work is the best value to the Government if performed by a private sector Service Provider under a contract or by Government performance through the Most Efficient Organization (MEO) via a Letter of Obligation. B. Agency Tender. The Agency Tender is the agency’s response to the solicitation. The Agency Tender Official (ATO) shall develop an Agency Tender that responds to the requirements of the solicitation, including section L (Instructions, Conditions, and Notices to Offerors or Respondents) and section M (Evaluation Factors for Award). In addition to the requirements of the solicitation, the Agency Tender shall include the following (a) an MEO; (b) a certified agency cost estimate developed in accordance with OMB Circular A-76, Attachment C (the agency’s cost proposal); (c) the MEO’s Quality Control Plan; (d) the MEO’s Phase-In Plan; and (e) copies of any existing, awarded MEO subcontracts (with the private sector providers’ proprietary information redacted). The ATO shall provide the certified Agency Tender in a sealed package to the CO by the solicitation closing date. If the solicitation states that prospective providers may propose alternate performance standards that differ from the solicitation’s performance standards, the ATO may propose alternate performance standards in the Agency Tender.C. Agency Cost Estimate. The ATO shall develop and certify the agency cost estimate (the agency’s cost proposal) in accordance with OMB Circular A-76, Attachment C, using the COMPARE costing software. The ATO shall not make changes to the agency cost estimate except as provided in paragraph, “Changes to the Agency Tender,” below.D. Changes to the Agency Tender. After the solicitation closing date, only the ATO may make changes to the Agency Tender, and such changes shall only be in response to the following (a) a solicitation amendment issued in accordance with the FAR; (b) the CO’s request for final proposal revisions to offers and tenders in accordance with FAR 15.307; (c) official changes to the standard cost factors identified in Attachment C; (d) version upgrades to the COMPARE costing software issued by the Department of Defense; or (e) resolution of a contest challenging a performance decision as provided by this attachment. The CO shall retain documentation regarding any changes to the Agency Tender as part of the competition file and in a form suitable for audit.E. Submission of the Agency Tender. The ATO shall deliver the Agency Tender to the CO in a sealed package by the solicitation closing date. If the ATO does not anticipate submitting the Agency Tender to the CO by the solicitation closing date, the ATO shall notify the CO as soon as possible before the solicitation closing date. The CO, in consultation with the CSO, shall determine if amending the solicitation closing date is in the best interest of the Government.

L.3 TRADEOFF SOURCE SELECTION PROCESS A tradeoff source selection in accordance with FAR 15.101-1, will be conducted for this acquisition. Under a tradeoff source selection process, the agency may select an offer or tender that is not the lowest priced offer or tender only if the decision is within the agency’s budgetary limitation.

L.4 SOLICITATION REQUIREMENTS UNIQUE TO THE AGENCY TENDERThe Agency Tender is not required to include: (a) a labor strike plan; (b) a small business strategy; (c) a subcontracting plan goal; (d) participation of small disadvantaged businesses; (e) licensing or other certifications and (f) past performance information.

L.5 52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA– ALTERNATE II (Reference FAR 15.408(l)(a) Submission of cost or pricing data is not required.

161

Page 25: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

(b) Provide information described below in Section L.10.2.3.

L.6 52.216-1 TYPE OF CONTRACT (APR 1984)The Government contemplates award of a Firm Fixed Price/Labor Hour contract resulting from this solicitation.

(End of provision)

L.7 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 acknowledgement of receipt.

Ms. Sally WilliamsUnited States Department of Agriculture/Forest Service AQMRoom 707 RP-E1621N. Kent StreetRosslyn, VA 22209

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

L.8 PROPOSAL DUE DATE:The receipt of all proposal information is subject to FAR 52.215-1(c)(3)(i), late proposals and revisions.

L.9 ELECTRONICALLY SUBMITTED OFFERSElectronically submitted offers, including mailgrams, are not authorized for this solicitation. Telegraphic and facsimile bids are not authorized.

L.10 GENERAL PROPOSAL SUBMISSION INSTRUCTIONSThe Offeror shall submit an original and five hard (paper) copies of the Technical/Management Proposal Volume and an original and three hard (paper) copies of the Business Proposal Volume (each volume delivered in three-ring binders and appropriately tabbed with the identification of the Offeror and Volume Number on the spine of the binder). The original hard copy proposal volumes shall be submitted on white paper.

The Offeror shall also provide a soft copy of the proposals using electronic media in MS Word, Excel, and PowerPoint format, as appropriate, on CD-ROM. Text shall be presented on 8 ½ X 11 inch paper in Ariel or Times New Roman typeface, no smaller than 12-point pitch (smaller fonts are acceptable for graphics, figures, tables, footnotes and legends). Text shall be double-spaced with 1” margins. Costly, complex presentations are neither required nor desired.

L.10.1 Proposal RevisionsAll proposal revisions shall be submitted as change pages to the hard copy, accompanied by a complete electronic resubmission of the affected file(s). Each change page shall be identified by date, by revision number, and by corresponding page number. New/changed information shall be identified by a vertical line in the margin next to the change and/or by using redline and strikeout features. Hard copy change pages shall be submitted on light colored (e.g., light blue, yellow, pink) paper. Subsequent change pages/responses, if any, shall be on different color paper to readily identify the current changes/corrections.

L.10.2 Proposal OrganizationThe Offeror shall organize its proposal in two volumes on separate CD-ROMs (and in hard copy, in separate binders) for each volume as shown below.

Volume IBusiness Proposal

Volume IITechnical/Management Proposal

TAB 1 Explanations TAB 1 Operational Requirements for the Initial Implementation PhaseTAB 2 Cost/Price TAB 2 Innovative Technical SolutionTAB 3 Past Performance TAB 3 Personnel Solution

TAB 4 Management SolutionTAB 5 Management Plans and Procedures TAB 6 Quality Assurance Surveillance PlanTAB 7 SOO/PWS Compliance MatrixTAB 8 Technical Reference MaterialTAB 9 Subcontracting

162

Page 26: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

L.10.2.1 Volume 1 – Business ProposalThe Business Proposal shall include a completed SF 33, the Explanations and Exceptions for Cost/Prices, Cost/Price tables, and Past Performance reference information. Offerors must ensure that no prices or costs are included in the Technical/Management Volume; however, this restriction does not preclude the Offeror from describing staffing levels and other information relevant to interpretation of the Offeror's proposal in Volume II. Offerors are requested to keep the Business Proposal to a maximum of 25 pages not including Cost/Price Tables (Volume I, Tab 2) and Past Performance reference information (Volume 1, Tab 3). All final monetary extensions shall be in whole dollars only.

L.10.2.2 Volume I, Tab 1: Explanations and ExceptionsThis tab will be used as needed to explain the Offeror’s Cost/Price Proposal. The Cost/Price Explanation and Exceptions Section shall contain all the narrative explanations used in deriving calculated costs. The narrative shall explain clearly the methodologies, calculations, and assumptions used in developing each cost element. The Offeror shall provide all data required to make the assessments of realism, completeness, and reasonableness set forth in Section M.3.3.1. The Offeror shall list all exceptions to the solicitation, including exceptions to the terms and conditions and to any requirement including pricing at this tab, and/or any proposed changes. At a minimum, responses shall indicate the specific RFP reference (e.g., section/paragraph number of the requirement to which the exception is taken) and the reasons for the exception. If there are no exceptions to the RFP, then the Offeror should state "none" at this tab.

L.10.2.3 Volume I, Tab 2: Cost/PriceThe Cost/Price Proposal shall be prepared in accordance with RFP Section B and the instructions in Attachment J.1. The Cost/Price Proposal shall include Firm Fixed Prices for each of the CLINs and SLINs proposed by the Offeror and Labor Rates for Labor Categories as proposed by the Offeror for the Labor Hour portion of the contract per RFP Section B.4. The Cost/Price Proposal shall also include Firm Fixed Prices for any items proposed in Tabs 1 and 2 of the Technical/Management Proposal. As noted in Section C2.2, the Phase-In Period ( initial performance period) shall be priced as a separate CLIN.

L.10.2.4 Volume I, Tab 3: Past PerformanceThe Offeror shall submit the following information as part of the proposal for both the Offeror and proposed major subcontractor(s) and teaming partner(s) whose estimated portion of the effort is 20% or more:

1. A list of all contracts and subcontracts completed during the past 3 years from the date of this solicitation and all contracts and subcontracts currently in process for projects similar in size and complexity to the objectives and requirements outlined in this request. Contracts listed may include other departments and agencies of the Federal Government, state and local governments, and commercial customers.

2. The Offeror may provide information on problems encountered on the contracts and subcontracts identified along with corrective actions taken to resolve those problems. The Offeror should not provide general information on its performance on the contracts. General performance information will be obtained from the references.

3. The Offeror should also describe any quality awards or certifications that indicate the Offeror has a high quality process for developing and producing the products or services required. Such awards or certifications include, for example, Capability Maturity Model (CMM) certifications, the Malcolm Baldridge Quality Award, other Government quality awards, and private sector awards or certifications (e.g., the automobile industry's QS 9000, ANSI/ASQC Q9002-1994, Sematech's SSQA, or ANSI/EIA-599). The Offeror should: (1) Identify what segment of the company (one division or the entire company) received the award or certification, (2) Describe when the award or certification was made, and (3) Provide evidence that the qualifications still apply if the award or certification is over 3 years old.

Prior to submission of the proposal, the Offeror is advised to contact all references and provide them with the Past Performance Questionnaire (PPQ) in RFP Section J, Attachment J.4, advise them that their names have been provided to FS, and that they should complete the PPQ and forward it directly to the Contracting Officer by the proposal due date.

L.10.2.5 Volume II, Technical/Management ProposalVolume II, Technical/Management Proposal shall include the Offeror’s proposed Technical, Personnel, and Management Solutions, Quality Assurance Surveillance Plan, the SOO/PWS Compliance Matrix, Technical Reference Material, and Subcontracting Plan as explained below. Offerors shall not include any costs/prices in the Technical/Management Proposal. This does not preclude Offerors from describing staffing plans in this volume. Proposal narrative shall not exceed 50 single-sided pages. The page limit does not include:

(1) Resumes of Key Personnel and Skills Matrix (Volume II, Tab 3), (2) Management Plans and Procedures (Volume II, Tab 5), (3) SOO/PWS Compliance Matrix (Volume II, Tab 7), (4) Technical Reference Material (Volume II, Tab 8), and (5) Subcontracting (Volume II, Tab 9).

L.10.2.6 Volume II, Tab 1 and 2: Technical SolutionThe Offeror shall develop a Technical Solution for meeting the functional requirements in RFP Section C-5.1 through C-5.9; the FS Statement of Objectives, RFP Section C-3; and the Technical and Management Considerations and Constraints, RFP Section C-4; including the Offeror’s specific and detailed approach for conducting the required effort. The Technical Solution for the Initial Implementation Phase (including the

163

Page 27: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

Phase-In Period) should be discussed in Tab 1; the Innovative Technical Solution for the following four option years of the contract should be discussed in Tab 2.

L.10.2.7 Volume II, Tab 3 Personnel SolutionThis section should describe the Offeror’s proposed Personnel Solution including the following elements: Key Personnel: Resumes of key personnel including training and experience for proposed positions. Technical Qualifications, Knowledge, Skills, and Certifications: The Offeror’s proposed skills matrix shall depict the specific

qualifications, knowledge, skills, and certifications for each Key Personnel name for each task in the PWS in accordance with the requirements in Sections C-4.2.1 and C.-4.2.2.

L.10.2.8 Volume II, Tab 4 Management SolutionProject Management Organization: This section should describe the Offeror’s proposed management structure, the position within the overall corporate organization of the division or group proposed to perform this effort, the level of corporate project oversight planned in terms of authority to make programmatic decisions and implement design solutions, and the corporate capabilities. The Offeror should also describe its management solution including the following topics:

Project Management Approach. Demonstrates completeness and understanding of FS’s project management environment and requirements, and addressing the planning, implementation tracking, and reporting tasks to contribute to the successful management of the project.

Quality Control Management. Quality Control is the self-inspection process that is to be described in all offers and tenders. The Quality Control Plan describes the internal staffing and procedures that the prospective provider will use to meet the quality, quantity, timeliness, responsiveness, customer satisfaction, and other service delivery requirements in the PWS. Demonstrates the Offeror’s internal quality control management approach, system, policies, and procedures and how they are based on current industry standard practices.

Change Management. Demonstrates a complete understanding of the cultural transformation activities that will be needed to successfully migrate from the current provider environment through implementation of the new Service Provider’s innovative solution.

Risk Management. Demonstrates the Offeror’s understanding of the development effort, the transition implementation tasks, the proposed operational environment, and the risk exposure associated with these tasks, and the feasibility of its risk mitigation strategies.

Subcontract Management. Teaming and subcontracting arrangements depicting the qualifications of teaming partners and subcontractors, and their responsibilities, clarity of assignments, and the adequacy of the proposed approaches, processes and responsibilities for teaming partner and subcontractor management with emphasis on clarity of lines of authority and assignment and reporting procedures.

L.10.2.9 Volume II, Tab 5 Management Plans and ProceduresThe following Management Plans and Procedures (Reference RFP Section C-4.4.5) shall be included in this section:

Phase-In Plan: Phase-in plans shall include details to minimize disruption and start-up requirements. The phase-in plan shall consider recruiting, hiring, training, security limitations, and any other special considerations of the prospective providers to reflect a phase-in period of realistic length and requirements.

Transition Plan Project Management Plan Subcontract Management Plan Phase-Out Plan.

L.10.2.10 Volume II, Tab 6: Quality Assurance Surveillance SolutionThe Offeror’s proposed Quality Assurance Surveillance Plan documents methods used to measure performance of the Service Provider against the requirements in the PWS. The Agency relies on the Service Provider to monitor daily performance using their own Quality Control Plan, but retains the right to inspect all services. When the Agency makes a performance decision, the Agency re-evaluates and modifies the Government-developed Quality Assurance Surveillance Plan, based upon the selected Service Provider’s proposed Quality Assurance Surveillance Plan.

Each Offeror is required as part of its proposal to identify performance indicators, indices, metrics, and/or incentives and show how these measures will impact proposed prices. These measures will be identified in the Offeror’s proposed Quality Assurance Surveillance Plan (QASP). The Offeror’s QASP should relate to FS's stated objectives and identify the Performance Standards and Acceptable Levels of Performance that incentivize the Offeror to meet or exceed FS's objectives.

The Offeror shall propose a QASP consisting of the following information:

164

Page 28: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

A description of the review/audit process, its documentation, methods of internal review, identification of staff position(s) performing the reviews, and the frequency of the reviews.

A description of the approach and procedures for communicating with the Government; handling corrective actions; and identifying and implementing potential improvements to the program services.

A process for project tracking in terms of the deliverables identified in the proposal. A description of the performance requirements for each phase of the project and/or labor category. A description of the performance objective for each Performance Standard. A description of the quantifiable Acceptable Level of Performance for each Performance Standard. A description of the method of surveillance including: who will perform the surveillance, the frequency, and the process for

accomplishing the surveillance. A description of the incentive metrics, granularity, scoring range and weighting factors that are proposed to evaluate performance.

The Offeror shall complete the QASP Summary Matrix below to include:

Column 1 - the specific FS Project Objective from the SOO, Column 2 - the applicable Performance Standard,Column 3 - the applicable Acceptable Level of Performance,Column 4 - the Surveillance Methodology used to evaluate the performance, Column 5 - Incentives and Disincentives, and how they are applied to prices.

For each proposed performance indicator in its QASP, Offerors should include an explanation of the benefits to the Government for the incentives included in the proposal.

As part of the explanation of the Cost/Price proposal (Volume I, Tab 1), the Offeror is required to identify how the proposed incentives and disincentives in the QASP will be used, when and how they apply, and how much they can change quoted prices. This information may be used by the Government to make a best value determination. No price information is to be included in this section of the proposal.

QUALITY ASSURANCE SURVEILLANCE PLAN SUMMARY MATRIX

FS Project Objective(s)

Performance Standard

Acceptable Level of Performance

Methodology to Measure Performance

Performance Incentive or Disincentive*

*Proposed incentive plans cannot result in changing contract type.

L.10.2.11 Volume II, Tab 7: SOO/PWS Compliance MatrixThe SOO/PWS Compliance Matrix will illustrate the relationship between the Government's Objectives, Technical and Management Considerations, the Operational Requirements, and the Offeror’s proposed solution to satisfying them by referencing applicable sections in its Technical Solution.

STATEMENT OF OBJECTIVES - PWS COMPLIANCE MATRIX

RFP REFERENCE CLIN/SLIN Technical/Management Proposal ReferencesC-3, Statement of ObjectivesC-4, Assumptions, Constraints, & ConsiderationsC-5.1, IT Management…

…through…C-5.10, All-Risk Incident Support

The first column in this matrix refers to RFP Section C. The Offeror should complete the matrix by identifying which sections from the Offeror’s Technical/Management Proposal and proposed CLIN/SLINs that address FS’s objectives, Technical and Management Considerations, and Operational Requirements.

L.10.2.12 Volume II, Tab 8: Technical Reference MaterialThe Offeror may submit (without page limitation) any technical reference materials supporting the Technical/Management approach, in the form of any of the following: brochures, specification sheets, operation and maintenance (O&M) manuals, specific Internet web sites

165

Page 29: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

(identified to the page and paragraph level including electronic images of the specific pages and paragraphs referenced), and industry accepted test data.

L.10.2.13 Volume II, Tab 9: SubcontractingThe Offeror shall include its Subcontracting Plan under this tab. This plan should address, for proposed teaming partners and subcontractors, qualifications, program responsibilities, and percentage of total program responsibilities for each as described below:

(1) Documentation of the commitment(s) from teaming partners and subcontractors, or if none exists, the status of negotiations with teaming partners and subcontractors;

(2) Proposed approaches, processes and responsibilities for teaming partner(s); (3) Subcontractor management defining the lines of authority, assignment and reporting procedures; (4) Subcontract Management Plan including policies, practices, and procedures; and(5) Offeror's Subcontracting Plan prepared in accordance with Section H.2 and FAR Part 19, and the Agency’s small business

subcontracting goals as defined in this RFP.

L.11 FORMAL COMMUNICATION-REQUEST FOR CLARIFICATIONFormal communications such as requests for clarification and/or information concerning this solicitation shall be submitted in writing no later than twenty-one days after release of the solicitation to the attention of:

Ms. Sally WilliamsUnited States Department of Agriculture/Forest Service AQMRoom 707 RP-E1621N. Kent StreetRosslyn, VA 22209Fax: (703) 605-5100E-Mail: [email protected]

L.12 PRE-PROPOSAL CONFERENCEA pre-proposal conference will be conducted at United States Department of Agriculture (USDA)/Forest Service (FS) 1621 North Kent Street, Room 707 Rosslyn Plaza East (RPE) Arlington, VA 22209 on 09 December 2003 for the purpose of briefing potential Service Providers and to answer questions regarding this solicitation.

Please submit the names of all attendees to Ms. Williams’s attention at e-mail: [email protected] NO LATER THAN 05 December 2003. This information must be provided in order to ensure access to the conference site and to ensure that there is adequate seating for the conference attendees.

Offerors are encouraged to submit any questions regarding the solicitation in writing to the Contracting Officer prior to the pre-proposal conference. If the answers to questions addressed in the pre-proposal conference or any solicitation amendment create ambiguities, it is the responsibility of the Offeror to seek clarification prior to submitting an offer. Regardless of any information obtained at the pre-proposal conference, terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. The Government assumes no responsibility for any expense incurred by an Offeror prior to contract award.

L.13 ORAL PRESENTATIONSAfter the initial review of the proposals, each of the Offerors determined to be in the competitive range will be provided the opportunity to make an oral presentation to emphasize capabilities they believe are important to successfully completing the project. The Oral Presentations will be used by the FS Source Selection Evaluation Board (SSEB) to evaluate the Technical and Management Factors and Subfactors.

Government evaluators may request clarification during the Question and Answer session of the Oral Presentations in order to clarify statements or issues that are unclear or inadequately supported to the Government. Any area which the Government and the Offeror agree to include as a binding offer must be submitted in writing.

The following ground rules are established for the Oral Presentation:

Site: The oral presentations will be held at 1621 North Kent Street, Rosslyn Plaza East, Seventh Floor, Conference Room A. Sequence: The Government will randomly draw names to determine the order of appearance of each Offeror to make its oral

presentation. Schedule: Oral presentations will be scheduled to begin not earlier than 0830 hours on the date and time designated by the

Contracting Officer. Offeror’s will be given a minimum two (2) weeks notice prior to commencement of their presentation. The Government reserves the right to reschedule any Offeror’s oral presentation with five (5) business days notice.

Time Limit: Each presentation shall not exceed two hours. There shall be one fifteen minute break immediately after the oral presentation. The break shall not be included in the two hour time limit. A Government employee shall be designated as the exclusive timekeeper for the oral presentation. The Government, at its option, may reconvene after the break to ask clarifying questions about the oral presentation, not-to-exceed one-half hour in length.

166

Page 30: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

Government Evaluators: Government personnel attending the oral presentations will consist of the Contracting Officer, other contracting personnel as necessary, members of the Source Selection Evaluation Board (SSEB) and Subject Matter Experts (SMEs). Government observers may be present (e.g., advisors); however, only members of the SSEB will evaluate the presentations.

Media: With the exception of videotape, there are no limitations on the media used to present information, provided that the information is presented in accordance with the specifications stated above. The Government will provide a screen suitable for projecting slides or overhead transparencies, etc., a flip chart pad, easel, and markers. The Offeror is responsible for providing, setting up, and removing any equipment used for the presentation that is not provided by the Government. The Offeror shall arrive at the presentation site in sufficient time to accommodate any set-up required.

Notes: The Government will not accept notes supplementing the oral presentation, only hard copy of the presentation. Offeror’s Personnel: Offeror attendance is limited to six personnel. Presentations by the Offeror are to be made in person;

videotapes submitted as a part or in lieu of the oral presentation will not be accepted. Attendance is limited to current employees or those proposed as Key Personnel which may include subcontractors. The Offeror’s Key Personnel are those employees and/or subcontractors who will be assigned to the contract, if awarded, and whose resumes are provided to the Government. Offerors may not use consultants or professional presenters to accomplish any part of the oral presentation. If portions of the contract work are to be subcontracted, subcontractor personnel may participate in the oral presentation.

Slide Presentation: The presentation shall consist of no more than 120 slides. The Government will not consider the slides to be standalone documents or evaluate the information on the slides except as visual aids to the presentation. When reviewing and evaluating the oral presentations, the Government will not review any slide that was not projected and substantially addressed during the presentation. By “substantially addressed” the Government means that the presentation of the information on a slide requires that the Offeror expound on the information on a slide not merely flash the slide without comment. Any additional slides over and above those so presented will not be considered. What the presenters say will take precedence over the information that appears on the slides.

Q&A Session: Following the oral presentation and a fifteen minute intermission, the Government panel will conduct a question and answer session. The intent is for the SSEB to request minor clarification of points addressed in the presentation, which are unclear or inadequately supported. During the Q&A session, Offerors shall present their responses orally.

Recording: The Government will videotape the oral presentation and Q&A session and maintain a record in accordance with FAR 15.102 (e).

L.14 DISCUSSIONSDue to the complexity and magnitude of this acquisition, the Contracting Officer intends to conduct discussions with Offerors in accordance with FAR Part 15.306(d) before reaching a performance decision. The Contracting Officer’s will determine when discussions will convene, but will likely occur after all oral presentations have been conducted.

L.15 PROPOSAL DUE DATEThe due date for proposals is 30 January 2004. The receipt of all proposal information is subject to FAR 52.215-1(c) (3) (i), “Late Proposals and Revisions.”

167

Page 31: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

SECTION M - EVALUATION FACTORS FOR AWARD

M.1 52.217-5 EVALUATION OF OPTIONS (JUL 90)Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).

(End of provision)

M.2 BASIS FOR SELECTION OF OFFERS FOR COMPARISON AND FOR DETERMINING THE AWARDA. Best Value (Tradeoff). The evaluation will determine which offers provide the Government with the best value based on evaluation factors and significant subfactors which are tailored to the acquisition. These factors and subfactors (see RFP Section M.3) represent the key areas of importance and emphasis necessary to fulfill the Government’s requirements.

B. Agency Budgetary Limitations. Further, as specified in OMB Circular A-76, the proposed cost must be within Agency budgetary limitations. Any proposal determined to be unrealistic may be eliminated without further consideration. The proposals (from external and internal offerors) will first be compared and rated according to the Evaluation Factors and Subfactors. The Government will select the highest rated proposals for oral presentations. At the conclusion of the oral presentations, discussions will be held. The Government will use A-76 guidelines for determining the total cost of each proposal and the Agency Tender.

C. Discussions. It is the Government’s intent to award after conducting discussions. Therefore, a competitive range will be determined and offerors will be notified in accordance with FAR Part 15.503. The competitive range will be limited for purposes of efficiency in accordance with FAR Part 15.306 (c) (2).

D. Evaluation. Since the Agency Tender is not required to include: (a) a labor strike plan, (b) a small business strategy, (c) a subcontracting plan goal, (d) participation of small disadvantaged businesses, (e) licensing or other certifications and (f) past performance information, the Agency Tender will not be evaluated for these areas.

E. Other Than Low Cost Performance Decision. For a decision to award to other than the low-cost provider, the Source Selection Authority (SSA) shall certify the Standard Competition Form (SCF), in accordance with OMB A-76, Attachment C, and shall document the following on the SCF (1) a summary of the source selection decision document, (2) a narrative explanation of the tradeoffs performed, and (3) a rationale for the decision to award to other than the low-cost provider. The Source Selection Authority (SSA) makes the performance decision by certifying the SCF. The SCF, combined with the Source Selection Decision document, is the Performance Decision document.

F. Deficiencies in an Offer or Tender. If the CO perceives that a private sector offer, public reimbursable tender, or Agency Tender is materially deficient, the CO shall ensure that the ATO, private sector offeror, or the public reimbursable tender official receives a deficiency notice. The CO shall afford the ATO, the private sector offeror, or the public reimbursable tender official a specific number of days to address the material deficiency and, if necessary, to revise and recertify the tender or offer. If the ATO is unable to correct the material deficiency, the Competitive Sourcing Official (CSO) shall determine if a commitment of additional resources will enable the ATO to correct the material deficiency within the specified number of days. If the CSO determines that the ATO cannot correct the material deficiency with a reasonable commitment of additional resources, the CSO may advise the SSA to exclude the Agency Tender from the standard competition. If the CO determines that a private sector offeror or public reimbursable tender official has not corrected a material deficiency, the SSA may exclude the private sector offer or public reimbursable tender from the standard competition. If the Agency Tender is excluded from the standard competition, an agency shall calculate the SCF as required by Attachment C and the SSA shall make the performance decision based upon the source selection decision document and shall document the reason for elimination of the Agency Tender on the SCF.

G. Conversion Differential. All standard competitions shall include the conversion differential. The CO shall ensure that the conversion differential is calculated in accordance with OMB Circular A-76, Attachment C and reflected on SCF Line 14. The conversion differential is a cost that is the lesser of 10 percent of the MEO’s personnel-related costs (reflected on SCF Line 1) or $10 million over all the performance periods stated in the solicitation. This conversion differential is added to the cost of performance by a non-incumbent source. If the incumbent provider is a private sector or public reimbursable source, the conversion differential is added to the cost of agency performance. If the agency is the incumbent provider, the conversion differential is added to the cost of private sector or public reimbursable performance. The conversion differential precludes conversions based on marginal estimated savings, and captures non-quantifiable costs related to a conversion, such as disruption and decreased productivity.

H. SCF Overview. As part of the requirement to conduct price analysis and cost realism, the CO shall ensure that the SCF has been prepared in accordance with Attachment C and that the required signatures and certifications are on the SCF.

I. Performance Decision in a Standard Competition. 1. Certification. To certify a performance decision in a standard competition, the SSA and CO shall sign the SCF.

168

Page 32: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

2. End Date. The end date of a standard competition shall be the date that all SCF certifications are complete, signifying a performance decision. An agency shall not make any changes (including corrections) to the SCF, Agency Tender, or public reimbursable tender after this date, except in response to a contest under paragraph F of this Attachment.3. Public Announcement of the Performance Decision. An agency shall make a formal public announcement (at the local level and via FedBizOpps.gov) of the performance decision. In the announcement of a performance decision for a sealed bid acquisition, the agency shall include the information made public at bid opening, under FAR Subpart 14.4. In the announcement of a performance decision for a negotiated acquisition, the agency shall include the information regarding offers and tenders identified in FAR 15.503(b). If an Agency Tender includes any MEO subcontracts, the agency shall not release proprietary information contained in these subcontracts.4. Debriefing. The SSA shall ensure that the CO offers a debriefing to all private sector offerors, public reimbursable sources, the ATO, and directly affected government personnel (and their representatives), in accordance with FAR 15.503.5. Release of the Certified SCF and Tenders. An agency shall release the certified SCF, Agency Tender, and public reimbursable tenders, only as provided in this paragraph. Until resolution of any contest under paragraph F. of this Attachment, or expiration of the time for filing a contest, only legal agents for directly interested parties shall have access to the certified SCF, Agency Tender, and public reimbursable tenders. The agency shall require, as a condition of access, that a legal agent of a directly interested party sign a non-disclosure agreement. The agreement shall provide that a signatory may share the information covered by the agreement only with other signatories, and only for purposes of challenging the performance decision. Upon resolution of a contest challenging a performance decision (i.e., when the agency renders a written decision in compliance with FAR Subpart 33.103, as required by paragraph F.1.b. of this Attachment), or expiration of the time for filing such a contest, the certified SCF, Agency Tender, and public reimbursable tenders, shall be available to the public, upon request. Proprietary information of private sector providers of sub-contracts included in agency or public reimbursable tenders shall not be released.6. Implementing a Performance Decision. An agency shall implement the performance decision resulting from a standard competition as follows:

(1) Private Sector Provider. (a) Awarding the Contract. For a performance decision favoring a private sector source, the CO shall award a contract in accordance with the FAR.(b) Right of First Refusal. When the agency is the incumbent Service Provider, the CO shall comply with FAR 7.305(c) regarding the right of first refusal. The Human Resources Advisor (HRA) shall provide the CO with a list of adversely affected employees as soon as possible after the performance decision is made.

(2) Public Reimbursable Provider. For a performance decision favoring a public reimbursable source, the CO shall develop a fee-for-service agreement with the public reimbursable source. The CO shall incorporate appropriate portions of the solicitation and public reimbursable tender into the fee-for-service agreement and distribute the agreement to the appropriate individuals. (3) Agency Provider. For a performance decision favoring the agency, the CO shall establish an MEO letter of obligation with an official responsible for performance of the MEO. The CO shall incorporate appropriate portions of the solicitation and the Agency Tender into the MEO letter of obligation and distribute the letter to appropriate individuals including the ATO.

M.3 EVALUATION CRITERIA An evaluation of all proposals will be made in accordance with the criteria set forth below. Evaluation criteria consist of Factors and Subfactors. The members of the Source Selection Evaluation Board (SSEB) will evaluate each proposal (both oral and written elements) in relation to each Factor and Subfactor, and then the Board will reach a consensus rating for each Factor for each proposal. The SSEB will present its ratings and findings to the Source Selection Authority (SSA), whose sole authority it will be to make the final award decision.

M.3.1 TRADE-OFF ANALYSISThe Government reserves the right to award to other than the Offeror with the lowest cost/price. To determine whether a technically superior, higher priced offer is the best value to the Government, the Contracting Officer will consider qualitative discriminators that are consistent with the order of importance of the evaluation Factors and Subfactors.

When the consensus rating has been reached for the Technical, Management, and Past Performance Factors and provided to the Contracting Officer, the Contracting Officer will consider any trade-offs affecting the best value analysis, such as:

An examination of costs, prices and terms and conditions offered to assess potential true project life-cycle costs and impacts on the ability of the Offeror to perform successfully;

Identification of hidden costs, i.e., costs to the Government resulting from acceptance of an offer; Proposed commercial item/service enhancements that are deemed to be of benefit to the Government; and Assessment of the potential risk(s) (performance and/or price) and benefit(s) to the Government of each offer.

Depending on the recommended proposal, the SSEB members may be asked to discuss price/technical tradeoffs to justify the best value determination by the Contracting Officer. However, these discussions will be held after the Technical, Management, and Past Performance consensus evaluation and cost/price evaluation have been discussed with the SSEB Chair.

In performing its best value analysis, the Contracting Officer, with inputs from the SSEB Chair, will compare any relevant differences among the evaluated proposals to determine which proposal offers the overall best value. This effort will include comparing the advantages and risks associated with each offer. These advantages and risks may be both quantifiable and unquantifiable. The final SSEB evaluation report, detailing the results of the evaluation and the differences (i.e., discriminators) among the proposals, and the recommendation for award will be presented to the SSAC and Source Selection Authority for review and a recommendation to the Contracting Officer for award action.

169

Page 33: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

M.3.2 EVALUATION FACTORS AND SUBFACTORSThe Evaluation Factors are set forth below in descending order of importance. Factor 1 – Cost/Price is equal in weight to all other Factors combined. Factor 2 – Technical is significantly more important than the remaining three Factors (Factor 3 – Past Performance; Factor 4 – Management; and Factor 5 – Small Business Subcontracting). The Subfactors within each Factor are of equal importance. Consistent with a tradeoff methodology, proposals will be evaluated against each Evaluation Factor and Subfactor and rated in accordance with specific Evaluation Criteria and Assessment Standards described below. Note: Since the MEO is not required to submit Past Performance and Small Business Subcontracting material as part of the Agency Tender, these Evaluation Factors will be rated as “neutral,” i.e. the Agency Tender will not be evaluated favorably or unfavorably for these factors.

Factor 1 - Cost/PriceSubfactor A: Cost Realism Subfactor B: Cost/Price Completeness Subfactor C: Price Reasonableness

Factor 2 – TechnicalSubfactor A: Operational Requirements for the Initial Implementation PhaseSubfactor B: Technical Solution

Factor 3 - Past Performance

Factor 4 – ManagementSubfactor A: Personnel SolutionSubfactor B: Management Solution

Factor 5 - Small Business Subcontracting

M.3.3 EVALUATION CRITERIA AND ASSESSMENT STANDARDSM.3.3.1 Factor 1 - Cost/PriceThe proposed costs/prices for private sector offers and the Agency Tender will be evaluated using the COMPARE software program (the DOD costing software that incorporates the costing procedures of OMB Circular A-76). The following Evaluation Criteria and Assessment Standards apply to the evaluation of the Cost/Price Factor.

M.3.3.1.1 Subfactor A: Cost Realism: Proposed costs will be evaluated to determine if the cost estimates are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the unique methods of performance. If an Offeror’s price is evaluated as unrealistic compared to the Government cost estimate and the Offeror cannot explain the discrepancies, the Government will reflect these findings and risks in the cost realism analysis.

M 3.3.1.2 Subfactor B: Cost/Price Completeness: To be complete, the Offeror must provide all the data that is necessary to support the proposal. The Government will assess the extent to which the cost proposal complies with the content and format requirements set forth in the solicitation including all instructions in Section B.

M.3.3.1.3 Subfactor C: Price Reasonableness: The Offeror’s proposed Prices will be evaluated to determine if any are unreasonably high or low in relation to the Offeror’s technical and management approaches and in comparison with the Independent Government Cost Estimate.

M.3.3.2 Factor 2 - TechnicalEvaluation will be based on the extent to which an Offeror demonstrates understanding of the SECTION C and describes a sound approach to accomplishing the task requirements in each functional area. The following Evaluation Criteria and Assessment Standards apply to the evaluation of the Technical Factor.

M.3.3.2.1 Subfactor A: Operational Requirements for the Initial Implementation PhaseHas the Offeror developed and provided a Statement of Work (SOW) that adequately and sufficiently converts the FS's objectives, technical and management considerations, and constraints into a specific and detailed process for conducting the required effort for the Initial Implementation Phase for all functions in RFP Section C.5?

Has the Offeror provided a complete SOO/SOW Compliance Matrix illustrating the relationship between the Government’s objectives and technical and management considerations and the Offeror’s proposed approach to satisfying them by referencing applicable sections in its Statement of Work (SOW)?

M.3.3.2.2 Subfactor B: Technical Solution

170

Page 34: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

Has the Offeror developed and provided a Statement of Work (SOW) that adequately and sufficiently converts the FS’s objectives, technical and management considerations and constraints (Sections C-3, -4) into a specific and detailed system process for conducting the required effort for the Innovation Phase?

How adequately has the Offeror addressed the following aspects of its Technical Solution:

System Architecture Concept. How well the proposed system architecture concept meets the project’s objectives, uses COTS, is interoperable with FS systems, is compliant with industry standards, is scaleable, and provides the interfaces needed to exchange data with external entities and to communicate within a cooperative environment.

Information Management. How well the proposed solution enhances the ability of users to manage and access information in ways that improve the effectiveness of their performance.

Security, Reliability, Availability, Integrity of Systems . How well the proposed solution maintains or improves the ability of the Government to provide IT facilities that are: resistant to failure; available to users when and where needed; and prevent (and if necessary recover from) either inadvertent, malicious, or otherwise unauthorized access to, alteration, or destruction of system components, including facilities, programs, data, or other business-related information stored in its IT systems.

Scalability. The degree to which the solution provides the flexibility to scale infrastructure facilities as mandated changes are identified, data volume increases, number of users varies, or as opportunities to achieve economies present themselves.

Safety. How well the proposed solution maintains or improves the safety of individuals engaged in incident support as well as everyday operations.

Continuity of Operations. How well the proposed solution addresses data security and operational capability to ensure continuity of operations.

Communications. How well the solution maintains or improves the ability of the Government and its cooperators to communicate in ways that promote safety, effectiveness, and interoperability during daily and incident operations.

M.3.3.3 Factor 3 – Past PerformanceThe following Evaluation Criteria and Assessment Standards apply to the evaluation of the Past Performance Factor: Offerors will be evaluated on the extent to which the Offeror and its subcontractors demonstrate relevant past performance of a similar size and scope, and the Offeror has demonstrated commitment to customer satisfaction, on schedule completion of work, and standards of good workmanship as demonstrated by the Offeror’s references responses to the Past Performance Questionnaire and other Past Performance information provided by the Offeror per RFP Section L.10.2.5). An Offeror with no relevant past performance to cite will receive a neutral rating, i.e., the rating will not add to or detract from its Past Performance rating.

M.3.3.4 Factor 4 –ManagementThe following Evaluation Criteria and Assessment Standards apply to the evaluation of the Management Factor.

M.3.3.4.1 Subfactor A: Personnel SolutionEvaluation will be based on the extent to which an Offeror demonstrates its staffing plan is adequate to successfully perform the requirements as stated in Section C. In particular:

Key Personnel: Resumes of key personnel will be evaluated to assure that training and experience are consistent with proposed positions and the extent to which the resumes submitted for key personnel adequately meet the requirements of Section C.

Technical Qualifications, Knowledge, Skills, and Certifications: The Offeror’s skills matrix will be evaluated in terms of the adequacy and sufficiency of skills identified for particular tasks and that the Offeror’s proposed personnel meet the technical qualifications, knowledge, skills, and certification requirements set forth in Section C.

M.3.3.4.2 Subfactor B: Management SolutionProject Management Approach: The Offeror’s PM approach will be evaluated for its completeness and understanding of FS’s project management environment and requirements, how well it addresses the planning and execution tracking, statusing, and reporting tasks that will provide the basis for successful management of the project including:

Proposed Management Organization. The Offeror’s PM organization will be evaluated on the adequacy of the management structure, the position within the overall organization of the group proposed to perform this contract, the level of corporate project oversight planned in terms of authority to make programmatic decisions and implement design solutions, and the corporate capabilities.

171

Page 35: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

Quality Control Management. Quality Control is the self-inspection process that is to be described in all offers and tenders. The Quality Control Plan describes the internal staffing and procedures that the prospective Service Provider will use to meet the quality, quantity, timeliness, responsiveness, customer satisfaction, and other service delivery requirements in the PWS. The Offeror’s QC management will be evaluated on the completeness and understanding of the quality control activities that will be needed to successfully implement the solution across the Agency.

Change Management. Completeness and understanding of the cultural transformation activities that will be needed to successfully migrate from the current provider environment through implementation of the new Service Provider’s innovative solution will be evaluated.

Risk Management. Risk management will be evaluated based on the Offeror’s understanding of the development effort, the transition implementation tasks, the proposed operational environment, and the risk exposure associated with these tasks, and the feasibility of its risk mitigation strategies.

Subcontract Management. Teaming and subcontracting arrangements will be evaluated based on the qualifications of teaming partners and subcontractors, and their responsibilities, clarity of assignments, and the adequacy of the proposed approaches, processes and responsibilities for teaming partner and subcontractor management. Emphasis will be placed on clarity of lines of authority and assignment and reporting procedures.

Management Plans and Procedures. The completeness and adequacy of the following plans will be evaluated for understanding the problem and soundness and completeness of the proposed approach:

Phase-In Plan Transition Plan Project Management Plan Subcontract Management Plan Phase-Out Plan Performance Evaluation Solution (Service Provider’s proposed QASP).

The Government will consider the following items in evaluating the Offeror’s proposed QASP:Overall Approach. The adequacy, relevance, and reasonableness of the approach, procedures, documentation, and methods for tracking the proposed objectives, including communicating with the Government, handling corrective actions, and implementing improvements.

Performance Standard. The completeness, clarity and relevancy of the proposed performance standards for meeting this project’s objectives.

Acceptable Level of Performance. The relevancy and quality of the quantifiable Acceptable Level of Performance for each Performance Standard as it relates to meeting FS’s objectives.

Surveillance Methodology. The methods of surveillance adequately reflect the required skill sets, sampling criteria, and inspection/evaluation processes to ensure the acceptable quality levels are met.

Incentives / Disincentives. The adequacy, reasonableness and appropriateness of the proposed incentive and disincentive metrics, granularity, scoring range, and weighting factors for each performance requirement as it relates to the accomplishing the project’s objectives.

M.3.3.5 Factor 5 – Small Business SubcontractingThe following Evaluation Criteria and Assessment Standards apply to the evaluation of the Small Business Subcontracting Factor.

a. The proposal shall meet all the requirements set forth at Section H.2 and FAR 19.704.b. The Offeror’s Small Business Participation Proposal shall be evaluated using the following criteria:

1. The extent that the plan meets the requirements specified in the FAR.2. The extent of participation of small, small disadvantaged in terms of the value of the total acquisition.3. The complexity and variety of the work small firms are to perform and the extent to which such firms are specifically identified in the proposal.4. Past performance in small business subcontracting.5. The extent to which an Offeror identifies, commits to use of, and demonstrates success of USDA/FS Procurement Preference Program Goals of 29% to include the following:

Small – 10% Small Disadvantaged – 5% Women-Owned Small Business – 5% HUBZone Small Business – 3% Service Disabled Veteran Small Business – 3% Veteran Owned Small Business Concerns – 3%.

172

Page 36: SOLICITATION, OFFER AND AWARD - US Forest … · Web viewSOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) S10 1 172 PAGES 2. CONTRACT

END OF SECTION M

173