Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

R -- Professional Economic Services - "Word" copy of Solicitation

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Office of Acquisition (TQ), 10300 Eaton Place, 5th Floor, Fairfax, Virginia, 22030
 
ZIP Code
22030
 
Solicitation Number
QTA-010-RH-B-1007
 
Archive Date
9/3/2010
 
Point of Contact
Robert A. Hayhurst, Phone: (703) 306-6443, Robert A. Hayhurst, Phone: (703) 306-6443
 
E-Mail Address
robert.hayhurst@gsa.gov, robert.hayhurst@gsa.gov
(robert.hayhurst@gsa.gov, robert.hayhurst@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
'Word' copy of solicitation Combined Synopsis / Solicitation R - Professional Economic Services General Information Document Type: Combined Synopsis / Solicitation Solicitation Number: QTA-010-RH-B-1007 Posted Date: July 20, 2010 Original Response Date: August 19, 2010 Current Archive Date: Manual Archiving policy Classification Code: R - Professional, Administrative, and Management Support Services Set Aside: Total Small Business Contracting Office Address U.S. General Services Administration, Federal Acquisition Service, Integrated Technology Service, 10304 Eaton Place, Fairfax, VA 22030. Description The U.S. General Services Administration is seeking qualified professionals to assist it in representing FEAs at telecommunications proceedings conducted by the FCC, State Public Utility Commissions (PUCs), and other judicial and administrative forums and to study the prices for telecommunications and services. The period of performance will consist of one (1) base year and four (4) one-year options. This procurement will be awarded as a Federal Acquisition Regulation (FAR) Part 12, Fixed-Price, Indefinite Delivery / Indefinite Quantity Contract, FOB Destination. PROPOSALS ARE DUE AUGUST 19, 2010 BY 4:00 P.M. EASTERN STANDARD TIME. Commercial item acquisition regulations per FAR 12 will be used. THIS IS A COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate WRITTEN SOLICITATION WILL NOT BE ISSUED. A complete copy of this Request for Proposal is attached at the Federal Business Opportunity website ( www.fbo.gov ) and should be used by offerors in preparing their proposal. Offerors should search the FBO website by the solicitation number. The solicitation number QTA-010-RH-B-1007 is issued as a request for proposal (RFP). The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation and General Services Administration Manual (GSAM) can be accessed on the internet at http://farsite.hill.af.mil/. This solicitation is a total small business set-aside and the associated NAICS Code for this procurement is 541611 - Administrative Management and General Management Consulting Services. The small business size standard is $7 million. The Small Business Competitiveness Demonstration Program is applicable to this solicitation. The government will guarantee an order for services of a minimum $10,000 during the base year of this contract. The maximum, all inclusive dollar amount the government may order under this contract is $5,000,000. The provision at 52.212-1, Instructions to Offerors - Commercial Items (June 2008) applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999) applies and the specific evaluation criteria to be included in paragraph (a) is as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Basis for Award Award shall be made to the responsive, responsible Offeror whose proposal provides the Government with the greatest value. Technical and management aspects are more important than price, however, as the technical and management aspects between proposals become more equal, the importance of price increases. 2. Evaluation of Requirements Proposals shall be prepared in accordance with Clause 52.212-1 Instructions of Offerors - Commercial Items. All Offerors must clearly demonstrate an understanding of all the requirements specified in this solicitation. Failure to furnish full and complete information that demonstrates the Offeror's understanding of the requirements may cause the Government to eliminate that offer from the competition. 3. Technical and Management Evaluation Factors Technical and management proposals submitted will be evaluated based on the evaluation factors below. Factors are listed in descending order of importance. Management Evaluation Factors: a. Experience b. Past Performance c. Personnel d. Management Plan e. Quality Assurance Surveillance Plan Technical Evaluation Factors: •a. Understanding of the issues •b. Quality of work products 4. Price Evaluation The evaluated price for each line item will be determined by multiplying the line item's Estimated Hours by the Offeror's Hourly Burdened Labor Rate to form the Estimated Amount for each line item. The summation of the Estimated Amounts will be added to the government-provided estimate for Other Direct Costs for the contract period to determine the total evaluated contract price for the entire contract period. The quantities identified in the estimate are for evaluation purposes only and do not represent the Government's actual quantities. All prices will be evaluated for reasonableness and realism. 5. Unbalanced Offers Proposed prices for the stated requirements shall be evaluated in accordance with the policies and procedures of FAR Part 12. GSA may reject an offer if it is materially unbalanced as to the price for meeting the requirements. An unbalanced offer or proposal is one which is based on prices significantly less than price for some work and/or significantly overstated for other work. 6. Unrealistic Proposals Offerors are placed on notice that any proposal that is unrealistic in terms of technical commitment, or unrealistically low in price, will be deemed reflective of an inherent lack of management and technical competence or indicative of failure to comprehend the complexity and risk of the contract requirements. This may be grounds for the rejection of that proposal. 7. Negotiations The Government may award a contract on initial offers received, without discussion of such offers. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must include a copy of 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009) with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial items (Mar 2009) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - commercial Items (Sep 2009) applies to this acquisition. In addition, the additional FAR Clauses cited in this clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). The following FAR Clauses are incorporated by reference: 52.203-3 Gratuities APR 1984 52.204-4 Printed or Copied Double-Sided Recycled Paper AUG 2000 52.204-7 Central Contractor Registration APR 2008 52.204-9 Personal Identity Verification of Contractor Personnel SEPT 2007 52.209-7 Information Regarding Responsibility Matters APR 2010 52.209-8 Updates of Information Regarding Responsibility Matters APR 2010 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.237-3 Continuity of Services JAN 1991 52.242-15 Stop-Work Order AUG 1989 •552.212-71 The GSAM Clause at 552.212-71 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items (Jul 2003) applies to this acquisition. The following GSAM Clauses are incorporated by reference to this solicitation: 552.203-71 Restriction on Advertising SEP 1999 552.215-70 Examination of Records by GSA FEB 1996 552.229-70 Federal, State, and Local Taxes APR 1984 552.232-23 Assignment of Claims SEP 1999 ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. Offers should include: Company Name; Company Address; Tax Payer ID Number; DUNS Number; Company Point of Contact; and all information required in FAR 52.212.-1, FAR 52.212-3, GSA Form 527 ( available from the GSA website: www.gsa.gov ); and all items specified in Section 8, Submission of Offers, of this solicitation prior to the time specified for receipt of offers. Delivery of Offer : All offers must be submitted electronically in accordance with Section 8, Submission of Offers, of this solicitation. They must be received by 4:00 P.M. Eastern Standard Time on August 19, 2010. They must be delivered to the U.S. General Services Administration, Federal Acquisition Service, Integrated Technology Service, 10304 Eaton Place, 4 th Floor, 4C-14, Fairfax, VA 22030. A. Mailed Electronic Offers for furnishing the Supplies or Services herein will be received at the address specified above. B. Hand carried Electronic Offers for furnishing the Supplies or Services herein will be received at the address specified above. Hand-carried proposals are subject to the FAR provision 52.214-7, entitled "Late Submissions, Modifications, and Withdrawals of Proposals (NOV 1999)" which is incorporated by reference. C. The package (e.g., envelope, box) containing the electronic offer being submitted must be clearly marked in accordance to the Section 8 of the solicitation, Submission of Offers, of this solicitation. D. GSA's hours of operation are from 8:00 a.m. to 4:30 p.m., Monday through Friday. Requests for pre-award debriefings postmarked or otherwise submitted after 4:30 p.m. will be considered submitted the following business day. Requests for post-award debriefings delivered after 4:30 p.m. will be considered received and filed the following business day. Point of Contact for the Solicitation: Robert A. Hayhurst, Contracting Officer Phone: 703-306-6443, Fax: 703-306-7458, Email: robert.hayhurst@gsa.gov All questions pertaining to this requirement shall be submitted in writing. Questions may be submitted by either electronic mail to robert.hayhurst@gsa.gov OR at facsimile number 703-306-7458 no later than August 18, 2010, 4:00 p.m. Eastern Standard Time. Please include the solicitation number on all documents submitted. Call Robert A. Hayhurst at 703-306-6443 to confirm receipt of your submittal. All questions received timely will be answered. Please note that any questions received after the deadline will not be answered. Statement of Work 1. BACKGROUND The General Services Administration (GSA) has the statutory authority, [Section 201 (a) of the Federal Property and Administrative Services Act of 1949 as Amended, 40 U.S.C. 501] to represent the consumer interests of the Federal Executive Agencies (FEAs) at telecommunications proceedings conducted by the Federal Communications Commission (FCC) and State regulatory bodies (referred to as the State Public Utility Commissions [PUCs]). GSA is seeking qualified professionals to assist it in representing FEAs at telecommunications proceedings conducted by the FCC, State Public Utility Commissions (PUCs), and other judicial and administrative forums and to study the prices for telecommunications and services. 2. PRICING 2.1 Hourly Labor Rates for Estimated Hours for this Contract The following is the Government's estimate of hours, by labor category, that will be required to complete all tasks in each year of the contract. This quantity will be used to extend the "Fixed" hourly rate. The fixed hourly rate is a burdened labor rate (inclusive of wages, overhead expenses, general and administrative expenses and profit) per hour used by the Contractor to arrive at the Total Estimated Amount. The fixed hourly rate does not include Other Direct Costs such as material and travel. The Estimated Total Contract Price, consisting of all Labor and Other Direct Costs, will be used for evaluation purposes only. The Government will only be obligated for specific items and quantities through the issuance of a task (delivery) order under the contract. The actual number of hours for each labor category and the amount of Other Direct Cost items will be negotiated upon identification of a specific requirement. However, the hourly labor rate will remain fixed for the contract year in which the task (delivery) order is issued. 2.2 Base Year (Date of Award through 9/30/2011) Estimated Hourly Burdened Estimated Line Item Description Hours Labor Rate Amount 00001 Senior Professional 2,000 _____________ _____________ 00002 Professional 1,500 _____________ _____________ 00003 Staff Professional 1,200 _____________ _____________ 00004 Research Assistant 1,200 _____________ ____________ Total Estimated Labor Amount _____________ Estimated Other Direct Costs $25,000.00 Total Estimated Base Period Amount _____________ 2.3 Second Year (10/1/2011 through 9/30/2012) Estimated Hourly Burdened Estimated Line Item Description Hours Labor Rate Amount 00001 Senior Professional 2,000 _____________ _____________ 00002 Professional 1,500 _____________ _____________ 00003 Staff Professional 1,200 _____________ _____________ 00004 Research Assistant 1,200 _____________ _____________ Total Estimated Labor Amount _____________ Estimated Other Direct Costs $25,000.00 Total Estimated Option Year Amount _____________ 2.4 Third Year (10/1/2012 through 9/30/2013) Estimated Hourly Burdened Estimated Line Item Description Hours Labor Rate Amount 00001 Senior Professional 2,000 _____________ _____________ 00002 Professional 1,500 _____________ _____________ 00003 Staff Professional 1,200 _____________ _____________ 00004 Research Assistant 1,200 _____________ _____________ Total Estimated Labor Amount _____________ Estimated Other Direct Costs $25,000.00 Total Estimated Option Year Amount _____________ 2.5 Fourth Year (10/1/2013 through 9/30/2014) Estimated Hourly Burdened Estimated Line Item Description Hours Labor Rate Amount 00001 Senior Professional 2,000 _____________ _____________ 00002 Professional 1,500 _____________ _____________ 00003 Staff Professional 1,200 _____________ _____________ 00004 Research Assistant 1,200 _____________ ____________ Total Estimated Labor Amount _____________ Estimated Other Direct Costs $25,000.00 Total Estimated Option Year Amount _____________ 2.6 Fifth Year (10/1/2014 through 9/30/2015) Estimated Hourly Burdened Estimated Line Item Description Hours Labor Rate Amount 00001 Senior Professional 2,000 _____________ _____________ 00002 Professional 1,500 _____________ _____________ 00003 Staff Professional 1,200 _____________ _____________ 00004 Research Assistant 1,200 _____________ ____________ Total Estimated Labor Amount _____________ Estimated Other Direct Costs $25,000.00 Total Estimated Option Year Amount _____________ 2.7 Description of Required Skills and Experience by Labor Category Job descriptions that identify the minimum level of skill and experience required for each category of labor identified in Section 5, Required Skills and Experience, of this contract. 2.8 Other Direct Costs Travel, if required, will be billed as actual cost in accordance with the then current Federal Travel Regulations. Receipts for travel in excess of $25.00 must be submitted with the invoice to which it applies and electronic copies of travel documents will be appended to the monthly status report in which the travel occurred. LOCAL TRAVEL : The estimated local travel requirement for this contract is approximately 125 - 150 trips per year. These local trips are to the GSA offices located in Washington, D.C. and Fairfax, V.A., DOD offices located in Arlington, V.A., trips to other Federal offices, such as the Federal Communications Commission and the Department of Justice, in the DC area; and to non-Federal locations in DC-MD-VA, such as the Maryland Public Utility Commission, which are not overnight or per-diem trips. Refer to Section 7.8, Contractor Location. CONUS/OCONUS TRAVEL : The number of long distance or per diem trips required for this contract is approximately 10 per year. This includes an average of two (2) per year to non-CONUS locations and eight per year to other locations in scattered states. Trip duration varies; however, the overall average would be close to two and one-half days, so that the 10 trips translate to about 25 days per year. Offerors will be reimbursed for CONUS/OCONUS travel performed under this contract to the State Regulatory Commissions and others destinations approved by the COTR except for, the Government will not reimburse contractor travel expenses for meetings taking place within fifty (50) miles of Washington, D.C. Refer to Section 7.8, Contractor Location. 3. SCOPE OF THE WORK The General Services Administration (GSA) has the statutory authority, [Section 201 (a) of the Federal Property and Administrative Services Act of 1949 as Amended, 40 U.S.C. 501] to represent the consumer interests of the Federal Executive Agencies (FEAs) at telecommunications proceedings conducted by the Federal Communications Commission (FCC) and State regulatory bodies. GSA is seeking qualified professionals to assist it in representing FEAs at telecommunications proceedings conducted by the FCC, State Public Utility Commissions (PUCs), and other judicial and administrative forums and to study the prices for telecommunications and services. The Offeror shall assist the GSA in the following activities: 3.1 RESEARCH AND ANALYZE FCC, State PUCs, judicial and administrative forums tariff filings, investigations and proceedings affecting telecommunications rates. The Offeror shall review FCC, State PUCs, judicial and administrative forums telecommunications tariff filings, investigations and proceedings and inform GSA of their potential impact on FEAs' procurements of telecommunications services. 3.2 DEVELOP AND PRESENT material to the FCC, State PUCs, judicial and administrative forums on telecommunications services. The Offeror shall develop and present FEAs' telecommunications positions to the FCC, State PUCs, judicial and administrative forums. This shall include filing of telecommunications tariff protests, comments in formal and informal proceedings, hearing materials, presentation of expert testimony, and assistance in the preparation of briefs and other materials GSA requires presenting FEAs' position to the FCC, State PUCs, judicial and administrative forums. 3.3 EVALUATE telecommunications proceedings. The Offeror shall evaluate the results of GSA's participation in FCC, State PUCs, and judicial and administrative forums telecommunications proceedings and prepare reports that contain an assessment of the results achieved by the GSA and recommend strategies for current and future telecommunications operations in light of the proceedings. 3.4 INVESTIGATE AND STUDY the prices for telecommunications services. The Offeror shall investigate and study the market for telecommunications services to assist the FEAs in ascertaining the price and/or value of particular services. 4. SPECIFIC TASKS Specific tasks for professional economic services in support of the Rate Intervention Program for pricing of telecommunications services for the FCC, State PUCs, judicial and administrative forums may include, but are not limited to the following: a. Review the written material associated with the FCC, State PUCs, judicial and administrative forums telecommunications tariff filings or rate proceedings; b. Review the prior orders of the FCC, State PUCs, judicial and administrative forums which have a bearing on the given telecommunications proceeding; c. Identify the FCC, State PUCs, judicial and administrative forums telecommunications tariff filings, rate proceedings and specific issues that have an impact on the FEAs' procurement of telecommunications services; d. Meet with FEA personnel to develop an overall strategy and specific work plan for the given FCC, State PUCs, judicial and administrative forums telecommunications proceeding or study; e. Meet with FEA personnel to become familiar with FEAs' current and planned telecommunications requirements; f. Prepare in a timely fashion the written material needed to present FEAs' positions for pricing telecommunications services to the FCC, State PUCs, judicial and administrative forums. The work will be prepared in suitable form, proper format and with sufficient copies for filing with the FCC, State PUCs, judicial and administrative forums and service all parties, as necessary; g. Prepare written cross examination questions, exhibits and other materials for use by FEA attorneys in the cross examination of the other parties to FCC, State PUCs, judicial and administrative forums telecommunications proceedings; h. Prepare and/or present telecommunications testimony, exhibits, and other materials to FCC, State PUCs, judicial and administrative forums and appear for cross-examination, if necessary; i. Attend selected telecommunications hearings called by the FCC, State PUCs, judicial and administrative forums, settlement conferences and meetings of the parties to provide technical assistance to FEA attorneys and participants; j. Prepare the FCC, State PUCs, judicial and administrative forums pre‑hearing, hearing and post hearing materials on pricing telecommunications needed by the FEAs; k. Provide assistance in the preparation of FCC, State PUCs, judicial and administrative forums pre‑hearing, and hearing and post‑hearing telecommunications materials needed by the FEAs; l. Review final telecommunications orders or opinions of the FCC, State PUCs, judicial and administrative forums and prepare reports that include: a summary of the proceeding; an analysis of the FCC, State PUCs, judicial and administrative forums decisions and new rates and their effect on FEAs' current and planned telecommunications procurements; and recommendations for future telecommunications strategies and operations; m. Gather data about the price and/or value of telecommunications services; and n. Investigate, study and prepare reports about the price and/or value of telecommunications and services. The Government will issue individual task/delivery orders against this contract to accomplish work. 5. REQUIRED SKILLS AND EXPERIENCE The Government has determined that the following job descriptions constitute the minimum level of skill and experience necessary to provide satisfactory service under this contract. All references to work products refer to telecommunications material. All references to the FCC, State PUCs, judicial and administrative forums are for telecommunications economic services. 5.1 Senior Professional Senior Professionals are generally considered to be the Offeror's top-level managers and most senior professionals. To be classified as a Senior Professional under this contract the individual must be an experienced and qualified expert in telecommunications matters. A qualified expert is a person who has been proffered and accepted as a telecommunications expert by a least one State Regulatory Agency, and/or a person who has prepared and submitted material accepted by the FCC in a telecommunications proceeding. If the offeror is an individual (a single expert), that person must have both State and FCC experience as defined in the prior sentence. If the offeror consists of two or more individuals (a team or group of experts), at least one person must have the requisite State Regulatory telecommunications experience and at least one person must have the requisite FCC experience. The individual must be able to: (i) prepare and present expert telecommunications testimony and other materials to the FCC, State PUCs, judicial and administrative forums; (ii) advise the client(s); (iii) assist in negotiations; and (iv)investigate, study and prepare reports about the price and/or value of telecommunications services. In addition, Senior Professionals must assume responsibility for the quality of the Offeror's work products and must provide overall supervision of the Offeror's professionals, staff professionals and research assistants. Individuals working as a Senior Professional under this contract must possess a minimum BA/BS degree from an accredited university/college, ten (10) years of experience in the telecommunications industry, and experience in preparing and presenting expert telecommunications testimony and comments at the FCC, State PUCs, judicial and administrative forums. Personnel security requirements are defined in Sections 7.10, Policy Security/Suitability Requirements, 7.11, Personnel Background Investigation Requirements, and 7.12, Security. 5.2 Professional To be classified as a Professional under this contract the individual must be an experienced and qualified expert in telecommunications matters. A qualified expert is a person who has been proffered and accepted as a telecommunications expert by a least one State Regulatory Agency, and/or a person who has prepared and submitted material accepted by the FCC in a telecommunications proceeding. If the offeror is an individual (a single expert), that person must have both State and FCC experience as defined in the prior sentence. If the offeror consists of two or more individuals (a team or group of experts), at least one person must have the requisite State Regulatory telecommunications experience and at least one person must have the requisite FCC experience. The individual must be able to: (i) prepare and present expert telecommunications testimony and other materials to the FCC, State PUCs, judicial and administrative forums; (ii) advise the client(s); (iii) assist in negotiations; and (iv) investigate, study and prepare reports about the price and/or value of telecommunications services. In addition, Professionals must assume responsibility for the quality of the work products and must provide supervision of the staff professionals and research assistants assigned to this contract. Individuals working as Professionals under this contract must possess a minimum BA/BS degree from an accredited university/college, five (5) years of experience in the telecommunications industry, and experience in preparing and presenting expert telecommunications testimony and comments at the FCC, State PUCs, judicial and administrative forums. Personnel security requirements are defined in Sections 7.10, Policy Security/Suitability Requirements, 7.11, Personnel Background Investigation Requirements, and 7.12, Security. 5.3 Staff Professional To be classified as a Staff Professional under this contract the individual must be an expert in telecommunications matters. The individual must be able to: (i) prepare and present expert telecommunications testimony and other materials to the FCC, State PUCs, judicial and administrative forums; (ii) advise the client(s); (iii) assist in negotiations; and (iv) investigate, study and prepare reports about the price and/or value of telecommunications services. Staff Professionals will work under the general supervision of the Offeror's professionals and senior professionals. The individual must be able to prepare draft and final-form technical documents that will become Task Order deliverables. The individual will be responsible for spelling, grammar, proper format, and proofreading finished documents. Individuals working as Staff Professionals under this contract must possess a minimum BS/BA degree from an accredited university/college and five (5) years of experience in the telecommunications industry. An advanced degree that relates to the work required under this contract may be substituted for the five (5) years of experience. Personnel security requirements are defined in Sections 7.10, Policy Security/Suitability Requirements, 7.11, Personnel Background Investigation Requirements, and 7.12, Security. 5.4 Research Assistant To be classified as a Research Assistant under this contract the individual must be able to provide technical assistance in routine telecommunications matters to the Offeror's professionals. Individuals working as Research Assistants under this contract must possess a minimum BS/BA degree from an accredited university/college or three (3) years of experience as a research assistant. Personnel security requirements are defined in Sections 7.10, Policy Security/Suitability Requirements, 7.11, Personnel Background Investigation Requirements, and 7.12, Security. 6. ADMINISTRATIVE CONSIDERATIONS 6.1 Contract Management Notwithstanding the Contractor's responsibility for total management during the performance of the contract, the administration of the contract shall require maximum coordination between the Government and the Contractor. The following individuals shall be the Government's points of contact during performance. (a) GSA Contracting Officer (CO) All contract administration shall be effected by the GSA CO whose address shall be shown in Block 16 of the Standard Form 1449, which shall be used to effect award of this contract. Communications pertaining to contract administration matters shall be addressed to the GSA CO. No changes in or deviation from the scope of work shall be effected without a modification executed by the CO authorizing such changes. The CO shall be the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions and/or clauses contained elsewhere in the contract, said authority shall remain solely with the CO. In the event the Contractor should make any changes at the direction of any person other than the CO, such change shall be considered to have been made without authority, and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. GSA CO Name: Mr. Robert A. Hayhurst Title: Contracting Officer Organization: GSA/FAS/QTA Address: 10304 Eaton Place, 4C-14 Fairfax, VA 22030 Phone: 703 -306-6443 Email: robert.hayhurst@gsa.gov (b) GSA Contracting Officer's Technical Representative (COTR) A GSA Contracting Officer's Technical Representative (COTR) shall be designated on authority of the GSA Contracting Officer (CO) to monitor all technical aspects of the contract. The types of actions within the purview of the GSA COTR's authority shall be: •(1) To ensure that the Contractor performs the technical and management requirements of the contract. •(2) To perform or cause to be performed inspection necessary in connection with the Contractor's performance of the contract. •(3) To monitor the contractor's performance under the contract and notify the Contractor and CO of any deficiencies observed. •(4) To coordinate Government-furnished property availability and provide for site entry of Contractor personnel, if required. A written letter of delegation shall be issued by the Contracting Officer after award of the contract, designating a GSA COTR, with a copy supplied to the Contractor, stating the COTR's responsibilities and limitations. 7. SPECIAL CONTRACT REQUIREMENTS 7.1 Type and Term of Contract This contract is a firm fixed price, indefinite delivery, and indefinite quantity type FAR Part 12 Commercial Items contract. The term of the contract is for approximately five (5) years from the date of award. 7.2 Disclosure of Information (a) Any Government information made available to the Contractor shall be used only for the purpose of carrying out the provisions of this contract and shall not be disclosed or made known in any manner to any person except as may be necessary in the performance of this contract. (b) In performance of this contract the Contractor agrees to assume responsibility for protecting the confidentiality of Government records and for ensuring all work is performed under the supervision of the Contractor or the Contractor's responsible employees. (c) Each officer or employee of the Contractor to whom information may be disclosed or made available shall be notified in writing, by the Contractor, that information disclosed to such officer or employee shall be used only for the purpose and to the extent authorized herein. Use of such information for a purpose or extent unauthorized herein may subject the offender to criminal sanctions imposed by 18 U. S. C. 641. The law provides, in pertinent part, that whoever knowingly converts to their use or the use of another, or without authority sells, conveys, or disposes of any record of the United States or whoever receives the same with intent to covert to their use or gain, knowing it to have been converted, shall be guilty of a crime punishable by a fine of up to $10,000.00, or imprisonment up to ten years, or both. 7.3 SMALL BUSINESS SET-A-SIDE The Rate Intervention Program contract will be a small business set-a-side. 7.4 CONTRACTOR PERFORMANCE INFORMATION In conformance with the Government's need to record and maintain information on Contractor performance during the life of this contract, the Government will review periodically the manner in which the Contractor performs in accordance with the contract requirements such as: quality of service; cost efficiencies; timeliness; business relations; history of reasonable and cooperative behavior; and commitment to customer satisfaction. Information obtained as a result of the review(s) may be shared with Government agencies for their use in support of future award decisions (reference FAR 42.1500). 7.5 MEETINGS / CONFERENCES Technical meetings, post award conferences, pre-performance conferences, and/or meetings, to include ad hoc meetings, during contract performance may be necessary to resolve issues and to facilitate an understanding of technical and management requirements of the contract. The Contractor shall provide its technical and management staff/participants at the meetings/conferences. The Contracting Officer (CO) or the CO's designated representative will schedule the meetings/conferences between the Government and the Contractor. All Contractor costs associated with the meetings/conferences shall be considered incidental to the contract; the Contractor shall not bill the Government for its attendance and participation at the meetings/conferences except when approved by the CO. 7.6 DATA RIGHTS The Government shall own outright unlimited data rights and copyrights to all efforts, deliveries and products developed under this contract and resultant task orders without any restrictions or limitations whatsoever by the Contractor. FAR Clause 52.227.14 is incorporated herein by reference. 7.7 PROTECTION OF CONTRACT INFORMATION The Government will take the necessary and usual steps to maintain the confidentiality of information submitted by the Offeror prior to award of the contract. 7.8 CONTRACTOR LOCATION CONUS and OCONUS travel is required. Local travel within the Washington, D.C. area is required. The Government will not reimburse contractor travel expenses for meetings taking place within fifty (50) miles of Washington, D.C. The Offeror shall have a business presence located within the local area of the GSA Central Office in Washington, D. C. The local area for Central Office in the Washington, D. C. metropolitan area has been established as follows: The District of Columbia, the cities of Alexandria, Fairfax, and Falls Church in Virginia; Arlington and Fairfax Counties in Virginia; and Montgomery and Prince Georges Counties in Maryland. Local travel is required. CONUS and OCONUS travel is required. Estimated travel requirements are found in Section 2.8, Other Direct Costs. 7.9 CONTRACTOR RESPONSE TIME The Offeror shall respond to requests from the Government personnel with qualified Offeror's personnel in a timely manner consistent with requirements and professionalism. Such requests may include, but are not limited to, face-to-face participation in meetings, conference calls etc. about complex economic policy and accounting discussions. Requirements sometimes include requests that have short notice deadlines and conference calls outside the Government's (8:00 a.m. - 5:00 p.m. EST) and offeror's standard business hours. The Offeror must guarantee a response to the Government personnel and be available for conference calls when needed. This contract has no requirement for the Offeror's personnel to be placed on standby. The Offeror shall be paid for the time spent in support (not standby) of the SOW tasks. 7.10 POLICY SECURITY/SUITABILITY REQUIREMENTS FAR 52.204-9 PERSONAL IDENTITY VERITIFCATION OF CONTRACTOR PERSONNEL (JAN 2006) (a) The Contractor shall comply with agency personal identity procedures identified in the contract that implements Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have physical access to a federally-controlled facility or access to a Federal information system. 7.11 PERSONNEL BACKGROUND INVESTIGATION REQUIREMENTS The contractor will require access to Government sensitive information and/or access to Government information systems. All contractor personnel must successfully complete a background investigation, at a minimum, through a National Agency Check with Written Inquiries (NACI) as specified in GSA CIO Order 2100.1 to provide services under this contract. The COTR shall identify all individuals who require system accounts and verify that they have successfully completed the required background investigations prior to providing them access to Government sensitive information or information systems. 7.12 SECURITY The Contractor shall be responsible for properly protecting all information used, gathered, or developed as a result of this contract. The Contractor shall implement procedures that ensure that appropriate administrative, technical, and physical safeguards are established to ensure the security and confidentiality of sensitive government information, data, and/or equipment. The Contractor's procedures shall be consistent with Government and GSA policies, including GSA Order 2100.1, Information Technology Security Policy (or most current version), OMB Circular A-130, Management of Federal Information Resources, the Computer Security Act of 1987, OMB M-06-16, OMB M-07-16, HSPD12, and the Privacy Act. In addition, during all activities and operations on Government premises the Contractor shall comply with the procedures, policies, rules, and regulations governing the conduct of personnel or protection of Government facilities and data as expressed by GSA, written or oral. All Contractor personnel shall take the GSA IT Security Awareness Training Course before being allowed access to FAS computers and networks. 7.13 OTHER AGENCIES USE OF THE CONTRACT Any federal agency named in the most current version of GSA Order ADM 4800.2F (GSA Order ADM 4800.2F, Eligibility to Use GSA Sources of Supply and Services or http://www.gsa.gov/Portal/gsa/ep/contentView.do?P=FX7&contentId=8128&contentType=GSA_BASIC ) can place a delivery order directly with the Offeror for services called for in this contract, providing they have the prior, written approval to do so from the Contracting Officer's Technical Representative. The ordering agency will be responsible for compliance with all provisions of the Federal Acquisition Regulation and agency regulations in issuance of the order. Any Government ordering document prescribed by an agency regulation can be used to order service. All costs associated with the development, presentation and negotiation of the task and delivery orders will be at the Offeror's expense. The Offeror will maintain a file of all task and delivery orders received under this clause. Payment, order issuance, and contract administration are the responsibility of the issuing activity unless a GSA organization processes the order on behalf of the user agency. The GSA ordering activity may assess a management fee. Client funds will come from an approved funding source. As part of the monthly progress report required in Section 7.17 (Monthly Progress Reports) of the contract, the Offeror will include information on task/delivery orders received under this section. In addition to the information required in the monthly report, the Offeror will report monthly the cumulative total value of the task/delivery order(s) received and invoiced under this section. 7.14 WORK BY CONTRACTOR FOR OTHER PARTIES The Offeror shall not engage in any activity in connection with a proceeding being conducted by the Federal Communications Commission or a State Public Utility Commission or other State Regulatory body that regulates telecommunication that could impair its objectivity and effectiveness in representing the interests of a Federal Executive Agency (FEA). The Offeror shall not represent another party, in the same proceeding in which it is assisting GSA, who has a position that is contrary to, or inconsistent with, the position or interests of the FEAs. Further, the Offeror's personnel who are designated to present testimony, exhibits and other materials on behalf of FEA may not present testimony on behalf of any other party in the same proceeding. 7.15 HOURS OF OPERATIONS The offeror is responsible for conducting business to meet the work product with no routine duty hours; must meet schedule of the forum. The offeror must at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this Statement of Work. When hiring personnel, the offeror shall keep in mind that the stability and continuity of the work force are essential. The offeror may be required to perform services on these holidays depending upon the schedule requirements of the forum; however, normally the Federal Holiday is a non-working day. Below are the recognized holidays: New Year's Day Labor Day Martin Luther King Jr's Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 7.16 CONTRACTS MANAGER The offeror shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the offeror when the manager is absent shall be designated in writing to the Contracting Officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of the contract. 7.17 MONTHLY PROGRESS REPORTS The offeror will use the outline in Attachment 2, Monthly Progress Report, in preparing monthly progress reports. 7.18 PROBLEM NOTIFICATION REPORT The offeror will prepare and submit a Problem notification Report whenever he/she identifies a situation that (i) may delay performance under a task/delivery order, or (ii) may affect the cost or price of that task/delivery order. When preparing a Problem Notification Report, the Contractor will use the outline found in Exhibit 3, Problem Notification Report. 7.19 POSTING FCC AND STATE PUBLIC UTILITY COMMISSON FILINGS TO THE A GSA WEBSITE As requested by the Government, the Offeror shall post and maintain the final FCC and State PUC telecommunications filings developed under this contract to a government provided GSA website application. The Offeror shall post the FCC and State filings by proceeding number/date within 10 working days after the filing. 7.20 PERFORMANCE EVALUATION MEETINGS The Offeror's Contract Manager(s) may be required to meet with the COTR and the Contracting Officer either by telephone or at designated contractor-operated premise(s) on at least a weekly basis during the first month of the contract. Meetings shall be as often as necessary thereafter and at the discretion of the Contracting Officer. However, a meeting shall be held whenever a contract discrepancy report is issued. A mutual effort will be made to resolve all problems identified. The COTR will write the minutes of these meetings and the Offeror's Contract Manager, the Contracting Officer, and the COTR will sign the minutes. Should any attendee not concur with the minutes, the attendee will state their disagreement to the Contracting Officer, in writing, within three (3) working days of the meeting. 7.21 KEY PERSONNEL The Contracts Manager (reference section 7.16), Senior Professionals, Professionals and Staff Professionals are considered key personnel under the terms of this contract. The individuals proposed and accepted for these labor categories are expected to remain dedicated to this contract. Substitutions will not be accepted unless specifically agreed to, in writing, by the Contracting Officer. All substitutions will be made in accordance with this Section. During the first 90 days of contract performance, no key personnel substitutions will be permitted unless such substitutions are necessitated by the individual's sudden illness, death or termination of employment. Additions will be considered based on the Offeror's rationale. In any of these events, the Offeror will promptly notify the Contracting Officer and provide the information required by the paragraph below. After the initial ninety (90) day period, all proposed substitutions and additions of key personnel must be submitted in writing at least fifteen (15) days (thirty (30) days if a security clearance is required) in advance of the proposed substitution or addition to the Contracting Officer in accordance with the paragraph below. All requests for substitutions or additions must include: (i) a detailed explanation of the circumstances necessitating the proposed substitution or addition, (ii) a complete resume for the proposed key person; and (iii) any other information needed by the Contracting Officer to approve the request. The Contracting Officer will make the determination on what information may apply. All proposed substitutes must have qualifications equal to, or greater than, the person to be replaced. The Contracting Officer will evaluate such requests and promptly notify the Offeror of his/her approval or disapproval thereof. 8. SUBMISSION OF OFFERS a. The offeror shall submit electronic offers on one CD-ROM with an additional CD-ROM copy. The offeror shall submit a Technical proposal, Management proposal, and a Price proposal as three separate files. Each proposal will be placed in a separate file on the CD-ROM and appropriately titled as either "Technical Proposal," "Management Proposal," or "Price Proposal". Within each proposal, it is requested that there be two types of documents, "Official Submission" (all files in Adobe 9.0 format) and "Working" files (will be used for "word" searches, etc. These files will be compatible with Microsoft 2007 products (i.e. Word version 2007 and Excel version 2007) wherever possible. If a file cannot be created with a Microsoft product then an Adobe file should be used.) The two CD-ROMs shall be labeled with at minimum the contractor's name and the solicitation number, and then be placed in one sealed submission container. The Offeror shall enter the following information on the front of the submission container: (i) the deadline (hour and date) for receipt of proposals, (ii) the solicitation by number and title in the lower left hand corner, and (iii) the Offeror's name and address. The submission container shall be addressed as follows: Mr. Robert A. Hayhurst GSA/FAS/QTA Room 4C-14 10304 Eaton Place Fairfax, VA 22030 703-306-6443 robert.hayhurst@gsa.gov A table of contents document shall be saved on the CD-ROM that provides an outline of all documents, their format, and location on the CD-ROM. All signature pages should be included electronically on the CD-ROM in Adobe file format. Recommended folder and Adobe file structures: 00 QTA-010-RH-B-1007 RIP "Offerors Name" 01 Volume 1 Executive Summary ES01 TAB A Executive Summary ES02 TAB B Cross Reference 02 Volume II Technical Proposals T01 TAB A Compliance T02 TAB B Rate Structure and Other Important Issues T03 TAB C Work Product on Rate Proceeding T04 TAB D Summary of Completed Study 03 Volume III Management Proposals M01 TAB A Experience M02 TAB B Personnel Resumes M03 TAB C Offerors Management Plan M04 TAB D Quality Assurance Surveillance Plan M05 TAB E Past Performance 04 Volume IV Price Proposals P01 TAB A Standard Form 1449.pdf and GSA Form 527.pdf P02 TAB B Schedule of Prices P03 TAB C Assumptions Cond Excepts 8.1 Technical and Management Proposal Requirements The information included in this proposal will be used as the basis for evaluating the technical and management factors listed in Section 9, Clauses, Evaluation - Commercial Items, of the solicitation. Offerors are reminded that their technical and management proposals should not include any cost or pricing information. The technical proposal shall set forth, in detail, the Offeror's interpretation of stated contract goals, technical resources, experience and background that would enable them to fulfill the solicitation's stated requirements. Offerors shall provide specific information that demonstrates their ability to meet all stated requirements. Proposals that merely offer to provide the requirements as specified in the solicitation, or "parrot back" the requirements of the solicitation, may be determined technically unacceptable. 8.1.1 Offerors shall use the following format to prepare their technical, management, and pricing proposals: Volume I - Executive Summary TAB A - Executive Summary The Offeror shall provide a brief synopsis of their proposal. The synopsis must state clearly and succinctly how their proposal meets the requirements of this solicitation. Tab B - Cross-Reference Charts Technical Proposal Cross-Reference Chart The Offeror shall provide one cross-reference chart that lists each task in Sections 3, Scope of Work, Section 4, Specific Tasks, and Section 5, Required Skills and Experience with a cross-reference to the precise location in their "Technical Proposal" where the response to that task can be found. Responses to tasks that are only in the "Management Proposal" do not need a value inserted in this "Technical Proposal" cross-reference chart. The cross-reference must include the proposal: page number, paragraph number, section or clause. Management Proposal Cross-Reference Chart The Offeror shall provide one cross-reference chart that lists each task in Sections 3, Scope of Work, Section 4, Specific Tasks, and Section 5, Required Skills and Experience with a cross-reference to the precise location in their "Management Proposal" where the response to that task can be found. Responses to tasks that are only in the "Technical Proposal" do not need a value inserted in this "Management Proposal" cross-reference chart. The cross-reference must include the proposal: page number, paragraph number, section or clause. Volume II - Technical Proposal Tab A - Compliance The Offeror shall clearly describe their ability to comply with all portions of Section 4 where action or compliance by the contractor is required. A statement of compliance without the detailed description of how compliance will be met will not be considered sufficient evidence that the Offeror can meet a requirement. Tab B - Rate Structure and Other Important Issues The Offeror shall provide a written discussion of rate structure and other issues that the Offeror believes will be important to Federal Executive Agencies (FEAs) during the near term (less than five years) and the long term (more than five years). The discussion must demonstrate a clear understanding of issues involved in Federal Communications Commission and/or Public Utility Commission tariff filings. Each issue must be specifically identified and described, and must include a discussion of the importance of the issue to the FEA. The Offeror will include a description and rationale of how these issues will affect the price and/or value of telecommunications services. Tab C - Work Product on Rate Proceedings The Offeror shall provide materials from a two rate proceedings that demonstrate the Offeror's ability to address the issues discussed under Sections 3 and 4. The offeror shall provide material from one FCC proceeding within the last five (5) years AND one State PUC rate proceeding within the last five (5) years. The work product submitted must also demonstrate the offeror's ability to provide an organized, clear, concise and effective argument in the overall written presentation. Tab D - Summary of Completed Study The Offeror shall provide a description and comprehensive summary of a study they completed. The study must demonstrate the Offerors ability to gather and analyze data about the prices of telecommunications services. Volume III Management Proposal Tab A - Experience The Offeror shall provide a list of all FCC Cases and State Public Utility (Telecommunications) Cases they have participated in over the past five (5) years. For each case, the Offeror shall provide a summary of: all issues litigated, the client represented, and the name, phone number, and address of a contact for each case. The Offeror's experience must include representation of large commercial customers for tariff telecommunications services before state and federal utility commissions. It can also include other experience that demonstrates that the work performed by Offeror within the last five (5) years is comparable to the type and complexity of duties described in this solicitation. Tab B - Personnel Resumes The Offeror shall provide the resume of every individual as defined in Section 5. Required Skills and Experience who will be assigned to work on this project. The job descriptions found in Section 5 applies to professional personnel who must be experienced experts in telecommunications matters. Each proposed professional shall be a qualified expert in the telecommunications field who is able to prepare and present expert telecommunications testimony and other material to the Federal Communications Commission, State Public Utility Commissions, advise the client(s), and assist in negotiations. The resumes shall include: a detailed explanation of the education; experience including their experience in FCC and State PUC telecommunications proceedings; training; and recent, relevant experience, to include the size and scope of projects/cases worked, and acknowledge the individual can meet the requirements of public trust background investigation check. The Offeror's Senior Professional, Professional, and Staff Professional resume(s) must include the number of FCC proceedings and list the names of the FCC proceedings where the Senior Professional, Professional, and Staff Professional has presented expert testimony within the last (5) years. The Offeror must include the number of State PUC telecommunications proceedings and list the names of these proceedings where the Senior Professional, Professional, and Staff Professional have presented expert testimony within the last five (5) years. The Offeror shall also provide a letter of commitment from each individual being proposed as a Senior Professional, Professional and Staff Professional. Tab C - Management Plan The Offeror shall provide a management plan that is specifically designed for this project. The Offeror shall provide the local address and phone number for their business presence. The plan shall include a project organization chart. It shall also describe the internal reporting structure, internal quality review procedure, level of corporate commitment to this project, and contract administration functions. The plan shall identify and discuss the positions of key personnel, their authorities, span of control, and responsibilities within the organizational chain of command. It shall address geographies (support of multiple tasks performed concurrently, nationwide). The plan shall also describe how coverage will be provided and how adequate staff will be maintained. Finally, the Offeror shall include a staffing plan that explains their plans and procedures for addressing potential staffing problems. Tab D - Quality Assurance Surveillance Plan The Offeror shall provide a Quality Assurance Surveillance Plan (QASP). The plan shall outline the offeror's quality control program to ensure services are performed in accordance with this Statement of Work. The QASP shall include procedures to identify, prevent, and ensure non-recurrence of defective services. This plan should define how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). Tab E - Past Performance Offerors are responsible for providing completed Past Performance Questionnaires for filings [pleadings]. The offerors are responsible for providing clients in their List of Cases (see Section 8.1.1 Volume III, Management Proposal, TAB A, Experience) with a copy of the "Past Performance Questionnaire" from Attachment 1 of this solicitation. Cases should include three telecommunications proceedings conducted by the Federal Communications Commission within the last five years and ten telecommunications proceedings conducted by State Public Utility Commissions within the last five years. The individuals who complete the Past Performance Questionnaires should be the Contracting Officer, Contracting Officer's Technical Representative, or the Program Manager that is responsible for the projects being evaluated. The Offeror will also ensure that each completed Past Performance Questionnaire is submitted in this section of the Management Proposal. The Past Performance Questionnaires may be provided in sealed envelopes. Volume IV Price Proposal Tab A - Standard Form 1449 (Solicitation, Offer and Award) and GSA Form 527 (Contractor's Qualifications and financial Information) The Offeror shall provide a completed Standard Form 1449, with an original signature, that includes an acknowledgement of all solicitation amendments. The Standard Form 1449 must be signed by an individual who is authorized to commit the Offeror to contractual obligations. Offerors will include a 180 calendar day acceptance period. The Offeror shall provide a completed GSA Form 527, certified by an authorized official. Tab B - Schedule of Supplies or Services and Prices/Costs The Offeror shall provide a completed TAB B - Schedule of Supplies or Services and Prices/Costs. Prices shall be provided for the base year and each year of the contract, and the estimated total contract price. The "Hourly Burdened Labor Rate" shall be the fully burdened rate that applies to each labor category cited in TAB B. It shall include the composite salary/wages and all associated benefits for personnel used in direct support of this contract. It shall also include all applicable overhead, General & Administrative (G&A) costs, and profit. For planning purposes only, the Government has estimated the amount of Other Direct Costs to be $25,000.00 for the first year and for each of the following years of the contract. The Offeror will add this amount to their Total Estimated Labor Amount to arrive at their Total Estimated Amount for each contract year. Tab C - Assumptions, Conditions, Exceptions The Offeror shall provide any/all assumptions, conditions, or exceptions on which they based their proposal. The general instructions in Section 8, Submission of Offers must be followed. Attachment 1: Past Performance Questionnaire GSA Federal Acquisition Services TO WHOM IT MAY CONCERN: The following questionnaire has been designed to assist the General Services Administration (GSA) in reviewing proposals submitted in response to a Request for Proposal titled, "Economic Support Services for Telecommunications on the Rate Intervention Program". The solicitation calls for professional economic services to assist GSA in representing the "consumer interests" of Federal Executive Agencies (FEAs) at telecommunications proceedings conducted by the Federal Communications Commission, State Public Utility Commissions (or other State Telecommunications Regulatory organizations) and other judicial and administrative forums. It also requires: (i) research and analysis of tariff filings, investigations and proceedings affecting telecommunications rates, (ii) development and presentation of telecommunications material to judicial and administrative forums, (iii) evaluation of telecommunications proceedings, and (iv) investigation and study of the prices for telecommunications services. You may review the solicitation at http:/www.fbo.gov The attached past performance questionnaire requests information about your experience with the Offeror's work on Federal Communications Commission and State Public Utility Commission telecommunications cases. In order for the Government to use your evaluation in assessing the Offeror's ability to meet contract requirements, please return the completed past performance questionnaire to the Offeror in a sealed envelope. The Offeror is required to submit all the required past performance questionnaires with their proposal. We thank you for your cooperation. 1. CONTRACTOR NAME AND ADDRESS (Identify Division): 2. CONTRACT NUMBER: ____________________________ Task/Modification No. ____________________________ 3. CONTRACT VALUE (Base plus options): _____________________________________ 4. AWARD & COMPLETION DATES: _________________________________________________ 5. Telecommunications Proceeding _____ FCC or _____ STATE PUC (check one) 6. Nature of Work [Please describe tasks required under SOW/Task Order, including relative complexity of inquiries for either FEDERAL COMMUNICATIONS COMMISSION (FCC) PROCEEDINGS EXPERIENCE WITHIN THE LAST 5 YEARS or SPECIFIC STATE PUBLIC UTILITY COMMISSION (PUC) TELECOMMUNICATIONS PROCEEDING EXPERIENCE WITHIN THE LAST FIVE (5) YEARS. Please cite dockets #(s) and name along with the FCC or State]. Section 8 provides space for more comments. 7. RATING INSTRUCTIONS: Please rate the Contractor's performance for each of the categories listed below by marking the number in the far right hand column that best describes their performance. A rating of: [1] means "Unsatisfactory," [2] means "Marginal," [3] means "Satisfactory," and [4] means "Superior." A description of service for each rating category is shown in middle column. Please provide a narrative summary of the Contractor's overall performance for all of the rating categories in Block 8 "Comments." UNDERSTANDING OF ISSUES How well did this firm represent you at a successful telecommunications proceeding conducted by the FCC or State PUC? How well did they understand the telecommunications issues? How well did they represent your telecommunications interests? [1] [2] [3] [4] QUALITY OF WORK How would you rate the quality of this firm's work product (e.g., reports, briefs, or written testimony) presented to the FCC or a State PUC telecommunications proceeding? [1] [2] [3] [4] QUALITY OF PERSONNEL How would you rate the quality of the professional personnel used by this firm on the telecommunications project being evaluated? [1] [2] [3] [4] 8. COMMENTS: (Please add any information not included above that you feel will be useful. Use additional sheets if necessary.) 9. NAME AND TITLE AND AGENCY of person completing this form. Signature: 10. PHONE, FAX, AND INTERNET ADDRESS: Date: Attachment 2: Monthly Progress Report Outline: a. Introduction (1) Transmittal Letter (2) Cover Page Containing: (a) Contractor's Name (b) Contract Number (c) Date of Reporting Period (d) Table of Contents (e) List of Illustrations b. Status of Open Task Orders For each task/delivery order in progress, provide the following information: (1) Activities During the Month (a) Describe technical progress and problems, including steps being taken to remedy any schedule or potential schedule delays. Describe any resultant impact with revised schedule and projected completion dates. (b) Summarize meetings attended, briefings given, documents (draft and final) and/or other products delivered. (2) Out of Town Trips/Visits During Reporting Period For each trip, indicate who traveled where, for what purposes, and the related activities. Provide an itinerary of the travel. (3) Graphs, Charts, Sketches. Drawings, Illustration. etc. These shall be included where necessary to clarify written rationale. (4) Open Deliverables (Products) with No Activity During the Month For each deliverable, indicate present status. (5) Technical Direction A summary of all technical direction supplied by the Contracting Officer's Technical Representative during the reporting period. A previously delivered document which contains this information may be referenced. (6) Problem Notification Report Provide a summary of the status of each unresolved Problem Notification Report. (7) Price/Cost Summary Provide a summary of charges invoiced, total obligated, and balance outstanding by task/ delivery order. (8) Cumulative Price/Cost Summary Provide a cumulative value of task/delivery orders received and amount invoiced under clause 7.13, Other Agencies Use of the Contract. Attachment 3: Problem Notification Report: Problem Notification Report: Each report will include and address all of the sections described below: a. Contract No: __________________________ b. Task/ Delivery Order No: _______________________ (1) Identify nature and source of problem: (2) COTR was verbally notified on: (3) Is action required by the Government? Give date required: (4) Describe Government action required: (5) Will problem impact delivery schedule? (a) If yes, identify what deliverables will be affect and extent of delay: (6) Can required delivery be brought back on schedule? (7) Identify corrective action needed to resolve problem: (8) When will corrective action be complete? (9) Are increased costs anticipated? (10) Identify amount of anticipated costs, their nature, and define Government responsibility for problem and costs:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/FTS/TQ/QTA-010-RH-B-1007/listing.html)
 
Record
SN02211482-W 20100722/100720235110-b423349cf3c872c5000ff8eb3fbe51d8 (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.