ML20128P463

From kanterella
Jump to navigation Jump to search
Submits Solicitation Package for Proposal RS-PER-97-281 Entitled Temporary Personnel Support Services
ML20128P463
Person / Time
Issue date: 10/11/1996
From: Carolyn Cooper
NRC OFFICE OF ADMINISTRATION (ADM)
To: Long A
External (Affiliation Not Assigned)
References
CON-GENERAL RS-PER-97-281, NUDOCS 9610170269
Download: ML20128P463 (91)


Text

p**nuq g

'd UNITED STATES i

j NUCLEAR REGULATORY COMMISSION

.t WASHINGTON. D.C. 205514 001

          • /

-00i)11995 OFFERORS:

SUBJECT:

REQUEST FOR PROPOSAL NO. RS-PER-97-281 ENTITLED

" TEMPORARY PERSONNEL SUPPORT SERVICES" The U.S. Nuclear Regulatory Commission (NRC) is. soliciting proposals for the project entitled above.

The full scope of work anticipated is as set forth in Part I, Schedule.

This requir ent is a 100% Small Business Set-Aside.

The solien tion package is enclosed.

If you der, ire to respond, your proposal should address the proposal requirements set forth in Section L of the solicitation.

All proposals will be evaluated against the evaluation criteria shown in Part IV, Section M.

If you have any questions concerning the requirements of this solicitation, please contact me on (301) 415-6737

(' collect calls will not be accepted).

Sincerely, 0

kl

^

~

1

/ Caro A. C o'er f ontract Specialist Tech ical A is' tion Branch No. 2 Division of Contracts

\\

\\

i

?ffV J

170099 9610170269 961011 PDR ORG NEAAC PDR

~...

a Page 1

10/11/96 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER:

RS-PER-98-281 COMPANY PHONE NUMBER (Large Busineses are Identified with an Asterisk)

ABC TEMPORARIES 703-371-0705 ALAN LONG 13478 MINNIEVILLE ROAD SUITE 102 j

WOODBRIDGE, VA 22191

}

i ACCURATE PERSONNELL, INC.

713/683-0677 ROBBIE PARKER 11500 NORTHWEST FREEWAY SUITE 540 HOUSTON, TX 77092 i

ALL U NEED TEMP. SERVICES, INC.

202/408-7697 l

VANESSA E. ALI i

1400 EYE STREET, NW.

I SUITE 520

)

WASHINGTON, DC 20005 i

AMB ASSOCIATES, INC.

301/587-8131 A. FAZLUL BARI 8601 GEORGIA AVE.

SUITE 612 SILVER SPRING, MD 20910 AMfEX 301/935-5131 VIJAY MAHABIR 8310, 35TH AVE.

COLLEGE PARK, MD 20740 l

l ASPEN PERSONNEL SERVICES 301/270-3800 SIDNEY V. BOTTS 6930 CARROLL AVE, SUITE 507 TAKOMA PARK, MD 20912 BROWN & COMPANY 703/522-0800 BARRY SKEENES 2300 CLARENDON BLVD.

SUITE 1100 ARLINGTON, VA 22201

1 Page 2

10/11/96 BIDDER'S MAILING LIST FOR l

SOLICITATION NUMBER:

RS-PER-96-281 COMPANY PHONE NUMBER

-(Large Busineses are Identified with an Asterisk) i CHESAPEAKE CONSULTING GROUP 410/841-5320 ANDREW HALDORSON 2661 RIVA ROAD l

SUITE 1050 l

ANNAPOLIS, MD 21401 l

CHCICE ENTERPRISES 402/571-5027 JACK L.

CHOICE 6675-A SORENSON PKWY OMAHA, NE 68152 4

i COMPUTER EXPERTS, INC.

301/840-1740 HENRY MONTGOMERY 4

16220 SOUTH FREDERICK ROAD SUITE 121-I GAITHERSBURG, MD 20877 l

COMPUTER TEMPORARIES, INC.

301/306-7600 P.W.

CARROLL 8100 PROFESSIONAL PLACE SUITE 200 LANHAM, MD 20785 i

CONCOURSE TOWERS 561-687-3544

)

ED GLEASON 2000 PALM BEACH LAKES BLVD SUITE 502 WEST PALM BEACH, FL 33409 l-DDD COMPANY 301/731-4595

.CINDY THEALL 8000 CORPORATE DR.

SUITE 100 LANDOVER, MD 20785 DIVERSIFIED SUPPORT SERVICE 9, INC.

804/631-6457 MS. JODI K.

KAUFMANN 3500 VIRGINIA BEACH BLVD.

SUITE 303 VIRGINIA BEACH, VA 23452

)

Page 3

10/11/96 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER:

RS-PER-96-281 COMPANY PHONE NUMBER (Large Businesec are Identified with an Asterisk)

DKA-561/640-9171 ARTHUR SNYDER 5114 OKEECHOBEE BLVD.

SUITE 109 WEST PALM BEACH, FL 33417 ENGINEERING / DOCUMENTATION SYSTEMS 714-285-0775 REBECCA M. ALMINIANA 2101 EAST FOURTH STREET SUITE 250B SANTA ANA, CA 92705 ERIN SERVICES, INC.

800/862-5361 MR. DENNIS J. DONNELLY, III P.O. BOX 24477 111 PALMETTO COURT ST. SIMONS ISLAND, GA 31522 FEDERAL MANAGEMENT SYSTEMS, INC.

301/441-9451 GEORGIA MAYERS 6401 GOLDEN TRIANGLE DRIVE.

SUITE 450 GREENBELT, MD 20770 GOVERNMENT CONTRACT SERVICES 407/687-3544 EDWARD GLEASON 2000 PALM BEACH LAKES BLVD.

SUITE 502 WEST PALM BEACH, FL 33409 GRAHAM, INC.

202/861-1260 TEMPORARY PERSONNEL SERVICES 1211 CONNETICUT AVE., NW SUITE 204 WASHINGTON, DC 20036 I

JRS MANAGEMENT 301-248-1309 JACQUELINE SIMS 3104 LUMAR DRIVE J

FORT WASHINGTON, MD 20744 j

Page 4

10/11/96 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER:

RS-PER-96-281 COMPANY PHONE NUMBER (Large Busineses are Identified with an Asterisk)

LEGAL PERSONNEL, INC.

202/829-5053 LILLIAN J. WILSON 3905 GEORGIA AVENUE, N.W.

WASHINGTON, DC 20011 MULLINAX TEMPORARY SRVS., INC.

770/429-8683 E.

BARRY DURHAM 200 NORTH COBB PARKWAY BLDG. 100, STE. 139 MARIETTA, GA 30062 MULTI-LINK 3C1/434-7677

'ARUN K.

SINHA 9416 CURRAN ROAD SILVER SPRING, MD 20901 1

MYINT & BUNTUA 703-845-1555 KLAUS H. BUNTUA 5203 LEESBURG PIKE SUITE'300 FALLS CHURCH, VA 22041 NATIONAL INDUSTRIES FOR THE BLIND 703/998-0770 DAMON DOUGLAS 1901 N. BEAUREGARD STREET SUITE 200 ALEXANDRIA, VA 22311 NORTHERN VIRGINIA TEMPORARIES 703-761-4357 PATRICK D.

PARRISH 7700 LEESBURG PIKE SUITE #218 FALLS CHURCH, VA 22043 OMV MEDICAL INC.

202/291-5902 PHILLIP M. GERACI 6856 EASTERN AVE., NW-SUITE 154 l

WASHINGTON, DC 20012 l

- \\

i f

Page 5

10/11/96 4

I BIDDER'S MAILING LIST FOR SOLICITATION NUMBER:

RS-PER-96-281 COMPANY PHONE NUMBER

{

(Large Busineses are Identified with an Asterisk)

PMC TEMPORARIES 202/546-2586 ERIC MILES 420 C STREET, NE (LOWER LEVEL)

}

WASHINGTON, DC 20002 PRtMIER INCORPORATED 703/719-6200 il KATHLEEN AGUILAR 6551 LOISDALE COURT I

SUITE 990 l

SPRINGFIELD, VA 22150 i

l STRATEGIC STAFFING, INC.

703/739-8898

)

ALICIA VICENTINI 127 S.

PEYTON STREET SUITE 200 ALEXANDRIA, VA 22314 4

l THE ANSWER TEMPORARIES, INC.

202/835-0190 1660 L.

STREET, NW.

j SUITE 311 j

WASHINGTON, DC 20006 t

l TRINITY TEMPORARIES & BUSIN. SRVS.

301/559-2880

}

ABIGAIL DAVIES j

3311 TOLEDO TERRACE j

SUITE B202 HYATTSVILLE, MD 20782 i

4 j

UNIQUE SUPPORT SERVICES 301/568-4552 ANDRE PEARSON j

5756 SILVER HILL ROAD J

SUITE 126 l

DISTRICT HEIGHTS, MD 20747 1

3 l

1 4

SOLICITATION, OFFER AND AWARD Page 1 af 3 Pages

,1. ' This contract is a rated order under DPAS (15 CFR 700) RATING:

2.

CONTRACT NO.

3. SOLICITATION NO.

4.

TYPE OF SOLICITATION RS-PER-97-281

[] SEALED BID (IFB)

/

[X] NEGOTIATED (RFP) l 5.

DATE ISSUED

6. REQUISITION / PURCHASE REQ. NO.

10/11/96 PER-97-281 7.

ISSUED BY CODE

8. ADDRESS OFFER TO ATTN: RS-PER-97-281 (If other than Item 7)

U.S. Nuclear' Regulatory Commission Division of Contracts, Technical j

Acquisition Branch: No. 2 Mailstop T-712 Washington, D.C.

20555 NOTE: In sealed bid solicitations, " offer"/" offeror" mean " bid"/" bidder".

l SOLICITATION 9.

Sealed offers for furnishing the services or supplies in the schedule are l

due at 3:30 PM, Washington, DC local time on November 12, 1996. Offers sent i

through the U.S. Mail (including U.S. Postal Service Express Mail Next Day Service - Post Office to Addressee) must be addressed to the place specified in Item 7.

All hand-carried offers including those made by private delivery l

services (e.g. Federal Express and Airborne Express) must be delivered to 11545 Rockville Pike, Rockville, Maryland 20852 and received in the depository located in Room T-712 (call 415-7427 from the reception area for proposal pick-up).

NRC is a secure facility with perimeter access-control and NRC personnel are not available to receive hand-carried offers except during normal working hours, 7:30 AM - 3:30 PM, Monday through Friday, excluding federal holidays.

Offerors should be aware that many private carriers only make deliveries to the central mail room located at 11555 Rockville Pike.

All offerors should allow extra time for internal mail distribution or for pick up of hand-carried deliveries.

Offerors should clearly identify the RFP number on the outside wrapper. IFBs should have affixed the Optional Form (OF) 17, " Sealed Bid Label," on the l

outside wrapper.

CAUTION - LATE SUBMISSIONS, MODIFICATIONS AND WITHDRAWALS.

SEE SECTION L.

PROVISION NO. 52.214-7 OR 52.215-10.

l All offers are subject to all terms and conditions contained in this l

solicitation.

(See the Provision in Section L,

" Proposal Presentation and Format").

10. FOR INFORMATION A.

NAME:

B. TELEPHONE NO. (Include Area Code)

CALL:

Carolyn A.

Cooper (NO COLLECT CALLS)

(301) 415-6737 EXCEPTION TO STANDARD FORM 33 (REV.4-85)

Prescribed by GSA FAR (4 8 CFR) 53. 214 (c)

1 SOLIC'.TATION, OFFER AND AWARD Page 2 of 3 Pages, 11.

TABLE OF CONTENTS X SEC DESCRIPTION PAGE(S)

PART I - THE SCHEDULE A

SOLICITATION / CONTRACT FORM B

SUPPLIES OR SERVICES AND PRICES / COSTS C

DESCRIPTION / SPECIFICATIONS / WORK STATEMENT D

PACKAGING AND MARKING E

INSPECTION AND ACCEPTANCE F

DELIVERIES OR PERFORMANCE G

CONTRACT ADMINISTRATION DATA H

SPECIAL CONTRACT REQUIREMENTS PART II - CONTRACT CLAUSES I

CONTRACT. CLAUSES PART III - LIST OF DOCUMEN.

EXHIBITS AND OTHER ATTACHMENTS J

LIST OF ATTACHMENTS PART IV - REPRESENTATIONS AND INSTRUCTIONS K

REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS L

INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS M

EVALUATION FACTORS FOR AWARD OFFER (Must be fully completed by offeror)

NOTE:

Item 12 does not apply if the solicitation includes the provision at 52.214-16, Minimum Bid Acceptance Period.

12. In compliance with the above, the undersigned agrees, if this offer is accepted within 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.

I

13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8) 10 CALENDAR DAYS 20 CALENDAR DAYS 30 CALENDAR DAYS CALENDAR DAYS

]

14. ACKNOWLEDGMENT OF AMENDMENTS The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and 1

dated:

AMENDMENT NO.

DATE AMENDMENT NO.

DATE EXCEPTION TO STANDARD FORM 33 (REV.4-85)

Prescribed by GSA FAR (4 8 CFR) 53. 214 (c)

SOLICITATION, OFFER AND AWARD Page 3 of 3 Pages OFFER (CONTINUED) i 15A. NAME AND CODE l l

FACILITY l

16. NAME AND TITLE OF PERSON ADDRESS AUTHORIZED TO SIGN OFFER e

OF (Type or print)

OFFEROR ISB. TELEPHONE NO. (Include Area 15C. CHECK IF REMITTANCE ADDRESS IS Code)

[] DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDUl.E

17. SIGNATURE:
18. OFFER DATE:

AWARD (To be completed by Government)

19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT
21. ACCOUNTING AND APPROPRIATION
22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:

[] 10 U.S.C. 2304 (c) { }

[] 41 U.S.C.

253(c){ ]

23, SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM (4 copies unless otherwise specified)

24. ADMINISTERED BY CODE j
25. PAYMENT WILL BE MADE BY CODE l (If other than Item 7)

U.S.

Nuclear Regulatory Commission Division of Accounting and Finance 11545 Rockville Pike Rockville, MD 20852

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

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.

EXCEPTION TO STANDARD FORM 33 (REV.4-85)

Prescribed by GSA FAR (4 8 CFR) 53. 214 (c)

TABLE OF CONTENTS PAGE SOLICITATION, OFFER AND AWARD PART I - THE SCHEDULE 5

SECTION B - SUPPLIES OR SERVICES AND PRICES / COSTS 5

B.1 PROJECT TITLE 5

B.2 BRIEF DESCRIPTION OF WORK (MAR 1987) 5 ALTERNATE 1 (JUN 1988)

B.3 SCHBDULE OF ITEMS 5

B.4 ADDITIONAL SCHEDULE AND PRICING INFORMATION 7

B.5 CONSIDERATION AND OBLIGATION--DELIVERY ORDERS 8

(iRRJ 1988 )

l SECTION C - DESCRIPTION / SPECIFICATIONS / WORK STATEMENT 10 C.1 STATEMENT OF WORK 10 C.1.1 SCOPE OF WORK 10 C.1.2 CONTRACTOR RESPONSIBILITY 10 C.1.3 SKILL REQUIREMENTS AND SCOPE OF ASSIGNMENTS 10 C.1.4 MINIMUM LABOR REQUIREMENTS 13 C.1.5 CONFIDENTIALITY 13 C.1.6 WORK HOURS POLICY 13 C.1.7 GOVERNMENT FURNISHED PROPERTY 14 C.1.8 PLACEMENT OF ORDERS 14 C.1.9 REQUIRED RESPONSE TIME TO REQUESTS 15 C.1.10 SUBSTITUTION OF EMPLOYEES 15 C.1.11 EMPLOYEE CLEARANCE POOLS 15 SECTION D - PACKAGING AND MARKING 17 D.1 PACKAGING AND MARKING (MAR 1987) 17 SECTION E - INSPECTION AND ACCEPTANCE 18 E.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) 18 E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987) 18 SECTION F - DELIVERIES OR PERFORMANCE 19 F.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) 19 F.2 DURATION OF CONTRACT PERIOD (MAR 1987) 19 ALTERNATE 4 (JUN 1988)

SECTION G - CONTRACT ADMINISTRATION DATA 20 G.1 NRCAR 2052.215-72 PROJECT OFFICER AUTHORITY 20 ALTERNATE 1 (JAN 1993)

G.2 ORDERING PROCEDURES (MAY 1991) 20 G.3 USE OF AUTOMATED CLEARING HOUSE (ACH) 21 ELECTRONIC PAYMENT SECTION H - SPECIAL CONTRACT REQUIREMENTS 22 H.1 SITE ACCESS BADGE PROCEDURES (FEB 1995) 22 H.2 NRCAR 2052.204-71 SITE ACCESS BADGE 23 REQUIREMENTS (JAN 1993) i

T"tBLE OF CONTENTS PAGE 2

H.3 NRCAR 2052.215-70 KEY PERSONNEL (cud 4 1993 )..

23 H.4 DETERMINATION OF MINIMUM WAGES AND FRINGE BENEFITS 24 j

(NOV 1989)

H.5 DENIAL OF FEDERAL BENEFITS TO INDIVIDUALS 25 I

CONVICTED OF DRUG TRAFFICKING OR POSSESSION (SEP 1990)

H.6 PROPRIETARY DATA AND CONFIDENTIAL INFORMATION 25 H.7 LIABILITY OF THE GOVERNMENT 25 PART II - CONTRACT CLAUSES 26 SECTION I - CONTRACT CLAUSES 26 i

I.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) 26 I.2 52.203-9 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT 28 INTEGRITY--MODIFICATION (SEP 1995)

I.3 52.216-18 ORDERING (OCT 1995) 30 1

I.4 52.216-19 ORDER LIMITATIONS (OCT 1995) 30 I.5 52.216-21 REQUIREMENTS (OCT 1995) ALTERNATE I 31 (APR 1984)

I.6 52.217-9 OPTION TO EXTEND THE TERM OF THE 32 CONTRACT (MAR 1989)

I.7 52.222-42 STATEMENT OF EQUIVALENT RATES FOR 32 FEDERAL HIRES (MAY 1989)

I I.8 52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990) 33 4

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS 35 i

SECTION J - LIST OF ATTACHMENTS 35 J.1 ATTACHMENTS (MAR 1987) 35 i

PART IV - REPRESENTATIONS AND INSTRUCTIONS 36 SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND 36 OTHER STATEMENTS OF OFFERORS 3

K.1 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATIO 36 (APR 1985)

K.2 52.203-8 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT 37 INTEGRITY (SEP 1995) ALTERNATE 1 (SEP 1990) 1 K.3 52.203-11 CERTIFICATION AND DISCLOSURE REGARDING PAYMEN 40 TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (APR 1991) 41 l

K.4 52.204-3 TAXPAYER IDENTIFICATION (MAR 1994)

K.5 52.209-5 CERT ~FICATION REGARDING DEBARMENT, SUSPENSION, 43 PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (MAR 1996)

K.6 52.209-7 ORGANIZATIONAL CONFLICTS OF INTEREST 45 CERTIFICATE--MARKETING CONSULTANTS (OCT 1995)

K.7 52.215-6 TYPE OF BUSINESS ORGANIZATION 47

~

(JUL 1987)

K.8

52. 215-11 AUTHORIZED NEGOTIATORS (APR 1984) 47 K.9 52.219-1 SMALL BUSINESG PROGRAM REPRESENTATIONS 48 (OCT 1995)

K.10 52.222-21 CERTIFICATION OF NCNSEGREGATED FACILITIES 49 ii

TABLE OF CONTENTS PAGE j

(APR 1984)

K.11 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS 50 (APR 1984)

K.12 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) 51

.13 52.223-1 CLEAN AIR AND WATER CERTIFICATION (APR 1984) 51 L.14 52.223-5 CERTIFICATION REGARDING A DRUG-FREE 51 WORKPLACE (JUL 1995) j K 15 NRCAR 2052.209-70 QUALIFICATIONS OF CONTRACT 54 EMPLOYEES (JAN 1993)

K.16 NRCAR 2052.209-71 CURRENT /FORMER AGENCY 54 EMPLOYEE INVOLVEMENT (JAN 1993)

)

SECTION L - INSTRUCTIONS, CONDITIONS, AND 56 NOTICES TO OFFERORS l

L.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED 56

)

BY REFERENCE (JUN 1988)

L.2 52.216-1 TYPE OF CONTRACT (APR 1984) 56 L.3 52.233-2 SERVICE OF PROTEST (AUG 1996) 57 L.4 52.237-1 SITE VISIT (APR 1984) 57 i

L.5 NRCAR 2052.215-74 TIMELY RECEIPT OF PROPOSALS (J)M4 1993 57 L.6 NRCAR 2052.215-75 AWARD NOTIFICATION AND 57 l

COMMITMENT OF PUBLIC FUNDS (JAN 1993) i L.7

NRCAR 2052.215-76 DISPOSITION OF PROPOSALS 58 i

L.8 NRCAR 2052.222-70 NONDISCRIMINATION BECAUSE 58 OF AGE (JAN 1993)

L.9 ACCEPTANCE PERIOD (?Um 1987) 59 L.10 ESTIMATED DURATION (JUN 1988) 59 L.11 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC 59 PAYMENT / REMITTANCE ADDRESS L.12 PROPOSAL PRESENTATION AND FORMAT 60 L.12.1 GENERAL INSTRUCTIONS 60 L.12.2 INSTRUCTIONS FOR ORAL PRESENTATIONS AND WRITTEN 61 HANDOUTS L.12.3 TOPICS FOR ORAL PRESENTATIONS 62 L.12.4 TOPICS FOR WRITTEN HANDOUTS 63 L.13 COST PROPOSAL REQUIREMENTS AND FORMAT 63 SECTION M - EVALUATION FACTORS FOR AWARD 65 M.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED 65 BY REFERENCE (JUN 1988)

M.2 NRCAR 2052.215-86 CONTRACT AWARD AND EVALUATION 65 OF PROPOSALS - COST AND TECHNICAL MERIT OF EQUAL VALUE (JAN 1993) 66 M.3 EVALUATION CRITERIA 6

iii

RS-PER-97-281 Section B PART I - THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICES / COSTS B.1 PROJECT TITLE The title of this project is as follows:

Temporary Personnel Services (End of Clause]

B.2 BRIEF DESCRIPTION OF WORK (MAR 1987)

ALTERNATE 1 (JUN 1988)

(a) Brief description of work:

The Contractor shall provide temporary support services to assist the NRC in supporting its short-term temporary work requirements.

The Contractor shall provide temporary support services for the following labor categories:

)

Secretary (LS3, LR1; Accounting Technician (Level IV) and Word Processor (Level I).

The Contractor shall have an adequately large pool of these personnel types in order to j

satisfy the NRC's requirements. (See Section C.1.11)

(b) Orders will be issued for work required by the NRC in accordance with 52.216 Ordering.

Only Contracting Officers of the NRC or other individuals specifically authorized under this contract may authorize the initiation of work under this contract. The provisions of this contract shall-govern all orders issued hereunder.

[End of Clause)

B.3 SCHEDULE OF ITEMS ITEM LABOR CATEGORY ESTIMATED UNIT UNIT AMOUNT NO.

QUANTITY PRICE BASE YEAR REGULAR HOURS 001 A Secretary 15,000 HRS i

002 A Accounting Tech 3,200 HRS Page 5 of 66

RS-PER-97 -2 81 Section B B.3 (Continued) 003 A Word Processor 2,000 HRS OVERTIME HOURS 001 B Secretary 150 HRS 002 B Accounting Tech 20 HRS 003 B Word Processor 15 HRS ESTIMATED TOTAL BASE YEAR OPTION YEAR ONE REGULAR HOURS 004 A Secretary 15,000 HRS 005 A Accounting Tech 3,200 HRS 006 A Word Processor 2,000 HRS S

OVERTIME HOURS 004 B Secretary 150 HRS 005 B Accounting Tech 20 HRS 006 B Word Processor 15 HRS ESTIMATED TOTAL OPTION YEAR ONE OPTION YEAR TWO REGULAR HOURS 007 A Secretary 15,000 HRS 008 A Accounting Tech 3,200 HRS 009 A Word Processor 2,000 HRS OVERTIME HOURS 007 B Secretary 150 HRS 008 B Accounting Tech 20 HRS 009 B Word Processor 15 HRS ESTIMATED TOTAL OPTION YEAR TWO Page 6 of 66

1 i

RS-PER-97-281.

Section B

~

B.4 ~

ADDITIONAL SCHEDULE AND PFICING INFORMATION 2

j 1.

The estimated quantities under B.3, Schedule of Items, for each year'of the contract are estimates only.

The NRC does not guarantee these quantities.

I The amount of services ordered will be based on actual needs during the life of the contract.

i 2.

The contractor shall be paid the unit price per hour as jl stated in the contract schedule, Section B.3, herein.

The i

amount due for services rendered shall be computed by i

multiplying the hours actually_ worked at the NRC by the hourly rate.specified in the schedule.

No allowance will be made for mileage or travel time to report to the NRC for the ordered services nor to return to the contractor's facility or other destinations upon completion of an NRC work order.

i 3.

The unit prices specified in the schedule above tor _ regular i

hours worked represent total compensation'to the contractor 1

j for services performed under this contract.

Thus, the unit i

prices should include all labor, fringe benefits, overhead, i

general and administrative expenses, contract management services, profit, and any other expenses incurred by the contractor.

No additional charges are allowed or payable by the NRC under this contract.

I 4.

In addition to the expenses delineated above for regular j

hours worked, the unit price for overtime should include any i

overtime compensation. Overtime is defined as those hours in 1

excess of eight hours in one day for an individual or forty i

hours in one week for an individual.

No special allowance is to be made for Saturdays, Sundays,-and Holidays or for l

shift differentials over and above the overtime rate for j

exceeding forty hours in one week.

j 5.

The contractor is required to compensate its employees performing ordered services hereunder in accordance with the i

Service Contract Act of 1965, ir.Section I.,

herein.

L 6.

The services required herein are equivalent to the following occupations identified in US Department of Labor Wage Determination Number 94-2104 (Rev. 6), dated 12/08/1995, I hereto:

i l

Secretary equivalent to Secretary III Accounting Technician equivalent to Accounting Clerk IV

}

Clerk Typist equivalent to Typist II i

7)

PRICING OF OPTIONS:

}

Offerors shall price the option requirements for the two (2) l additional 12-month periods by assuming that the minimum Page 7 of 66 4

l

RS-PER-97-281 Section B B.4 (Continued) hourly wages and fringe benefits established by the Administrator, Wage and Hour Division, U.S.

Department of Labor, for the initial 12-month period of performance will apply to the two (2) optional 12-month periods.

The minimum wage rates and fringe benefits applicable to the initial 12-month period of performance are outlined in Wage Determination No. 94-2104 (Rev. 6) dated December 8, 1995.

(See Attachment No. 3.)

In the event the option (s) is exercised by the Government, the contract price (s) will be adjusted upward c.

downward at the time the option is exercised in accordance ith the clause entitled FAR 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts).

(See Section I, Contract Clauses.)

End of Provision

[End of Clause]

B.5 CONSIDERATION AND OBLIGATION--DELIVERY ORDERS (JUN 1988)

(a) The total estimated amount of this contract (ceiling) for the products / services ordered, delivered, and accepted under this contract is The Contracting Officer may unilaterally increase this amount as necessary for orders to be placed with the contractor during the contract period provided such orders j

are within any maximum ordering limitation prescribed under this contract.

(b) The amount presently obligated with respect to this contract is The Contracting Officer may issue orders for work up to the amount presently obligated.

This obligated amount may be unilaterally increased from time to time by the Contracting Officer by written modification to this contract.

The obligated amount shall, at no time, exceed the contract ceiling as specified in paragraph a above.

When and if the amount (s) paid and payable to the Contractor hereunder shall equal the obligated amount, the Centractor shall not be obligated to continue performance of the work unless and until the Contracting Officer shall increase the amount obligated with respect to this contract.

Any work undertaken by the Contractor in excess of the obligated amount specified above is done so at the Contractor's sole risk.

(c)

The total estimated amount of this contract (ceiling) for the products / services ordered, delivered, and accepted under this contract during option year one is (d)

The total estimated amount of this contract (ceiling) for the Page 8 of 66

1 RS-PER-97-281 Section B B.5 (Continued) l products / services ordered, delivered, and accepted under this contract during option year two is l

[End of Clause]

  • To be incorporated into any resultant contract W

s i

1 Page 9 of 66

RS-PER-97-281 Section C SECTION C - DESCRIPTION / SPECIFICATIONS / WORK STATEMENT C.1 STATEMENT OF WORK l

C.1.1 SCOPE OF WORK The contractor shall provide temporary support services for the following labor categories:

Secretary; Accounting Technician; and Word Processor.

The contractor shall be responsible for providing the necessary temporary support services described herein at one or more of the following U.S.

Nuclear Regulatory Commission locations:

One White Flint North 11555 Rockville Pike Rockville, Maryland Two White Flint North 11553 Rockville Pike Rockville, Maryland i

Gelman Building

  • 2120 L Street, N.W.

1 Washington, DC

  • The Gelman Building houses the agency's Public Document Room.

As the majority of Commission work is performed at the Rockville locations, the need for services at the Gelman Building will be 1

minimal.

I C.1.2 CONTRACTOR RESPONSIBILITY l

The contractor shall be the employer for all personnel provided under this contract and shall provide all required training, insurance, bonding, recruiting, transportation to and from the worksite (unless provided by the employee) and any other items directly related to employment.

The contractor shall be responsible for all with-holdings, health insurance and related benefits, workers compensation payments and benefits, overhead, and all payroll costs and contributions.

C.1.3 SKILL REQUIREMENTS AND SCOPE OF ASSIGNMENTS The contractor shall provide qualified temporary personnel that meet the minimum skill requirements identified in The Department of Labor's " Service Contract Act Directory of Occupations" position descriptions as follows:

Page 10 of 66

f RS-PER-97-281 Section C i

C.l.3-(Continued)

A.

SECRETARY LS3, LR1 j

1.

Provides principal secretarial support in an office, s

j usually to one individual, and in some cases, also to the i

subordinate' staff of that individual.

Types 55 WPM /3 i

errors and must know how to operate a personal computer, j

The Agency's primary word processing equipment is IBM compatible personal computers Wordperfect 5.0 and 5.1 and Wordperfect Office for Windows 4.0 software.

Performs tasks requiring a knowledge of software as specified on each work order.

Operates the software to enter, store, i-retrieve, merge change, and present text or tabulations.

Types letters, memoranda, trip reports, travel vouchers, reports, staff papers, tabular or statistical material and administrative forms, from both rough drafts and final form.

Material will often involve highly technical and specialized terminology.

On occasion, the contractor will be requested to provide individuals'with proficiency I-in dBase III Plus, Lotus 1-2-3 (versions 2.3 and above),

WordPerfecto6.0 and Harvard Graphics (versions 2.3 and 3.0).

Basic skills on the Wordperfect Windows will also be required.

i 2.

Reviews all work for accuracy with regard to required

]

format, typing, and conformance to correspondence procedures, in draft and in final form.

3.

Receives phone calls for the. office staff and refers calls to-the proper individual.

4.

Receives and distributes incoming mail.

5.

Performs routine clerical work involving minimal j

specialized training such as maintaining simple records, and filing various documents and reports.

6.

Copies a variety of materials as requested and often assembles these materials for use in briefings, speeches, etc.

7.

As requested, arranges conferences or meetings for the professional staff, including arrangements for conference rooms, equipment, etc.

B.

ACCOUNTING TECHNICIAN IV 1.

The Accounting Technician must have basic knowledge of fiscal accounting requirements, practices, and apply them to daily situations pertaining to the maintenance of detailed accounting records and the reconciliation of these records with computerized accounting reports.

Must Page 11 of 66

RS-PER-97-281 Section C C.1.3 (Continued) l possess familiarity with query capability of automated I

accounting systems to determine proper computer entries l

for recording accounting transactions prior to data l

entry.

(A one to two day orientation period shall be l

provided by the NRC as required).

Must be able to analyze data and prepare reports reflecting activities and status of accounts.

Must be able to communicate orally and in writing via personal contact, telephone, electronic mail and written correspondence.

2.

Assists in the preparation of " Orders" to licensees required weekly.

3.

Prepares reports and spreadsheets as needed.

4.

Processes statistical sampling of vouchers daily.

5.

Reconciles Imprest Fund replenishment vouchers daily.

6.

Reviews all obligation and payment documents for completeness and accuracy daily prior to data entry, including query of system when required.

7.

Maintains subsidiary unpaid obligation account records daily and reconciles subsidiary records to the general ledger summary accounts on a monthly basis.

8.

Assists in the billings and collections function daily.

9.

Assists in the recording of capitalized property transactions daily and monthly, i

10.

Reviews Department of Energy cost data and determines proper accounting codes, completeness and accuracy daily prior to data entry, including query of system when required.

11.

Assists in payment of commercial invoices, i.e.,

assists NRC voucher auditors in the verification / payment of invoices / purchase orders.

Final review will be done by a NRC voucher examiner.

C.

WORD PROCESSOR I Performs word processing duties in an office.

Possesses the following basic skills:

ability to acquire knowledge of the NRC's administrative and filing procedures; ability to learn the NRC's organization and function to distribute mail properly and refer visitors to appropriate individuals; proficient in typing (40 WPM 3 errors) to type neat and accurate correspondence, reports, tables, and memoranda, and other Page 12 of 66

__ ~.. _ _.___ _..

RS-PER-97-281 Section C C.1.3 (Continued) presentations in final form; ability to answer incoming phone calls politely, efficiently, and make referrals to the proper personnel.

Regular duties may include any of the following:

1.

Uses personal computer to produce correspondence, reports, and tabular or statistical material from rough draft or handwritten material.

2.

Responsible for correctness of spelling, grammar, and format of final records disposition schedules.

1 3.

Assists in maintaining files in accordance with NRC file procedures and records disposition schedules.

4.

Makes and receives phone calls for professional staff personnel.

Refers calls to the appropriate personnel.

5.

Receives and distributes incoming mail, attaching appropriate files or documents as necessary.

C.1.4 MINIMUM LABOR REQUIREMENTS

)

All contractor temporary service employees provided under this contract shall be U.S.

citizens and shall be fluent in the English language.

They shall also possess a high school diploma or General Equivalency Diploma (GED).

In addition, they shall dress appropriately for a professional office environment when performing work under this contract.

All contractor temporary service employees must receive a NRC security approval / clearance as a prerequisite to performing services required under this contract.

c.1.5 CONFIDENTIALITY Temporary service employees may on occasion, be required to handle information of a confidential and sensitive nature.

Therefore, the contractor shall ensure that its employees comply with confidentiality regulations and other guidance furnished by the NRC office where the work is performed.

C.1.6 WORK HOURS POLICY Work hours for contractor employees are normally scheduled Monday through Friday between 7:00 a.m.

and 6:00 p.m.

Regular work hours are established by the work order or as approved by the NRC supervisor unless~the proposed schedule includes times outside the hours of 7:00 and 6:00 p.m.,

in which case the proposed schedule must be preapproved by the NRC Project Manager.

Contractor employees are not permitted to work a compressed work schedule.

Full time contractor employees are Page 13 of 66

RS-PER-97-281 Section C C.1.6 (Continued) required to take a minimum 30 minute lunch break each day.

Part time contractor employees are required to take a minimum 30 minute lunch break on days they are scheduled to work in excess of 6 hours6.944444e-5 days <br />0.00167 hours <br />9.920635e-6 weeks <br />2.283e-6 months <br />.

All actual hours of work must be accurately recorded, and periods of non-work which include lunch break must be documented.

Contract employees will be paid only for the hours they perform work.

All proposed overtime work (work in excess of 40 hours4.62963e-4 days <br />0.0111 hours <br />6.613757e-5 weeks <br />1.522e-5 months <br /> a week) must be preapproved by the NRC supervisor and the NRC Project Manager.

Payment will not be rendered for overtime work that has not been preapproved.

Work in excess of the established tour of duty must be preapproved by the NRC supervisor.

A contract employee will not be paid when prevented from working for the following reasons:

required lunch break, office closings, governmentwide shutdowns, inclement weather, facilities breakdowns, etc.

C.1.7 GOVERNMENT FURNISHED PROPERTY All equipment, supplies, materials, and office space necessary to perform the required services will be provided by the Nuclear Regulatory Commission.

All Government Furnished Property (GFP) is for official Government business only.

Only NRC authorized software and applications may be used.

Contractor employees are not permitted to use any GFP for personal use or gain (i.e.,

photocopying machines, personal diskettes, PC's, fax machines, etc.).

C.1.8 PLACEMENT OF ORDERS As a minimum, the contractor shall be able to receive work orders between the hours of 8:00 a.m. and 5:00 p.m.,

Monday through Friday.

There may be overtime, holiday or weekend work required.

In these cases, as little as 4 hours4.62963e-5 days <br />0.00111 hours <br />6.613757e-6 weeks <br />1.522e-6 months <br /> notice will be provided.

Work orders may be placed telephonically by the Contracting Officer, Project Officer, or authorized representatives.

No work order shall be less than four hours in duration.

All work orders will include the following minimum information:

1.

Skill category requested:

(Secretary; Accounting Technician; Word Processor) 2.

Dates of required services:

3.

Agency contact person:

4.

Specific work location:

5.

Working hours:

6.

Restrictions or limitations:

7.

Type (s) of equipment the temporary employee must be able to operate and use:

l Page 14 of 66

1 RS-PER-97-281 Section C 4

i 1C.1.8 (Continued) operate and use:

8.

Call number for the order:

C.1.9 REQUIRED RESPONSE TIME TO REQUESTS The contractor shall be required to provide qualified personnel.in' the skill categories requested within 48 hours5.555556e-4 days <br />0.0133 hours <br />7.936508e-5 weeks <br />1.8264e-5 months <br /> of receiving the NRC's work order for services.

If personnel are required to report to the NRC within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br />, the contractor shall make a good faith effort to provide such services.

c.1.10 SUBSTITUTION OF EMPLOYEES The NRC reserves the right to reject at any time, without notice, any employee assigned who is either unable or unwilling to perform the work within the scope of the contract.

The contractor shall provide a substitute within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br />.

If the contractor cannot provide a.

substitute within this period, the NRC retains the right to cancel the remainder of the work order at no cost to the NRC and obtain the required services form another source.

c.1.11 -EMPLOYEE CLEARANCE POOLS Establishment of Pool Within ten working days after receipt of notice that a firm has been selected for award, the firm selected for award must furnish the following (at a minimum) number of completed security applications for employees in each labor category:

25 Secretaries 5

Accounting Technicians 5

Word Processors Each security application shall be complete and include all of the forms specified in Section H.1, Security, and shall be processed in accordance with the clause.

Timely receipt of these security applications is a condition for award and the contract will not be awarded prior to satisfaction of this condition.

Failure of the selected firm to comply with this condition within the ten working days shall void the notice of selection. In that event, the Government shall select another firm for award, and the original firm selected for award shall have no claims for costs incurred prior to contract award.

In order to allow the Division of Security sufficient time to perform the clearance process, partial deliveries of no fewer than 7 properly completed security applications shall be made no less than every two days during this ten-day period prior to contract award.

Page 15 of 66

RS-PER-97-281 Section C C.1.11 (Continued) 4 unescorted access in NRC buildings.

Therefore, GSA Form 176,

" Statement of Personal History," must be completed and submitted on all contractor employees.

Maintenance of Pool I

The ' contractor shall maintain a pool of employees who have submitted completed security applications in the numbers specified above for each labor category.

All employees assigned to perform services under this contract shall be drawn from this pool.

The contractor shall advise the Project Manager within five work days after the contractor learns that an employee in the pool has terminated his or her employment relationship with the contractor.

The contractor shall submit a security application, completed in accordance with the Security Clause, for such replacement employee within ten work days after notifying the Government that an employee in the pool has terminated his or her employment relationship.

The contractor's duty to maintain a pool of employees who have submitted security applications in accordance with the Security Clause is of the essence of this contract.

Therefore, any failure on the part of the contractor to satisfy this obligation shall be j

grounds for default termination, or such other remedies as the government shall deem appropriate.

j Security Processing of Pool The Security Clause states that the contractor's employees must complete and submit to the Division of Security required forms as i

specified at least 48 hours5.555556e-4 days <br />0.0133 hours <br />7.936508e-5 weeks <br />1.8264e-5 months <br /> prior to performing services at the NRC.

This 48 hour5.555556e-4 days <br />0.0133 hours <br />7.936508e-5 weeks <br />1.8264e-5 months <br /> period applies to those individuals who are not part of the pool of employees for each labor category as discussed above.

[End of Clause]

4 Page 16 of 66

RS-PER-97-281 Section D SECTION D - PACKAGING AND MARKING

'D.1 PACKAGING AND MARKING (MAR 1987)

The Contractor shall package material for shipment to the NRC in such a manner that will ensure acceptance by common carrier and safe delivery at destination.

Containers and closures shall comply with the Interstate Commerce Commission Regulations, Uniform Freight Classification Rules, or regulations of other carriers as applicable to the mode of transportation.

On the front'of.the package, the contractor shall clearly identify the contract number under which the product is being provided.

(End of Clause]

Page 17 of 66 l

_ ~

1 RS-PER-97-281 Section E l

i I

SECTION E - INSPECTION AND ACCEPTANCE i

E.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) i This contract incorporates one or more clauses by reference, i

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.

w.

1 I.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES

{

NUMBER TITLE DATE j

52.246-4 INSPECTION OF SERVICES AUG 1996

~

- FIXED-PRICE

[End of Clause]

E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987) i Inspection and acceptance of the deliverable items to be 4

furnished hereunder shall be made by the Project Officer at the destination, j

(End of Clause]

i i

t P

I 4

Y Page 18 of 66

RS-PER-97-281 Section F SECTION F - DELIVERIES Ok PERFORMANCE 1'

F.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988)

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 j

available.

i l

I.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES NUMBER TITLE DATE 4

52.242-15 STOP-WORK ORDER AUG 1989

[End of Clause]

F.2 DURATION OF CONTRACT PERIOD (MAR 1987)

ALTERNATE 4 (JUN 1988) i The ordering period for this contract shall commence on and will expire on Any orders issued during this period 3

shall be completed within the time specified in the order, unless otherwise specified herein.

(See 52.216 Ordering.)

The term i

of this contract may be extended at the option of the Government for an additional t

(End of Clause]

1 l

i 4

5 i

Page 19 of 66 a

RS-PER-97-281 Section G SECTION G - CONTRACT ADMINISTRATION DATA G.1 NRCAR 2052.215-72 PROJECT OFFICER AUTHORITY ALTERNATE l' (JAN 1993)

(a) The contracting officer's authorized representative, hereinafter referred to as the project officer for this contract is:

Name:

Address:

Telephone Number:

(b) The project officer shall:

(1) Place celivery orders for items required under this contract.

(2) Monitor contractor performance and recommend to the contracting officer changes in requirements.

(3) Inspect and accept products / services provided under the contract.

(4) Review all contractor invoices / vouchers requesting payment for products / services provided under the contract and make recommendations for approval, disapproval, or suspension.

(c) The project officer may not make changes to the express terms and conditions of this contract.

[End of Clause]

  • To be incorporated 'ato any resultant contract G.2 ORDERING PROCEDURES (MAY 1991)

(a) In addition to the contracting officer, contract administrator, and project officer, the following individuals are authorized to issue delivery orders under this contract:

Page 20 of 66

RS-PER-97-281 Section G G.2 (Continued)

(b) All delivery orders shall be prepared in accordance with FAR 16.506 and may be issued in writing, orally, or by written i

telecommunications.

(End of Clause]

j G.3 USE OF AUTOMATED CLEARING HOUSE (ACH) 1 ELECTRONIC PAYMENT I

It is the policy of the U.S.

Nuclear Regulatory Commission to pay Government vendors by the Automated Clearing House (ACH) electronic funds transfer payment system in lieu of a U.S.

Treasury check.

The electronic system is known as Vendor Express.

Payment shall be made in accordance with FAR 52.232-28, entitled

" Electronic Funds Transfer Payment Methods."

To receive payment by Vendor Express, the contractor shall complete the " Company Information" portion of Form SF 3881, entitled " Payment Information Form - ACH Vendor Payment System" found in Section J.

The contractor shall take the form to the ACH Coordinator at the financial institution that maintains its company's bank account.

The contractor shall discuss with the ACH Coordinator how the payment identification information (addendum i

record) will be passed to them once the payment is received by the financial institution.

The contractor must ensure that the addendum record will not be stripped from the payment.

The ACH Coordinator will fill out the " Financial Institution Information" portion of the forra and return it to the Office of-the Controller at the following address:

Nuclear Regulatory Commission, ATTN:

ACH/ Vendor Express, Division of Accounting and Finance, Mailstop T-9-E-2, Washington, DC 20555.

Once the Office of the Controller has processed the contractor's sign-up form, the contractor will begin to receive payments electronically via Vendor Express /ACH.

If the offerors / bidders have questions concerning ACH/ Vendor Express, they may call the Commercial Payments staff on (301) 415-7520.

[End of Clause)

Page 21 of 66

RS-PER-97-281 Section H SECTION H - SPECIAL CONTRACT REQUIREMENTS

'H.1 SITE ACCESS BADGE PROCEDURES (FEB 1995)

The contractor shall ensure that all its employees, including any subcontractor employees and any subsequent new employees who are assigned to-perform the work herein, are approved by the Government for building access.

Within ten working days after award of a contract, execution of a modification of a contract or proposal of new personnel for contract tasks, the firm so notified must furnish properly completed security applications for employees.

Timely receipt of properly completed security applications is a contract requirement.

Failure of the contractor to comply with this condition within the ten work-day period may be'a basis to void i

the notice of selection.

In that event, the Government may select another firm for award.

The Government shall have and exercise full and complete control over granting, denying, withholding, or terminating building access approvals for individuals performing work under this contract.

Individuals performing work under this contract shall be required to complete and submit to the contractor representative an acceptable Form 176 (Statement of Personal History), and two FD-258 (Fingerprint Charts) at least 48 hours5.555556e-4 days <br />0.0133 hours <br />7.936508e-5 weeks <br />1.8264e-5 months <br /> prier to performing services at the NRC.

The contractor representative will submit the documents to the Project Officer who will give them to the Division of Security.

Since the NRC/ Government approval process takes 45 to to days or longer from receipt of acceptable security applications, she NRC may, among other things, grant or deny _ temporary building access approval to an individual based upon its review of the information contained in the GSA Form 176.

Also, in the exercise of its authority, GSA may, among other things, grant or deny permanent building access approval based on the results of its investigation and adjudication guidelines.

This submittal requirement also applies to the officers of the firm who, for any reason, may visit the work sites for an extended period of time during the term of the contract.

In the event that NRC and GSA are unable to grant a temporary or permanent building access approval, to any individual performing work under this contract, the contractor is responsible for assigning another individual to perform the necessary function without any delay in the contract's performance schedule, or without adverse impact to any other terms or conditions of the contract.

The contractor is responsible for inicrming those affected by this procedure of the required building access approval process (i.e.,

temporary and permanent determinations),

and the possibility that individuals may be required to wait until Page 22 of 66

m.

RS-PER-97-281 Section H H.1 (Continued) i i

permanent building access approvals are granted before beginning j

work in NRC's buildings.

The contractor will advise the Project Officer, who, in turn, j

will advise the Division of Security, of the termination or dismissal of any employee who has applied for, or has been granted, NRC building access approval.

It is the responsibility i

of the contractor to obtain and return to the Division of Security, any photo-identification or temporary badge of an individual who no longer requires access to NRC space.

j (End of Clause)

{

4 H.2 NRCAR 2052.204-71 SITE ACCESS BADGE REQUIREMENTS (JAN 1993) s During the life of this contract, the rights of ingress and i

egress for contractor personnel must be made available as i

required.

In this regard, all contractor personnel whose duties j.

under this contract require their presence on-site shall be i

clearly identifiable by a distinctive badge furnished by the Government.

The Project Officer shall assist the contractor in l

obtaining the badges for the contractor personnel.

It is the sole i

responsibility of the contractor to ensure that each employee has proper identification at all times.

All prescribed identification must be immediately delivered to the Security Office for cancellation or disposition upon the termination of employment of any contractor personnel.

Contractor personnel must have this identification in their possession during on-site performance under this contract.

It is the contractor's duty to assure that contractor personnel enter only those work areas necessary for performance of contract work, and to assure the safeguarding of any Government records or data that contractor personnel may come into contact with.

[End of Clause]

H.3 NRCAR 2052.215-70 KEY PERSONNEL (JAN 1993)

(a) The following individuals are considered to be essential to the successful performance of the work hereunder:

The contractor agrees that perse.inel may not be removed from the contract work or replaced without compliance with Page 23 of 66

RS-PER-97-281 Section H H.3 (Continued) paragraphs (b) and (c) of this se-tion.

(b) If one or more of the key personnel, for whatever reason, j

becomes, or is expected to become, unavailable for work under

{

this contract for a continuous period exceeding 30 work days, or is expected to devote substantially less effort to the work than indicated in the proposal or initially anticipated, the l

contractor shall immediately notify the contracting officer and shall, subject to the concurrence of the contracting 1

officer, promptly replace the personnel with personnel of at least substantially equal ability and qualifications.

(c) Each. request for approval of substitutions must be in writing and contain a detailed explanation of the circumstances necessitating the proposed substitutions.

The request must also contain a complete resume for the proposed substitute and other information requested or needed by the contracting officer to evaluate the proposed substitution.

The contracting officer or his/her authorized representative shall evaluate the request and promptly notify the contractor of his or her approval or-disapproval in writing.

(d) If the contracting officer determines that suitable and timely replacement of key personnel who have been reassigned, terminated, or have otherwise become unavailable for the contract work is not reasonably forthcoming, or that the resultant reduction of productive effort would be so substantial as to impair the successful completion of the contract or the service order, the contract may be terminated by the contracting officer for default or for the convenience of the Government, as appropriate.

If the contracting officer finds the contractor at fault for the condition, the contract price or fixed fee may be equitably adjusted downward to compensate the Government for any resultant delay, loss, or damage.

[End of Clause)

  • To be incorporated into any resultant contract H.4 DETERMINATION OF MINIMUM WAGES AND FRINGE BENEFITS (NOV 1989)

.Each employee of the Contractor or any subcontractor performing services under this contract shall be paid at least the minimum allowable monetary wage and fringe benefits prescribed under the U.S.

Department of Labor Wage Determination which is attached (See Section J for List of Attachments).

[End of Clause) i

.Page 24 of 66

RS-PER-97-281 Section H H.S DENIAL OF FEDERAL BENEFITS TO INDIVIDUALS

?*

CONVICTED OF DRUG TRAFFICKING OR POSSESSION (SEP 1990)

In the event that an award is made to an individual, Section 5301 of the Anti-Drug Abuse Act of 1988 (P.L. 100-690) may be cause for denial of specific benefits to individuals convicted of drug trafficking or possession.

[End of Clause]

=

H.6 PROPRIETARY DATA AND CONFIDENTIAL INFORMATION 4

l In connection with performance of the work under this contract, the contractor may be furnished, or may develop or acquire, proprietary data (trade secrets) or confidential or privileged technical, business, or financial information, including Commission plans, policies, reports, financial plans, internal data protected by the Privacy Act of i

1974 (P.L. 93.579), or other information which has not been released to the public or has been determined by the Commission to be otherwise e.<empt from disclosure to the public.

The contractor agrees.to hold such information in confidence and not to directly or indirectly duplicate, disseminate, or disclose such information, in whole or in part, to any other person or organization except as may be necessary to perform the work under this contract.

The contractor agrees to return such information to the Commission or otherwise dispose of it, either as the Contracting officer may from time to time direct during the progress of the work or, in any event, as the contracting Officer shall direct upon completion or termination of this contract.

Failure to comply with this clause shall be grounds for termination of this contract.

(End of Clause)

H.7 LIABILITY OF THE GOVERNMENT I

l The Government shall not be held liable, nor pay any charges, in

)

the event a contractor employee leaves the contractor's employment to seek employment with the US Government or any other state or local government or business concern.

(End of Clause)

Page 25 of 66 1

RS-PER-97-281 Section I PART II - CONTRACT CLAUSES SECTION I - CONTRACT CLAUSES I.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988)

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.

I.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES NUMBER TITLE DATE 52.202-1 DEFINITIONS OCT 1995 52.203-3 GRATUITIES APR 1984 52.203-5 COVENANT AGAINST CONTINGENT FEES APR 1984 52.203-6 RESTRICTIONS ON SUBCONTRACTOR JUL 1995 SALES TO THE GOVERNMENT 52.203-10 PRICE OR FEE ADJUSTMENT FOR SEP 1990 ILLEGAL OR IMPROPER ACTIVITY 52.203-12 LIMITATION ON PAYMENTS TO JAN 1990 INFLUENCE CERTAIN FEDERAL TRANSACTIONS 52.204-4 PRINTING / COPYING DOUBLE-SIDED JUN 1996 ON RECYCLED PAPER 52.209-6 PROTECTING THE GOVERNMENT'S JUL 1995 INTEREST WHEN SUBCONTRACTING WITH CONTRACTOh'S DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.215-2 AUDIT AND RECORDS--NEGOTIATION AUG 1996 52.215-33 ORDER OF PRECEDENCE JAN 1986 52.219-6 NOTICE OF TOTAL SMALL BUSINESS JUL 1996 SET-ASIDE 52.219-8 UTILIZATION OF SMALL, SMALL OCT 1995 DISADVANTAGED AND WOMEN-OWNED SMALL BUSINESS CONCERNS 52.219-14 LIMITATIONS ON SUBCONTRACTING JAN 1991 52.222-1 NOTICE TO THE GOVERNMENT APR 1984 OF LABOR DISPUTES 52.222-3 CONVICT LABOR AUG 1996 52.222-26 EQUAL OPPORTUNITY APR 1984 52.222-28 EQUAL OPPORTUNITY PREAWARD APR 1984 CLEARANCE OF SUBCONTRACTS 52.222-35 AFF" 1TIVE ACTION FOR SPECIAL APR 1984 DI.G

.ED AND VIETNAM ERA VETERANS l

Page 26 of 66

RS-PER-97-281 Section I I.1 (Continued)

NUMBER TITLE DATE 52.222-36 AFFIRMATIVE ACTION FOR APR 1984 HANDICAPPED WORKERS 52.222-37 EMPLOYMENT REPORTS ON SPECIAL JAN 1988 DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA 52.222-41 SERVICE CONTRACT ACT OF 1965, MAY 1989 AS AMENDED 52.222-43 FAIR LABOR STANDARDS ACT MAY 1989 AND SERVICE CONTRACT ACT--PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS) 52.223-2 CLEAN AIR AND WATER APR 1984 52.223-6 DRUG-FREE WORKPLACE JUL 1990 52.223-14 TOXIC CHEMICAL RELEASING REPORTING OCT 1996 52.225-11 RESTRICTIONS ON CERTAIN OCT 1996 FOREIGN PURCHASES 52.227-1 AUTHORIZATION AND CONSENT JUL 1995 52.227-2 NOTICE AND ASSISTANCE REGARDING AUG 1996 PATENT AND COPYRIGHT INFRINGEMENT 52.227-3 PATENT INDEMNITY APR 1984 52.228-5 INSURANCE - WORK ON A GOVERNMENT SEP 1989 INSTALLATION 52.229-3 FEDERAL, STATE, AND LOCAL TAXES JAN 1991 52.229-5 TAXES - CONTRACTS PERFORMED APR 1984 IN U.S.

POSSESSIONS OR PUERTO RICO 52.232-1 PAYMENTS APR 1984 52.232-8 DISCOUNTS FOR PROMPT PAYMENT APR 1989 52.232-11 EXTRAS APR 1984 1

52.232-17 INTEREST JUN 1996 52.232-23 ASSIGNMENT OF CLAIMS JAN 1986 52.232-25 PROMPT PAYMENT MAR 1994 52.232-33 MANDATORY INFORMATION FOR AUG 1996 ELECTRONIC FUNDS TRANSFER PAYMENT 52.233-1 DISPUTES OCT 1995 Alternate I (DEC 1991) 52.233-3 PROTEST AFTER AWARD AUG 1996 52.237-2 PROTECTION OF GOVERNMENT APR 1984 BUILDINGS, EQUIPMENT, l

AND VEGETATION 52.242-13 BANKRUPTCY JUL 1995 52.243-1 CRANGES - FIXED-PRICE AUG 1987 Alternate I (APR 1984) 52.244-1 SUBCONTRACTS (FIXED-PRICE FEB 1995 CONTRACTS) 52.244-5 COMPETITION IN SUBCONTRACTING JANUARY 1996 52.245-1 PROPERTY RECORDS APR 1984 Page 27 of 66

~.

I RS-PER-97-281 Section I I.1 (Continued) l NUMBER TITLE DATE 52.245-4 GOVERNMENT-FURNISHED PROPERTY APR 1984 (SHORT FORM) 52.246-25 LIMITATION OF LIABILITY - SERVICES APR 1984 52.249-2 TERMINATION FOR CONVENIENCE OF THE SEP 1996 GOVERNMENT (FIXED-PRICE) 52.249-8 DEFAULT (FIXED-PRICE SUPPLY APR 1984 AND SERVICE) 52.253-1 COMPUTER GENERATED FORMS JAN 1991

[End of Clause]

I.2 52.203-9 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEGRITY--MODIFICATION (SEP 1995)

(a) Definitions. The definitions set forth in FAR 3.104-4 are hereby incorporated in this clause.

(b) The contractor agrees that it will execute the certification set forth in paragraph (c) of this clause when requested by the Contracting Officer in connection with the execution of any modification of this contract.

(c) Certification.

As required in paragraph (b) of this clause, the officer or employee responsible for the modification proposal shall execute ~the following certification.

The certification in paragraph (c) (2) of this clause is not required for a modification which procures commercial items.

CERTIFICATE OF PROCUREMENT INTEGRITY--

MODIFICATION (NOV 1990)

(1)

I,

[Name of certifier]

am the officer or employee responsible for the preparation of this modification proposal and hereby certify that, to the best of my knowledge and belief, with the exception of'any information described in this certification, I have no information concerning a violation or possible violation of subsection 27 (a), (b), (d), or (f) of the Office of Federal Procurement Policy Act, as amended * (41 U. S. C.

423),

(hereinafter referred to as "the Act"), as implemented in the FAR, occurring during the conduct of this procurement (contract and modifict'-ion number).

(2)

As required by subsection 27 (e) (1) (JB) of the Act, I further certify that to the best of my knowledge and belief, each officer, employee, agent, representative, and consultant of [Name of Offeror]

who has Page 28 of 66

RS-PER-97-281 Section I I.2 (Continued) participated personally and substantially in the preparation or submission of this proposal has certified that he or she is familiar with, and will comply with, the requirements of subsection 27(a) of the Act, as implemented in the FAR, and will report immediately to me any information concerning a violation or possible violation of subsections 27(a), (b),

(d), or (f) of the Act, as implemented in the FAR, pertaining to this procurement.

(3)

Violations or possible violations:

(Continue on plain bond paper if necessary and label Certificate of Procurement Integrity--Modification (Continuation Sheet), ENTER NONE IF NONE EXISTS)

(Signature of the officer or employee responsible for the

}

modification proposal and date) 1

[ Typed name of the of ficer or employee responsible for the modification proposal]

  • Subsections 27 (a), (b), and (d) are effective on December 1,

1990. Subsection 27(f) is effective on June 1, 1991.

THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION 2

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 TITLE 18, UNITED STATES CODE, SECTION 1001.

i (d) In making the certification in paragraph (2) of the certificate, the officer or employee of the competing Contractor responsible for the offer or bid, may rely upon a one-time certification from each individual required to submit a certification to the competing contractor, supplemented by periodic training.

These certifica.tions shall be obtained at the earliest possible date after an individual required to certify begins employment or association with the contractor.

If a contractor decides to rely on a certification executed prior to the suspension of section 27 (i.e.,

prior to December 1,

1989), the Contractor shall ensure that an individual who has so certified is notified that section 27 has been Page 29 of 66

1 RS-PER-97-281 Section I I.2 (Continued) reinstated.

These certifications shall be maintained by the Contractor for a period of 6 years from the date a certifying employee's employment with the company ends or, for an agency, representative, or consultant, 6 years from the date such individual ceases to act on behalf of the contractor.

(e) The certification required by paragraph (c) of this clause is a material representation of fact upon which reliance will be placed in executing this modification.

[End of Clause]

I.3 52.216-18 ORDERING (OCT 1995)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule.

Such orders may be issued from February 1, 1997 through January 31, 1998.

(b) All delivery orders or task orders are subject to the terms and conditions of this contract.

In the event of conflict between a delivery order or task order and this contract, the contract shall control.

(c) If mailed, a delivery order or task order is considered

" issued" when the Government deposits the order in the mail.

Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.

[End of Clause)

I.4 52.216-19 ORDER LIMITATIONS (OCT 1995)

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 4 hours4.62963e-5 days <br />0.00111 hours <br />6.613757e-6 weeks <br />1.522e-6 months <br />, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

(b) Maximum order. The Contractor is not obligated to honor--

(1) Any order for a single item in excess of N/A; (2) Any order for a combination of items in excess of N/A; or (3) A series of orders from the same ordering office within N/A days that together call for quantities exceeding the limitation in subparagraph (1) or (2) whove.

(c) If this ':Us a requirements contract (i.e.,

includes the Page 30 of 66

l t

l RS-PER-97-281 Section I l

I.4 (Continu(d)

I Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above.

(d) Notwithstanding paragraphs (b) and (c) above, the Contractor l

shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders).is returned to the ordering office within N/A days after issuance, with written notice stating the Contractor's intent not to ship the item-(or items) called for and the reasons.

Upon receiving this. notice, the Government may acquire the supplies or l

services from another source.

L (End of Clause]

I.5 52.216-21 REQUIREMENTS (OCT 1995) ALTERNATE I (APR 1984)

(a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this l

contract.

Except as this contract may otherwise provide, if l

the Government's requirements do not result in orders in the quantities described as " estimated" or " maximum" in the I

Schedule, that fact shall not constitute the basis for an equitable price adjustment.

l (b) Delivery or performance shall be made only as authorized by 1

l orders issued in accordance with the ordering clause.

Subject l

to any limitations in the order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or r.crformance at multiple locations.

(c) The estimated quantities are not the total requirementa of the Government activity specified in the Schedule, but are estimates of requirements in excess of the quantities that the activity may itself furnish within its own capabilities.

Except as this contract otherwise provides, the Government shall order from the Centractor all of that activity's requirements for supplies and services specified in the Schedule that exceed the quantities that the activity may itself furnish within its own capabilities.

(d) The Government is not required to purchase from the Contractor Page 31 of 66

\\

~. - - -

--. ~ _ -. -. -.

RS-PER-97-281 Section I I.5 (Continued) requirements in excess of any limit on total orders under this contract.

(c) If the Government urgently requires delivery of any quantity of an. item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source.

(f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order.

The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required _to make any deliveries under this contract after N/A.

[End of Clause]

I.6 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 1989)

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days;.provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires.

The preliminary notice does not commit the Government to an extension.

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

I (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years.

[End of Clause)

I.7 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 Page 32 of 66

l

/

RS-PER-97-281-Section I i

I.7 (Continued)

E l

DETERMINATION 4 i

1 Monetary j;

Employee class Wage-Fringe y

Benefits Secretary (LS3, LR1)

$15.08 Accounting Technician (Level IV)

$13.61 i

Word Processor (Level I)

$11.59

)

[End of Clause]

a..

I.8:

52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

(a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed $0.00 or the overtime 5.

premium is paid for work--

1 (1) Necessary to cope with emergencies such as those resulting from accid,nts, natural disasters, breakdowns of production equipment,.or occasional production i

bottlenecks of a sporadic nature; i

(2) By indirect-labor employees such as those performing j

duties in connection with administration, protection, i

transportation, maintenance, standby plant protection, l

operation of utilities, or accounting; i

j (3) To perform tests, industrial processes,-laboratory.

procedures, loading or unloading of transportation 1

i conveyances, and operations in flight or afloat that are i

continuous in nature and cannot reasonably be interrupted j

or completed otherwise; or l

(4) That will result in lower overall costs to the Government.

(b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimated overtime for contract completion and shall--

l (1) Identify the work unit; e.g.,

department or section in j

-which the requested overtime will be used, together with j

present workload, staffing, and other data of the i

affected unit sufficient to permit the Contracting j

Officer to evaluate the necessity for the overtime; J

( 2,) Demonstrate the effect that denial of the request will i

l Page 33 of 66 1

h 4

a 1

.m,

RS-PER-97-281 Section I I.8 (Continued) have on the contract delivery or performance schedule; (3) Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government contracts, together with identification of each affected contract; and (4) Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel.

[End of Clause]

l i

Page 34 of 66

....._ __~

RS-PER-97-281 Section J

'PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS t-SECTION J - LIST OF ATTACHMENTS 4

J.1' ATTACHMENTS (MAR 1987)

Attachment Number Title 4

01 Billing Instructions 02 NRC Form 187 - Security / Classification Requirements u.

03 Wage Determination 04 Payment Information Form SF 3381 - ACH Payment System i

4 1

4 i

4 4

0 9

4 1

4 Page 35 of 66 m-w

. _ _ _ ~ _ _. _

RS-PER-97-281 Section K PART IV - REPRESENTATIONS AND INSTRUCTIONS SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS K.1 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 c.fferor's organization responsible for determining the prices offered in this bid or proposal, and the Page 36 of 66

~

= - -

. - - - -. ~. _ _.

.. -.. - ~ -.

~

RS-PER-97-281 Section K K.1 (Continued) 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 (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, l

the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure.

[End of Provision]

K.2 52.203-8 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEGRITY (SEP 1995) ALTERNATE I (SEP 1990)

(a) Definitions. The definitions at FAR 3.104-4 are hereby incorporated in this provision.

(b) Certifications.

As required in paragraph (c) of this provision, the officer or employee responsible for this offer shall execute the following certification.

The certification in paragraph (b) (2) of this provision is not required for a procurement of commercial items.

CERTIFICATE OF PROCUREMENT INTEGRITY (1)

I, (Name of certifier]

am the officer or employee responsible for the preparation of this offer and hereby certify that, to the best of my knowledge and belief, with the exception of any information described in this certificate, I have no information concerning a violation or possible violation of subsection 27(a), (b), (d), or (f) of the Office of Federal Procurement Policy Act, as amended * (41 U. S. C. 423), (hereinafter referred to as "the Act"), as implemented in the FAR, occurring during the conduct of this procurement (solicitation number).

(2) As required by subsection 27 (e) (1) (B) of the Act, I further certify that, to the best of my knowledge and belief, each officer, employee, agent, representative, and consultant of (Name of Offeror]

who has participated personally and substantially in the preparation or submission of this offer has certified that he or she is Page 37 of 66

RS-PER-97-281 Section K K.2 (Continued) familiar with, and will comply with, the requirements of subsection 27 (a) of the Act, as implemented in the FAR, and will report immediately to me any information concerning a violation or possible violation of subsections 27(a), (b),

(d), or (f) of the Act, as implemented in the FAR, pertaining to this procurement.

(3) Violations or possible violations:

(Continue on plain bond paper if necessary and label Certificate of Procurement Integrity (Continuation Sheet), ENTER NONE IF NONE EXIST)

(4) I agree that, if awarded a contract under this solicitation, the certifications required by subsection 27 (e) (1) (B) of the Act shall be maintained in accordance with paragraph (f) of this provision.

TSignature of the officer or employee responsible for the offer and date]

[ Typed name of the of ficer or employee responsible for the offer]

  • Suisections 27(a), (b), and (d) are effective on December 1, 1990. Subsection 27 (f) is effective on June 1, 1991.

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

(End of certification)

(c) For procurements, including contract modifications, in excess of $100,000 made using procedures other than sealed bidding, the signed certifications shall be submitted by the successful Offeror to the Contracting Officer within the time period specified by the Contracting Officer when requesting the certificates except as provided in subparagraphs (c) (1) through (c) (5) of this clause. In no event shall the certificate be submitted subsequent to award of a contract or execution of a contract modification:

Page 38 of 66

~

RS-PER-97-281-Section K K.2 (Continued) i i

e (1) For letter contracts, other unpriced contracts, or unpriced contract modifications, whether or not the unpriced contract or modification contains a maximum or J

not to exceed price, the signed certifications shall be j

submitted prior to the award of the letter contract, j

unpriced contract, or unpriced contract modification, and prior to the definitization of the letter contract or the establishment of,the price of the unpriced contract or unpriced contract modification. The second certification 4

shall apply only to the period between award of the letter contract and execution of the document j

definitizing the letter contract, or award of the unpriced contract or unpriced contract modification and execution of the document establishing the definitive l

price of such unpriced contract or unpriced contract modification.

(2) For basic ordering agreements, prior to the execution of a priced order; prior to the execution of an unpriced l

order, whether or not the unpriced order contains a maximum or not to exceed price; and, prior.to 1

establishing the price of an unpriced order. The second

{

certificate to be submitted for unpriced orders shall apply only to the period between award of the unpriced order and execution of the document establishing the 1

definitive price for such order.

i L

(3) A certificate is not required for indefinite delivery j-contracts (see Subpart 16.5) unless the total estimated value of all orders eventually to be placed under the j

contract is expected to exceed $100,000.

1 (4) For contracts and contract modifications which include options, a certificate is required when the aggregate i

value of the contract or contract modification and all options (see 3.104-4 (e) ) exceeds $100,000.

i f

(5) For purposes of contracts entered into under section 8 (a) l of the SBA, the business entity with whom the-SBA contracts, and not the SBA, shall be required to comply 3

with the certification requirements of subsection 27(e).

The SBA shall obtain the signed certificate from the i

business entity and forward the certificate to the Contracting Officer prior to the award of a contract to the SBA.

1 j

(6). Failure of an Offeror to submit the signed certificate j

within the time prescribed by the Contracting Officer j

shall cause the offer to be rejected.

1 Page 39 of 66

t RS-PER-97-281 Section K I

l K.2.

(Continued)

(d) Pursuant to FAR 3.104 -9 (d), the Offeror may be requested to execute additional certifications at the request of the Government. Failure of an Offeror to submit the additional certifications shall cause its offer to be rejected.

(e) A certification containing a disclosure of a violation or possible violation will not necessarily result in the withholding of award under this solicitation. However, the Government, after evaluation of the disclosure, may cancel this procurement or take any other appropriate actions'in the interests of the Government, such as disqualification of the l

Offeror.

(f) In making the certification in paragraph (2) of the certificate, the officer or employee of the competing contractor responsible for the offer may rely upon a one-time certification from each individual required to submit a certification to the competing contractor, supplemented by periodic training. These certifications shall be obtained at the earliest possible date after an individual required to certify begins employment or association with the contractor.

If a contractor decides to rely on a certification executed prior to the suspension of section 27 (i.e., prior to December 1,

1989), the Contractor shall ensure that an individual who has so certified is notified that section 27 has been reinstated. These certifications shall be maintained by the Contractor for 6 years from the date a certifying employee's employment with the company ends or, for an agent, representative, or consultant, 6 years from the date such individual ceases to act on behalf of the Contractor.

(g) Certifications under paragraphs (b) and (d) of this provision are material representations of fact upon which reliance will be placed in awarding a contract.

[End of Provision]

K.3 52.203-11 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (APR 1991)

(a) The definitions and prohibitions contained in the clause, at FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions, included in this solicitation, are hereby incorporated by reference in paragraph (b) of this certification.

(b) The offeror, by signing its offer, hereby certifies to the best of his or her knowledge and belief that on or after December 23, 1989--

I l

Page 40 of 66

RS-PER-97-281 Section K K.3 (Continued)

(1) No Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an i

employee of a Member of Congress on his or her behalf in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan, or cooperative agreement; (2) If any funds other than Federal appropriated funds (including profit or fee received under a covered Federal transaction) have been paid, or will be paid, to any j

person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with this solicitation, the offeror shall complete and submit, with its offer, OMB standard form LLL, Disclosure of Lobbying Activities, to the Contracting Officer; and (3) He or she will include the language of this certification in all subcontract awards at any tier and require that all recipients of subcontract awards in excess of

$100,000 shall certify and disclose accordingly.

(c) submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by section 1352, title 31, United States Code.

Any person who makes an expenditure prohibited under this provision or who fails to file or amend the disclosure form to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure.

i

[End of Provision]

K.4 52.204-3 TAXPAYER IDENTIFICATION (MAR 1994) 1 (a) Definitions.

l

" Common parent," as used in this solicitation 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.

" Corporate status," as used in this solicitation provision, Page 41 of 66

RS-PER-97-281 Section K K.4 (Continued) means a designation as to whether the offeror is a corporate entity, an unincorporated entity (e.g.,

sole proprietorship or partnership), or a corporation providing medical and health care services.

" Taxpayer Identification Number (TIN), " as used in this solicitation provision, means the number required by the IRS to be used by the offeror in reporting income tax and other returns.

(b) All offerors are required to submit the information required in paragraphs (c) through (e) of this solicitation provision in order to comply with reporting requirements of 26 U.S.C.

6041, 6041A, and 6050M and implementing regulations issued by the Internal Revenue Service (IRS).

If the resulting contract is subject to the reporting requirements described in FAR 4.903, 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) Taxcaver 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 l

place of business or a fiscal paying agent in the U.S.;

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

[ ] Offeror is an agency or instrumentality of a Federal, state, or local government;

[ ] Other.

State basis.

(d) Coroorate Status.

[] Corporation providing medical and health care services, or engaged in the billing and collecting of payments for such services;

[ ] Other corporate entity; Page 42 of 66

i RS-PER-97-281 Section K K.4 (Continued)

[] Not a corporate entity:

() Sole proprietorship

(] Partnership

() Hospital or extended care facility described in 26 CFR 501(c) (3) that is exempt from taxation under 26 CFR 501(a).

(e) Common Parent.

1

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

l

[ ] Name and TIN of common parent:

Name TIN (End of Provision]

K.5 52.209-5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS i

(MAR 1996)

(a)

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

(i)

The Offeror and/or any of its Principals--

(A) Are (

) are not (

) presently debarred, suspended, proposed for debarment, or. declared ineligible for the award of contracts by any Federal agency; (B) Have (

) have not (

),

within a 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 Page 43 of 66

RS-PER-97-281 Section K K.5 (Continued)

(C) Are (

) are not (

) presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in subdivision (A) (1) (i) (B) of this provision.

(ii) The Offeror has (

) has not (

),

within a 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.

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

(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation.

However, the certification will be considered in connection with a determination of the Offeror's responsibility.

Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the offeror nonresponsible.

(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision.

The knowledge and information of an offeror is not required to exceed that which is normally poscessed by a prudent person in the ordinary course of business dealings.

1 Page 44 of 66 l

RS-PER-97-281 Section K K.5 (Continued)

(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.

[End of Provision]

K.6 52.209-7 ORGANIZATIONAL CONFLICTS OF INTEREST CERTIFICATE--MARKETING CONSULTANTS (OCT 1995)

(a) Definitions.

(1) " Marketing consultant" means any independent contractor who furnishes advice, information, direction, or assistance to an offeror or any other contractor in support of the preparation or submission of an offer for a Government contract by that offeror.

An independent Contractor is not a marketing consultant when rendering--

(i)

Services excluded in subpart 37.2; (ii)

Routine engineering and technical services (such as installation, operation, or maintenance cf systems, equipment, software, components, or facilities);

(iii) Routine legal, actuarial, auditing, and accounting services; or (iv)

Training services.

(2) Organizational conflict of interest means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the Government, or the person's objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage.

(b) An individual or firm that employs, retains, or engages contractually one or more marketing consultants in connection with a contract, shall submit to the contracting officer, with respect to each marketing consultant, the certificates described below, if the individual or firm is notified that it is the apparent successful offeror.

(c) The certificate must contain the following:

Page 45 of 66

RS-PER-97-281 Section K K.6 (Ccatinued)

(1) The name of the agency and the number of the solicitation in question.

(2) The name, address, telephone number, and federal taxpayer identification number of the marketing consultant.

(3) The name, address and telephone number of a responsible officer or employee of the marketing consultant who has personal knowledge of the marketing consultants involvement in the contract.

(4) A description of the nature of the services rendered by or to be rendered by the marketing consultant.

(5) The name, address, and telephone number of the client or clients, and the name of a responsible officer or employee of the marketing consultant who is knowledgeable about the services provided to such client (s), and a description of the nature of the services rendered to such client (s), if, based on information provided to the Contractor by the marketing consultant, any marketing consultant is rendering or, in the 12* months preceding the date of the certificate, has rendered services respecting the same subject matter of the instant solicitation, or directly relating to such subject matter, to the Government or any other client (including j

any foreign government or person).

(6) A statement that the person who signs the-certificate for the prime Contractor has informed the marketing consultant of the existence of Subpart 9.5 and Office of Federal Procurement Policy Letter 89-1.

(7) The signature, name, title, employer's name, address, and telephone number of the persons who signed the certificates for both the apparent successful offeror and the marketing consultant.

(d) In addition, the apparent successful offeror shall forward to the Contracting Officer a certificate signed by the marketing consultant that the marketing consultant has been told of the existence of Subpart 9.5 and Office of Federal Procurement Policy Letter 89-1, and the marketing consultant has made inquiry, and to the best of the consultant's knowledge and belief, the consultant has provided no unfair competitive advantage to the prime Contractor with respect to the services rendered or to be rendered in connection with the solicitation, or that any unfair competitive advantage that, to the best of the consultant's knowledge and belief, does or may exist, has been disclosed to the offeror.

Page 46 of 66

d 4-RS-PER-97-281 Section K i

K.6 (Continued)

(e) Failure of the offeror to provide the required certifications may result in the offeror being determined ineligible for award. Misrepresentation of any fact may result in the assessment of penalties associated with false certifications or such other provisions provided for by law or regulation.

  • If approved by-the head of the. contracting activity, this period may be increased up to 36 months.

[End of Provision]

K.7 52.215-6 TYPE OF BUSINESS ORGANIZATION (JUL 1987)

The offeror or quoter, by checking the applicable box, represents that--

(a) It operates as [] a corporation incorporated under the laws of the State of

[] an individual, [] a partnership, [] a nonprofit organization, or [] a joint venture; or (b) If the offeror or quoter is a foreign entity, it operates as [

] an individual, [] a partnership, [] a nonprofit organization, [] a joint venture, or [] a corporation, registered for business in (country).

[End of Provision]

K.8 52.215-11 AUTHORIZED NEGOTIATORS (APR 1984)

The offeror or quoter represents that the following persons are authorized to negotiate on its behalf with the Government in connection with this request for proposals or quotations: [ list names, titles, and telephone numbers of the authorized negotiators).

[End of Provision]

Paga 47 of 66

RS-PER-97-281 Section K K.9 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 1995)

(a)

(1) The standard industrial classification (SIC) code for this acquisition is 7363.

(2) The small business size standard is $5.0 million average annual receipts for an offeror's preceeding 3 fiscal years.

(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) BScresentations.

(1) The offeror represents F.nd certifies a

part of its offer that it [ ] is, [] is rot a small business concern.

(2) (Compl.ete only if offeror represented itself as a small business concern in block (b) (1) of this section.)

The offeror represents as part of its offer that it [ ] is,

[

] is not a small disadvantaged business concern.

(3) (Complete only if offeror represented itself as a small business concern in block (b) (1) of this se_ i.on.)

The offeror represents as part of its offer that it [ ] is,

[

] is not a women-owned small business concern.

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

"Small disadvantaged business concern", as used in this provision, means a small business concern that (1) is at least 51 percent unconditionally owned by one or more individuals who are both socially and economically disadvantaged, or a publicly owned business having at least 51 percent of its i

stock unconditionally owned by one or more individuals who are both socially and economically disadvantaged individuals, and (2) has its management and daily business controlled by one or more such individuals.

This term n)so means a small business concern that is at least 51 percent unconditionally owned by j

an economically disadvantaged Indian tribe or Native Hawaiian Organization, or a publicly owned business having at least 51 percent of its stock unconditionally owned by one or more of these entities, which has its management and daily business controlled by members of an economically disadvantaged Indian Page 48 of 66

~. ~. - - -.

-. ~ -

i RS-PER-97-281 Section K i

K.9 (Continued) 1 tribe or Native Hawaiian Organization, and which meeto the requirements of 13 CFR part 124.

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

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

(2) Whose management and daily business operations are

. controlled by one or more women.

i (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 or small disadvantaged business concern in order to obtain a contract to be awarded under the preference programs established pursuant to sections 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 a 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.

[End of Provision]

K.10 52.222-21 CERTIFICATION OF NONSEGREGATED FACILITIES i

(APR 1984)

(a) " Segregated facilities," as used in this provision, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking-fountains, recreation or entertainment. areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin becauss Page 49 of 66

RS-PER-97-281 Section K K.10 (Continued) of habit, local custom, or otherwise.

(b) By the submission of this offer, the offeror certifies that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained.

The offeror agrees that a breach of this certification is a violation of the Equal Opportunity clause in the contract.

(c) The offeror further agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will--

(1) Obtain identical certifications from proposed subcontractors before the award of subcontracts under which the subcontractor will be subject to the Equal opportunity clause; (2) Retain the certifications in the files; and (3) Forward the following notice to the proposed subcontractors (except if the proposed subcontractors have submitted identical certifications for specific time periods) -

NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NONSEGREGATED FACILITIES A Certification of Nonsegregated Facilities must be submitted before the award of a subcontract under which the subcontractor will be subject to the Equal Opportunity clause.

The certification may be submitted either for each subcontract or for all subcontracts during a period (i.e.,

quarterly, semiannually, or annually).

NOTE:

The penalty for making false statements in offers is prescribed in 18 U.S.C.

1001.

[End of Provision]

K.11 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (APR 1984)

The offeror represents that--

(a) It [] has, [ ] has not participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the clause originally contained in Section Page 50 of 66

RS-PER-97-281 Section K K.11 (Continued) 310 of Executive Order No. 10925, or the clause contained in Section 201 of Executive Order No. 11114; (b) It [ ] has, [ ] has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.

[End of Provision]

K.12 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.

[End of Provision]

K.13 52.223-1 CLEAN AIR AND WATER CERTIFICATION (APR 1984)

The Offeror certifies that--

(a) Any facility to be used in the performance of this proposed contract is [ ],

is not [ ] listed on the Environmental Protection Agency (EPA) List of Violating Facilities; (b) The Offeror will immediately notify the Contracting Officer, before award, of the receipt of any communication from the Administrator, or a designee, of the EPA, indicating that any facility that the Offeror proposes to use for the performance of the contract is under consideration to be listed on the EPA i

List of Violating Facilities; and l

(c) The offeror will include a certification substantially the same as this certification, including this paragraph (c), in every nonexempt subcontract.

j i

[End of Provision]

I K.14 52.223-5 CERTIFICATION REGARDING A DRUG-FREE WORKPLACE (JUL 1995) f (a) Definitions.

As used in this provision, j

" Controlled substance" means a controlled substance in Page 51 of 66 i

RS-PER-97-281 Section K K.14 (Continued) schedules I through V of section 202 of the Controlled Substances Act (21 U.S.C. 812) and as further defined in regulation at 21 CFR 1308.11 - 1308.15.

" Conviction" means a finding of guilt (including a plea of nolo contendere) or imposition of sentence, or both, by any judicial body charged with the responsibility to determine violations of the Federal or State criminal drug statutes.

" Criminal drug statute" means a Federal or non-Federal criminal statute involving the manufacture, distribution, dispensing, possession or use of any controlled substance.

" Drug-f ree workplace" means the site (s) for the performance of work done by the Contractor in connection with a specific contract at which employees of the contractor are prohibited from engaging in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance.

" Employee" means an employee of a Contractor directly engaged in the performance of work under a Government contract.

"Directly engaged" is defined to include all direct cost employees and any other contractor employee who has other than a minimal impact or involvement in contract performance.

" Individual" means an offeror / contractor that has no more than one employee including the offeror / contractor.

(b) By submission of its offer, the offeror, (other than an individual) responding to a solicitation that is expected to exceed the simplified acquisition threshold, certifies and agrees, that with respect to all employees of the offeror to be employed under a contract resulting from this solicitation, it will--no later than 30 calendar days after contract award (unless a longer period is agreed to in writing), for contracts of 30 calendar days or more performance duration; or as soon as possible for contracts of less than 30 calendar days performance duration, but in any case, by a date prior to when performance is expected to be completed--

(1) Publish a statement notifying such employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establish an ongoing drug-free awareness program to inform such employees about--

(i)

The dangers of drug abuse in the workplace; Page 52 of 66

RS-PER-97-281 Section K K.14 (Continued)

(ii)

The Contractor's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv)

The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Provide all employees engaged in performance of the

. contract with a copy of the statement required by subparagraph (b) (1) of this provision; (4) Notify such employees in writing in the statement required by subparagraph (b) (1) of this provision that, as a condition of continued employment'on the contract resulting from this solicitation, the employee will--

(i)

Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than 5 calendar days after such conviction; (5) Notify the Contracting Officer in writing within 10 calendar days after receiving notice under subdivision (b) (4) (ii) of this provision, from an employee or otherwise receiving actual notice of such conviction.

The notice shall include the position title of the employee; and (6) Within 30 calendar days after receiving notice under subdivision (b) (4 ) (ii) of this provision of a conviction, take one of the following actions with respect to any employee who is convicted of a drug abuse violation occurring in the workplace:

(i)

Take appropriate personnel action against such employee, up to and including termination; or (ii) Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation l

program approved for such purposes by a Federal, 1

State, or local health, law enforcement, or other appropriate agency.

l (7) Make a good faith effort to maintain a drug-free workplace through implementation of subparagraphs (b) (1)

Page 53 of 66 i

~ _ _.

RS-PER-97-281 Section K i

K.14 (Continued) through (b) (6) of this provision.

(c) By submission of its offer, the offeror, if an individual who is making an offer of any dollar value, certifies and agrees that the offeror will not engage in the unlawful manufacture, i

distribution, dispensing, possession, or use of a controlled substance in the performance of the contract resulting from this solicitation.

(d) Failure of the offeror to provide the certification required by paragraphs (b) or (c) of this provision, renders the offeror unqualified and ineligible for award.

(See FAR 9.104-1(g) and 19.602-1(a) (2) (i). )

(e) In addition to other remedies available to the Government, the certification in paragraphs (b) or (c) of this provision 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 Title 18, United States Code, Section 1001.

[End of Provision]

K.15 NRCAR 2052.209-70 QUALIFICATIONS OF CONTRACT EMPLOYEES (JAN 1993)

The offeror hereby certifies by submission of this offer that all representations made regarding its employees, proposed i

subcontractor personnel, and consultants are accurate.

[End of Provision]

K.16 NRCAR 2052.209-71 CURRENT /FORMER AGENCY EMPLOYEE INVOLVEMENT (JAN 1993)

(a) The following representation is required by the NRC Acquisition Regulation 2009.105-70 (b).

It is not NRC policy to encourage offerors and contractors to propose current /former agency employees to perform work under NRC contracts, and as set forth in the above cited provision, the use of such employees may, under certain conditions, adversely affect NRC's consideration of non-competitive proposals and task orders.

(b) The offeror hereby certifies that there (

) are (

) are no current /former NRC employees (including special Government employees performing services as experts, advisors, consultants, or members of advisory committees) who have been or will be involved, directly or indirectly, in developing the offer, or in negotiating on behalf of the offeror, or in managing, administering, or performing any contract, Page 54 of 66 i

RS-PER-97-281 Section K K.16 (Continued) consultant agreement, or subcontract resulting from this offer.

For each individual so identified, the Technical and Management proposal must contain, as a separate attachment, the name of the individual, the individual's title while employed by the NRC, the date individual left NRC, and brief description of the individual's role under this proposal.

[End of Provision]

l Page 55 of 66

RS-PER-97-281 Section L SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (JUN 1988)

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.

I.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

PROVISIONS NUMBER TITLE DATE 52.214-34 SUBMISSION OF OFFERS IN THE APR 1991 ENGLISH LANGUAGE 52.214-35 SUBMISSION OF OFFERS IN US APR 1991 CURRENCY 52.215-5 SOLICITATION DEFINITIONS JUL 1987 52.215-7 UNNECESSARILY ELABORATE APR 1984 PROPOSALS OR QUOTATIONS 52.215-8 AMENDMENTS TO SOLICITATIONS DEC 1989 52.215-9 SUBMISSION OF OFFERS JUL 1995 52.215-10 LATE SUBMISSIONS, MODIFICATIONS, AUG 1996 AND WITHDRAWALS OF PROPOSALS 52.215-12 RESTRICTION ON DISCLOSURE AND APR 1984 USE OF DATA 52.215-13 PREPARATION OF OFFERS APR 1984 52.215-14 EXPLANATION TO PROSPECTIVE APR 1984 OFFERORS 52.215-15 FAILURE TO SUBMIT OFFER JUL 1995 52.215-16 CONTRACT AWARD OCT 1995 52.215-30 FACILITIES CAPITAL COST OF MONEY SEP 1987 52.216-27 SINGLE OR MULTIPLE AWARDS OCT 1995 52.222-24 PREAWARD ON-SITE EQUAL APR 1984 OPPORTUNITY COMPLIANCE REVIEW

[End of Provision]

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

The Government contemplates award of a Fixed-Price Requirements contract resulting from this solicitation.

[End of Provision)

Page 56 of 66

RS-PER-97-281 Section L L.3 52.233-2 SERVICE OF PROTEST (AUG 1996)

(a) Protests, as defined in Section 33.101 of the Federal Acquisition Regulation, that are filed directly with an.

agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

j U.S. Nuclear Regulatory Commission Technical Acquisition Branch No. 2 11545 Rockville Pike, Mail Stop T-7-I-2 Washington, D.C.

20026

\\

Hand carried address:

U.S.

Nuclear Regulatory Commission Technical Acquisition Branch No. 2 11545 Rockville Pike Rockville, MD 20852 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

i L.4 52.237-1 SITE VISIT (APR 1984)

J Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the i

cost of contract performance, to the extent that the information is reasonably obtainable.

In no event shall failure to inspect the site constitute grounds for a claim after contract award.

[End of Provision)

L.5 NRCAR 2052.215-74 TIMELY RECEIPT OF PROPOSALS (JAN 1993)

Because NRC is a secure facility with perimeter access control, offerors shall allow additional time for hand delivery (including express mail and delivery services) of proposals to ensure that they are timely received in the depository at the address shown in Item 9 on the Standard Form 33.

[End of Provision)

L.6 NRCAR 2052.215-75 AWARD NOTIFICATION AND COMMITMENT OF PUBLIC FUNDS (JAN 1993)

(a) All offerors will be notified of their selection or nonselection as soon as possible.

Formal notification of Page 57 of 66

I' RS-PER-97-281 Section L l

L.6 (Continued) l nonselection for unrestricted awards may not be made until a contract has been awarded.

Pursuant to requirements of FAR 15.1001 (b) (2), preliminary notification will be provided before the award for small business set-aside procurements on negotiated procurements.

(b) It is also brought to your attention that the contracting i

officer is the only individual who can legally commit the NRC to the expenditure of public funds in connection with this procurement.

This means that unless provided in a contract document or specifically authorized by the contracting officer, NRC technical personnel may not issue contract modifications, give informal contractual commitments, or otherwise bind, commit, or obligate the NRC contractually.

Informal contractual commitments include:

(1) Encouraging a potential contractor to incur costs prior to receiving a contract; (2) Requesting or requiring a contractor to make changes under a contract without formal contract modifications; (3) Encouraging a contractor to incur costs under a cost-reimbursable contract in excess of those costs contractually allowable; and (4) Committing the Government to a course of action with regard to a potential contract, contract change, claim, or dispute.

[End of Provision]

L.7 NRCAR 2052.215-76 DISPOSITION OF PROPOSALS After award of the contract, one copy of each unsuccessful proposal is retained by the NRC's Division of Contracts and Property Management in accordance with the General Records Schedule 3 (5) (b).

Unless return of the additional copies of the proposals is requested by the offeror upon submission of proposal, all other copies will be destroyed.

This request should appear in a cover letter accompanying the proposal.

[End of Provision]

L.8 NRCAR 2052.222-70 NONDISCRIMINATION BECAUSE OF AGE (JAN 1993)

It is the policy of the Executive Branch of the Goverrmant that:

(a) Contractors and subcontractors engaged in the performance of Federal contracts may not, in connection with the employment, Page 58 of 66 l

l l

RS-PER-97-281' Section L L.8

.(Continued) advancement, or discharge of employees or in connection with the terms, conditions, or privileges of their employment, discriminate against persons because of their age except upon the basis of a bona fide occupational qualification,

~

retirement plan, or statutory requirements; and (b) That contractors and subcontractors, or person acting on their' i

behalf, may not specify, in solicitations or advertisements for employees to work on Government contracts, a maximum age limit for employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan, or statutory requirement.

[End of Provision]

i L.9 ACCEPTANCE PERIOD (MAR 1987)

Because of the time required by the Government to evaluate i

proposals and make an award, offerors are instructed to specify on the SF-33 a proposal acceptance period of not less than 90 days days.

[End of Provision]

L.10 ESTIMATED DURATION (JUN 1988)

The duration of the contract is estimated to be 1 year. (See section F for any option periods)

[End of Provision]

L.11 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC i

PAYMENT / REMITTANCE ADDRESS It is the policy of the Nuclear Regulatory Commission to pay government vendors by the Automated Clearing House (ACH) electronic funds transfer payment system in lieu of a U.S.

Treasury check.

If for good reason the offeror is unable to participate in the ACH/ Vendor Express program, it should be notated in the offeror's proposal and it will be discussed during the negotiation process.

If item 15C. of the Standard Form 33 has been checked, enter the remittance address should agreement to an alternate method of payment ensue.

Name:

Address:

[End of Provision]

Page 59 of 66

f RS-PER-97-281 Section L-L.12 PROPOSAL PRESENTATION AND FORMAT s

L.12.1 GENERAL INSTRUCTIONS l

a.

Information submitted in response to this solicitation must be l

typed, printed, or reproduced on letter-size paper and each copy must be legible.

i b.

The offeror must submit the following material, which will J

constitute its offer as defined by FAR 2.101, in three separate l

and distinct parts, by the date and time specified in Block 9 of the SF 33 for receipt of sealed offers.

c.

The offeror shall respond fully and completely to all sections of the solicitation package and to the elements that are der:

. bed in the following Subparagraphs entitled " TOPICS FOR ORAL PRESENTATIONS" and " TOPICS FOR WRITTEN HANDOUTS" d.

All questions regarding this solicitation must be addressed to the address identified in Block 7 of the SF33 no later than 10 days.after.the issuance date of the solicitation.

Part 1 - Solicitation Package / Offer.

a.

The offeror shall complete and return two (2) original signed copies of this solicitation package. (The offeror does not have to return copies of the Attachments included in'Section J).

All applicable sections must be completed by the Offeror.

Part 2 - Oral Presentation and Written Handouts a.

The offeror must make an oral presentation of the Written Handouts submitted in response to this solicitation, Immediately thereafter, the Offeror shall be prepared to participate in a question and answer session conducted by Government representatives. The sole purpose of the oral presentation and the Q&A Session is to permit the Government to obtain clarification on the information provided during the oral presentations.

b.

The offeror is advised that neither the presentation nor the Q&A Session will constitute discussions within the meaning of FAR 15.601 and 15.610, and neither will they obligate the Government to entertain revisions to the original offer.

The Government may award without discussions.

However, if the Government determines that discussions and a revised proposal will be necessary, the Government will not discuss the oral presentation or the Q&A session and will not entertain revisions to the oral presentation or to the answers given by the offeror's management team during the Q&A Session.

c.

The Offeror shall submit one (1) original and four (4) copies of the Written Handouts at the date and time specified in Block 9 on SF 33 for receipt of sealed offers.

The format and content of Page 60 of 66

RS-PER-97-281 Section L L.12.1 (Continued) the handouts is prescribed below.

The Written Handouts shall include printed copies of the overhead or slides to be used during the Oral Presentation.

All Written Handouts shall be printed, and reproduced on letter-size paper.

Each copy must be legible.

d.

The Oral Presentation will be~ held in a conference room in NRC Headquarters.loca'.ed on Rockville Pike, in Rockville, Maryland.

This conference room will have a viewing screen for overheads.

The NRC anticipates that the Oral Presentation will take place five working days after the date set forth for receipt of sealed offers.

The Contracting Officer will notify the Offeror of the scheduled presentation date and time.

Once notified, the Offeror shall conduct their presentation as scheduled.

The Offeror is notified, however, that the late proposal rule (FAR 52.215-10, Late Submissions, Modific ations, and Withdrawals of Proposals) will not be applied to t.e Oral Presentation, e.

Correctness of the ors cosal.

Caution--Offerors are hereby notified that all informat_on provided in its presentation and supporting documentation, including all resumes, must be accurate, truthful, and complete to the best of the Offeror's knowledge and belief.

The Commission will rely upon all representations made by the Offeror both in the evaluation process and for the performance of the work by the offeror.

The Commission may require the offeror to substantiate the credentials, education, and employment history of its employees, subcontractor personnel, and consultants, through submission of copies of transcripts, diplomas, licenses, etc.

NOTICE TO THE OFFEROR:

The idea behind the Oral Presentation is to eliminate a written technical proposal.

Information which l

would otherwise be presented in a technical proposal must be i

presented orally.

The Offeror is put on notice that any full written technical proposal which has been submitted will not be considered by the NRC Source Evaluation Panel.

Part 3 - Cost Proposal.

a.

The Offeror shall submit one (1) original and four (4) copies of the written Cost Proposal at the date and time specified in Block 9 on SF 33 for receipt of sealed offers.

Instructions and the format for the written Cost Proposal are found under the section entitled, " Cost Proposal Requirements and Format".

L.12.2 INSTRUCTIONS FOR ORAL PRESENTATIONS AND WRITTEN HANDOUTS s

a.

The Written Handouts shall outline and document the main points Page 61 of 66

RS-PER-97-281 Section L L.12.2 (Continued) of the Oral Presentation.

Both the Oral Presentation and the Written Handouts shall present full and complete information to permit the Government to make a thorough evaluation and a sound determination that the offeror has the capability of meeting '.br requirements and the objectives of this procurement in accordatze with the NRC's Statement of Work.

b. The Oral Presentation shall not encompass price or cost and
fee, The Offeror is prohibited from taping or recording their own c.

presentations.

Should the NRC tape or record the offeror's presentation, the NRC will NOT provide the Offeror with a copy of the tape or recording.

i d.

The Offeror must address the topics listed in the following Subparagraphs entitled, " TOPICS FOR ORAL PRESENTNPIONS" and

" TOPICS FOR WRITTEN HANDOUTS".

l Total presentation time shall last no longer than 30 minutes.

The presentation will be followed by a up to a 30 minute intermission.

Total Q&A session time shall last no longer than 30 minutes, for a total time of 90 minutes.

In addition to the NRC Contracting Official, members of the NRC's Source Evaluation Panel will attend the presentation.

L.12.3 TOPICS FOR ORAL PRESENTATIONS 1

i 1.

CORPORATE EXPERIENCE a.

The objective of the oral presentation is to clearly demonstrate the firm's past experience in performing contracts for temporary personnel services similar to the scope of this procurement. Be prepared to discuss all commercial and/or public contracts that your firm has been awarded within the last three years for temporary personnel services similar to those required by the NRC.

Discuss the number of personnel required in the specified labor categories, the required response times, and the required clearances, if any.

2.

PAST PERFORMANCE

a..

Discuss the pertinent details of your firm's performance under the contracts referenced in a. above.

It is incumbent upon the offeror to provide adequate details to support your firm's prior past performance history.

A member of the Offeror's Senior Management staff is requested to present the oral Presentation.

Page 62 of 66 1

RS-PER-97-281 Section L L.12.4 TOPICS FOR WRITTEN HANDOUTS a.

The Offeror'shall provide the following written documentation by the date and time specified in Block 9 of the SF 33 for receipt of sealed offers.

The presentation handouts shal? be limited to-10 pages in length.

1.

CORPORATE EXPERIENCE (a)

Provide a listing of all commercial /public contracts that your firm has been awarded within the last three years for temporary personnel services similar to those required by the NRC.

Briefly describe the services provided.

2.

PAS.T PERFORMANCE (a)

Provide the following details for three of your most recent contracts which you believe to be similar to the scope of this procurement.

Provide available factual documentation to support your firm's performance, including letters of commendation.

Name and Address of Government Agency or Commercial Entity:

Contract Number:

Contact:

Telephone Number:

Technical Representative:

Telephone Number:

Dollar Value (unless confidential) :

Period of Performance:

Place of Performance:

Number and types of personnel provided Security Clearance Required Yes No NOTE:

Offerors are advised that, for those firms in the range, survey questionnaires will be forwarded to the clients referenced above.

The questionnaires will aid in the Government's evaluation of the offeror's past performance.

[End of Provision]

L.13 COST PROPOSAL REQUIREMENTS AND FORMAT One (1) Original and four (4) copies of the Offeror's Cost are due at the date and time specified in Block 9 on SF 33 for receipt of sealed offers.

The Cost Proposal must be submitted separately from-the Oral Presentation and Written Handouts.

The Of feror's Cost Proposal must be typed, printed, or reproduced on letter-size paper and each copy must be legible.

The cost must'be in the format described below.

Page 63 of 66

RS-PER-97-281 Section L

~

L.13 (Continued)

The offeror's cost proposal consists of filling in the firm-fixed-price hourly rates for each labor category in Section B.3, herein.

Offerors are required to propose rates for every labor category.

Proposals to perform less than the estimated quantities or for than all of the labor categories ifor example, for only one labor category) will not be accepted because they would not meet the Government's needs.

Offerors are cautioned that the hourly labor rates proposed should be all-inclusive of all costs incurred by offeror in performing this work, including such items as: expenses manage the contract, salaries, overhead, fringe benefits, and No separate charges will be allowed.

(End of Provision) l Page 64 of 66

. ~.

RS-PER-97-281' Section M

~

SECTION M - EVALUATION FACTORS FOR AWARD M.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (JUN 1988)

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.

I.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) i PROVISIONS i

NUMBER TITLE DATE 1

j 52.217-5 EVALUATION OF OPTIONS JUL 1990

[End of Provision]

M.2 NRCAR 2052.215-86 CONTRACT AWARD AND EVALUATION OF PROPOSALS COST AND TECHNICAL MERIT OF EQUAL VALUE (JAN 1993)

(a) By use of numerical and narrative scoring techniques, proposals are evaluated against the evaluation factors specified in paragraph M.3 below. These factors are listed in their relative order of importance.

Award is made to the offeror:

(1) Whose proposal is technically acceptable; J

(2) Whose technical / cost relationship is most advantageous to the Government; and (3) Who is considered to be responsible within the meaning of l

Federal Acquisition Regulation Part 9.1.

(b) In the selection of a contractor, technical merit in the evaluation criteria set forth below and cost bear equal significance.

To be selected for an award, the proposed cost must be realistic and reasonable.

(c) The Government may:

(1) Reject any or all offers if the action is in the public interest; (2) Accept other than the lowest offer; and (3) Waive informalities and minor irregularities in offers received.

Page 65 of 66 l

l RS-PER-97-281 Section M.

?

M.2 (Continued)

(d) The Government may award a contract on the basis of initial offers received, without discussions.

Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoints.

j (e) A separate cost analysis is performed on each cost proposal.

To provide a common base for evaluation of cost proposals, the level.of-effort data must be expressed in staff hours.

Where a Contractor Spending Plan ~ (CSP) is required by other provisions of this solicitation, consideration is given to the Plan for completeness, reasonableness, and as a measure of effective management of the effort.

(f) In making the above determination, aul analysis is performed by.

the Government that takes into consideration the results of the technical evaluation and cost analysis.

t (End of Provision)

M.3 EVALUATION CRITERIA I.

CORPORATE EXPERIENCE (25 POINTS).

Extent to which the offeror demonstrates corporate experience in the conduct of contracts for temporary personnel services similar in scope to this procurement.

II.

PAST PERFORMANCE (25 POINTS)

Extent to which the offeror demonstrates successful performance performance on contracts similar in scope to this procurement.

[End of Provision]

Page 66 of 66 4

n-

,r w --

-.. ~... - - - - - -. - -. -... _ _ -.

4 ATTACHMENT N0. 1 (MARCH 1996)

Page 1 of 3 BILLING INSTRUCTIONS FOR FIXED PRICE CONTRACTS General: The contractor shall prepare vouchers or invoices as prescribed herein. FAILURE TO SUBMIT V0UCHERS/ INVOICES IN ACCORDANCE WITH THESE INSTRUCTIONS WILL RESULT IN REJECTION OF THE V0UCHER/ INVOICES AS IMPROPER.

Ents: Claims shall be submitted on the payee's letterhead, voucher / invoices, or on the Government's Standard Form 1034, "Public Voucher for Purchases and Services Other than Personal," and Standard Form 1035, "Public Voucher for Purchases other than Personal--Continuation Sheet." These forms are available from the U.S. Government Printing Office, 710 North Capitol Street, Washington, DC 20401.

Number of Copies: An original and three copies shall be submitted. Failure to submit all the required copies will result in rejection of the voucher / invoice as improper.

Desienated Acency Billina Office: Vouchers / Invoices shall be submitted to the following address:

U.S. Nuclear Regulatory Commission Division of Contracts - T-7-I-2 Washington, DC 20555-0001 A copy of any invoice which includes a purchase of property valued' at the time i

of purchase at $5000 or more, shall additionally be sent to:

Chief, Property Management Branch Division of Facilities and Property Management Mail Stop - T-7-D-27 Washington, DC 20555-0001 HAID-DELIVERY OF V00CHERS/ INVOICES IS DISCOURAGED AND WILL NOT EXPEDITE PROCESSING BY THE NRC. However, should you choose to deliver vouchers / invoices by hand, including deliv:ry by any express mail serv - or special delivery service which uses a courier or other person to deliver the i

vouchers / invoices in person to the NRC, such vouchers / invoices must be addressed to the above Designated Agency Billing Office and will only be accepted at the following location:

U.S. Nuclear Regulatory Commission One White Flint North - Mail Room 11555 Rockville Pike Rockville, MD 20852 HAIS-CARRIED SUBMISSIONS WILL NOT BE ACCEPTED AT OTHER THAN THE AB0VE ADDRESS l

i

~

(8ILLING INSTRUCTIONS FOR FIXED PRICE CONTRACTS - Page 2 of 3 Note that the official receipt date for hand-delivered vouchers / invoices will be the date it is received by the official agency billing office in the Division of Contracts.

l Acency Payment Office: Payment will continue to be made by the office designated in the contract in Block 12 of the Standard Form 26 or Block 25 of the Standard Form 33, whichever is applicable.

Frequency: The contractor shall submit a voucher or invoice only after the 4

IstC's final acceptance of services rendered or products delivered in performance of the contract unless otherwise specified in the contract.

Presaration and Itemization of the Voucher / Invoice: The voucher / invoice shall be prepared in ink or by typewriter (without strike-overs). Corrections or erasures must be initialed. To be considered a proper voucher / invoice, all of the following elements must be included:

1.

Contract number.

2.

Sequential voucher / invoice number.

3.

Date of voucher / invoice.

4.

payee's name and address.

(Show the name of the contractor and its correct address.

In addition, when an assignment of funds has been made by the contractor, or a different payee has been designated, include the name and address of the payee).

Indicate the name and telephone number of the individual responsible for answering questions which the NRC may have regarding the voucher / invoice.

5.

Description of articles or services, quantity, unit price, and total i

amount.

6.

For contractor acquired property list each item purchased costing

$50,000 or more and having a life expectancy of more than 1 year and provide:

(1) an item description, (2) aanufacturer, (3) model number, (4) serial number, (5) acquisition cost, (6) date of purchase, and (7) a copy of the purchasing document.

7.

Weight and zone of shipment, if shipped by parcel post.

8.

Charges for freight or express shipments. Attach prepaid bill if shipped by freight or express.

g.

Instructions to consignee to notify the Contracting Officer of receipt of shipment.

l

i li

~

i' (BILLING INSTRUCTIONS FOR FIXED PRICE CONTRACTS - Page 3 of 3 10.

For Indefinite Delivery contracts or contracts under which progress payments are authorized, the final voucher / invoice shall be marked

" FINAL V0UCHER" OR " FINAL INVOICE."

1

}

Currency: Billings may be expressed in the currency normally used by the j

contractor in maintaining his accounting records and payments will be made in that currency. However, the U.S. dollar equivalent for all vouchers / invoices i

paid under the contract may not exceed the total U.S. dollars authorized in the. contract.

l Supersession: These instructions' supersede any previous billing instructions.

1 i

j R:\\ BILLING.396 1

E

)

)

l-1 I

s b

4 i

I l

i l

i i

[

l J

m.

RS-PER-97-281 ATTarMMENT No 9 MRC FORM 187 U.S. NUCLEAR REQULATORY COMMISSION AUTHORITY f495)

The poices, procedures, and entena of the NRC NRCMD 12 Secunty Pnagram. NZMO 12, apply to perlormance of this contract, subcontract or other acwer CONTRACT SECURITY AND/OR CLASSIFICATION REQUIREMENTS COMPLETE CLASSIFIED ITEMS BY SEPARATE CORRESPONDENCE 1 CONTRACTOR NAME ANO ADDRESS A. CONTRACT NUMBER FOR COMMERCIAL CONTRACTS OR JOB CODE FOR DOE 2 TYPE OF $UBMISSON PROJECTS (Pnme contract number must be shown for all subcontracts )

)(

A ORIGINAL B PROJECTED C. PROJECTED B REVISED (Supersedes alt rewous START DATE COMPLETION DATE Submisses)

C NER (SpwM 02/01/97 01/31/98

3. FOR FOLLOW 4N CONTRACT, ENTER PRECEDING CONTRACT NUMBER AND PROJECTED COMPLETION DATE a DOES NOT APPLY B CONTRACT NUMBER l C PROK ET10N CATE NRC-38-94-281 January 31, 1997
4. PROJECT TITLE AND OTHER IDENTIFYlNQ lNFORMATON "NRC Use of Private Sector Temporary Help Services"
5. PERFORMANCE WILL REQUIRE NATONAL SECURITY RESTRICTED DATA A ACCESS TO CLASSIFlED MATTER OR CLASSIFIED INFORMATION pyA (ifies? answer 17. It "No " proceed to $ C )

1 ACCESS TO FOREIGN INTELLIGENCE INFORMATION 2 RECElPT, STOR AGE, OR OTHER SAFEGUARDING OF CLASSIFIED MATTER (see $ 8 )

3 GENERAflON OF CLASSIFIED MATTER 4 ACCESS TO CRYPTOGRAPHIC MATERIAL OR OTHER CLASSIFIED COMSEC INFORMATION

$ ACCESS TO CLASSIFIED MATTER OR CLASSIFIED INFORMATION POSSESSED BY ANOTHER AGENCY 6 CLASSIFIED USE OF AN AUTOMATIC DAT4 PROCESSING SYSTEM 7 OTHER(SpecM B iS F ACILITY CLEARANCE REQUIRED' YES NO C

UNESCORTED ACCESS IS REQUIRED TO PROTECTED AND VITAL AREAS OF NUCLEAR POWER PLANTS p.

ACCESS IS REQUIRED TO UNCLAS$1FIED SAFEGUARDS INFORMATION E'

ACCESS IS REQUIRED TO SENSITIVE ADP SYSTEMS AND DATA p

)(

UNESCORTED ACCESS TO NRC HEADQUARTERS BUILDING FOR PROCEDURES AND REQUIREMENTS ON PROVONG TEMPOR ARY AND FINAL APPROVAL FOR UNESCORTED ACCESS, REFER TO @ CMC 12 NRC FORM 187 (8-05)

PRINTED ON RECYCLED PAPER

6 INFORMATION PECTCJNfNG TO THESE CEQUIREMENTS OR TMS PROJECT, EVEN TKCZki SUCH INFORMAi10N IS CONSDEEED UNCLASSFIED, SHALL NOT BE CELE DSSEMINATION EXCEPT QS APPROVED BY.

Carolyn A. Cooper NAMt; Contract Specialist POSITON ATURE //

L

(/

T. CLASSIFICATION OUlDANCE NATb1E OF CLASSFIED GulOANCE OENTIFCATION OF CLASSFCATION GUOES l

8 CLASSIFIED REYlEW OF CONTRACTORIGU8 CONTRACTOR REPORT (S) AND OTHER DOCUMENTS WILL BE CONDUCTED BY:

l AUTHORIZED CLASSIFIER (NAME AND TITLE)

DMSION OF SECURrTY 9 REQUIRED DSTRIBUTION OF NRC FORM tST (Check acevooriate bor(es))

I SPONSORING NRC OFFCE OR DVISON (item 10A)

DVISON OF CONTRACTS (Item 10C)

DVISION OF SECURrTY (item 108)

CONTRACTOR (Item 1)

X X

i

{

SECURITYrCLASSIFCATION REOulREMENTS FOR SUBCONTRACTS RESULTING FROM THIS CONTRA /"I WILL BE APPROVED BY THE OFFCIALS NAMED IN ITEMS 10B AND 10C BELOW

10. APPROVALS VME SECURITYCLASSIFIED REQUIREMENTS AND ATTACHMENTS REFERENCED HEREIN HAVE BEEN APPROVED BY THE OFFCIALS NAMES IN 10A AND 100 SELOW. FINAL CONTRACTING APPROVAL BY THE DRECTOR, DMSION OF CONTRACTS, OR DESIONEE, is TO BE INCLUDED IN 10C BELOW, NAME (Pnnt or Type)

SCNATURE DATE Q DRECTOR, OFFCE OR DVISON m

/0 Paul E. Bird, Director QQ B DRECTOR, DVISON Or StCONffY f

Raymond J. Brady C. DRECTOR, DVISION OF CONTRACTS Elois J. Wiggins, Branch Chief, TAB 2

11. REMARKS NRC FORM 187 (S415)

PRINTED ON RECYCLED PAPER

- =.

. _ _ -. _ - - - _ _ ~ _.

RS-PER-97-281 ATTACHMENT N0. 3 t

Page 1 of 10 1

REGISTER OF AGE DETERMINATIONS UNDER U.S.

DEPARTMENT OF LABOR THE RVICE CONTRACT ACT EMPLOYMENT STANDARDS ADMINISTRATION By c

on of th S

tary of Labor WAGE AND HOUR DIVISION

'M WASHINGTON, D.C.

20210 Alan L. M s

Division of Wage Determination No.: 94-2104 Revision No.: 6 D.irector Wage Determinations Date of Last Revision: 12/08/1995 1

State (s): Dist. of Col., Maryland, Virginia Area: MARYLAND COUNTIES OF CALVERT, CHARLES, FREDERICK, MONTGOMERY, PRINCE GEORGE'S, ST MARY'S.

i VIRGINIA COUNTIES OF ALEXANDRIA, ARLINGTON, FAIRFAX, FALLS CHURCH, FAUQUIER, KING GEORGE, LOUDOUN, PRINCE WILLIAM, STAFFORD.

j 1

    • Fringe Benefits Required For All Occupations Included In This Wage Determination Follow The Occupational Listing **

OCCUPATION CODE AND TITLE l

MINIMUM HOURLY WAGE ADMINISTRATIVE SUPPORT AND CLERICAL:

01011 Accounting Clerk I 01012 Accounting Clerk II 8.60 01013 Accounting Clerk III

$ 10.20 01014 Accounting Clerk IV

$ 11.95 01030 Court Reporter

$ 14.15 01050 Dispatcher, Motor Vehicle

$ 13.22 01060 Document Preparation Clerk S 13.85 01090 Duplicating Machine Operator

$ 10.05 01110 Film / Tape Librarian

$ 10.05 01115 General Clerk I

$ 12.88 01116 General Clerk II 7.48 01117 General Clerk III 8.55 01118 General Clerk IV

$ 10.05 01120 Housing Referral Assistant

$ 13.68 01131 Key Entry Operator I

$ 14.82 01132 Key Entry Operator II 9.74 01191 Order Clerk I

$ 10.88 01192 Order Clerk II

$ 11.26 01220 Order Filler

$ 12.44 01261 Personnel Assistant

$ 12.76

$ 10.33 (Employment) I 01262 Personnel Assistant

$ 11.28 (Employment) II 01263 Personnel Assistant

$ 13.00 (Employment) III 01264 Personnel Assistant

$ 15.50 (Employment) IV 01270 Production Control Clerk 01290 Rental Clerk

$ 14.82 01300 Scheduler, Maintenance

$ 12.08 01311 Secretary I

$ 12.08 01312 Secretary II

$ 12.08 01313 Secretary III

$ 13.22 01314 Secretary IV

$ 14.82 01315 Secretary V

$ 16.86

$ 18.96 01320 Service Order Dispatcher 01341 Stenographer I

$ 12.08 01342 Stenographer II

$ 13.26

$ 14.87

. -. ~

j i

WAGE-DETERMINATION'NO.:94-2104 (Rev. 6)

ISSUE DATE:12/08/1995 Page 2 of 10

[

-01400 Supply Technician i

$ 16.86.

01420 Survey Worker (Interviewer)

$~13.22 01460 Switchboard Operator-Receptionist

$ 10.25 01510. Test-Examiner

}

01520 Test Proctor

$ 13.22 l

01531-Travel Clerk I

$ 13.22 j

01532 Travel Clerk II 7.95 01533 Travel Clerk III 8.60 01611l Word Processor I 9.26

)

4 l

01612 Word Processor II-

$ 10.48-i j

01613 Word Processor III

$ 12.05 i

$ 14.95 j AUTOMATIC DATA PROCESSING:

03010 Computer Data Librarian 9.97 03041 Computer Operator I

$ 10.23

)

[

03042 Computer Operator II

$ 12.06 i

03043 Computer Operator III 1

$ 14.62 2

03044 Computer Operator-IV

$ 16.53

)

t 03045 Computer Operator V

$ 17.79

.03071 Computer' Programmer I 1/

$ 14.46

-i 4

1 03072 Computer Programmer II 1/

$ 16.97 03073 Computer Programmer.III 1/.

$ 19.87 03074. Computer Programmer IV 1/

$ 23.04 03101 Computer Systems Analyst I 1/

$ 17.93 1"

03102 Computer Systems Analyst II 1/

'$ 23.32 03103 Computer Systems Analyst III 1/

$ 27.12 03160 Peripheral. Equipment Operator 9.97 4

l AUTOMOTIVE SERVICE:

^

.05005 Automobile Body Repairer,

$ 17.77 Fiberglass E

05010 Automotive Glass Installer-

$115.90 05040 Automotive Worker

$ 15.90 05070 Electrician,EAutomotive

$ 16.85 05100 Mobile Equipment Servicer

$ 13.94 05130 Motor Equ pment Metal Mechanic

$ 17.77 05160 Motor Equ pment Metal Worker

$ 15.90 05190 Motor Veh cle Mechanic

$ 17.77 05220 Motor Vehicle Mechanic Helper

$'12.94 05250 Motor Vehicle Upholstery

$ 14.95 Worker 05280 Motor Vehicle Wrecker

$ 15.90 05310 Painter, Automotive

$ 16.85 05340 Radiator Repair Specialist

$ 15.90 05370 Tire Repairer

$ 13.94 05400 Transmission Repair Specialist

$ 17.77 FOOD PREPARATION AND SERVICE:

07010 Baker

$ 11.35 07041 Cook I 9.95 07042 Cook II-

$ 11.35 07070 Dishwasher 7.16

.07100. Food Service Worker 7.16 (Cafeteria Worker) 07130 Meat Cutter

$ 11.35 07250 Waiter / Waitress 7.81

WAGE DETERMINATION No.394-2104 (Rev. 6)

ISSUE DATE 12/08/1995 Page 3 of 10 4

FURNITURE MAINTENANCE AND REPAIR:

l 09010 Electrostatic Spray Painter

$ 16.85 09040 Furniture Handler

$ 12.13

}

09070 Furniture Refinisher

$ 16.85 09100 Furniture Refinisher Helper

$ 12.94 09110 Furniture Repairer, Minor

$ 14.95 09130 Upholsterer

$ 16.85 GENERAL SERVICES AND SUPPORT:

11030 Cleaner, Vehicles 7.16 11060 Elevator Operator 7.16

'j 11090 Gardener 9.95 11121 Housekeeping Aide I 6.44 11122 Housekeeping Aide II 7.26 11150 Janitor 7.16 1

11180 Laborer 9.71 11210 Laborer, Grounds Maintenance 7.81 i

11240 Maid or Houseman 6.33 11270 Pest Controller

$ 10.68 11300 Refuse Collector S

7.16 l

11330 Tractor Operator 9.24 11360 Window Cleaner 7.81 HEALTH:

12010 Ambulance Driver

$ 10.42 12040 Emergency Medical Technician S 10.42 12071 Licensed Practical Nurse I

$ 12.69

)

12072 Licensed Pratical Nurse II

$ 14.25 1

12073 Licensed Pratical Nurse III

$ 15.95 12100 Medical Assistant

$ - 8.48 12130 Medical Laboratory Technician S

8.48 12160 Medical Record Clerk 8.48 12190 Medical Record Technician

$ 11.75 12221 Nursing Assistant I 7.28 i

12222 Nursing Assistant II 8.18 12223 Nursing Assistant III

$ 10.48 12224 Nursing Assistant IV

$ 11.77 12250 Pharmacy Technician

$ 10.57 12280 Phlebotomist 8.48 12311 Registered Nurse I

$ 15.88 12312 Registered Nurse II

$ 17.80 12313 Registered Nurse II,

$ 19.65 Specialist 12314 Registered Nurse III

$ 21.55 12315 Registered Nurse III,

$ 21.55 Anesthetist 12316 Registered Nurse IV

$ 25.83

'INFORMATION AND ARTS:

13002 Audiovisual Librarian S 16.86 13011 Exhibits Specialist I

$ 15.11 13012 Exhibits Specialist II

$ 18.90 13013 Exhibits Specialist III

$ 23.27 13041 Illustrator I

$ 15.11 13042 Illustrator II

$ 18.90 13043 Illustrator III

$ 23.27 13047. Librarian

$ 18.96

WAGE DETERMINATION NO.:94-2104 (Rev. 6)

ISSUE DATE:12/08/1995 Paga 4 of 10 13050 Library Technician

$ 13.22 13071 Photographer I

$ 13.46 13072 Photographer II

$ 15.11 13073 Photographer III

$ 18.90 13074 Photographer IV

$ 23.27 13075 Photographer V

$ 25.60 LAUNDRY, QRY CLEANING, PRESSING:

15010 Assembler S

5.99 15030 Counter Attendant 5.99 15040 Dry Cleaner 7.74 15070 Finisher, Flatwork, Machine 5.99 15090 Presser, Hand 5.99 15100 Presser, Machine, Dry Cleaning 5.99 15130 Presser, Machine, Shirts 5.99 15160 Presser, Machine, Wearing 5.99 Apparel, Laundry 15190 Sewing Machine Operator 8.37 15220 Tailor 8.98 15250. Washer, Machine 6.58 MACHINE TOOL OPERATION AND REPAIR:

19010 Machine-tool Operator

$ 16.85 (Toolroom) 19040 Tool and Die Maker

$ 20.52 MATERIALS HANDLING AND PACKING:

21010 Fuel Distribution System

$ 14.80 Operator 21020 Material Coordinator

$ 14.64 21030 Material Expediter

$ -14. 64 21040 Material Handling Laborer

$ 10.01 21071 Forklift Operator

$ 10.93 l

21080 Production Line Worker

$ 11.25 (Food Processing) 21100 Shipping / Receiving Clerk

$ 11.78 21130 Shipping Packer

$ 10.54 21140 Store Worker I 8.61 21150 Stock Clerk

( Shelf Stocker;

$ 10.38 Store Worker II )

]

21210 Tools and Parts Attendant

$ 12.73 l

21400 Warehouse Specialist

$ 11.25 MECHANICS AND MAINTENANCE AND REPAIR:

23010 Aircraft Mechanic

$ 17.77 4

23040 Aircraft Mechanic Helper

$ 12.94 I

23060 Aircraft Servicer

$ 14.95 23070 Aircraft Worker

$ 15.,90 23100 Appliance Mechanic

$ 16.85 23120 Bicycle Repairer

$ 13.94 23125 Cable Splicer

$ 17.77 23130 Carpenter, Maintenance

$ 16.85 23140 Carpet Layer

$ 16.85 23160 Electrician, Maintenance

$ 17.93 23181 Electronics Technician,

$ 13.94 Maintenance I 23182 Electronics Technician,

$ 17.79 Maintenance II

_..___...__._._.___._._.____.___.m._.__.

i

. WAGE DETERMINATION NO.:94-2104 (Rev. 6)

ISSUE DATE:12/08/1995 Page 5 of 10 s

23183 Electronics Technician,

$ 20.20 Maintenance-III 23260-Fabric Worker

$ 13.24 23290 Fire Alarm System Mechanic

$ 17.77 23310 Fire Extingu. sher Repairer

$ 13.94

-23340 Fuel Distribution System

$ 17.77 Mechanic 23370 General Maintenance Worker

$ 15.90 23400 Heating, Refrigeration and Air

$ 17.77 Conditioning Mechanic 23430. Heavy Equipment MecLanic

$ 17.77

-23460 Instrument Mechanic

$ 17.77 23500 Locksmith

$ 16.85 23530 Machinery Maintenance Mechanic

$ 18.45-23550 Machinist,, Maintenance

$ 18.61 23580 Maintenance Trades Helper

$ 12.94 23640 Millwright-

$ 17.77 23700 Office Appliance Repairer

$ 16.85'

.23740 Painter, Aircraft

$ 16.85 23760. Paint ar, Maintenance

$ 16.85 23790 Pipefitter, Maintenance

$ 17.77

.23800 Plumber, Maintenance

$ 16.85 23820 Pneudraulic Systems Mechanic

$ 17.77 23850 Rigger

$ 17.77 23870 Scale Mechanic

$ 15.90 23890 Sheet-metal Worker,

$ 17.7 Maintenance 23910'Small Engine Mechanic

$ 15.90

)

23930 Telecommunications Mechanic I

$'17.77 1

23940 Telecomunications Mechanic II

$ 18.71 23950 Telephone Lineman

$.17.77 23960 Welder, Combination,

$ 17.77-Maintenance 23965 Well Driller

$ -17. 77 -

i 23970. Woodcraft Worker

$ 17.77 23980 Woodworker

$ 14.80 q

PERSONAL NEEDS:

24570 Child Care Attendant 7.56 24600 Chore Aide 6.33 24630 Homemaker

$ 10.48 i

PLANT AND SYSTEM OPERATION:

25010 Boiler Tender

$ 17.77 25040 Sewage Plant Operator

$ 16.85

'i 25070 Stationary Engineer

$ 17.77 25190 Ventilation Equipment Tender

$ 12.94 25210 Water Treatment Plant Operator

$ 16.85 PROTECTIVE SERVICE:

27004 Alarm Monitor

$ 11.20 27010 Court Security Officer

$ 15.48 27040 Detention Officer

$ 15.48 27070 Firefighter

$ 14.18 27101 Guard I 8.50 l

27102 Guard II

$ 11.20 27130 Police Officer

$ 17.07 1

WAGE DETERMINATION NO.:94-2104 (Rav. 6)

ISSUE DATE:12/08/1995 Page 6 of 10 TECHNICAL:

29010 Air Traffic Control 2/

$ 22.62 Specialist, Center 29011 Air Traffic Control 2/

$ 15.60 Specialist, Station 29012 Air Traffic Control 2/

$ 17.18 Specialist, Terminal 29020 Archeological Technician

$ 18.90 29030 Cartographic Technician

$ 18.90 29035 Computer Based Training

$ 17.93 Specialist / Instructor 29040 Civil Engineering Technician

$ 18.90 29061 Drafter I

$ 10.75 4

29062 Drafter II

$ 13.46 l

29063 Drafter III

$ 15.11 29064 Drafter IV

$ 18.90 29070 Embalmer

$ 18.40 4

29081 Engineering Technician I

$ 11.55 29082 Engineering Technician II

$ 13.40 29083 Engineering Technician III

$ 16.10 29084 Engineering Technician IV

$ 18.48 29085 Engineering Technician V

$ 22.60 29086 Engineering Technician VI

$ 27.35 29090 Environmental Technician

$ 18.27 1

29100 Flight Simulator / Instructor

$ 23.32 (Pilot) 29150 Graphic Artist

$ 17.93 29210 Laboratory Technician S 14.62 29240 Mathematical Technician S 18.48 29330 Mortician

$ 18.40 29361 Paralegal / Legal Assistant I

$ 13.22 29362 Paralegal / Legal Assistant II

$.16.86 4

29363 Paralegal / Legal Assistant III

$ 20.62 29364 Paralegal / Legal Assistant IV

$ 24.95 29390 Photooptics Technician

$ 18.48 4

29480 Technical Writer

$ 16.72 29620 Weather Observer, Senior 3/

$ 17.02 29621 Weather Observer, Combined 3/

$ 14.62 Upper Air and Surface Prg rams 29622 Weathar Observer, Upper Air 3/

$ 14.62 4

TRANSPORTATION / MOBILE EQUIPMENT OPERATION:

31030 Bus Driver

$ 13.24 31100 Driver Messenger 9.67 31200 Heavy Equipment Operator

$ 18.66 31260 Parking and Lot Attendant 7.50 t

31290 Shuttle Bus Driver

$ 10.42 31300 Taxi Driver S

9.67 31361 Truckdriver, Light Truck

$ 10.42 31362 Truckdriver, Medium Truck

$ 13.24 31363 Truckdriver, Heavy Truck

$ 15.54 36364 Truckdriver, Tractor-Trailer

$ 16.93

, MIECELLANEOUS:

99005 Aircraft-Quality Control

$ 18.71 Inspector 99020 Animal Caretaker 8.52 s

j WAGE DETERMINATION NO.:94-2104 (R:v. 6)

ISSUE DATE:12/08/1995 Pago 7 of 10 l

99030 Cashier 6.49 99040 Child Care Center Clerk

$ 10.51 99050 Desk Clerk 9.42

i. 99260 Instructor

$ 18.40 99300 Lifeguard 6.87 99350 Park Attendant (Aide) 8.45 99400 Photofinishing Worker

( Photo 7.56 Lab / Dark Room Technician )

99500 Recreation Specialist

$ 15.35 99510 Recycling Worker 9.24 99610 Sales Clerk 6.73 99630 Sports Official 6.73 1

99658 Survey Party Chief

$ 10.93 99659 Surveying Technician 9.42 99660 Surveying Aide 6.16 99690 Swimming Pool Operator

$ 11.35 99720 Vending Machine Attendant S

9.24 99730 Vending Machine Repairer

$ 11.35 99740 Vending Machine Repairer 9.24 Helper

    • Fringe Benefits Required For All Occupations Included In This Wage Determination **

5 HEALTH & WELFARE:

Life, accident, and health insurance plans, sick leave, pension plans, civic and personal leave, and savings and thrift plans.

Minimum employer contributions costing an average of $2.56 per hour computed on the basis of all hours worked by service employees employed on the contract.

May include such benefits as severance pay.

VACATION:

Two weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years; 4 weeks after 15 i

years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractor in the performance of similar work at the same Federal facility. (Reg. 4.173)

HOLIDAYS:

Minimum of ten paid holidays,per. year:

New Year's Day, Martin luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day.

(A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.)

(See 29 CFR 4.174)-

1/

Does not' apply to employees employed in a bona fide executive, administrative, or professional capacity as defined and delineated in 29 CFR 541.

(See 29 CFR 4.156) 2/

APPLICABLE TO AIR TRAFFIC CONTROLLERS ONLY - NIGHT DIFFERENTIAL: An employee is. entitled.tx) pay for all work performed between the hours of 6:00 P.M.

and 6:00 A.M. at the rate of basic pay plus a night pay differential amounting to 10 percent of the rate of basic pay.

WAGE DETERMINATION NO.:94-2104 (Rev. 6)

ISSUE DATE:12/08/1995 Page 8 of 10 3/

If you APPLICABLE TO WEATHER OBSERVERS ONLY - NIGHT PAY & SUNDAY PAY:

work at night as a part of a regular tour of duty, you will earn a NIGHT DIFFERENTIAL and receive an additional 10% of basic pay for any hours worked between 6pm and 6am.

If you are a full-time employee (40 hours4.62963e-4 days <br />0.0111 hours <br />6.613757e-5 weeks <br />1.522e-5 months <br /> a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work).

    • UNIFORM ALLOWANCE **

If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by i

the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance:

The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors i

subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $4.25 per week (or $.85 cents per day).

However, in those instances where the uniforms furnished are made of " wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs.

    • NOTES APPLYING TO THIS WAGE DETERMINATION **

Source of Occupational Titles and Descriptions:

The duties of employees under jcb titles listed are those described in the " Service Contract Act Directory of Occupations," Fourth Edition, January 1993, as amended by First Supplement December

1993, unless otherwise indicated.

This publication may be obtained from the Superintendent of Documents, at 202-783-3238, or by writing to the Superintendent of Documents, U.S. Government Printing Office, Washihgton, D.C.

20402.

Copies of specific job descriptions may also be obtained from the appropriate contracting officer.

m_._

WAGE DETERMINATION NO.:94-2104 (Rev. 6)

ISSUE DATE:12/08/1995 Page 9 of 10 1

I' REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE (Standard Form 1444 (SF 1444))

[

Conformance Process:

i The contracting officer shall require that any class of service i

employee which is not listed herein and which is to be employed under the contract i.e., the work to be performed is not performed by any classificatio(n listed in the wage determination), be j

classified by the contractor so as to provide a reasonable.

1 5'

relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the j

wage determination.

Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined,.

Such conforming process shall be initiated by the L

contractor prior to the performance of contract work by such j

i unlisted class (es) of employees.

The conformed classification, j

wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract.

When multiple wage determinations ar(See Section 4.6_ (C) (vi) }

e included in a contract, a separate SF 1444 should be prepared for each wage ~ determination to i

t which a class (es) is to be conformed.

I j

The process for preparing a conformance request is as follows:

i

)

1) When preparing the bid, the contractor identifies the need for a conformed occupation (s) and computes a proposed rate (s).

I

2) After contract award, the contractor prepares a written report listing in order proposed classification title (s), a Federal grade equivalency (FGE) for each proposed _ classification (s), job 4

description (s), and rationale for proposed wage rate (s), including information regarding the agreement or disagreement of the 1

authorized representative of the employees involved,. cur where there is no authorized representative, the employees themselves.

This report should be submitted to the contracting officer no later than

]

30 days after such unlisted class (es) of employees performs any j

contract work.

4 l

3) The. contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's

{

i recommendations and pertinent information including the position of l

the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S.

Department of Labor, for review.

(See section 4.6(b) (2) of Regulations 29 CFR Part 4).

l

4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency

]

contracting officer, or notifies the contracting officer that additional time will be required to process the request.

5)'The contracting officer transmits the Wage and Hour decision to the contractor.

6) The contractor informs the affected employees.

Information required by the Regulations must be submitted on SF 1444 or bond paper.

When preparing a conformance request, the " Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed

_ - - - - - ~ -.

.. ~.

4 j

WAGE DETERMINATION NO.:94-2104 (Rev. 6)

ISSUE DATE 12/08/1995 Page 10 of 10

]

a by a classification already listed in the wage determination.

Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determinatior.

Conformances may not be used to artificially split, combine, or uebdivide classifications listed in the wage determination.

4 1

i

.I j

h i

l 1

i l

4 3

1

?

l s

J 4

W j

f o

d i

i l

.i 1

RS-PER-97-281 ATTACHMENT NO. 4 ACH VENDOR / MISCELLANEOUS PAYMENT OMB NO.1510-0056 ENROLLMENT FORM This form is used for Automated Clearing House (ACH) payments with an addendum record that contains payment-related information processed through the Vendor Express Program. Recipients of these payments should bring this information to the attention of their financialinstitution when presenting this form for completion.

PRIVACY ACT STATEMENT The following information is pravided to comply with the Privacy Act of 1974 (P.L.93-579). All information collected on this form is required under the provisions of 31 U.S.C. 3322 and 31 CFR 210.

This information will be used by the Treasury Department to transmit payment data, by electronic means, to vendor's financial institution. Failure to provide the requested information may delay or prevent the receipt of payments through the Automated Clearing House Payment System.

AGENCY INFOilMATION FEDERAL PROGRAM AGENCY.

U.S. NUCLEAR REGULATORY COMMISSION t.GENCY IDENTIFIER AGENCY LOCATION CODE (ALC)

ACH FORMAT NRC 31000001 0 CCD+

0 cTx 0 CTP ADORESS DIVISION OF ACCOUNTING AND FINANCE,i.WL STOP T-9 H4 WASHINGTON, DC 20555-0001, TELEPHONE NUMBER CONTACT PERSON NAME FINANCIAL OPERATIONS SECTION

( 301 ) 415 - 7520 PAYEE / COMPANY INFORMATION SSN NO. OR TAXPAYER 10 NO.

NAME ADDRESS a

TELEPHONE NUMBER:

CONTACT PERSON NAME

(

)

FINANCIALINSTITUTION INFORMATION HAME ADDRESS TELEPHONE NUWER:

!.CH COORDWATOR NAME:

(

)

NINE-OlGIT ROUTING TRANSIT NUMBER:

DEPOSITOR ACCOUNT TITLE:

LOCK BOX NUhEER:

DEPOSITOR ACCOUNT NUMBER:

ACH FORNMT:

[ CHECK)NG

] SAVINGS

] LOCK BOX TELEPHONE NUMBER:

SGMATURE AND TITLE OF AUTHORGEED OFFICIAL:

(

)

ss -w m

3 i

l Instructions for Completing SF 3881 Form

1. Agency information Section - Federal agency prints or types the name and address of the Federal Program agency originating the vendor / miscellaneous payment, agency identifier, 3'

agency location code, contact person name and telephone number of the agency. Also, the appropriate box for ACH format is checked.

1 j

2. Payee / Company Information Section -- Payee prints or types the name of the j

payee / company and address that will receive ACH vendor / miscellaneous payments, social J

security or taxpayer ID number, and contact person name and telephone number of the j

payee / company. Payee also verifies depositor account number, account title, and type of i

account entered by your financial institution in the Financial Institution Information Section.

s

3. Financial Institution Information Section - Financial institution prints or types the name and address of the payee / company's financial institution who will receive the ACH payment, ACH coordinator name and telephone number, nine-digit routing transit number, depositor (payee / company) account title and account number. Also, the box for type of account is checkn? and the signature, title, and telephone number of the appropriate financial institutL.,1 official are included.

Burden Estimate Statement

}

The estimated average burden associated with this collection of information is 15 minutes per respondent or record keeper, depending on individual circumstances. Comments conceming i

the accuracy of this burden estimate and suggestions for reducing this burden should be j

directed to the Financial Management Servie's, Facilities Management Division, Property and Supply Branch, Room B-101,3700 E*st West Highway, Hyattsville, MD 20782, and the Office of Management and Budget, Papemork Reduction Project (1510-0056), Washington, DC 20503.

i i

l i

1 i

i i

I

_