Download as pdf or txt
Download as pdf or txt
You are on page 1of 41

1.

REQUISITION NUMBER PAGE 1 OF 14


SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 213-0005-11
2. CONTRACT NO. 3. AWARD/EFFECTIVE 4. ORDER NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE
DATE DATE
HHM402-11-R-0042

a. NAME b. TELEPHONE NUMBER (No collect 8. OFFER DUE DATEI


7. FOR SOLICITATION ~ Michael Kelley calls) 202-231-1637 LOCAL TIME
INFORMATION CALL: FEB01,2011
Michael.Kelley@dia.mil
1:00 PM ET
9. ISSUED BY CODE I HHM402 10. THIS ACQUISITON IS

[l] SET ASIDE:


Virginia Contracting Activity
ATTN: AE-2
DUNRESTRICTED OR 100
[{] SMALL BUSINESS o
% FOR:
EMERGING SMALL

Bolling AFB, Building 6000 o HUBZONE SMALL


BUSINESS

Washington DC 20340-5100 NAICS: 611692


SIZE STANDARD:
7.0M
o BUSINESS
SERVICE-DISABLED VETERAN­
OWNED SMALL BUSINESS
0 8!A)

11. DELIVERY FOR FOB DESTINA· 12. DISCOUNT TERMS !13b. RATING
TION UNLESS BLOCK IS
MARKED
tJ 13a. THIS CONTRACT IS A
RATED ORDER UNDER
114. METHOD OF SOLICITATION

o SEE SCHEDULE
15. DELIVER TO
DPAS !15 CFR 700)

16. ADMINISTERED BY
o RFQ 0 IFB [lJ RFP
CODE HHP440 CODE I
LOGISTICS APPLICATIONS INC.
3300 75TH AVE. REAR ENTRANCE
LANDOVER MD 20785
liB. 'b~~~~~ I uRI CODEI
J FACILITY 18a. PAYMENT WILL BE MADE BY CODE \
CODE

TELEPHONE NO.

o 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK

19.
OFFER

20.
BELOW IS CHECKED

21.
o SEE ADDENDUM
22. 23. 24.
ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

Please see continuation page for line item details.

(Use Reverse and/or Attach Additional Sheets as Necessarv)


25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only)
See Schedule
tj27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212·1, 52.212·4. FAR 52.212·3 AND 52.212-5 ARE ATTACHED. ADDENDA

27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212·4. FAR 52.212·5 IS ATTACHED. ADDENDA
1::3,ARE
ARE
o ARE NOT ATTACHED
ARE NOT ATTACHED

~ 1_
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _ _ U 29. AWARD OF CONTRACT: REF. OFFER
COPIES TO ISSUING OFFICE .. CONTRACTOR AGREES TO FURNISH AND
DATED . YOUR OFFER ON SOLICITATION
DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5). INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE
ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

30b. NAME AND TITLE OF SIGNER (Type or print) 30e. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or print) 31c. DATE SIGNED

AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV. 3/2005)


PREVIOUS EDITION IS NOT USABLE Prescribe" by GSA - FAR (4B CFR) 53.212
19. 20. 21. 22. 23. 24.
ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

32a. QUANTITY IN COLUMN 21 HAS BEEN

o RECEIVED o INSPECTED o ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:

32b. SIGNATURE OF AUTHORIZED GOVERNMENT 32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT
REPRESENTA TIVE REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELPHONE NUMBER OF AUTHORZED GOVERNMENT REPRESENTATIVE

329. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED 36. PAYMENT 37. CHECK NUMBER

IPARTIAL .1
IFINAL
CORRECT FOR
10 COMPLETE o PARTIAL o FINAL

38. SIR ACCOUNT NO. 39. SIR VOUCHER NUMBER 40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 142a. RECEIVED BY {Prmt}
41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE
42b. RECEIVED AT (Location)

42c. DATE REC'D (YYIMMIDD) r2d. TOTAL CONTAINERS

STANDARD FORM 1449 {REV. 312005) BACK


Unclassified
SCHEDULE Continued

ITEM NO. SUPPLIESISERVICES QUANTITY UNIT UNIT PRICE AMOUNT


i

Additional Information:

1. Contract Type: Firm-Fixed-Price (FFP) Level-of-Effort


(LOE)

2. The Period of Performance for this effort shall be for


one (1) base year and four (4) one year option periods.

3. In accordance with clause entitled "DISCOUNTS,"


prompt payment discounts WILL not be considered in the
evaluatin for the award.

4. Security Requirements: Security clearances are not


required.

5. Minumum and Special Standards for Responsible


Prospective Contractors:

a. Offerors must meet the minumum standards for


responsible prospective contractors set forth in FAR
9.104-1 in order to be considered for negotiations/award
of a contract. Unless all offers are rejected, award will be
made to that responsive, responsible offeor whose offer,
conforming to the solicitation, will be most advantageous
to the Government, price and other factors considered.

b. Offerors must also meet special standard for


responsible prosepective contractors set forth in FAR
9.104-2 in order to be considered for negotiations/award
of contract.

6. Proposals (Original and 1 copy) are due to the


following e-mail address on/before 1:00 pm Eastern
Standard Time (EST), 1 Feb 2011.

7. Proposal Delivery Addresses:

Michael.Ke"ey@dia.mil
Nehemiah.Pryor@dia.mil

8. Non-Disclosure Statement: "Offeror agrees not to


divulge any information concerning training exercises
carried out by the Joint Military Attache School (JMAS)
in the conduct of this effort to a third party or parties
without consent from the Contracting Officer or the JMAS
Commandant."

9. Questions that arise associated with this solicitation


are due via e-mail to the MichaeI.Ke"ey@dia.mil.
Contracts Speciailist no later than 1:00 pm (EST)
January 20, 2011.
BASE YEAR
NTE NTE
0001 TOTAL LABOR: 1.00 LO
(Defensive Driving for 3 training days for 3 classes per
year per SOW)

Period of Performance: 03/02/2011 to 03/01/2012


NTE NTE
0002 Other Direct Costs (ODCs)lncludes travel lAW the Joint 1.00 LO
Travel Regulation (JTR)

Period of Performance: 03/02/2011 to 03/01/2012


OPTION YEAR I

OPTION YEAR I

NTE NTEIOPT
0003 TOTAL LABOR: 1.00 LO
I

PAGE 2 OF 13
Unclassified
Unclassified
SCHEDULE Continued

ITEM NO. SUPPLIES/SERVICES I QUANTITY UNIT


---
UNIT PRICE AMOUNT

(Defensive Driving for 3 training days for 3 classes per


year per SOW)

Period of Performance: 03/0212012 to 03/01/2013


NTE NTE/OPT
0004 Other Direct Costs (ODCs)lncludes travel lAW the Joint 1.00 LO
Travel Regulation (JTR)

Period of Performance: 03/02/2012 to 03/01/2013


OPTION YEAR II
NTE NTE/OPT
0005 TOTAL LABOR: 1.00 LO
(Defensive Driving for 3 training days for 3 classes per
year per SOW)

Period of Performance: 03/02/2013 to 03/01/2014


NTE NTE/OPT
0006 Other Direct Costs (ODCs)lncludes travel lAW the Joint 1.00 LO
Travel Regulation (JTR)

Period of Performance: 03/02/2013 to 03/01/2014


OPTION YEAR III

NTE NTE/OPT
0007 TOTAL LABOR: 1.00 LO
(Defensive Driving for 3 training days for 3 classes per
year per SOW)

Period of Performance: 03/02/2014 to 03/01/2015


NTE NTE/OPT
0008 Other Direct Costs (ODCs)lncludes travel lAW the Joint 1.00 LO
Travel Regulation (JTR)

Period of Performance: 03/02/2014 to 03/01/2015


OPTION YEAR IV

NTE NTE/OPT
0009 TOTAL LABOR: 1.00 LO
(Defensive Driving for 3 training days for 3 classes per
year per SOW)

Period of Performance: 03/02/2015 to 03/01/2016


NTE NTE/OPT
0010 Other Direct Costs (ODCs)lncludes travel lAW the Joint 1.00 LO
Travel Regulation (JTR)

Period of Performance: 03/02/2015 to 03/01/2016

PAGE 3 OF 13
Unclassified
Unclassified
Table of Contents
SECTION B SUPPLIES OR SERVICES AND PRICES/COSTS •••.•.••••••••••••••••••••.••••••••••••••••••••••••• 5
B. 1 52.202 1 DEFINITIONS (JUL 2004) .......................................................... 5
B. 2 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2010) ............................. 5
B. 3 52.209-6 PROTECTING THE GOVERNMENT?s INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED,
SUSPENDED, OR PROPOSED FOR DEBARMENT (DEC 2010) ................................................... 5
B. 4 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JON 2010) ....................... 5
B. 5 52.217-5 EVALUATION OF OPTIONS (JUL 1990) ................................................ 5
B. 6 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (DEC 2010) ................................ 5
B. 7 52.223-6 DRUG-FREE WORKPLACE (MAY 2001) .................................................. 5
B. 8 52.232 18 AVAILABILITY OF FUNDS (APR 1984) ............................................... 5
B. 9 52.233-1 DISPUTES (JUL 2002) ............................................................. 5
B. 10 52.237-3 CONTINUITY OF SERVICES (JAN 1991) .............................................. 5
B. 11 52.242-13 BANKRUPTCY (JUL 1995} ......................................................... 5
B. 12 52.243-1 III CHANGES--FIXED-PRICE (AUG 1987) -ALTERNATE III (APR 1984} ................... 5
B. 13 52.246-4 INSPECTION OF SERVICES--FIXED-PRICE (AUG 1996) .................................. 5
B. 14 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991} ............................. 5
B. 15 252.204-7000 DISCLOSURE OF INFORMATION (DEC 1991) ........................................ 6
B. 16 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) ...................................... 6
B. 17 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-­
COMMERCIAL ITEMS (DEC 2010) ........................................................................ 7
B. 18 52.216-1 TYPE OF CONTRACT (APR 1984) ................................................... 10
B. 19 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) .......................................... 11
B. 20 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) .......................... 11
B. 21 52.233-2 SERVICE OF PROTEST (SEP 2006) ................................................. 11
B. 22 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ................................... 11
B. 23 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE
ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) .......................... 11
B. 24 1052.216-91 FIRM FIXED PRICE(DEC 2008) ................................................... 13
B. 25 1052.232-90 INVOICE PROCEDURES: ELECTRONIC INVOICING REQUIREMENT(FEB 2009) ................ 13
B. 26 1052.242-90 CONTRACTOR CONTRACT ADMINISTRATOR(S) (DEC 2008) ... '" ......................... 13

PAGE 4 OF 13
Unclassified
Unclassified

SECTION 8
SUPPLIES OR SERVICES AND PRICES/COSTS

B. 1 52.202 1 DEFINITIONS (JUL 2004)

(Reference 52.202-1)

B. 2 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2010)

(Reference 52.204-8)

B. 3 52.209-6 PROTECTING THE GOVERNMENT?s INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED,
SUSPENDED, OR PROPOSED FOR DEBARMENT (DEC 2010)

(Reference 52.209-6)

B. 4 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010)

(Reference 52.212-4)

B. 5 52.217-5 EVALUATION OF OPTIONS (JUL 1990)

(Reference 52.217 5)

B. 6 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (DEC 2010)

(Reference 52.219-8)

B. 7 52.223-6 DRUG-FREE WORKPLACE (MAY 2001)

(Reference 52.223-6)

B. 8 52.232-18 AVAILABILITY OF FUNDS (APR 1984)

(Reference 52.232 18)

B. 9 52.233-1 DISPUTES (JUL 2002)

(Reference 52.233 1)

B. 10 52.237-3 CONTINUITY OF SERVICES (JAN 1991)

(Reference 52.237-3)

B. 11 52.242-13 BANKRUPTCY (JUL 1995)

(Reference 52.242-13)

B. 12 52.243-1 III CHANGES--FIXED-PRICE (AUG 1987)--ALTERNATE III (APR 1984)

(Reference 52.243-1 III)

B. 13 52.246-4 INSPECTION OF SERVICES--FIXED-PRICE (AUG 1996)

(Reference 52.246-4)

PAGE 50F 13
Unclassified
Unclassified

B. 14 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991)

(Reference 252.201-7000)

B. 15 252.204-7000 DISCLOSURE OF INFORMATION (DEC 1991)

(Reference 252.204-7000)

B. 16 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008)

(a) Definitions. As used in this clause-­


"Central Contractor Registration (CCR) database" means the primary Government repository for
Contractor information required for the conduct of business with the Government.
"Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and
Bradstreet, Inc. (D&B) to identify unique business entities.
"Data Universal Numbering System +4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4­
character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4­
character suffix.) This 4-character suffix may be assigned at the discretion of the business concern
to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT)
accounts (see the FAR at Subpart 32.11) for the same concern.
"Registered in the CCR database" means that-­
(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4
number, into the CCR database; and
(2) The Government has validated all mandatory data fields, to include validation of the Taxpayer
Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record
"Active". The Contractor will be required to provide consent for TIN validation to the Government as a
part of the CCR registration process.
(b)
(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee
shall be registered in the CCR database prior to award, during performance, and through final payment
of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting
from this solicitation.
(2) The offeror shall enter, in the block with its name and address on the cover page of its offer,
the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the
offeror#s name and address exactly as stated in the offer. The DUNS number will be used by the
Contracting Officer to verify that the offeror is registered in the CCR database.
(c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to
obtain one.
(1) An offeror may obtain a DUNS number-­
(i) via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access,
it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or
(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The
offeror should indicate that it is an offeror the a U.S. Government contract when contacting the local
Dun and Bradstreet office.
(2) The offeror should be prepared to provide the following information:
(i) Company legal business.
(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.
(iii) Company Physical Street Address, City, State, and Zip Code.
(iv) Company Mailing Address, City, State and Zip Code (if separate from physical) .
(v) Company Telephone Number.
(vi) Date the company was started.
(vii) Number of employees at your location.
(viii) Chief executive officer/key manager.
(ix) Line of business (industry).
(x) Company Headquarters name and address (reporting relationship within your entity) .
(d) If the Offeror does not become registered in the CCR database in the time prescribed by the
Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful
registered Offeror.
(e) Processing time, which normally takes 48 hours, should be taken into consideration when
registering. Offerors who are not registered should consider applying for registration immediately
upon receipt of this solicitation.
(f) The Contractor is responsible for the accuracy and completeness of the data within the CCR
database, and for any liability resulting from the Government#s reliance on inaccurate or incomplete
data. To remain registered in the CCR database after the initial registration, the Contractor is

PAGE 6 OF 13
Unclassified
Unclassified

required to review and update on an annual basis from the date of initial registration or subsequent
updates its information in the CCR database to ensure it is current, accurate and complete. Updating
information in the CCR does not alter the terms and conditions of this contract and is not a
substitute for a properly executed contractual document.
(g)
(1)
(i) If a Contractor has legally changed its business name, "doing business as" name, or division name
(whichever is shown on the contract), or has transferred the assets used in performing the contract,
but has not completed the necessary requirements regarding novation and change-of-name agreements
in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one
business day#s written notification of its intention to
(A) change the name in the CCR database;
(B) comply with the requirements of Subpart 42.12 of the FAR; and
(C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer.
The Contractor must provide with the notification sufficient documentation to support the legally
changed name.
(ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause,
or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence
of a properly executed novation or change-of-name agreement, the CCR information that shows the
Contractor to be other than the Contractor indicated in the contract will be considered to be
incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic
funds transfer (EFT) clause of this contract.
(2) The Contractor shall not change the name or address for EFT payments or manual payments, as
appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR
Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database.
Information provided to the Contractor#s CCR record that indicates payments, including those made
by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect
information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this
contract.
(h) Offerors and Contractors may obtain information on registration and annual confirmation
requirements via the internet at http://www.ccr.gov or by calling 1 888-227-2423, or 269-961-5757.
(End of Clause)

B. 17 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-­
COMMERCIAL ITEMS (DEC 2010)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which
is incorporated in this contract by reference, to implement provisions of law or Executive orders
applicable to acquisitions of commercial items:
(1) 52.222-50, Combating Trafficking in Persons (Feb 2009)
(22 U.S.C. 7104(g)).
Alternate I (Aug 2007) of 52.222-50 (22 U.S.C.7104(g)).
(2) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553).
(3) 52.233 4, Applicable Law for Breach of Contract Claim (Oct 2004)
(Pub. L. 108-77, 108 78).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting
Officer has indicated as being incorporated in this contract by reference to implement provisions of
law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government
(Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and
10 U.S.C. 2402).
(2) 52.203 13, Contractor Code of Business Ethics and Conduct (Apr
2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251
note». (15 U.S.C. 657a).
(3) 52.203-15, Whistleblower Protections Under the American Recovery
and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L.
111-5). (Applies to contracts funded by the American Recovery and
Reinvestment Act of 2009.)
(4) 52.204-10, Reporting Executive Compensation and First-Tier
Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101
note) .
(5) 52.204-11, American Recovery and Reinvestment Act--Reporting
Requirements (Jul 2010) (Pub. L. 111-5).
(6) Protecting the Government?s Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment

PAGE 7 OF 13
Unclassified
Unclassified

(Dec 2010) (31 U.S.C. 6101 note). (Applies to contracts over


$30,000). (Not applicable to subcontracts for the acquisition
of commercially available off-the-shelf items).
(7) 52.219 3, Notice of Total HUB Zone Set-Aside (Jan 1999)
(15 U.S.C. 657a).
(8) 52.219-4, Notice of Price Evaluation Preference for HUBZone
Small Business Concerns (Jul 2005) (if the offeror elects
to waive the preference, it shall so indicate in its offer)
(15 U.S.C. 657a).
(9) [Reserved)
(10)
(i) 52.219-6, Notice of Total Small Business Set-Aside (June
2003) (15 U.S.C. 644).
(ii) Alternate I (Oct 1995) of 52.219-6.
(iii) Alternate II (Mar 2004) of 52.219-6.
(11)
(i) 52.219-7, Notice of Partial Small Business Set-Aside (June
2003) (15 U.S.C. 644).
(ii) Alternate I (Oct 1995) of 52.219-7.
(iii) Alternate II (Mar 2004) of 52.219-7.
xx (12) 52.219-8, Utilization of Small Business Concerns (May 2004) (15
U.S .C. 637 (d) (2) and (3).
(13)
(i) 52.219 9, Small Business Subcontracting Plan (Oct 2010)
(15 U.S.C. 637 (d) (4) .
(ii) Alternate I (Oct 2001) of 52.219-9.
(iii) Alternate II (Oct 2001) of 52.219-9.
(iv) Alternate III (Jul 2010) of 52.219-9.
(14) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C.
637 (a) (14» .
(15) 52.219-16, Liquidated Damages--Subcontracting Plan (Jan 1999)
(15 U.S .C. 637 (d) (4) (F) (i).
(16)
(i) 52.219-23, Notice of Price Evaluation Adjustment for Small
Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323)
(if the offeror elects to waive the adjustment, it shall so
indicate in its offer).
(ii) Alternate I (June 2003) of 52.219-23.
(17) 52.219-25, Small Disadvantaged Business Participation Program­
Disadvantaged Status and Reporting (Apr 2008) (Pub. L.
103-355, section 7102, and 10 U.S.C. 2323).
(18) 52.219-26, Small Disadvantaged Business Participation Program­
Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section
7102, and 10 U.S.C. 2323).
(19) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small
Business Set-Aside (May 2004) (15 U.S.C. 657 f).
(20) 52.219-28, Post Award Small Business Program Rerepresentation
(Apr 2009) (15 U.S.C. 632(a) (2».
XX (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
XX (22) 52.222-19, Child Labor--Cooperation with Authorities and
Remedies (Jul 2010) (E.O. 13126).
XX (23) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
XX (24) 52.222 26, Equal Opportunity (Mar 2007) (E.O. 11246).
XX (25) 52.222-35, Equal Opportunity for Veterans (Sep 2010)
(38 U.S.C. 4212).
XX (26) 52.222 36, Affirmative Action for Workers with Disabilities
(Oct 2010) (29 U.S.C. 793).
XX (27) 52.222-37, Employment Reports on Veterans (Sep 2010)
(38 U.S.C. 4212).
(28) 52.222-40, Notification of Employee Rights Under the National
Labor Relations Act (Dec 2010) (E.O. 13496).
XX (29) 52.222-54, Employment Eligibility Verification (Jan 2009).
(Executive Order 12989). (Not applicable to the acquisition of
commercially available off-the-shelf items or certain other
types of commercial items as prescribed in 22.1803.)
(30)

PAGE 80F 13
Unclassified
Unclassified

(i) 52.223 9, Estimate of Percentage of Recovered Material


Content for EPA-Designated Items (May 2008) (42 U.S.C.
6962 (c) (3) (Al (iil) .
(ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C.
6962 (i) (2) (C)) .
(31) 52.223 15, Energy Efficiency in Energy-Consuming Products
(Dec 2007) (42 U.S.C. 8259b).
(32)
(i) 52.223-16, IEEE 1680 Standard for the Environmental
Assessment of Personal Computer Products (Dec 2007)
(E. O. 13423).
(ii) Alternate I (Dec 2007) of 52.223-16.
(33) 52.223-18, Contractor Policy to Ban Text Messaging While
Driving (Sep 2010) (E.O. 13513).
(34) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C.
10a-1Od) .
(35 )
(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli
Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301
note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L.
108-77,108-78,108-286,108-302,109-53,109-169,109-283,
and 110-138.
(ii) Alternate I (Jan 2004) of 52.225-3.
(iii) Alternate II (Jan 2004) of 52.225-3.
(36) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq.,
19 U.S.C. 3301 note).
(37) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
(E.O.?s, proclamations, and statutes administered by the Office
of Foreign Assets Control of the Department of the Treasury) .
(38) 52.226-4, Notice of Disaster or Emergency Area Set-Aside
(Nov 2007) (42 U.S .C. 5150).
(39) 52.226-5, Restrictions on Subcontracting Outside Disaster or
Emergency Area (Nov 2007) (42 U.S.C. 5150).
(40) 52.232-29, Terms for Financing of Purchases of Commercial Items
(Feb 2002) (41 U.S.C. 255 (£), 10 U.S.C. 2307 (fl).
(41) 52.232-30, Installment Payments for Commercial Items (Oct 1995)
(41 U.S.C. 255(f), 10 U.S.C. 2307(f)).
XX (42) 52.232-33, Payment by Electronic Funds Transfer-Central
Contractor Registration (Oct 2003) (31 U.S.C. 3332).
(43) 52.232-34, Payment by Electronic Funds Transfer-Other than
Central Contractor Registration (May 1999) (31 U.S.C. 3332).
(44) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332).
(45) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C.
552a) .
(46)
(i) 52.247-64, Preference for Privately Owned U.S.-Flag
Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and
10 U.S.C. 2631).
(ii) Alternate I (Apr 1984) of 52.247 64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial
services, that the Contracting Officer has indicated as being incorporated in this contract by
reference to implement provisions of law or Executive orders applicable to acquisitions of commercial
items:
XX (1) 52.222-41, Service Contract Act of 1965 (Nov 2007)
(41 U.S.C. 351, et seq.).
(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May
1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) .
XX (3) 52.222-43, Fair Labor Standards Act and Service Contract Act­
Price Adjustment (Multiple Year and Option Contracts) (Sep 2009)
(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
(4) 52.222-44, Fair Labor Standards Act and Service Contract Act­
Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351,
et seq.).
(5) 52.222 51, Exemption from Application of the Service Contract
Act to Contracts for Maintenance, Calibration, or Repair of
Certain Equipment--Requirements (Nov 2007)

PAGE 9 OF 13
Unclassified
Unclassified

(41 U.S.C. 351, et seq.).


(6) 52.222-53, Exemption from Application of the Service Contract
Act to Contracts for Certain Services--Requirements (Feb 2009)
(41 U.S.C. 351, et seq.).
(7) 52.226 6, Promoting Excess Food Donation to Nonprofit
Organizations (Mar 2009) (Pub. L. 110-247).
(8) 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007)
(31 U.S.C. 5112 (p) (1».
(d) Comptroller General Examination of Record. The Contractor shall comply with the prov~s~ons of this
paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified
acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller
General, shall have access to and right to examine any of the Contractor?s directly pertinent records
involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials,
and other evidence for examination, audit, or reproduction, until 3 years after final payment under
this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention,
of the other clauses of this contract. If this contract is completely or partially terminated,
the records relating to the work terminated shall be made available for 3 years after any resulting
final termination settlement. Records relating to appeals under the disputes clause or to litigation
or the settlement of claims arising under or relating to this contract shall be made available until
such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and
other data, regardless of type and regardless of form. This does not require the Contractor to create
or maintain any record that the Contractor does not maintain in the ordinary course of business or
pursuant to a provision of law.
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this
clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph
(e) (l)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow
down shall be as required by the clause­
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI,
Chapter 1 (41 U.S.C. 251 note».
(ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d) (2) and (3»,
in all subcontracts that offer further subcontracting opportunities. If the subcontract (except
subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any
public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer
subcontracting opportunities.
(iii) 52.203 15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009
(Section 1553 of Pub. L. 111-5). Applies to subcontracts funded under the Act.
(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (Sep 2006) (38 U.S.C. 4212).
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
(E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g».
Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g».
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance,
Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain
Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.).
(xii) 52.222-54, Employment Eligibility Verification (Jan 2009).
(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L.
110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C.
Appx 1241 (b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause
52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal
number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)

B. 18 52.216 1 TYPE OF CONTRACT (APR 1984)

PAGE 10 OF 13
Unclassified
Unclassified

The Government contemplates award of a Firm-Fixed-Price Level-of-Effort (FFP-LOE) contract resulting


from this solicitation.
(End of Provision)

B. 19 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates
specified in the contract. These rates may be adjusted only as a result of revisions to prevailing
labor rates provided by the Secretary of Labor. The option provision may be exercised more than once,
but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer
may exercise the option by written notice to the Contractor within 60 DAYS.
(End of Clause)

B. 20 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 15
days provided that the Government gives the Contractor a preliminary written notice of its intent to
extend at least 60 days 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 clause.
(cl The total duration of this contract, including the exercise of any options under this clause,
shall not exceed 5 years.
(End of Clause)

B. 21 52.233-2 SERVICE OF PROTEST (SEP 2006)

(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 Accountability
Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written
and dated acknowledgment of receipt from
(b) The copy of any protest shall be received in the office designated above within one day of filing
a protest with the GAO.
(End of Provision)

B. 22 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they
were given in full text. Upon request. the Contracting Officer will make their full text available.
Also, the full text of a clause may be accessed electronically at this/these address (es) :
http://farsite.hill.af.mil/
(End of Clause)

B. 23 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS
APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010)

(a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause
which, if cheCked. is included in this contract by reference to implement a provision of law
applicable to acquisitions of commercial items or components.
XX 52.203 3, Gratuities (APR 1984) (10 U.S.C. 2207).
(b) The Contractor agrees to comply with any clause that is checked on the following list of Defense
FAR Supplement clauses which, if checked, is included in this contract by reference to implement
provisions of law or Executive orders applicable to acquisitions of commercial items or components.
(1) 252.203-7000, Requirements Relating to Compensation of Former
DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181).
(2) 252.205-7000, Provision of Information to Cooperative
Agreement Holders (DEC 1991) (10 U.S.C. 2416).
(3) 252.219-7003, Small Business Subcontracting Plan (DoD Contracts)
(OCT 2010) (15 U.S.C. 637).
(4) 252.219-7004. Small Business Subcontracting Plan (Test Program)
(OCT 2010) (15 U.S.C. 637 Note).
(5)

PAGE 11 OF 13
Unclassified
Unclassified

xx (i) 252.225-7001, Buy American Act and Balance of Payments


Program (JAN 2009) (41 U.S.C. 10a-l0d, E.O. 10582).
(ii) Alternate I (DEC 2010) of 252.225-7001.
(6) 252.225-7008, Restriction on Acquisition of Specialty Metals
(JUL 2009) (10 U.S.C. 2533b).
(7) 252.225-7009, Restriction on Acquisition of Certain Articles
Containing Specialty Metals (JUL 2009) (10 U.S.C. 2533b).
(8) 252.225-7012, Preference for Certain Domestic Commodities (JUN
2010) (10 U.S.C. 2533a).
(9) 252.225-7015, Restriction on Acquisition of Hand or Measuring
Tools (JUN 2005) (10 U.S.C. 2533a).
(10) 252.225-7016, Restriction on Acquisition of Ball and Roller
Bearings (DEC 2010) (Section 8065 of Pub. L. 107 117 and the
same restriction in subsequent DoD appropriations acts.
(lll
(i) 252.225-7021, Trade Agreements (NOV 2009) (19 U.S.C.
2501-2518 and 19 U.S.C. 3301 note) .
(ii) Alternate I (SEP 2008) of 252.225-7021.
(iii) Alternate II (DEC 2010) of 252.225-7021.
(12) 252.225-7027, Restriction on Contingent Fees for Foreign
Military Sales (APR 2003) (22 U.S.C. 2779).
(13) 252.225-7028, Exclusionary Policies and Practices of Foreign
Governments (APR 2003) (22 U.S.C. 2755).
(14)
(i) 252.225 7036, Buy American Act -Free Trade
Agreements--Balance of Payments Program (DEC 2010)
(41 U.S.C. 10a-l0d abd 19 U.S.C. 3301 note) .
(ii) (Alternate I) (OCT 2006) of 252.225-7036.
(iii) (Alternate II) (DEC 2010) of 252.225-7036.
(iv) (Alternate III) (DEC 2010) of 252.225-7036.
(15) 252.225-7038, Restriction on Acquisition of Air Circuit
Breakers (JUN 2005) (10 U.S.C. 2534 (a) (3».
(16) 252.226-7001, Utilization of Indian Organizations Indian-Owned
Economic Enterprises, and Native Hawaiian Small Business
Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and
similar sections in subsequent DoD appropriations acts) .
(17) 252.227-7015, Technical Data--Commercial Items (NOV 1995)
(10 U.S.C. 2320).
(18) 252.227-7037, Validation of Restrictive Markings on Technical
Data (SEP 1999) (10 U.S.C. 2321).
xx (19) 252.232 7003, Electronic Submission of Payment Requests and
Receiving Reports (MAR 2008) (10 U.S.C. 2227).
(20) 252.237-7019, Training for Contractor Personnel Interacting
with Detainees (SEP 2006) (Section 1092 of Public Law 108-375) .
(21) 252.237-7010, Prohibition on Interrogation of Detainees by
Contractor Personnel (NOV 2010) (Section 1038 of Pub. L.
111-84)
(22) 252.243 7002 Requests for Equitable Adjustment (MAR 1998)
(10 U.S.C. 2410).
(23) 252.246-7004, Safety of Facilities, Infrastructure, and
Equipment For Military Operations (OCT 2010) (Section 807 of
Public Law 111-84).
(24) 252.243-7003 Pass-Through of Motor Carrier Fuel Surcharge
Adjustment to the Cost Bearer (SEP 2010) (Section 884 of
Public Law 110-417) .
(25)
(i) 252.247-7023, Transportation of Supplies by Sea (MAY
2002) (10 U.S.C. 2631).
(ii) Alternate I (MAR 2000) of 252-247-7023.
(iii) Alternate II (MAR 2000) of 252-247-7023.
(iv) Alternate III (MAR 2000) of 252-247-7023.
(26) 252.247-7024, Notification of Transportation of Supplies by Sea
(MAR 2000) (10 U.S.C. 2631).
(c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required
to Implement Statutes or Executive Orders -Commercial Items clause of this contract (FAR 52.212-5),

PAGE 12 OF 13
Unclassified
Unclassified

the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for
commercial items or commercial components, awarded at any tier under this contract:
(I) 252.237-7019, Training for Contractor Personnel Interacting
with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375).
(2) 252.237-7010, Prohibition on Interrogation of Detainees by
Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84)
(3) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge
Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public
Law 110-417) .
(4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002)
(10 U.S.C. 2631).
(5) 252.247-7024, Notification of Transportation of Supplies by Sea
(MAR 2000) (10 U.S.C. 263l).
(End of clause)

B. 24 1052.216 91 FIRM FIXED PRICE(DEC 2008)

The total firm fixed price of this contract is (End of Clause)

B. 25 1052.232-90 INVOICE PROCEDURES: ELECTRONIC INVOICING REQUIREMENT(FEB 2009}

a. Invoices shall be submitted through the Electronic Invoicing internet website using the procedures
described at http://www.nsa.gov/business/programs/electronic_invoicing.shtml, unless otherwise
authorized. Access to the Electronic Invoicing website requires an External Certificate Authority/
Interim External Certificate Authority (ECA/IECA) PKI certificate. Information on purchasing an
ECA/IECA certificate is available on the internet at: http://iase.disa.mil/pki/eca/. Contact the
Electronic Commerce office at (410) 854-5445 if you need additional information. After obtaining
the ECA/IECA certificate, contact the Electronic Commerce office to obtain an account if one does
not currently exist. OPTIONAL: The Government requests that concurrent "hard copies" of invoices be
submitted in addition to the required electronic invoices. Send one (I) each "hard copy" invoice
concurrently with your electronic invoice, but to the following addressees: COR's and/or CO's Office
Bryan Bates (Insert COR or CO's name, telephone number, internal mailing address, email address)
DCAA and/or DCMA Office 202 231-5694 (Insert the cognizant audit or contract management branch and
applicable address) b. At a minimum, all invoices-whether electronic invoice or hard copy-- must
contain the following: 1. Name and address of the contractor. 2. Invoice date and invoice number.
3. Contract, Purchase Order or other authorization for supplies delivered or services performed
(if award is a delivery or job order, ensure entire contract number - basic award and order number
is included) 4. Description, quantities and prices must be described exactly as shown on the
contract, including Line Item and Accounting Classification Reference Number (ACRN) if delineated in
the contract. 5. Name of the contractor's official and address to whom payment is to be sent (if
other than Electronic Funds Transfer is authorized.) 6. Shipping/payment terms (date of shipment,
address, discount for prompt payment) 7. Name, title, phone number and mailing address of person to
be notified in the event of a defective invoice. 8. Taxpayer Identification Number (TIN), Electronic
Funds Transfer (EFT) banking information, and DUNS number. 9. COR name. 10. Any other information
or documentation required by the contract. c. The contractor is authorized to invoice (insert,
as appropriate: "monthly," "bi-weekly", etc.) d. The Contracting Officer's Representative (COR) is
required to review and approve invoices as part of the payment process. When invoicing electronically,
the identified COR will automatically receive notification of a pending invoice. If a concurrent
hardcopy invoicing has been authorized, prominently mark all transmittals or envelopes that contain
invoice copies "DUPLICATE INVOICE ENCLOSED" for CORs in order to ensure timely payment. e. Note:
Payment approvals under cost reimbursement type contracts, including and time and materials/labor
hour contracts, are considered provisional invoice approvals until nCAA or other cognizant government
audit authority has determined that the costs and fees under the contract are valid and allowable. f.
Questions regarding payment shall be directed to the Finance and Accounting Office at (410) 854-7657.
(End of Clause)

B. 26 1052.242-90 CONTRACTOR CONTRACT ADMINISTRATOR(S) (DEC 2008)

Designate below the person(s) whom the government may contact for prompt action on matters pertaining
to administration of the contract. NAME: MICHAEL KELLEY TITLE: CONTRACTS SPECIALIST TELEPHONE NUMBER:
202.231.1637 (End of Clause)

PAGE 13 OF 13
UnclaSSified
STATEMENT OF WORK
Defensive Driving Techniques
213-0005-11

1. Purpose - To instruct and provide hands-on training in defensive driving techniques for
Joint Military Attache School (JMAS) students.

2. Background: The Contractor shall prepare, present, and consult on antiterrorist evasive
driving techniques for all classes of Attache Training Program (ATP), Attache Staff
Operations Course (ASOC), and the Spouse Training Program (STP) at the Joint Military
Attache School (JMAS). All training shall be conducted at the UNCLASSIFIED level.

3. Scope of Work - The Contractor shall train prospective attaches, attache staff, and
spouse training program personnel on evasive driving techniques/vehicle dynamics, and
attack recognition. Provide the necessary materials for class presentation. Instruct and assist
during the course presentation, conduct behind-the-wheel drivers training in the form of
practical exercises and evaluate student responses to the practical exercises. Necessary areas
of expertise include but are not limited to: Antiterrorist Evasive Driving, Defensive Driving,
Vehicle Dynamics, and attack recognition.

4. Specific Tasks - The specific requirements for this course are as follows:

a. Permit the JMAS student to gain additional knowledge in antiterrorism evasive


driving and vehicle dynamics.

b. Provide substantive knowledge of applying such training in as close to a real


world environment as possible.

c. Provide instruction relating to attack recognition, and other techniques relating to


attack avoidance.

d. Provide evasive driving instruction relating to immediate actions to counter an


attack.

e. Provide actual behind-the-wheel driving experience to complement classroom


instruction in as close to a real world environment as possible.

Task Objectives - The contractor shall provide JMAS with the following services:

(a.) Present interrelated lectures and practical driving exercises on antiterrorist


evasive driving/vehicle dynamics, route analysis, and attack recognition as it pertains to the
training of JMAS students.
(b.) JMAS students shall receive the following training in accordance with the
contractor's accepted proposal:

(c.) Antiterrorist evasive driving/vehicle dynamics (behind-the-wheel driving to


include pertinent briefings at contractor's site).

(d.) Antiterrorist evasive driving/vehicle dynamics lecture and behind-the-wheel


instruction shall be prepared and presented to allow extensive coverage of the subject,
maximum utilization of the facilities, and maximum flexibility in subject matter treatment.
STP students will be integrated into the following:

(1) A TP: 90 students per class maximum (2 separate iterations per class)

(2) ASOC: 45 students per class maximum.

(e.) The contractor shall present the subject matter through an established
instructional methodology at the senior level, and selecting an approach which is best suited
for coverage of the material.

(f.) The contractor shall periodically evaluate and review the performance of the
overall class with an appraisal format outlining subjective recommendations to the
Department Chairman.

(g.) The instructor shall coordinate each assigned presentation with the Curriculum
Manager to ensure a meaningful coherent program responsive to, and in consonance with,
the course's objectives.

(h.) Since this effort entails contractor involvement in two different intensive
intelligence training courses, presentation methods and specific unit timing will be
systematically reviewed by the Contracting Officer's Representative (COR), the Joint
Military Attache School (HCL-4), and the contractor throughout the term of the contract.
All instruction shall be scheduled on dates and time mutually agreeable to the COR and the
vendor. Contract start date is the date the contract is awarded. Dates may be adjusted if
agreeable to the Contracting Officer, COR, and the vendor.

(i.) Instruction techniques shall include formal lectures, group discussion, question
and answer periods, seminar sessions and practical demonstration/exercises. The contractor
shall encourage active student participation in outside reading and oral discussion, as
approved by the COR

G.) The contractor shall provide a course package to include necessary visual aids
and media to support each lesson in each course. Visual aids will be prepared in final
format and provided as a PowerPoint presentation or other media, as appropriate. All
camera ready/text/written materials shall be standard, 8 1/2 by 11 inches, in clean,
reproducible copy, provided to the COR

2
(k.) All readings shall be properly marked to identifY all rights in data included
therein. It shall also include a disclaimer statement:

"This material is furnished for instructional purposes only. The views or


opinions expressed or implied are not to be construed as representing the official policies of
the Joint Military Attache School or Department of Defense, unless so designated by other
official documentation."

1. The contractor will compile all course and seminar text packages (including all
media and any materials provided by guest speakers, if any) for the JMAS; classification of
these materials shall not exceed the UNCLASSIFIED level. Each course package will be
provided to the COR.

5. Place of Performance

a. The offeror's pennanent track/driver training facility must be located within 2


hours driving distance and within 100 miles (each way under nonnal traffic conditions) of
Bolling Air Force Base, Washington, D.C. This proximity requirement is required to
accomplish the scheduled driving lab training (8 hours) and return to Bolling AFB on the
same training day.

6. Deliverables

a. The Contractor shall furnish and maintain all vehicles used during all
phases of the training. The Contractor must be able to provide up to 15 vehicles (3 students
x 15 cars = 45 students) for all phases provided adequate notification is provided before
each iteration. Adequate notification is defined as two weeks notification prior to the
training event At a minimum, the vehicles driven by students must be equal in operation to
U.S. Government midsize sedans.

b. The Contractor shall ensure that a pennanent structure is on-site to


conduct repair and maintenance support. The contractor shall provide maintenance by a
certified, equipped, school trained mechanic to insure vehicles are kept serviceable at all
times. Contractor may provide immediately available replacement vehicles in addition to
the maintenance requirement

c. The Contractor shall ensure all vehicles are properly maintained (oil,
fluids, gas, tires, etc.) prior to and during training.

d. The Contractor shall ensure all training vehicles are kept clean inside and
out and are kept in excellent operating condition.

e. All vehicles utilized for training must be capable of perfonning accident


avoidance and evasive maneuvers. Additionally, the vehicles must be capable ofperfonning
these maneuvers on dry pavement (weather permitting) and during the attack scenarios.

3
f. To maximize safety and training effectiveness, there will be no more than
three students per vehicle. JMAS will provide adequate notification prior to each iteration
so that the contractor shall have the adequate number of vehicles, helmets and driving
instructors.

g. The contractor shall provide an operable sedan (junk/contact car) to be


used for ramming, with suitable replacements to ensure all students are allowed at least one
front and one in reverse ramming opportunity per student.

h. The contractor shall provide a non-operational passenger vehicle, but


mounted on tires and wheels to approximate an operational vehicle for the ramming
exercise. After each ram, the contractor shall provide means to reposition the non­
operational vehicle for a subsequent ram in an expedient manner.

i. The contractor shall provide the required number of qualified anti-terrorist


driving instructors to conduct the hands-on portion of training. This portion of the course
shall consist of:

(1) ATP and ASOC (STP integrated):

(a) 4.0 Hours. Vehicle Dynamics/Control: The students shall be


provided information concerning the capabilities and restrictions of vehicles when utilized
during extraordinary driving situations. This knowledge shall be applied on the highway
response track in which the student shall have to demonstrate the following vehicle
dynamics: skid control, threshold braking, braking in turns, swerve to avoid, serpentine,
high speed backing, and off-road recovery.

(b) 2.00 Hours. Evasive Maneuvers: Evasive maneuvers to escape


from an attack or suspected attack shall be demonstrated and then employed by the students
on the track. Ramming techniques shall also be demonstrated and employed.

(c) 1.0 Hour. Attack Recognition: The students shall be presented


lecture/discussion on attack recognition and pertinent case study scenarios. Emphasis will be
placed on identifying signs of an impending attack and applying the proper evasive
maneuver and self-protection measures that could be employed to successfully avoid/escape
the threat.

(d) 1.0 Hour. Random Attack Exercise: While on the evasive


driving track, the student shall be placed in various terrorist attack scenarios in which they
shall have to demonstrate the proper evasive driving maneuvers to avoid/escape the terrorist
threat. The use of simulated weapons to include but not limited to blank ftring weapons,
paintball marker guns, and simulated IED's (Improvised Explosive Device).

4
Final course/seminar history will include the following ­

a. Course or seminar report - brief description of how the course or seminar was
conducted, what the instructor felt about the course or seminar, and any recommendations
for improvements. This evaluation is similar to an after-action report or critique and will
include any pertinent comments. Interim course and seminar histories will include all of the
above materials except for the fmal IMP.

Description of place of performance:

a. The contractor shall provide a 45 person classroom within the track/driver


training facility. The classroom shall be sufficient to accommodate an academic
environment for lecture and shall be utilized by contractor personnel for classroom
instruction. Classroom must also contain appropriate teaching equipment commensurate
with up-to-date technology. Equipment may include items such as
chalkboards/whiteboards, TV monitors, computer and monitor, and projector to be used
during the lectures prior to each training objective.

b. Contractor's training facility must be a permanent track/driver training facility


and incorporate sufficient road driving surface so as to safely accommodate the required
driving maneuvers stated herein. The road driving surface must feature increasing and
decreasing constant radius curves, up and down hill slopes, as well as a straight-a-way
portion designed for maximum speeds. The shoulders of the road surface must be
composed of natural material, such as grass, dirt or sand to provide realistic vehicle
dynamics when a student leaves the roadway and to provide a safe run-off distance. A paved
skid-pad, capable of being flooded with water, shall also be provided. This permanent track/
driver training facility must be located in an area where only authorized personnel can
closely view the training.

7. Work Hours - Training will be accomplished from 0730-1630 each training day.

8. Personnel- The contractor shall provide the required number of qualified anti-terrorist
driving instructors to conduct the hands-on portion of training.

9. Period of Performance ­

a. For the Attache Training Program each class of the Antiterrorist Evasive Driving
Course shall be comprised of 2 consecutive days at the contractor's site on the following
proposed dates:

The estimated period ofperformance for this effort is:


Base: 2 March 2011 through 1 March 2012
The four option periods if exercised are as follows:
• Option Period One: 2 March 2012 -1 March 2013
• Option Period Two: 2 March 2013 1 March 2014
• Option Period Three: 2 March 2014 - 1 March 2015

5
• Option Period Four: 2 March 2015 1 March 2016

BASE YEAR
1. 6 - 7 April 2011
2. 27 - 28 July 2011
3. 16 - 17 November 2011

OPTION YEAR 1
1. 4 - 5 Apri12012
2. 25 - 26 July 2012
3. 14 - 15 November 2012

OPTION YEAR 2
1. 3 - 4 April 2013
2. 24 - 25 July 2013
3. 20 - 21 November 2013

OPTION YEAR 3
1. 9 -10 April 2014
2. 30 - 31 July 2014
3. 19 - 20 November 2014

OPTION YEAR 4
1. 8-9 April 2015
2. 29 - 30 July 2015
3. 18 - 19 November 2015

b. One iteration of the Antiterrorist Evasive Driving Course shall be presented


during each of the Attache Staff Operations Course at the contractor's site on the following
days:
BASE YEAR
1. 16 March 2011
2. 06 July 2011
3. 26 October 2011

OPTION YEAR 1
1. 14 March 2012
2. 03 July 2012
3. 24 October 2012

OPTION YEAR 2
1. 13 March 2013
2. 03 July 2013
3. 30 October 2013

OPTION YEAR 3

6
1. 19 March 2014
2. 09 July 2014
3. 29 October 2014

OPTION YEAR 4
1. 18 March 2015
2. 08 July 2015
3. 28 October 2015

c. Each iteration of the Antiterrorist Evasive Driving Course shall have no more
than 45 students. The Contractor must be able to train up to 45 students provided adequate
notification is provided prior to each iteration. Adequate notification is defined as two
weeks prior.

10. Safety Requirements

a. The contractor shall provide helmets that meet approved 290 Federal Safety
Standards for all students and instructors.

b. The contractor shall provide wireless communication for each vehicle used in
training that shall network with fire and medical personnel.

c. The contractor shall provide a manned ambulance and fire truck.

d. The contractor assumes full responsibility for all contractor furnished equipment
and vehicles. Any and all damage regardless of nature and/or kind shall be at the
contractor's expense.

11. Quality Control-

Specifications - The following specifications shall apply:

a. Students shall be provided with a course package of readings, and recommended


additional reading lists. All student materialslhandouts for the course shall be available at
the first class session of each course. Seminar participants will receive a seminar outline, a
seminar package or readings, and recommended additional reading lists. All seminar
materials shall be available at the beginning of each seminar.

b. Each course and seminar will cover the topics/objectives listed in Section II in
addition to any supplementary topics approved by the COR.

c. Dates for the courses will be agreed upon by the Contracting Officer (CO), the
COR and the contractor. Dates for courses and seminars may be adjusted if agreeable to the
Contracting Officer, COR and the vendor.

Inspection and Acceptance ­

7
a. All text/camera ready copy will be standard size 8-112 x 11 inch unless the CO, the
COR, and the contractor agree an alternate size would better meet the needs of the
JMAS. JMAS will reproduce materials from the masters as required.

b. All visual aids will be provided as overhead slides or mutually agreed upon
media.

c. All materials delivered under this contract will bear appropriate classification and
control markings as prescribed by applicable government security directives.

d. All plans and/or reports will be furnished on standard paper, suitable for
reproduction, unless otherwise agreed upon by the CO, COR, and the vendor.

e. Training/Materials/Reports for each iteration of Antiterrorist Evasive Driving


Course and the Attack Recognition presentation for FY 11 with options for FYI2,
FYI3, FY14 and FY 15.

f. Student Handouts. Course outlines and other student instruction materials as


deemed necessary by the POC/COR.

12. Manpower - The contractor shall provide the required number of qualified antiterrorist
driving instructors to conduct the hands-on portion of training.

8
ADDENDUM TO FAR 52.212-1, Instructions to Offerors--Commercial Items (Nov
2007)

1. Your attention is directed to the requirements for technical/facility, technical


capability/management approach, past perfonnance and cost proposals to be submitted in
accordance with the following instructions establishing the acceptable minimum
requirements for the fonnat and content of proposals.

2. The Request for Proposal (RFP) responses must be prepared in four parts: Volume I -
TechnicallFacility, Volume II - Technical/Management, Volume III - Past Perfonnance,
and Volume IV - Cost Proposal. Each of these parts shall receive a separate evaluation
from the other. No Volume with the exception of Volume IV - Cost Proposal, shall
contain any costs related to this RFP; however, resource infonnation such as data
concerning labor hours and categories, materials, subcontracts, etc., may be contained in
the technical proposal so that your understanding of the scope of work may be evaluated.
The offeror shall acknowledge and return all amendment(s). The acknowledged
amendments will be returned as part of Volume IV - Cost Proposal.

3. The RFP responses must be signed by an official authorized to bind your organization.
The contractor must submit separate e-mails containing the original proposal and
redacted copy. One copy of each Volume shall be e-mailedtoMichae1.Kclley@dia.mil
and Nehemiah. pryor@dia.mil.

Note: No fax copies will be accepted. Failure to comply with these instructions may
render your RFP to be non-responsive.

4. It is understood that your RFP responses shall become part of the official contract file.
The Government will evaluate responses in accordance with the evaluation criteria set
forth in this RFP.

5. This RFP does not commit the Government to pay any cost for preparation and
submission of your proposaL In addition, the Contracting Officer is the only individual
who can legally commit the Government to the expenditure of public funds in connection
with this proposed acquisition.

6. Any resultant contract shall include all applicable clauses to the type of
contract awarded. Any additional clauses required by public law, executive order, or
acquisition regulations, in effect at the time of execution of the proposed contract,
will be included.

7. All questions/inquiries concerning the RFP document must be submitted in writing


by 1:00 pm est on 20 Jan 2011 to Michael.Kelley@dia.mil. Do not mail any
questions/inquiries. Offerors must submit questions via e-mail ONLY to
Michael.Kellev@dia.mil. The Government's response to the inquiries will be made in
writing to all finns receiving a copy of the RFP. Any resulting additions, deletions, or
changes to the RFP will be made by issuance of a fonnal amendment. Offerors are

2
instructed specifically to contact only the issuing contract office in connection with any
aspect of this requirement prior to contract award.

8. Proposal Format and Content.

i. Paper, Page Size and Format. Page size shall be 8.5 x 11 inches. Pages shall be
single-spaced. Use at least 1 inch margins on the top, bottom and side margins.

ii. Text Spacing and Type. Except for the reproduced sections of the solicitation
document, the text size shall be no less than 12 font. Pages shall be numbered
sequentially by section.

iii. Illustrations and Tables. Tables, charts, graphs, diagrams and figures shall be used
wherever practical to depict organizations, systems and layout, implementation
schedules, plans, etc. These displays shall be uncomplicated, legible and shall not exceed
8.5 x 11 inches. For tables, charts, graphs and figures, the text shall be no smaller than
10 pitch. Elaborate formats, bindings or color presentations are not required. Elaborate
brochures or documentation, binding, detailed artwork, or other embellishments are not
required and neither are they desired.

iv. Number of Copies/Page Limits. The offeror shall prepare the proposal as set forth
in the Proposal Organization Table below. The titles and contents of the sections shall be
as defined in the table, all of which shall be within the required page limits and with the
number of copies specified. Pages exceeding this page limitation set forth will not be read
or evaluated and will be removed from the proposal. The offerors must submit one (1)
original proposal and one (1) redacted copy. The redacted copy must not contain any
vendor identifiable markings. The contents of each proposed volume are described as
noted in the table below.

Maximum Page
Volume Title Copy
Limit
I TechnicallFacility 1 original and
(1 Redacted
Copy- 20
Electronic
Version)
II TechnicallManagement 1 original and
(1 Redacted
Copy- 30
Electronic
Version)
III Relevant Past and Present 1 original and
Performance (1 Redacted
Copy- 10
Electronic
Version)

3
IV CosVPrice 1 original and
(1 Redacted
Copy- Unlimited
Electronic
Version)
Note: Cover pages will not count against the page limitation.

9. VOLUME I - TECHNICAL IFACILITY

i. The Offeror's proposal must has the ability to provide a permanent track/driver
training facility to include an on-site permanent structure to conduct repair and
maintenance support as described in the Statement of Work. The road driving surface
must feature increasing and decreasing constant radius curves, up and down hill slopes,
as well as a straight-a-way portion designed for maximum speeds. The Offeror proposal
must provide positive information that the track/driver training facility has an on-site
permanent structure to conduct repair and maintenance support and is located within 100
miles of Bolling Air Force Base, Washington, D.C. The Offeror permanent track/driver
training facility must be located in an area where only authorized personnel can view the
training. The Government may conduct a track/driver training facility site visit.

ii. Offerors shall submit proposals and data comprehensive enough to provide the
basis for a sound evaluation. The information should be precise, factual and responsive.

10. VOLUME II - TECHNICAL CAPABILITY/MANAGEMENT APPROACH


INSTRUCTIONS

i. The Offeror's proposal must stipulate that it is predicated upon all the terms
and conditions of this RFP. In addition, it must contain a statement to the effect that it is
firm for a period of at least 90 days from the date of receipt by the Government.

ii. Offerors shall submit proposals and data comprehensive enough to provide
the basis for a sound evaluation. The information should be precise, factual and
responsive.

iii. The technical/management proposal will be used to evaluate firm's capability to


perform the requirement set forth in the Statement of Work. Therefore, your proposal
must present sufficient information to reflect a thorough understanding of the work
requirements and a detailed plan for achieving the objective of the scope of work. The
technical proposal shall include a description of the techniques and procedures to be
employed in achieving the proposed end results in compliance with the requirements of
the Government's statement of work. Offerors are hereby advised that the Government,
unless otherwise specified, i.e., by law acquire that right to use, duplicate, or disclose in
any manner and for any purpose whatsoever, and have or permit others to do so, all
subject data required to be delivered under any contract resulting from this solicitation.

4
Any reservations to those stated Government rights to data should be enunciated in your
proposal and will be resolved during any subsequent negotiations.

iv. To permit a thorough and effective evaluation, the proposal should be as


concise, complete, and clear as possible. Inclusion of any important consideration not
covered by this request is encouraged. The technical proposals shall be detailed, specific
and complete as to enable the Government to make a thorough evaluation of the proposal,
and a sound determination that each proposal will have a reasonable likelihood of
meeting the requirements of the Government as set forth in the Statement of Work. A
proposal which merely offers to conduct a program in accordance with the requirements
of the Government's scope of work will not be eligible for award. Offerors shall include
an explanation of the proposed technical approach in conjunction with the requirements
of Statement of Work. Statements to the effect that the offeror understands and will
comply with the SOW in whole or in part, phrases such as "standard procedures will be
used" or well-known techniques will be utilized" and generalities of textbook theories
and techniques will not constitute compliance with the requirements concerning the
content of the technical proposal. It is essential that the offeror present information in
sufficient detail so as to permit the Government to make evaluation of the technical
proposal without further information being required from the offeror.

v. The technical proposal shall include a list of personnel and resumes.

11. VOLUME III - PAST PERFORMANCE INSTRUCTIONS

i. Provide any information currently available (letters, metrics, customers' survey,


independent surveys, etc.) which demonstrates customer satisfaction with overall job
performance and quality of completed product for same or similar type discipline in the
past three Periods. In addition, explain corrective actions taken in the past, if any, for
substandard performance and any current performance problems such as cost overruns,
extended performance periods, etc.

ii. Offeror shall provide the past performance questionnaire to their references for
them to complete and return directly to the contracting office, attention Michael Kelley
@ e-mail- Michael.Kelley@dia.mil NLT: 24 Jan 2011. The Government will evaluate
the quality and extent of offeror's experience deemed relevant to the requirements of this
RFP. The Government will use information submitted by the offeror and other sources
such as the Federal Government offices and commercial sources, to assess experience.
Provide a list of at least three (3), but no more than five (5), of the most relevant contracts
performed for Federal agencies and commercial customers within the last 3 years of this
solicitation closing date that demonstrate your ability to perform the proposed effort.
Past performance regarding predecessor companies, key personnel who have relevant
experience, or subcontractors that will perform major or critical aspects of the
requirement will be given a rating. Offerors with no relevant past or present performance
history shall receive the rating "neutral", meaning the rating is rated neither favorable nor
unfavorably.

5
iii. The Government will evaluate each offeror on its performance under
existing and prior contracts for similar services. The Government will use performance
information for both responsibility determinations and as an evaluation factor in
determining the acceptability of an offeror. The Government may contact references,
other than those identified by the offeror, and use the information received to evaluate the
offeror's past performance.

13. VOLUME IV - COST PROPOSAL INSTRUCTIONS

i. Section A - Solicitation/Contract/Order for Commercial Items Offeror To


Complete Blocks 12, 17,23,24, and 30 containing signature and date of Page 10fthe
Standard Form (SF) 1449 Signature by the offeror on the SF 1449 constitutes an offer,
which the Government may accept.

ii. Insert proposed unit and extended prices for each Contract Line Item. The offeror
shall include a fully completed price schedule of the solicitation in this section of their
RFP. Any offer, which fails to cite a price for each item, or fails to make an entry,
may be listed as non-responsive to this solicitation.

iii. Note that unrealistically low or unreasonably high proposed costs or prices
initially or subsequently, may be grounds for eliminating a proposal from competition
either on the basis that the offeror does not understand the requirement or has made an
unrealistic proposal. An offer using a sliding price scale or subject to escalation based on
any contingency will not be accepted and will be considered as non-responsive to this
solicitation.

iv. If additional information is required to support price


reasonableness, each offeror may be requested to provided a hard copy ofthe following
information listed below from the prime offeror and any subcontractors.

a) Direct Labor - List the straight time and overtime


productive labor hours, whether compensated or uncompensated, and the average hourly
rates and cost for each individual job classification. Provide supporting rationale and
methodology used for labor rate development of each classification. Include an
explanation of any differential payments included in the labor rate development for multi­
shift effort or non-standard workweek schedules. For proposal purposes, the cost of non­
productive is to be classified as labor burden expense.

b) Other Direct Costs - Identify the type and amount of order costs to be charged
directly to contemplated contract and which are not included elsewhere in the price
proposal. Summarize the costs of recruitment and relocation. Include in supporting data
a brief description of the items, quantities, unit costs, and basis of cost estimates.

c) Burden and Indirect Expense Pools - Show the

6
composition of each burden and indirect expense pool proposed. List the elements of
each pool, amount of each element base, rate and include any other supporting data which
would facilitate audit and computation.

d) Overhead Submit a separate breakdown for each indirect overhead expense


pool, such as local, division, and home office overheads, procurement and material
handling burdens, occupancy, and service center.

e) G&A Submit a separate breakdown for corporate home office or segment


expense pools.

f) Provide explanation of what is considered direct labor and indirect labor.

g) Submit for evaluation a total compensation plan setting forth proposed


salaries and fringe benefits for professional employees working on the contract.
Supporting information will include date, such as recognized national and regional
compensation surveys and studies of professional, public and private organizations, used
in establishing the total compensation structure.

7
SECTIONM
Award Criteria

Evaluation - Commercial Items

ADDENDUM TO FAR 52.212-2, Evaluation -Commercial Items (JAN 1999)

I. Basis of Award.
The Government intends to award multiple contracts from this solicitation to the
responsible offerors whose offer, conforming to the solicitations, will be the most
advantageous to the Government. The offers must be in accordance with the evaluation
criterion, which includes TechnicaVFacility, Technical CapabilitylManagement
Approach, Past Performance, and CostlPrice. An assessment will be conducted and
considered in the trade-off analysis. The combined non-price evaluation criteria are
significantly more important than price. Price becomes a major factor in award selection
when other criteria are substantially equal.

The Government will perform a trade-off analysis of non-price factors against price to
determine the best value to the Government. Offers that are unrealistically low in total
price will be considered indicative of a lack of understanding of the complexity and risk
in meeting contract requirements and will not be considered for award.

It is the offeror's responsibility to provide information and evidence that clearly


demonstrates its ability to respond satisfactorily to the evaluation factors. The
Government may contact references submitted by the offerors and may use other relevant
information to verify data provided with the offeror's proposal and other sources.
The Government may consider a proposal to be acceptable if - and only if - the offeror
manifests unconditional assent to the terms, conditions and/or mandatory requirements of
the RFP, including attachments, and documents incorporated by reference. The
government may consider any proposal that takes exception to any term or condition of
the RFP, or that otherwise fails to manifest the unconditional assent to all terms and
conditions, to be unacceptable unless the RFP expressly provides that assent to the term
or condition in question is not mandatory. Any condition, exception, or omission will
constitute a deficiency (see FAR 15.001). The Government intends to award the contract
without exchanges/ discussions with offerors; however, the Government reserves the
right to hold discussions.

In accordance with FAR Provision 52.216-27, the Government intends to make multiple
awards resulting from this solicitation to the responsive and responsible offerors whose
offers, conforming to the solicitation will be the best value to the Government, all
evaluation factors considered in accordance with the evaluation criteria. All evaluation
factors other than price, when combined, are significantly more important than price.
Price becomes a major factor in award selection when other criteria are substantially
equal. This process permits trade-offs among price and non-price factors and allows the
b. Criteria 2 - Technical CapabilitylManagement Approach
The offeror's proposal shall, as :;t minimum, present its strategy, approach, and realistic
plan to accomplish the tasks that are associated with each section ofthe Statement of
Work (SOW). All sub-factors are equally weighted.
Technical Capability includes the following sub-factors (all sub-factors are weighted
equally):
Sub-factor 1: Technical Expertise
Offeror's proposal shall: demonstrate a clear understanding of the tasks associated with
the SOW and provide evidence of comprehension by showing how these tasks will be
accomplished. Also, the offeror shall address the responsibilities of the trained and
qualified key personnel (management/technical).
Sub-factor 2: Program Management Plan
The offeror shall describe how they intend to provide Program Management support for
this task along with the associated cost. The offeror shall describe how they will interact
with the Contracting Officer Representative (COR) including the types and frequency of
reporting.
Sub-{actor 3: Vehicle Repair and Maintenance Support
The offeror shall describe their on-site permanent structure for car repairs and
maintenance support. The contractor shall address their capability to provide a certified,
equipped, school trained mechanic to ensure vehicles are kept serviceable at all times,
and their plan to ensure training is not impacted due to a lack of operable vehicles.
Sub-{actor 4: Staffing Plan
The offeror shall provide detailed rationale that supports the composition of the team,
their status (currently on staff, contingency hire or other), and the potential for those
individuals not being available and measures that will be instituted to mitigate the risk.
Discuss how long it will take to provide 100 percent of the required team resources after
contract award. Provide details on any company policies or staffing issues that may
impact the company's ability to effectively provide the necessary support. The staffing
plan shall demonstrate that the offeror has the staff with the skills and certifications to
provide defense driving instruction.
Sub-factor 5: Resumes
As an appendix, the offeror shall provide resumes for key personnel with sufficient
information that reflects education and experience as well as any other information that is
relative to the performance of this effort. Resumes shall not exceed two (2) pages and
include a narrative discussion of individuals' qualifications. Formal education shall be
documented as follows - Degree (or certificate), Major/Subject, Institution, Location
(City, State), and Date of Graduation (may list as expected (with anticipated date) ifless
than six months. The depth and breadth of individuals' experience shall include job title,
name of company/agency, dates experience acquired, brief description of duties or
responsibilities. The resumes shall NOT count against the page limit of the
Technical/Management section.

d. Criteria 3 - Past Performance


Past Perfonnance will be used to detennine the risk of non-perfonnance, defective
perfonnance, and/or late perfonnance by evaluating each offeror's reported quality of
work and relevant past, recent and current experience with the type of services being
solicited. The offeror bears the burden of demonstrating the acceptability of its past
perfonnance. Therefore, the offeror is required to provide sufficient data for the
Government to properly evaluate the past perfonnance.
The offeror shall include dollar amount and scope of previous experience. In evaluating
past perfonnance on previous contracts, the Government may contact some or all of the
references provided by the offeror and may contact other sources of infonnation. The
offeror shall provide three (3) points of contact (POC) to accommodate the evaluation of
past perfonnance, to include the name, phone number, contract number (if appropriate)
and a brief description of the POC's position/role. The POC infonnation will be used to
evaluate the following sub-factors:

Sub-factor 1: Relevancy ofthe past, recent and current performance to task under
consideration
The Government will strongly consider relevant experience of the offeror's past
perfonnance. An offeror with no record of relevant past and recent performance will be
considered a !!high risk!! and given an unacceptable rating for past perfonnance.

• Relevancy: To help offerors decide whether to submit a proposal, the solicitation


should describe the kind of perfonnance considered relevant to the instant acquisition.
"Relevant" means the perfonnance being considered must have a logical connection to
the work described in the solicitation. Nonnally, relevance would include such aspects
as the product or service similarity, product or service complexity, contract type,
program or lifecycle phase, contract environment, division of company proposing,
subcontractor interaction, and magnitude. Magnitude is important because it will
define not only the scope but also project similarity to the instant requirement. In
detennining relevancy for individual contracts, consideration should be given to the
effort, or portion of the effort, being proposed by the offeror, teaming partner, or
subcontractor. The evaluation should take into account past perfonnance infonnation
regarding predecessor companies, key personnel who have relevant experience or
subcontractors that will perfonn major or critical aspects of the requirement when such
infonnation is relevant to the instant acquisition. The following relevancy definitions
are:
o Very Relevant: Present/past perfonnance effort involved essentially the
same magnitude or effort and complexities this solicitation requires.
o Relevant: Present/past perfonnance effort involved much of the
magnitude of effort and complexities this solicitation requires.
o Somewhat Relevant: Present/past performance contractual effort involved
some of the magnitude of effort and complexities this solicitation requires.
o Not Relevant: Present/past performance effort did not involve any ofthe
magnitude of effort and complexities this solicitation requires.

• Recency: Current performance will generally have greater impact in the


performance assessment than recent performance. Performance that is more recent
will usually have more impact than less recent performance. Current is generally
defined as performance that is taking place at the present time. Recent is generally
defined as performance occurring within the last three years, but the time period can
be tailored to fit the circumstances of the acquisition.

e. Criteria 5 - CostlPrice

The Government will evaluate the realism of the overall total price. An offeror's
proposed price will be determined by adding the proposed amounts for labor, travel and
other direct costs. The offeror shall provide a table that reflects each position, labor
category, labor rate and hours.
By signing its proposal, the offeror certifies that each price stated for Labor, Other Direct
Costs, and Travel includes an appropriate apportionment of all applicable costs, direct
and indirect such as overhead, General and Administrative (G&A), Material Handling
and profit (on labor and other direct costs only). Each proposal will be evaluated to
determine whether the Government considers the labor categories, hours, and rates to be
reasonable and realistic within the scope of effort.
The Government will evaluate price reasonableness and price realism in relation to
commercial or market price lists, Independent Government Cost Estimate (IGCE), or any
other information used as a basis for comparison. The offeror's proposed rates will be
evaluated against a predetermined and undisclosed quantity of hours determined by the
Government for each labor category and this will be totaled for a composite price,
including all options. The predetermined and undisclosed quantity of hours is a
representative labor mix of work performed.

Standard:
o The proposed ceiling labor rates are reasonable and prices are realistic,
with respect to the proposed levels of expertise and their corresponding
labor rates. Offerors have submitted prices on all labor categories.
o The sum after all proposed bill rates are evaluated against a predetermined
quantity of hours and/or dollars determined by the Government as
reasonable and realistic. (NOTE: The Government WILL NOT provide
the predetermined quantity of hours to the offerors.
Excellent

Good

Satisfactory

Unsatisfactory

Past Performance Factor Assessment: During evaluation, the Government will assign
each proposal one of the following overall past performance confidence assessment
ratings and the definitions:

E EXCEPTIONAL/HIGH CONFIDENCE - Based on the offeror's performance


record, essentially no doubt exists that the offeror will successfully perform the required
effort.

V VERY GOOD/SIGNIFICANT CONFIDENCE - Based on the offeror's performance


record, little doubt exists that the offeror will successfully perform the required effort.

S = SATISFACTORY/CONFIDENCE - Based on the offeror's performance record,


some doubt exists that the offeror will successfully perform the required effort.

M MARGINALILITTLE CONFIDENCE - Based on the offeror's performance record,


substantial doubt exists that the offeror will successfully perform the required effort.

U = UNSATISFACTORYINO CONFIDENCE - Based on the offeror's performance


record; extreme doubt exists that the offeror will successfully perform the required effort.

N NEUTRALIUNKNOWN CONFIDENCE - Unable to provide a score. No


performance record identifiable (see FAR 15.305(a)(2)(iii) and (iv).
The Government will assign ratings through an integrated analysis of those areas the
government identifies in the offeror's recent, present and relevant contract perfonnance.
The government will place more weight and consideration on more relevant and recent
past perfonnance infonnation. Essentially, the past perfonnance assessment is the
Government's confidence, based on the offeror's perfonnance record, that the offeror
will successfully perfonn the required effort in accordance with the contract and its
proposal.
CONTRACT INFORMATION
Type of contract (Check all that apply)

[] Negotiated [ ] Sealed Bidding [ ] Competitive


[] Non-Competitive [ ] Firm-Fixed-Price [ ]
Requirements
[ ] Cost-Plus-Fixed-Fee [] Time-and-Material [ ] Indefinite
Quantity
[ ] Labor Hour [ ] Other

Complete the following:

Period of Performance: ----------------- to ------------------


Initial Contract Value:
Current (or Completed) Contract Value:

Brief Description of Requirement:

Complexity of Effort: [ ] Difficult [ ] Routine

1. QUALITY OF SERVICE:

(a) Overall ability to pro-actively and aggressively perform contract requirements(s).

a 1 2 3 4 5 6 Comment:
(b) Effectiveness reliability of contractor's key personneL

o 1 2 3 4 5 6 Comment:

(c) Ability to recruit and maintain qualified personnel.

o 1 2 3 4 5 6 Comment:

(d) Ability to satisfy security requirements (clearances for personnel, information


protection, facilities, etc.).

o 1 2 3 4 5 6 Comment:

(e) Ability to effectively implement "start-up" contract performance.

o 1 2 3 4 5 6 Comment:

2. TIMELINESS OF PERFORMANCE

(a) Overall performance in planning, scheduling, and monitoring the work effort.

o 1 2 3 4 5 6 Comment:

(b) Completion of major milestones on schedule:

o 1 2 3 4 5 6 Comment:
(c) Responsiveness and flexibility in responding to changes (both fOITIlal and
infoITIlal).

o 1 2 3 4 5 6 Comment:

(d) Responsiveness/capability to respond to surge/short term requirements.

o 1 2 3 4 5 6 Comment:

(e) Timely completion of Efforts within period of perfoITIlance.

o 1 2 3 4 5 6 Comment:

3. PRICE/COST CONTROL:

(a) Quality, completeness, and accuracy of price/cost proposals.

o 1 2 3 4 5 6 Comment:

(b) Accuracy and timeliness of cost reports.

o 1 2 3 4 5 6 Comment:

(c) Ability to perfoITIl within negotiated cost/price.

o 1 2 3 4 5 6 Comment:
(d) Accuracy and completeness of vouchers/invoices.

o 1 2 3 4 5 6 Comment:

(e) Incurrence of costs is in accordance with contract terms.

o 1 2 3 4 5 6 Comment:

4. BUSINESS RELATIONS:

(a) Ability to effectively manage contract.

o 1 2 3 4 5 6 Comment:

(b) Ability to choose subcontracts (if applicable to this contract being reported on).

o 1 2 3 4 5 6 Comment:

(c) Ability to manage subcontracts (if applicable to this contract being reported on).

o 1 2 3 4 5 6 Comment:

(d) Provides prompt notification of problems.

o 1 2 3 4 5 6 Comment:
(e) Organizational support structure provides adequate span of control and supervision.

o 1 2 3 4 5 6 Comment:

(f) Has the contractor been given cure notice(s), show cause notices(s), suspension of
progress payments, or letters of direction, etc.?

o 1 2 3 4 5 6 Comment:

5. CUSTOMER SATISFACTION:

(a) Maintains a single effective point of contact to manage and resolve problems.

o 1 2 3 4 5 6 Comment:

(b) Effectively assesses impacts of potential changes on other associated projects,


tasks, and efforts.

o 1 2 3 4 5 6 Comment:

(c) Effectiveness in interfacing with Government personnel.

o 1 2 3 4 5 6 Comment:

(d) Ability to solve contract performance problems without extensive guidance from
Government personnel.

o 1 2 3 4 5 6 Comment:
(e) Displays initiative in meeting Government requirements and is responsive to the
Government's needs.

o 1 2 3 4 5 6 Comment:

(f) Rate the contractor's overall technical performance on this contract.

o 1 2 3 4 5 6 Comment:

6. Based on this contractor's overall performance, would you award this contractor
another Government contract?

[ ] YES [ ] NO If no, please explain:

7. Please provide any additional comments concerning the past performance of the
contractor.

8. This questionnaire was completed by:

(Print Name)

(Organization)

(CommerciallDSN Telephone Numbers)


(Date of Completion)

You might also like