Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2008 FBO #2485
SOURCES SOUGHT

99 -- Program Management Certification Training Program (DTFAWA-08-R-00046)

Notice Date
9/13/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AJA-482 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
7159
 
Response Due
9/15/2008
 
Archive Date
9/30/2008
 
Point of Contact
Rodney Magee, 202-267-7699<br />
 
Small Business Set-Aside
N/A
 
Description
PART I - SECTION BSUPPLIES/SERVICES & PRICE/COST B.1 GENERAL The Contractor shall provide the necessary services to accomplish the requirements set forth in the Statement of Work. B.2 CONTRACT TYPE The FAA contemplates the award of a Fixed Price Contract. CLIN Course TitleNumber of DaysPrice Per Students (20 Students)Total0001Managing Projects30002Project Leadership, Management & Communications30003Quality of Project Managers30004Scheduling & Cost Control50005Risk Management30006Contracting For Project Managers30007Project Management Applications30008PMP Prep Course20009Class Room SpaceGrand Total PART I - SECTION C STATEMENT OF WORK 1.0Background Effective program management is at the core of FAA's ability to deliver the right products and services on time and within budget. FAA program managers hold primary responsibility for ensuring that FAA gets the products and services it needs, on-time and within budget. Agencies such as the Office of Management and Budget (OMB) and the General Accounting Office (GAO), have cited project manager capabilities as a material weakness in delivering projects on time, within budget and scope, and achieving target performance levels. The FAA's Office of Information Services and Chief Information Officer (AIO) is developing a Program Management Certification Program that supports program managers on major programs in attaining their PMP certification. AIO needs to "fast track" a group of 20 individuals to gain Project Management Institute certification. 2.0Scope FAA requires the services of a contract vendor to provide off-the-shelf classroom training on the principles and concepts contained in the Project Management Institute's Project Management Body of Knowledge (PMBOK). The vendor must provide flexibility in both the length and the dates of the training. The vendor may propose courses of alternate lengths. No course shall be less than [2] days or greater than [5] days. FAA will require training for up to [20] individuals over the next [8] months. FAA envisions sending approximately [20] individuals to training during the 8 month time frame. These individuals may attend the closed training course offered by the vendor. 3.0Deliverables The vendor will deliver training sessions at vendor site. Each training session must accommodate approximately [20] FAA personnel. Workshop Timeframe: September 2008 through September 2009 All courses will be delivered in a facility secured by the vendor, located in the Washington DC area, and accessible via [metro, train]. The vendor will provide end-of-class evaluations that assess the quality of content, instructors, learning environment, perception of knowledge gained, structure, format, and job applicability. The vendor will furnish all instructors, materials, equipment/supplies, and services necessary to successfully conduct the training sessions. At the conclusion of the training, participants should be thoroughly prepared to take the PMI certification exam. 4.0Task Description The audience for this training is FAA program managers/future program managers with a need to thoroughly understand PMI's PMBOK for successful completion of PMI's PMP certification exam. The following provides more specific details about the project requirements: o FAA requests an all-inclusive, per person cost for instructor-led off-the-shelf training. If the vendor offers courses of alternative lengths, an all-inclusive per person cost should be provided for each. o The all-inclusive price per person must cover all the vendors' costs, including but not limited to: instructors, materials, supplies, and instructor travel costs (including room and board). FAA will not be required to pay any additional fees or expenses beyond the per person cost. The following information must be provided for each course proposed by the vendor:o Length of each course,o Outline of the course content,o Agenda for each day of the course,o Bios for the instructors for each course. The vendor shall also provide:3 past performance references for work with organizations involving comparable instructional material (content) and experience acquiring a flexible contract similar to this requirement.Statistics on the types and number of program management-related courses taught in the last calendar year.Statistics on the certification attainment. Timeframe and Location: All training sessions will be held at vendor's location in the Washington, DC area. Facilities: Vendor shall arrange/procure all meeting space. Number of Participants: Maximum of [20] individuals. Participant Materials: Vendor shall provide, as part of the inclusive cost of the training, participant materials to enhance and reinforce learning. Vendor will be responsible for producing and delivering the materials to the session. The materials should include an agenda and end-of-course evaluation survey. 5.0Performance Period The performance period of the agreement is from the date of execution of all parties with training sessions occurring beginning on date of Contract award and 12 months thereafter. PART I - SECTION D PACKAGING AND MARKING D.1 Packing and Packaging All deliverables under this contract shall be preserved and packaged in accordance with the most economical and best commercial practices to assure delivery at the destination and to prevent deterioration and damage due to shipping, handling and storage hazards. PART I - SECTION E INSPECTION AND ACCEPTANCE All deliverables shall be submitted to the COTR for inspection and acceptance. PART I - SECTION F DELIVERIES OR PERFORMANCE F.13.1-1 Clauses and Provisions Incorporated by Reference (December 2005) This screening information request (SIR) or contract, as applicable, incorporates by reference the provisions or clauses listed below with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://conwrite.faa.gov (on this web page, select "Search and View Clauses"). 3.10.1-9 Stop-Work Order (October 1996)3.10.1-11 Government Delay of Work (April 1996) F.2 PERIOD OF PERFORMANCE The period of performance shall be as follows: 09/30/08 through 09/29/09 F.33.2.4-34OPTION TO EXTEND SERVICES (April 1996) The Government may require continued performance of any services within the limits and at the rates specified in the contract. 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 the period specified in the Schedule. PART I - SECTION GCONTRACT ADMINISTRATION DATA G.1 CONTRACT ADMINISTRATION Contracting Officer: FEDEREAL AVIATION ADMINISTRATIONAttn: Rodney Magee, Contracting Officer800 Independence Avenue, S.W.Washington, DC 20591Phone (202) 267-7699 Contract Specialist: FEDERAL AVIATION ADMINSTRATIONAttn: Dwayne Berry800 Independence Avenue, S.W.Washington, DC 20591Phone: (202) 493-4282 Contracting Officer's Technical Representative (COTR) FEDERAL AVIATION ADMINSTRATIONAttn: Lisa Silva800 Independence Avenue, S.W.Washington, DC 20591 G.2 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE AND TECHNICAL LEAD (a) The Contracting Officer may designate other Government personnel (known as the Contracting Officer's Technical Representative) to act as his or her authorized representative for contract administration functions, which do not involve changes to the scope, price, schedule, or terms and conditions of the contract. The designation will be in writing, signed by the Contracting Officer, and will set forth the authorities and limitations of the representative(s) under the contract. Such designation will not contain authority to sign contractual documents, order contract changes, modify contract terms, or create any commitment or liability on the part of the Government different from that set forth in the contract. The Technical Lead will serve as the chief daily point of contact with the contractor, will receive deliverables and recommend approval or disapproval of deliverables to the Contracting Officer's Technical Representative. (b) The Contractor shall immediately contact the Contracting Officer if there is any question regarding the authority of an individual to act on behalf of the Contracting Officer under this contract. G.3 INTERPRETATION OR MODIFICATION No verbal statement by any person, and no written statement by anyone other than the Contracting Officer (CO), or his/her authorized representative acting within the scope of his/her authority, shall be interpreted as modifying or otherwise affecting the terms of this solicitation or resulting contract. All requests for interpretation or modification shall be made in writing to the CO.G.4PROCEDURES FOR SUBMISSION OF INVOICES The Contractor shall submit invoices no more frequently than monthly. The Contractor shall place the following statement on each invoice, signed by an authorized company representative: "This is to certify that the services set forth herein were performed during the period stated, and that incurred costs billed were actually expended. _______Signature of Contractor'sDate of InvoiceAuthorized Representative The invoice package shall include a properly completed commercial invoice. For each invoice submitted for payment, the contractor must include the contract number, invoice number, and the Project Data and Accounting Information for each contract line item number (CLIN) contained in the instant request for payment. Project Data and Accounting Information is included for each contract line item number (CLIN) in the schedule for equipment and/or services in the award document. If the Project Data and Accounting Information is the same for all CLIN's, the contractor may capture the data only once on the invoice. However, if the Project Data and Accounting Information are different for any of the CLIN's in the award schedule, the contractor must identify the appropriate Project Data and Accounting Information along with the CLIN and CLIN invoice amount for each CLIN, which has different data. Invoices submitted without the benefit of this data will be considered incomplete and may result in rejection of the request for payment. One (1) copy of each invoice, so assembled, shall be delivered to the FAA Contract Specialist, marked "Contracting Specialist's Original Copy," and three (3) copies or each invoice shall be delivered to the FAA's accounting division, one of which is marked "Accounting Division Original Copy," in accordance with the FAA billing procedures. Addresses for concurrent distribution are as follows: Contract Specialist:Accounting Division:Federal Aviation AdministrationFederal Aviation AdministrationAttn: Dwayne Berry, AJA-481Accounts Payable Branch (AFM-220)800 Independence Avenue, S.W.800 Independence Avenue, S.W.Washington, DC 20591Washington, DC 20591 The Contracting Officer will authorize payments in amounts determined to be allowable in accordance with the Federal Aviation Administration "Contract Cost Principles" at AMS 3.3.2-1. G.5 CORRESPONDENCE PROCEDURESTo promote timely and effective contract administration, correspondence submitted under this contract shall be subject to the following procedures (except for invoices and deliverable items): (a) All correspondence relative to this contract shall be addressed to the Contracting Officer, AJA-482. Correspondence of a technical nature shall include an information copy addressed to the Contracting Officer's Technical Representative (COTR). Part I - SECTION H SPECIAL CONTRACT REQUIREMENTS H.1 RELATIONSHIPS, INTERPRETATIONS, AND MODIFICATIONS The Contractor shall provide support to the Government by completing work within the Statement of Work and as assigned under this contract. The Contractor shall not provide technical direction or assume the Government's responsibility under any programs. Although the effort under this contract may include recommendations to the Government, specific Government approval and action will be necessary before such recommendations can become effective. The Contractor's efforts shall not be binding on other Government contractors. The Contractor shall not take any action with respect to other contractors that causes any change in their contract scope of work, cost, or scheduling. No oral statement of any person, and no written statement of anyone other than the Contracting Officer or the COTR, acting within the limits of the authority specified in such designation, shall modify or otherwise affect any provision of this contract. H.2 ACCESS TO GOVERNMENT FACILITES Part of the effort to be performed under this contract may be at facilities operated by the Federal Aviation Administration. The Contractor will be granted ingress and egress at the specific site where the effort is to be accomplished. Access to the site shall be coordinated with COTR. While Contractor personnel are at Government facilities, they are required to comply with all rules and regulations of the site, particularly in the areas of health and safety. The facilities to which Contractor has access at all times will be in the custody of the Federal Government and will not be considered "Government Property" furnished to the Contractor. The scheduling of access to Government facilities shall be under the control of the Government. Facility availability will be scheduled to permit timely performance of contract requirements. However, Contractor personnel shall be prepared to work outside the normal daytime shift if conditions at the facility so require. The Contractor shall require that all Contractor personnel who perform work at FAA facilities wear identifications badges, which clearly identify individuals as Contractor employees. The Government reserves the right to issue its own contractor identification badges. If Government badges are required, they will be issued in accordance with Government procedures. If it is brought to the attention of the Government that any Contractor or subcontractor employee working on this contract does not meet the minimal work requirements, the Contractor will be advised in writing by the Contracting Officer, and access to FAA facilities may be denied for that employee. H.3 EMPLOYEE TERMINATION (a) Contractor Personnel: The Contractor shall notify the CO immediately whenever an employee performing work under this contract terminates employment. The Contractor shall be responsible for returning, or ensuring that the employee returns all DOT-issued contractor/employee identification and all other DOT property. (b) Government Personnel: If Government personnel obtain identification cards from the Contractor, the identification cards should be returned upon the completion of assignment or departure from the FAA, whichever comes first? The FAA will establish procedures for controlling Government personnel with access to Contractor's facilities. H.4 CONFIDENTIALLITY OF DATA AND INFORMATION The Contractor and any consultants in the performance of this contract may have a need for access to and use of various types of data and information in the possession of the Government, which the Government obtained under conditions which restrict the Government's right to use and disclose the data and information, or which may be of a nature that its dissemination or use other than in the performance of this contract, would be adverse to the interests of the Government or other parties. Therefore, the Contractor and any consultants should abide by any restrictive use conditions on such data and not:Knowingly disclose such data or information to others without written authorization from the Contracting Officer, unless that data or information has otherwise become available to the public through no action or fault of the Contractor; andUse for any purpose other than the performance of this contract that data which bears a restrictive marking or legend, unless such information or data has otherwise fallen into the public domain through no action or fault of the Contractor.In the event the work required to be performed under this contract requires access to proprietary data of other companies, the Contractor shall obtain agreement from such other companies for such use unless such data is provided or made available to the Contractor by the Government. Two copies of such company-to-company agreements shall be furnished promptly to the Contracting Officer for the Government's information. These agreements shall prescribe the scope of authorized use of disclosure, and other terms and conditions to be agreed upon between the parties thereto. It is agreed by the Contractor that any such data, whether obtained by the Contractor pursuant to the agreement or from the Government shall be protected from unauthorized use of disclosure to any individual, corporation, or organization so long as it remains proprietary.The Contractor agrees to make employees aware of the requirement to maintain confidentiality of data and/or information, and in the necessity to refrain from divulging either the proprietary data of other companies or data that is obtained from the Government to anyone except as authorized. The Contractor shall obtain from each employee, engaged in any effort connected with this contract, an agreement, in writing, which shall in substance provide that such employee will not, during his/her employment by the Contractor, or thereafter, disclose to others or use for his/her own benefit of any individual, any trade secrets, confidential information or proprietary/restricted data (to include Government "For Official Use Only") received in connection with the work under this contract unless such information otherwise falls in to the public domain through no action or fault of the Contractor or employee.The Contractor agrees to hold the Government harmless and to indemnify the Government as to any cost/loss resulting from the unauthorized use or disclosure of third party data or software by the Contractor, its employees, consultants, or other agents of any kind.The Contractor agrees to include to the substance of this provision in all subcontracts, including consultant and lecturer subcontracts, awarded under this contract. The Contracting Officer will consider case-by-case exceptions from this requirement for individual subcontracts in the event that (1) the Contractor considers the application of the prohibitions of this provision to be inappropriate and unnecessary in the case of particular subcontract; (2) the subcontractor provides a written statement affirming absolute unwillingness to perform absent some relief from the substance of this prohibition; (3) use of an alternate subcontract source would unreasonably detract from the quality of effort; and (4) the Contractor provides the Contracting Officer timely, written, advance notice of these and any other extenuating circumstances.Except as the Contracting Officer specifically authorizes in writing, upon completion of all work under the contract, the Contractor shall return all data and information obtained from the Government, including all copies, modification, adaptations, or combinations thereof, to the Contracting Officer. Data obtained from other companies shall be disposed of in accordance with the Contactor's agreement with that company, or, if the agreement makes no provision for disposition, shall be returned to that company. The Contractor shall further certify in writing to the Contracting Officer that all copies, modifications, adaptations, or combinations thereof of data or information, which cannot reasonably be returned to the Contracting Officer (or to a company) have been deleted from the Contractor's (or subcontractor's) records and destroyed. These restrictions do not limit the Contractor's (or subcontractor's) right to use and disclose any data or information obtained from other sources without restriction.Work performed under this contract may involve access to information (including but not limited to specifications, engineering requirements, cost estimates, and other sensitive data) relating to but in advance of acquisition actions. Consequently, the Contractor (including individual employees) shall not release or communicate any such information, whether oral or written, to any person except FAA personnel; employees of the Contractor with a "need to know"; and such other personnel as may be designated in writing by the Contracting Officer. H.5 FEDERAL HOLIDAYS OBSERVED Working hours scheduled shall observe Federal Holidays as follows: New Year's DayLabor DayMartin Luther King's DayColumbus DayWashington's BirthdayVeterans DayMemorial DayThanksgiving DayIndependence Day (July 4th)Christmas Day When one of the above-designated holidays falls on a Sunday, the following Monday will generally be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is generally observed as a holiday. PART II - SECTION I CONTRACT CLAUSES 3.1-1 Clauses and Provisions Incorporated by Reference (December 2005) This screening information request (SIR) or contract, as applicable, incorporates by reference the provisions or clauses listed below with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://conwrite.faa.gov (on this web page, select "Search and View Clauses"). 3.1.7-5Disclosure of Conflicts of Interest (May 2001)3.2.2.3-8Audit and Records (July 2004)3.2.2.3-37Notification of Ownership Changes (July 2004)3.2.2.7-6 Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (April 1996)3.2.5-1 Officials Not to Benefit (April 1996)3.2.5-3 Gratuities or Gifts (January 1999)3.2.5-4 Contingent Fees (October 1996)3.2.5-5 Anti-Kickback Procedures (October 1996)3.2.5-7 Disclosure Regarding Payments to Influence Certain Federal Transactions (June 1999)3.2.5-8 Whistleblower Protection for Contractor Employees (April 1996)3.3.1-12 Limitation of Cost (April 1996)3.3.1-15 Assignment of Claims (April 1996)3.3.2-1 FAA Cost Principles (October 1996)3.4.1-11 Insurance--Liability to Third Persons (October 1996)3.6.2-9 Equal Opportunity (August 1998)3.6.2-12 Affirmative Action for Special Disabled and Vietnam Era Veterans (January 1998)3.6.2-13 Affirmative Action for Workers With Disabilities (April 2000)3.6.2-14 Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era (January 1998)3.6.2-39 Trafficking in Persons (January 2008)3.6.3-2 Clean Air and Clean Water (April 1996)3.10.1-7 Bankruptcy (April 1996)3.10.1-24 Notice of Delay (November 1997)3.5-13/alt1 Rights in Data--General Alternate I (October 1996)T3.6.2 18 : Trafficking in Persons (July 2007)3.10.1-14 Changes--Time and Materials or Labor Hours (April 1996)3.10.6-3/alt4 Termination (Cost-Reimbursement) Alternate IV (October 1996)3.10.6-7 Excusable Delays (October 1996)3.1.7-6 Disclosure of Certain Employee Relationships (October 2006) (a) The policy of the FAA is to avoid doing business with contractors, subcontractors, and consultants who have a conflict of interest or an appearance of a conflict of interest. The purpose of this policy is to maintain the highest level of integrity within its workforce and to ensure that the award of procurement contracts is based upon fairness and merit. (b) The contractor must provide to the Contracting Officer the following information with its proposal and must provide an information update within 30 days of the award of a contract, any subcontract, or any consultant agreement, or within 30 days of the retention of a Subject Individual or former FAA employee subject to this clause: (1) The names of all Subject Individuals who: (i) participated in preparation of proposals for award; or (ii) are planned to be used during performance; or (iii) are used during performance; and (2) The names of all former FAA employees, retained by the contractor who were employed by FAA during the two year period immediately prior to the date of: (i) the award; or (ii) their retention by the contractor; and (3) The date on which the initial expression of interest in a future financial arrangement was discussed with the contractor by any former FAA employee whose name is required to be provided by the contractor pursuant to subparagraph (2); and (4) The location where any Subject Individual or former FAA employee whose name is required to be provided by the contractor pursuant to subparagraphs (1) and (2), are expected to be assigned. (c) "Subject Individual" means a current FAA employee's father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, son-in-law, daughter-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, spouse of an in-law, or a member of his/her household. (d) The contractor must incorporate this clause into all subcontracts or consultant agreements awarded under this contract and must further require that each such subcontractor or consultant incorporate this clause into all subcontracts or consultant agreements at any tier awarded under this contract unless the Contracting Officer determines otherwise. (e) The information as it is submitted must be certified as being true and correct. If there is no such information, the certification must so state. (f) Remedies for nondisclosure: The following are possible remedies available to the FAA should a contractor misrepresent or refuse to disclose or misrepresent any information required by this clause: (1) Termination of the contract. (2) Exclusion from subsequent FAA contracts. (3) Other remedial action as may be permitted or provided by law or regulation or policy or by the terms of the contract. (g) Annual Certification. The contractor must provide annually, based on the anniversary date of contract award, the following certification in writing to the Contracting Officer: ANNUAL CERTIFICATION OF DISCLOSURE OF CERTAIN EMPLOYEE RELATIONSHIPS The contractor represents and certifies that to the best of its knowledge and belief that during the prior 12 month period: [ ] A former FAA employee(s) or Subject Individual(s) has been retained to work under the contract or subcontract or consultant agreement and complete disclosure has been made in accordance with subparagraph (b) of AMS Clause 3.1.7-6. [ ] No former FAA employee(s) or Subject Individual(s) has been retained to work under the contract or subcontract or consultant agreement, and disclosure required by AMS Clause 3.1.7-6 is not applicable. ________________________Authorized Representative________________________Company Name________________________Date (End of clause) Small Business Participation (NAICS CODE 611430) The FAA intends to set aside this procurement for small businesses. This RFO is being released to ensure that 8(a) and small business have an opportunity to provide the services for this procurement. In accordance with the below Evaluation Criteria and Basis for Award, the FAA will review all information submitted by current 8(a) socially and economically disadvantaged businesses (SEDBs) or small businesses. In the event that small business respondents cannot fulfill this requirement, the FAA will consider offers from other than small businesses. If the FAA determines that any of the 8(a) SEDB respondents can meet the requirement, the FAA will down select among those qualified vendors. If the FAA determines that none of the 8(a) respondents are capable of fulfilling this requirement, but it is determined that there are offers from small businesses that can meet the requirement, the FAA will down select among those qualified vendors. If the FAA determines that none of the small businesses respondents are capable of fulfilling the requirements identified above, the FAA will down select among the qualified large businesses who responded. 3.2.2.3-10 Type of Business Organization (July 2004) By checking the applicable box, the offeror (you) represents that-- (a) You operate as [ ] a corporation incorporated under the laws of the State of ____________________, [ ] an individual, [ ] a partnership, [ ] a nonprofit organization, [ ] a joint venture or [ ] other ____________[specify what type of organization]. (b) If you are a foreign entity, you operate as [ ] an individual, [ ] a partnership, [ ] a nonprofit organization, [ ] a joint venture, or [ ] a corporation, registered for business in 3.3.1-33 Central Contractor Registration (April 2006) (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 for the same parent concern. "Registered in the CCR database" means that the Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database. (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 Representations, Certifications and Other Statements of Offerors Section of the solicitation, 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) If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/; or (ii) If located outside the United States, by 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 different from physical street address). (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 may 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 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 AMS Procurement Guidance T3.10.1.A-8, 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 T3.10.1.A-8; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide the Contracting Officer 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. 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) 3.3.1-34 Payment by Electronic Funds Transfer/Central Contractor Registration (October 2005) (a) Method of payment. (1) All payments by the Government under this contract shall be made by electronic funds transfer (EFT), except as provided in paragraph (a)(2) of this clause. As used in this clause, the term "EFT" refers to the funds transfer and may also include the payment information transfer. (2) In the event the Government is unable to release one or more payments by EFT, the Contractor agrees to either? (i) Accept payment by check or some other mutually agreeable method of payment; or (ii) Request the Government to extend the payment due date until such time as the Government can make payment by EFT (but see paragraph (d) of this clause). (b) Contractor's EFT information. The Government shall make payment to the Contractor using the EFT information contained in the Central Contractor Registration (CCR) database. In the event that the EFT information changes, the Contractor shall be responsible for providing the updated information to the CCR database. (c) Mechanisms for EFT payment. The Government may make payment by EFT through either the Automated Clearing House (ACH) network, subject to the rules of the National Automated Clearing House Association, or the Fedwire Transfer System. The rules governing Federal payments through the ACH are contained in 31 CFR Part 210. (d) Suspension of payment. If the Contractor's EFT information in the CCR database is incorrect, then the Government need not make payment to the Contractor under this contract until correct EFT information is entered into the CCR database; and any invoice or contract financing request shall be deemed not to be a proper invoice for the purpose of prompt payment under this contract. The prompt payment terms of the contract regarding notice of an improper invoice and delays in accrual of interest penalties apply. (e) Liability for uncompleted or erroneous transfers. (1) If an uncompleted or erroneous transfer occurs because the Government used the Contractor's EFT information incorrectly, the Government remains responsible for? (i) Making a correct payment; (ii) Paying any prompt payment penalty due; and (iii) Recovering any erroneously directed funds. (2) If an uncompleted or erroneous transfer occurs because the Contractor's EFT information was incorrect, or was revised within 30 days of Government release of the EFT payment transaction instruction to the Federal Reserve System, and? (i) If the funds are no longer under the control of the payment office, the Government is deemed to have made payment and the Contractor is responsible for recovery of any erroneously directed funds; or (ii) If the funds remain under the control of the payment office, the Government shall not make payment, and the provisions of paragraph (d) of this clause shall apply. (f) EFT and prompt payment. A payment shall be deemed to have been made in a timely manner in accordance with the prompt payment terms of this contract if, in the EFT payment transaction instruction released to the Federal Reserve System, the date specified for settlement of the payment is on or before the prompt payment due date, provided the specified payment date is a valid date under the rules of the Federal Reserve System. (g) EFT and assignment of claims. If the Contractor assigns the proceeds of this contract as provided for in the assignment of claims terms of this contract, the Contractor shall require as a condition of any such assignment, that the assignee shall register separately in the CCR database and shall be paid by EFT in accordance with the terms of this clause. Notwithstanding any other requirement of this contract, payment to an ultimate recipient other than the Contractor, or a financial institution properly recognized under an assignment of claims, is not permitted. In all respects, the requirements of this clause shall apply to the assignee as if it were the Contractor. EFT information that shows the ultimate recipient of the transfer to be other than the Contractor, in the absence of a proper assignment of claims acceptable to the Government, is incorrect EFT information within the meaning of paragraph (d) of this clause. (h) Liability for change of EFT information by financial agent. The Government is not liable for errors resulting from changes to EFT information made by the Contractor's financial agent. (i) Payment information. The payment or disbursing office shall forward to the Contractor available payment information that is suitable for transmission as of the date of release of the EFT instruction to the Federal Reserve System. The Government may request the Contractor to designate a desired format and method(s) for delivery of payment information from a list of formats and methods the payment office is capable of executing. However, the Government does not guarantee that any particular format or method of delivery is available at any particular payment office and retains the latitude to use the format and delivery method most convenient to the Government. If the Government makes payment by check in accordance with paragraph (a) of this clause, the Government shall mail the payment information to the remittance address contained in the CCR database. 3.9.1-1 Contract Disputes (November 2002) (a) All contract disputes arising under or related to this contract shall be resolved through the Federal Aviation Administration (FAA) dispute resolution system at the Office of Dispute Resolution for Acquisition (ODRA) and shall be governed by the procedures set forth in 14 C.F.R. Parts 14 and 17, which are hereby incorporated by reference. Judicial review, where available, will be in accordance with 49 U.S.C. 46110 and shall apply only to final agency decisions. A contractor may seek review of a final FAA decision only after its administrative remedies have been exhausted. (b) The filing of a contract dispute with the ODRA may be accomplished by mail, overnight delivery, hand delivery, or by facsimile. A contract dispute is considered to be filed on the date it is received by the ODRA. (c) Contract disputes are to be in writing and shall contain: (1) The contractor's name, address, telephone and fax numbers and the name, address, telephone and fax numbers of the contractor's legal representative(s) (if any) for the contract dispute; (2) The contract number and the name of the Contracting Officer; (3) A detailed chronological statement of the facts and of the legal grounds for the contractor's positions regarding each element or count of the contract dispute (i.e., broken down by individual claim item), citing to relevant contract provisions and documents and attaching copies of those provisions and documents; (4) All information establishing that the contract dispute was timely filed; (5) A request for a specific remedy, and if a monetary remedy is requested, a sum certain must be specified and pertinent cost information and documentation (e.g., invoices and cancelled checks) attached, broken down by individual claim item and summarized; and (6) The signature of a duly authorized representative of the initiating party. (d) Contract disputes shall be filed at the following address: (1) Office of Dispute Resolution for Acquisition, AGC-70, Federal Aviation Administration, 800 Independence Ave, S.W., Room 323, Washington, DC 20591, Telephone: (202) 267-3290, Facsimile: (202) 267-3720; or (2) other address as specified in 14 CFR Part 17. (e) A contract dispute against the FAA shall be filed with the ODRA within two (2) years of the accrual of the contract claim involved. A contract dispute by the FAA against a contractor (excluding contract disputes alleging warranty issues, fraud or latent defects) likewise shall be filed within two (2) years after the accrual of the contract claim. If an underlying contract entered into prior to the effective date of this part provides for time limitations for filing of contract disputes with the ODRA which differ from the aforesaid two (2) year period, the limitation periods in the contract shall control over the limitation period of this section. In no event will either party be permitted to file with the ODRA a contract dispute seeking an equitable adjustment or other damages after the contractor has accepted final contract payment, with the exception of FAA claims related to warranty issues, gross mistakes amounting to fraud or latent defects. FAA claims against the contractor based on warranty issues must be filed within the time specified under applicable contract warranty provisions. Any FAA claims against the contractor based on gross mistakes amounting to fraud or latent defects shall be filed with the ODRA within two (2) years of the date on which the FAA knew or should have known of the presence of the fraud or latent defect. (f) A party shall serve a copy of the contract dispute upon the other party, by means reasonably calculated to be received on the same day as the filing is to be received by the ODRA. (g) After filing the contract dispute, the contractor should seek informal resolution with the Contracting Officer. (h) The FAA requires continued performance with respect to contract disputes arising under this contract, in accordance with the provisions of the contract, pending a final FAA decision. (i) The FAA will pay interest on the amount found due and unpaid from (1) the date the Contracting Officer receives the contract dispute, or (2) the date payment otherwise would be due, if that date is later, until the date of payment. Simple interest on contract disputes shall be paid at the rate fixed by the Secretary of the Treasury that is applicable on the date the Contracting Officer receives the contract dispute and then at the rate applicable for each 6-month period as fixed by the Treasury Secretary until payment is made. (j) Additional information and guidance about the ODRA dispute resolution process for contract disputes can be found on the ODRA Website at http://www.faa.gov. (End of clause) 3.9.1-2 Protest After Award (August 1997) (a) Upon receipt of a notice that a protest has been filed with the FAA Office of Dispute Resolution, or a determination that a protest is likely, the Administrator or his designee may instruct the Contracting Officer) to direct the Contractor to stop performance of the work called for by this contract. The order to the Contractor shall be in writing, and shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Upon receipt of the final decision or other resolution of the protest, the Contracting Officer shall either-- (1) Cancel the stop-work order; or (2) For other than cost-reimbursement contracts, terminate the work covered by the order as provided in the "Default" or the "Termination for Convenience of the Government" clause(s) of this contract; or (3) For cost-reimbursement contracts, terminate the work covered by the order as provided in the "Termination" clause of this contract. (b) If a stop-work order issued under this clause is canceled either before or after the final resolution of the protest, the Contractor shall resume work. The Contracting Officer shall make for other than cost-reimbursement contracts, an equitable adjustment in the delivery schedule or contract price, or both; and for cost-reimbursement contracts, an equitable adjustment in the delivery schedule, the estimated cost, the fee, or a combination thereof, and in any other terms of the contract that may be affected; and the contract shall be modified, in writing, accordingly, if-- (1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to an adjustment within 30 days after the end of the period of work stoppage; provided, that if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon a proposal submitted at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. (e) The Government's rights to terminate this contract at any time are not affected by action taken under this clause. 3.9.1-3 Protest (November 2002) AS A CONDITION OF SUBMITTING AN OFFER OR RESPONSE TO THIS SIR (OR OTHER SOLICITATION, IF APPROPRIATE), THE OFFEROR OR POTENTIAL OFFEROR AGREES TO BE BOUND BY THE FOLLOWING PROVISIONS RELATING TO PROTESTS: (a) Protests concerning Federal Aviation Administration Screening Information Requests (SIRs) or awards of contracts shall be resolved through the Federal Aviation Administration (FAA) dispute resolution system at the Office of Dispute Resolution for Acquisition (ODRA) and shall be governed by the procedures set forth in 14 C.F.R. Parts 14 and 17, which are hereby incorporated by reference. Judicial review, where available, will be in accordance with 49 U.S.C. 46110 and shall apply only to final agency decisions. A protestor may seek review of a final FAA decision only after its administrative remedies have been exhausted. (b) Offerors initially should attempt to resolve any issues concerning potential protests with the Contracting Officer. The Contracting Officer should make reasonable efforts to answer questions promptly and completely, and, where possible, to resolve concerns or controversies. The protest time limitations, however, will not be extended by attempts to resolve a potential protest with the Contracting Officer. (c) The filing of a protest with the ODRA may be accomplished by mail, overnight delivery, hand delivery, or by facsimile. A protest is considered to be filed on the date it is received by the ODRA. (d) Only an interested party may file a protest. An interested party is one whose direct economic interest has been or would be affected by the award or failure to award an FAA contract. Proposed subcontractors are not "interested parties" within this definition. (e) A written protest must be filed with the ODRA within the times set forth below, or the protest shall be dismissed as untimely: (1) Protests based upon alleged improprieties in a solicitation or a SIR that are apparent prior to bid opening or the time set for receipt of initial proposals shall be filed prior to bid opening or the time set for the receipt of initial proposals. (2) In procurements where proposals are requested, alleged improprieties that do not exist in the initial solicitation, but which are subsequently incorporated into the solicitation, must be protested not later than the next closing time for receipt of proposals following the incorporation. (3) For protests other than those related to alleged solicitation improprieties, the protest must be filed on the later of the following two dates: (i) Not later than seven (7) business days after the date the protester knew or should have known of the grounds for the protest; or (ii) If the protester has requested a post-award debriefing from the FAA Product Team, not later than five (5) business days after the date on which the Product Team holds that debriefing. (f) Protests shall be filed at: (1) Office of Dispute Resolution for Acquisition, AGC-70, Federal Aviation Administration, 800 Independence Ave., S.W., Room 323, Washington, DC 20591, Telephone: (202) 267-3290, Facsimile: (202) 267-3720; or (2) other address as specified in 14 CFR Part 17. (g) At the same time as filing the protest with the ODRA, the protester shall serve a copy of the protest on the Contracting Officer and any other official designated in the SIR for receipt of protests by means reasonably calculated to be received by the Contracting Officer on the same day as it is to be received by the ODRA. The protest shall include a signed statement from the protester, certifying to the ODRA the manner of service, date, and time when a copy of the protest was served on the Contracting Officer and other designated official(s). (h) Additional information and guidance about the ODRA dispute resolution process for protests can be found on the ODRA Website at http://www.faa.gov. (End of provision) 3.10.1-25 Novation and Change-Of-Name Agreements (January 2003) a.In the event the Contractor wishes the Government to recognize a successor in interest to the contract due to a complete transfer of assets required to perform the contract or an applicable merger, the Contractor must submit a written request to the Contracting Officer with the required documentation. This is required in order to obtain the Government's consent for the successor Contractor to assume contract performance and receive payments for deliveries.b.For a change of Contractor name the contractor agrees to provide the necessary documentation to establish that a legal name change has been made, including any revision to payment addresses/accounts.c. The Contractor agrees to follow the procedures and provide the documents, as requested by the cognizant Contracting Officer, described in FAA Procurement Guidance entitled "Novation and Change-Of-Name Agreements" published at http://fast.faa.gov/procurement_guide/html/3-10-1.htm.d. When it is in the Government's interest not to concur in the transfer of the contract from one company to another, the Contractor remains subject to all contract terms and conditions including termination for default should the Contractor fail to perform.3.13-5 Seat Belt Use by Contractor Employees (January 1999) In accordance with Executive Order 13043 entitled "Increasing Seat Belt Use in the U.S.," the contractor is encouraged to implement, communicate and enforce on the job seat belt policies and programs for their employees and subcontractors when operating company-owned, rented or personally-owned vehicles. (End of clause) PART III - SECTION J LIST OF ATTACHMENTS Attachment J-1 Business Declaration Form PART IV - SECTION K REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS 3.1-1 Clauses and Provisions Incorporated by Reference (December 2005) This screening information request (SIR) or contract, as applicable, incorporates by reference the provisions or clauses listed below with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://conwrite.faa.gov (on this web page, select "Search and View Clauses"). 3.2.5-2 Independent Price Determination (October 1996)3.6.3-10 Certification of Toxic Chemical Release Reporting (August 1998)3.2.2.3-70 Taxpayer Identification (July 2004) (a) Definitions. (1) "Common parent," as used in this clause, means a corporate entity that owns or controls an affiliated group of corporations that files an offeror's (you, your) Federal income tax returns on a consolidated basis, and of which you are a member. (2) "Corporate status," as used in this clause, means a designation as to whether you are a corporate entity, an unincorporated entity (for example, sole proprietorship or partnership), or a corporation providing medical and health care services. (3) "Taxpayer Identification Number (TIN)," as used in this clause, means the number the Internal Revenue Service (IRS) requires you use in reporting income tax and other returns. (b) All offerors must submit the information required in paragraphs (c) through (e) of this provision to comply with reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M and implementing regulations issued by IRS. The FAA will use this information to collect and report on any delinquent amounts arising out of your relation with the Federal Government, under Public Law 104 -134, the Debt Collection Improvement Act of 1996, Section 31001(I)(3). If the resulting contract is subject to the reporting requirements and you refuse or fail to provide the information, the Contracting Officer (CO) may reduce your payments 31 percent under the contract. (c) Taxpayer Identification Number (TIN). [ ] TIN: ______________________________[ ] TIN has been applied for.[ ] TIN is not required because:[ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not leave income effectively connected with the conduct of a trade or business in the U.S. and does not have an office or place of business or a fiscal paying agent in the U.S.;[ ] Offeror is an agency or instrumentality of a foreign government;[ ] Offeror is an agency or instrumentality of a Federal, state, or local government;[ ] Other--State basis. ___________________________________. (d) Corporate Status. [ ] Corporation providing medical and health care services, or engaged in the billing and collecting of payments for such services;[ ] Other corporate entity[ ] 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. [ ] A common parent does not own or control the offeror as defined in paragraph (a).[ ] Name and TIN of common parent:Name _______________________________________________________TIN _______________________________________________________ (End of provision) 3.2.2.7-7 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (April 1996) (a) 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, or receiving stolen property; and (C) Are [ ] are not [ ] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in 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. '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 SIR. 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 possessed by a prudent person in the ordinary course of business dealings. (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 SIR for default. (End of provision) 3.3.1-35 Certification of Registration in Central Contractor Registration (CCR) (April 2006) In accordance with Clause 3.3.1-33, Central Contractor Registration, offeror certifies that they are registered in the CCR Database and have entered all mandatory information including the DUNS or DUNS+4 Number. Name: ______________________________ Title: _______________________________ Phone Number: _______________________ (End of provision) 3.6.3-11 Toxic Chemical Release Reporting (August 1998) (a) Unless otherwise exempt, the Contractor, as owner or operator of a facility used in the performance of this contract, shall file by July 1 for the prior calendar year an annual Toxic Chemical Release Inventory Form (Form R) as described in sections 313(a) and (g) of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11023(a) and (g)), and section 6607 of the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13106). The Contractor shall file, for each facility subject to the Form R filing and reporting requirements, the annual Form R throughout the life of the contract. (b) A Contractor owned or operated facility used in the performance of this contract is exempt from the requirement to file an annual Form R if-- (1) The facility does not manufacture, process, or otherwise use any toxic chemicals listed under section 313(c) of EPCRA, 42 U.S.C. 11023(c); (2) The facility does not have 10 or more full-time employees as specified in section 313(b)(1)(A) of EPCRA, 42 U.S.C. 11023(b)(1)(A); (3) The facility does not meet the reporting thresholds of toxic chemicals established under section 313(f) of EPCRA, 42 U.S.C. 11023(f) (including the alternate thresholds at 40 CFR 372.27, provided an appropriate certification form has been filed with EPA); (4) The facility does not fall within Standard Industrial Classification Code (SIC) designations 20 through 39 or; (5) The facility is not located within any State of the United States, the District of Columbia, the Commonwealth of Puerto Rico, Guam, American Samoa, the United States Virgin Islands, the Northern Mariana Islands, or any other territory or possession over which the United States has jurisdiction. (c) If the Contractor has certified to an exemption in accordance with one or more of the criteria in paragraph (b) of this clause, and after award of the contract circumstances change so that any of its owned or operated facilities used in the performance of this contract is no longer exempt-- (1) The Contractor shall notify the Contracting Officer; and (2) The Contractor, as owner or operator of a facility used in the performance of this contract that is no longer exempt, shall-- (i) Submit a Toxic Chemical Release Inventory Form (Form R) on or before July 1 for the prior calendar year during which the facility becomes eligible; and (ii) Continue to file the annual Form R for the life of the contract for such facility. (d) The Contracting Officer may terminate this contract or take other action as appropriate, if the Contractor fails to comply accurately and fully with the EPCRA and PPA toxic chemical release filing and reporting requirements. (e) Except for acquisitions of commercial items shall-- (1) For competitive subcontracts expected to exceed $100,000 (including all options), include a solicitation provision substantially the same as the provision entitled Certification of Toxic Chemical Release Reporting; and (2) Include in any resultant subcontract exceeding $100,000 (including all options), the substance of this clause, except this paragraph (e). (End of clause) 3.13-4 Contractor Identification Number? Data Universal Numbering System (DUNS) Number (April 2006) (a) Definitions. As used in this clause "Contractor Identification Number," as used in this provision, means "Data Universal Numbering System (DUNS) number, which is a nine-digit number assigned by Dun and Bradstreet Information Services, to identify unique business entities (taken from CCR clause) "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. (b) Contractor identification is essential for receiving payment and complying with statutory contract reporting requirements. Therefore, the offeror shall provide its DUNS or DUNS+4 number below. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. DUNS OR DUNS+4 NUMBER: _________________________ (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) If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/; or (ii) If located outside the United States, by 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 different from physical street address). (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). (End of provision) PART IV - SECTION L INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS 3.1-1 Clauses and Provisions Incorporated by Reference (December 2005) This screening information request (SIR) or contract, as applicable, incorporates by reference the provisions or clauses listed below with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://conwrite.faa.gov (on this web page, select "Search and View Clauses"). 3.2.2.3-1 False Statements in Offers (July 2004)3.2.2.3-12 Amendments to Screening Information Requests (July 2004)3.2.2.3-14 Late Submissions, Modifications, and Withdrawals of Submittals (July 2004)3.2.2.3-16 Restricting, Disclosing and Using Data (July 2004)3.2.2.3-19 Contract Award (July 2004)3.9.1-3 Protest (November 2002)3.1.7-4 Organizational Conflict of Interest SIR Provision (March 2006)3.2.2.3-6 Submittals in the English Language (July 2004)3.2.2.3-7 Submittals in U.S. Currency (July 2004)3.2.2.3-11Unnecessarily Elaborate Submittals (July 2004)3.2.2.3-12Amendments to Screening Information Requests (July 2004)3.2.2.3-13Submission of Information/Documentation/Offers (July 2004)3.2.2.3-17Preparing Offers (July 2004)3.2.2.3-18Prospective Offeror's Requests for Explanations (July 2004)3.13-4Contractor Identification Number-Data Universal Numbering System (DUNS) Number (August 1997) L.1 TIME, DATE, PLACE, AND SUBMISSION OF PROPOSALS L.2. MAILING/DELIVERY ADDRESS -- Proposals must be either U.S. mailed, hand-delivered, delivered by courier, or Express Mailed to the following address: Federal Aviation AdministrationATTN: Rodney MageeContract Specialist, AJA-4824th Floor, Room 400 W, Orville Wright Building (FOB-10A)800 Independence Avenue, S.W.Washington, D.C. 20591Telephone Number (202) 267-7699 Pick-up for hand delivered proposals will be in the lobby of building FOB-10A. Please call in advance for pick-up and again upon arrival in the lobby. ELECTRONIC AND FACSIMILE OFFERS WILL NOT BE ACCEPTED. L.2.2 QUESTIONS -- Any questions or clarification concerning any aspect of the SIR will be prepared in writing. Questions must make reference to the applicable section of the SIR. The Contracting Officer will compile Offeror's SIR questions and FAA responses. The compilation of questions and responses will be communicated to all Offerors. Offerors' questions and FAA responses may form the basis of an amendment to the SIR. Questions may be submitted to the Rodney.Magee@faa.gov no later than 3:00 p.m. Eastern Standard Time on September 15, 2008. Questions must be forwarded by electronic messaging format. TELEPHONIC QUESTIONS AND MAILED QUESTIONS WILL NOT BE ACCEPTED. L.2.3 TIME AND DATE - Proposals must be received no later than 12:00 p.m. Eastern Standard Time on September 18, 2008. L.2.4 PROPOSAL SUBMISSION - Offerors assume the full responsibility of ensuring that proposals are received at the place and by the date and time specified above. L.3 AMS 3.2.2.3-22 Period for Acceptance of Offer (April 1996) In compliance with the Screening Information Request (SIR), the Offeror agrees, if this offer is accepted within 180 calendar days from the date specified in the SIR for receipt of offers, to furnish any or all items on which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the Schedule.L.4 The technical proposal (Volume 1) will consist of the following:L.4.1 Volume I Part 1- Past Performance Information Offerors must provide past performance information on at least 3 contracts of similar size and scope to this requirement. The FAA will evaluate only work that has been performed within the last 3 years. The Offerors past performance information must include: a.Customer Nameb.Address, telephone number of Point of Contact (POC).c.Contract number and type of contractd.Date of contract, period of performance, and place(s) of performance L.5 VOLUME II - OFFER/PRICE PROPOSAL L.5.1 Offeror's must complete Section B. 2.2 pricing. Unrealistically low proposed prices, whether submitted initially or subsequently, may be grounds for eliminating a proposal from competition on the basis that the Offeror does not understand the requirement. Part V - SECTION MEVALUATION FACTORS FOR AWARD M.1AWARD SELECTION The FAA will select for contract award an offer that is technically acceptable and lowest price. In making this determination, the technical qualifications and price is of equal value. The FAA will evaluate Offerors' proposals based on the evaluation factors below. Offerors must provide written documentation addressing each of the factors. All evaluation factors will be on a go/no go basis. M. 2 Evaluation Criteria Factor 1: Tiered Evaluation A tiered evaluation of offers will be used in source selection and offers from other than small business concerns will only be considered after the determination that an insufficient number from responsible small business concerns were received. The evaluation order of precedence is (descending order): (a)Socially and economically disadvantaged business (SEDB) expressly certified by the Small Business Administration (SBA) for participation in SBA's 8(a) program.(b)Service-disabled veteran owned small business(SDVOB);(c)Very small businesses;(d)Small businesses; and(e)Other than small business. Factor 2: (go/no go basis) In order to be considered for award, the Offeror must demonstrate that it has performed successfully on at least three projects of similar size, scope and complexity to this requirement within the past three years. This is a pass/fail requirement and Offerors that fail to demonstrate that they have met these minimum experience requirements may be rejected, at the Government's discretion, for award without further consideration. Offeror's that are able to demonstrate that they have met these minimum experience requirements will be evaluated further based on the extent to which they represent capabilities in the areas of expertise as defined in the Statement of Work. Offerors will be scored on the following basis: Factor 3: (go/no basis) In order to be considered for award, an Offeror must provide additional coaching and/or training, at no cost, for participants that do not successfully complete the PMI Certification Examination. Offerors must also agree to absorb the costs for additional examination fees (up to three times) for any individual that does not successfully complete the PMI Certification Examination. Factor 4: (go/no go basis) In order to be considered for award, the Offeror must demonstrate an ability to meet the flexible requirements in the SOW. M.3 Price Evaluation Process Price will not be numerically scored. The Contracting Officer will make a determination that the Offerors' price is fair and reasonable prior to award. A price is "reasonable" if it does not exceed that which a prudent person would pay in the conduct of a competitive business. When determining reasonableness, the FAA will perform a price analysis.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=51d63f67cd9408c8da374a0b2d23a8d6&tab=core&_cview=1)
 
Record
SN01670032-W 20080915/080913214336-51d63f67cd9408c8da374a0b2d23a8d6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.