Solicitation OPM-01-RFP-0017HLW ARMED GUARD SERVICES TECHNOLOGY SUPPORT CENTER MACON, GEORGIA United States Office of Personnel Management 1. OFFICE OF PERSONNEL MANAGEMENT REQUEST FOR PROPOSALS OPM-RFP-01-0017HLW ARMED GUARD SERVICES NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE This acquisition is a total set-aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 561612, Security Guards and Patrol Services. The small business size standard for this acquisition is less than $9.0 million in average annual sales for the preceding three years. NOTICE OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES Bidders and offerors are cautioned as follows: By signing this bid, offer, or contract, the bidder, offeror, or Contractor will be deemed to have signed and agreed to the provisions of FAR Clause 52.222-21, Prohibition of Segregated Facilities, incorporated by reference in Section C in this solicitation/ contract. The certification provides that the bidder or offeror does not maintain or provide for its employees, facilities which are segregated on a basis of race, color, religion, or national origin, whether such facilities are segregated by directive or on a de facto basis. The certification also provides that the bidder/ offeror does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained and requires similar certification from subcontractors. LISTING OF EMPLOYMENT OPENINGS Bidders and offerors should note that this solicitation includes FAR Clause 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, incorporated by reference in Section C, which requires the listing of employment openings with the local office of the State employment service system. INFORMATION TO OFFERORS OFFERORS ARE REMINDED THAT INFORMATION FURNISHED UNDER THIS SOLICITATION MAY BE SUBJECT TO DISCLOSURE UNDER THE FREEDOM OF INFORMATION ACT (FOIA). THEREFORE, ALL ITEMS THAT ARE CONFIDENTIAL TO BUSINESS, OR CONTAIN TRADE SECRETS, PROPRIETARY, OR PERSONNEL INFORMATION MUST BE CLEARLY MARKED. MARKING OF ITEMS WILL NOT NECESSARILY PRECLUDE DISCLOSURE WHEN THE OFFICE OF PERSONNEL MANAGEMENT DETERMINES DISCLOSURE IS WARRANTED BY FOIA. HOWEVER, IF SUCH ITEMS ARE NOT MARKED, ALL INFORMATION CONTAINED WITHIN THE SUBMITTED DOCUMENTS WILL BE DEEMED TO BE RELEASABLE. NOTICE OF SOLICITATION CLOSING DATE AND TIME All offers MUST be received in the place and by the date and time specified in Block 8 of the Standard Form 1449 (SF-1449) in this solicitation. NOTICE REGARDING LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWALS OF PROPOSALS Your attention is called to Section E, FAR clause 52.212-1, paragraph (f). Offers will not be considered if received after the date and time specified, unless the circumstances satisfy the standards to permit their consideration. 2. SOLICITATION/ CONTRACT/ ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12.17.23.24, & 30 1. Requisition number Page 1 of 50 2. Contract Number 3. Award / Effective Date 4. Order Number 5. Solicitation Number OPM-01-RFP-0017HLW 6. Solicitation Issue Date July 3, 2001 7. For solicitation information call ' a. Name Henry Wong b. Telephone / Fax Numbers (no collect calls) (202) 606-1598 <voice>; (202) 606-1464 <fax> 8. Offer Due Date/ Local Time August 3, 2001 3: 00 PM EDT 9. Issued by Code ' 10. This acquisition is: 11. Delivery for FOB Destination unless block is marked 12. Discount Terms Office of Personnel Management Contracting Division, Room 1342 1900 E Street, NW Washington, D. C. 20415 Unrestricted See Schedule X Set Aside X 100 % for 13a. This contract is a rated order under DPAS (15 CFR 700) X Small Business 13b. Rating Small Disadv Business 14. Method of solicitation 15. Deliver to: Office of Personnel Management 4685 Log Cabin Drive Macon, Georgia 31210 8( A) RFQ IFB X RFP NAICS: 561612 16. Administered by Size Standard $9.0 M 17a. Contractor/ Offeror 18a. Payment will be made by Telephone Number 18b. Submit invoices to address shown in 18A unless block below is checked 17b. Check if remittance is different and put such address in offer See Addendum 19. Item No 20. Schedule of Supplies / Services 21. Quantity 22. Units 23. Unit $ 24. Amount See Section B for Schedule. 25. Accounting and Appropriation Data 26. Total Award Amount 27a. Solicitation incorporates by reference FAR 52.212-1, 52.212-4 and 52.212-5 are attached. Addenda are not attached. 27b. Contract/ Purchase Order incorporates by reference FAR 52.212-4. FAR 52.212-5 is attached. Addenda are not attached. X 28. Contractor is required to sign this document and return three (3) copies to issuing office. Contractor agrees to furnish and deliver all items set forth or otherwise identified above and any additional sheets subject to the terms and conditions specified herein. 29. Award of contract: Reference your _______ offer dated __________. Your offer on solicitation (block 5) including any additions or changes which are set forth herein is accepted at to items: ___________. 30a. Signature of Offeror/ Contractor 31a. UNITED STATES OF AMERICA (Signature of Contracting Officer) 30b. Name and title of Signer (Type or Print) 31b. Name of Contracting Officer 30c. Date Signed 31c. Date Signed STANDARD FORM 1449 (10/ 95) Prescribed by GSA -FAR (48 CFR) 53.212 Modified to delete inspection and acceptance requirements 3. OPM-01-RFP-0017HLW Section B B-1 THE SCHEDULE PART I: GENERAL INFORMATION 1. LABOR CATEGORIES The labor categories shown in this Section are those required to perform the services required under this contract. Offerors shall provide all labor, equipment, and materials necessary to perform the services specified in this Request for Proposals (RFP). 2. DAILY LABOR RATES Offeror( s) shall include in the requested daily labor rates all costs to the Government associated with accomplishing the required tasks, including direct labor, fringe benefits, bonding, insurance, workman's compensation, G& A, overhead, profit or fee, employee incentive program, local travel within the area of the staff member's normal place of employment, and preparation and delivery of deliverable products as described in the Statement of Work. Daily rates shall be rounded to the nearest whole dollar using standard rounding rules (i. e., 49 cents or less, round to the next lowest dollar; 50 cents or higher, round to the next highest dollar). 3. LABOR CATEGORIES The following labor categories may be applicable in performing the services required under the contract: Labor Category: Hourly Wage Rate: 1. Guard I __________$ 9.73_________ 2. Guard II _________$ 14.74_________ 3. Police Officer _________$ 17.83_________ 4. Supervisor _________$ 21.37_________ 5. Contract Manager _________$ 21.37_________ Offeror( s) are requested to furnish wage rates for each labor category listed above and for any other labor categories that will be supplied under the contract. All wage rates shall be subject to the Department of Labor's Wage Determination #94-2139 (See Exhibit 1). 4. GUARD DUTY LOCATIONS Guards will provide service as described in Section B, Part III, with duties at 3 posts. The primary location of guards' work will be at the front entrance post. However, the position also involves activities at the rear entry post, and at the front gate entry post as needed. 4. OPM-01-RFP-0017HLW Section B B-2 PART II: SUPPLIES OR SERVICES AND PRICES/ COSTS The contractor shall provide professional, armed guard services in accordance with Section B, Part III. Base Period: October 1, 2001, through September 30, 2002 ITEM DESCRIPTION HOURS RATE TOTAL NO. PER PER PRICE PER MONTH HOUR MONTH 0001 Basic Security Services 778 $_________ $____________ Productive Hours 0002 Basic Security Services 92 $_________ $___________ Supervisory Hours 0003 Temporary Additional 24 $_________ $___________ Services Total Estimated Price Per Year $_______________ Option Year 1: October 1, 2002 through September 30, 2003 ITEM DESCRIPTION HOURS RATE TOTAL NO. PER PER PRICE PER MONTH HOUR MONTH 0001 Basic Security Services 778 $_________ $____________ Productive Hours 0002 Basic Security Services 92 $_________ $___________ Supervisory Hours 0003 Temporary Additional 24 $_________ $___________ Services Total Estimated Price Per Year $_______________ 5. OPM-01-RFP-0017HLW Section B B-3 Option Year 2: October 1,2003 through September 30, 2004 ITEM DESCRIPTION HOURS RATE TOTAL NO. PER PER PRICE MONTH HOUR MONTH 0001 Basic Security Services 778 $_________ $____________ Productive Hours 0002 Basic Security Services 92 $_________ $___________ Supervisory Hours 0003 Temporary Additional 24 $_________ $___________ Services Total Estimated Price Per Year $_______________ Option Year 3: October 1, 2004 through September 30, 2005 ITEM DESCRIPTION HOURS RATE TOTAL NO. PER PER PRICE PER MONTH HOUR MONTH 0001 Basic Security Services 778 $_________ $____________ Productive Hours 0002 Basic Security Services 92 $_________ $___________ Supervisory Hours 0003 Temporary Additional 24 $_________ $___________ Services Total Estimated Price Per Year $_______________ 6. OPM-01-RFP-0017HLW Section B B-4 Option Year 4: October 1, 2005 through September 30, 2006 ITEM DESCRIPTION HOURS RATE TOTAL NO. PER PER PRICE PER MONTH HOUR MONTH 0001 Basic Security Services 778 $_________ $____________ Productive Hours 0002 Basic Security Services 92 $_________ $___________ Supervisory Hours 0003 Temporary Additional 24 $_________ $___________ Services Total Estimated Price Per Year $_______________ NOTES TO OFFERORS: 1. The total price per month is derived by multiplying the total number of hours per month by the Contractor's rate per hour. 2. The total estimated price per year for Security Services should be derived by adding the proposed total price per month for the productive, supervisory, and additional temporary hours per month multiplied by twelve (12) months. 3. The number of temporary additional hours for services are estimates only. Additional services may or may not be required or used under the resultant contract. A task order will be issued for additional temporary services. Time limits for request? Such as normally 24 hrs except during emergencies. Guards will provide service as described in Section B, Part III, with duties at 3 posts. The primary location of guards' work will be at the front entrance post. However, the position also involves activities at the rear entry post, and at the front gate entry post, as needed. For a total of 778 hrs/ month. Doesn't seem to add up. 4. Also see Section G. 1, "Estimated Quantities." 5. Hours per month include the total number of hours for the guard posts as stated in Exhibits 2 and 3, Guard Post Orders AND Exhibit 5, Shift Durations. 7. OPM-01-RFP-0017HLW Section B B-5 PART III: STATEMENT OF WORK Background: The United States Office Of Personnel Management Macon, Georgia, Facility contains a two story cement structure of 67,000 Sq Feet and housing approximately 200 staff members located on 13.5 acres of land. The facility is secured by a 6' security fence, high security gates, multiple security cameras and other devices. Building plans are not made public for security reasons. The facility operates two OPM staffed shifts and one partially staffed shift five days a week. Due to overtime requirements it is very common for staff to be present seven days a week. The facility operates one entrance and one exit into and out of the facility grounds and also maintains and operates one loading dock, warehouse, and a shipping and receiving area. There are numerous building checks, security checks, and alarm checks that are required daily of the security force. It is a requirement that all Security Guard Personnel shall have Arrest Powers as specified by the State of Georgia and outlined in Section B, Part III, paragraph C. 5. E. The United States Government is a target of terrorists with several recent acts of violence resulting in loss of life and property. As the Macon facility increases in stature and prominence it becomes a more valued target. Further, the Macon facility is also located in a high crime area where armed robberies, burglaries, and gang-related shootings frequently occur. As such, it is a requirement that all Security Guard Personnel shall be physically fit, well proportioned in height and weight, and in good general health without physical defects or abnormalities which would interfere with their performance of duties. For further clarification see Section B, Part III, paragraph C. 5. I c., Health and Physical Fitness Requirements. C. 1 Overview The Contractor shall provide management, supervision, fully trained and physically fit personnel, and the equipment and supplies necessary to provide professional armed guard services as described herein, at the Office of Personnel Management (OPM), 4685 Log Cabin Drive, Macon, Georgia. Services shall be provided in accordance with the terms of the contract and conditions specified in this solicitation document. C. 2. Post Award Orientation Immediately after award of the contract and prior to performance, the Contracting Officer shall notify the Contractor's Representative and the Contracting Officer's Representative (COR) to make an on-site in-depth review of the total job requirements to include, but not limited to, the following: a. The general type of work performed by OPM, Macon; b. Each Guard Post Order; c. Policy and specific procedures for responding to emergency alarms, bomb threats, or suspected incendiary devices, in the facility being protected; d. The Emergency Operations Plan, including a detailed review of the exact responsibility of each guard post in the event of an evacuation or partial evaluation; e. Requirements for contract guard eligibility for work such as fingerprint charts, medical certificates, 8. OPM-01-RFP-0017HLW Section B B-6 personal history statements, successful completion of required testing, weapons qualifications, and training of the guards and supervisory personnel requirements prior to commencement of work under this contract. f. Floor plans and/ or area maps of the facility which depict emergency evaluation routes, the location and type of each fire alarm, location of utility cut-off valves or switches, sensitive areas, cafeteria, utility system controls, and special instructions pertaining to security controls. C. 3 Contract Effort Required a. Productive Man hours Required. The manpower outlined is the minimum productive man-hours which have been determined by the Government as essential to perform the work required by this contract. As used herein, the term "Productive Man-hours" shall include only the actual working time of employees performing services as specified. The specific duties and hours of each post, by shifts, are described in the Post Orders. The Contracting Officer's Representative (COR) will provide the official Post Orders after contract award. The duties and time of day of post assignments are subject to change. b. Supervisory Man-hours Required. The man-hours stated are the minimum man-hours of supervision which have been predetermined as essential to provide the degree of supervision required by the Government. As used herein, the term "Supervisory man-hours" shall include only the actual working time of the employee( s) performing supervision. C. 4 Limitation on Man-hours To Be Provided By Individual Employees No employee of the Contractor shall provide more than twelve (12) hours of service on one or more contracts serviced by the Contractor or on duty with another employer, in any twenty-four (24) period, unless the work periods are separated by an eight (8) hour non-duty period. This limitation may be waived by the COR in emergency situations which are beyond the control of the Contractor, (i. e. weather conditions preventing the next shift from getting to the building). A written waiver must be obtained for each occurrence. C. 5 Services Required C. 5. A. General. The Contractor shall provide trained and certified and/ or licensed employees at all times to perform the services as prescribed by (1) the contract, (2) Guard Post Orders, and (3) Officer's Duty Book. In the event of a conflict between instructions in these documents, the contract takes precedence over all other documents. C. 5. B. Guard Post Orders or Guard Post Assignment Record Guards will perform the duties outlined in the Guard Post Orders which will be furnished to each guard performing work at each post, on all applicable shifts. These orders define the basic work to be performed at each post including the exact hours of duty. Except for emergencies, no deviations shall be made. The COR or his/ her designated representative will prepare the Guard Post Orders. The COR or the designee may 9. OPM-01-RFP-0017HLW Section B B-7 modify, amend, and/ or revise the Guard Post Orders to change shift( s), start and stop times, and post locations, provided the change has no impact on the contract's cost. Such changes shall not require modification of the basic contract. Changes which increase or decrease the total number of man-hours specified; increase or decrease the amount of equipment, supplies, etc; or otherwise affect the Contractor's costs must be made by the Contracting Officer through a written modification to the contract. Typical Duties: Post assignments may include, but are not limited to the following: (1) Entrance Control Post. Operate and enforce a system of personal identification. Perform package inspections when directed to do so by the Post Orders. (2) Mobile Patrol Posts. Make patrols in accordance with routes and schedules established in the Post Orders. (3) Traffic Control. Direct traffic (vehicle and pedestrian), control parking, issue traffic courtesy violation notices, etc. (4) Control Issuance and Storage of Keys. Receive, issue, and account for all keys to the building, various offices, gates, etc. (5) Security and Fire Systems. Monitor and operate the building's fire alarm and intrusion detection systems and other protection devices or building equipment. Become and remain proficient in the operation of these systems. (6) Utility Systems. When required by written instructions from the Contracting Officer's Representative, perform minor operations and/ or record data in connection with the operations of building utility systems. (7) Building Rules and Regulations. Observe building occupants and visitors for compliance with posted rules and regulations. (8) Lost and Found. When directed by the Contracting Officer's Representative, receive, issue receipt for, and store found articles pending disposition. (9) Law and Order. Maintain law and order within the areas of assignment. (10) Unauthorized Access. Discover and detain persons attempting to gain unauthorized access to the property. (11) Hazardous Conditions. Report daily, in accordance with procedures in the Officer's Duty Book, potentially hazardous conditions and items in need of repair, including inoperative lights, leaky faucets, toilet stoppages, broken or slippery floor surfaces, etc. (12) Injury or Illness. Obtain professional assistance in accordance with procedures in the Officer's Duty Book in the event of injury or illness to Government employees or others while in the building or on the grounds. 10. OPM-01-RFP-0017HLW Section B B-8 (13) Flying the United States Flag. The United States Flag (and other flags, as authorized) shall be flown as directed and with normal procedures. (14) Additional Duties. Turn off unnecessary lights, check safes, lock-type depositories, and cabinets, close windows, open and secure doors, and gates, etc. (15) Reports and Records. Prepare required reports on accidents, fires, bomb threats, unusual incidents, unlawful acts, and other occurrences as deemed necessary by the Contracting Officer's Representative (COR). Provide these reports to those officials specified by the COR. (16) Civil Disturbances. Perform such other functions as may be necessary in the event of situations or occurrences such as civil disturbances, attempts to commit espionage, sabotage, or other criminal acts adversely affecting the security and or safety of the Government, its employees, property and the general public lawfully in buildings or on the grounds under the control of the Government. Contractors shall be licensed as "Special Police Officers" to make arrests, if necessary, to curtail civil disturbances. (17) Shipping and Receiving Security. Secure rear entrance "shipping and receiving" areas, storage warehouse, loading dock and storage buildings. Assist in processing packages through the x-ray machine and logging in received shipments and inspecting (or clearing for removal) outgoing shipments as necessary. (18) Administrative Work. Produce reports, perform administrative work, and other duties as assigned by the OPM COR such as typing Guard Post Orders. This may include the use of an OPMprovided PC and word processing software. (19) Serve as Receptionist. Meet, greet, and deal with walk-in traffic. Notify appropriate OPM staff of visitors and vendors. Maintain a sign-in/ out log book of all visitors and OPM staff. Directs individuals seeking job information to the appropriate OPM office and Job Information System. (20) Property Management. Maintain and operate a property management system for all incoming and outgoing property. This may involve the use of an OPM-provided PC, hand-held bar code scanner, and/ or other electrical devices used in the logging in and out of Government and personal property. (21) New-Employee Processing and Employee Badging. Assist with new-employee processing and employee badging. Properly complete an OPM-provided fingerprint card with proper remarks, comments, and written information for new employees. Fingerprint new employees and current employees seeking upgraded security clearance. Photograph new employees for identification badges and current employees in need of replacement identification badges. Operate access control system and issue, update, and delete card keys as deemed necessary by OPM. (22) Alarms and Drills. Assist with fire, bomb, tornado and other safety drills as necessary. (23) Safety. Inspect, record, and notify the COR of all safety hazards, including but not limited to, broken light fixtures, burned out light bulbs, roadway hazards, electrical hazards, fire, or 11. OPM-01-RFP-0017HLW Section B B-9 other hazards that arise. (24) Security Devices. Operate and maintain OPM-provided security devices, such as security cameras, gates, monitors, video cassette recorders, intercoms, automatic doors, access control system, and other equipment, as deemed necessary by OPM. (25) Emergencies. In an emergency requiring immediate attention, the on-site supervisor or the shift supervisor shall divert uniformed personnel from their normal assigned duties to respond to the emergency and summon appropriate assistance, as that is defined in the Occupancy Emergency Plan. The diversion may last up to four (4) hours. (Immediately notify the designated Government official or agency, as applicable, of action taken. No additional cost shall be charged the Government for the diversion, and the Contractor shall not be penalized for the normal scheduled work. Incidents of this nature shall be reported in accordance with procedures outlined in the Officer's Duty Book). These duties are not totally inclusive of each and every work request. The COR may make additions or deletions to these duties. The Post Orders are attached to help provide additional detail about the duties in this Statement of Work and the number of guards required to perform the work. C. 5. C. Work Scheduling Procedures The criteria for establishing work schedules and the requirements for contract relief periods for starting and stopping work are contained below: (1) The work schedule for supervisors and productive guards shall be prepared on separate schedules and posted in work areas or locker rooms at five week intervals. Schedules shall be prepared on GSA Form 1874 (Hours of Duty Schedule) or an equivalent substitute approved by the Contracting Officer or his/ her designated representative. Changes to schedules shall be posted in work or locker room areas in sufficient time to assure that employees affected by a change in duty hours are properly notified. The COR will be furnished a copy. (2) The duties of guard posts require that a guard not leave his/ her post until properly relieved. Where this is required, it is specifically stated in the Guard Post Orders. (3) All guards shall be in uniform and ready to begin work promptly at the start of their shift and shall remain on the job and in full uniform until the end of their tour of duty. (4) Notification to COR of officer's termination and reason/ disciplinary actions of all security personnel. C. 5. D. Contract Management a. Contract Manager The contractor shall provide the name, telephone number, and address of the Contract Manager, in writing, to the Contracting Officer within seven (7) work days after award of the contract. The term "Contract Manager" means a person designated in writing by the Contractor, who has complete authority to act for the Contractor during the term( s) of the contract. The duties of the Contract Manager shall not be performed 12. OPM-01-RFP-0017HLW Section B B-10 by uniformed employees performing productive man-hours under the term of this contact. The Contract Manager shall have the authority to accept notices of deductions, inspection reports, and all other correspondence on behalf of the Contractor. The Government shall have access to the Contractor and Contract Manager 24 hours per day, either through a local business office which is staffed to provide telephone and walk-in service to the Government, or through other means deemed appropriate by the COR or Contracting Officer. Constant communication and availability are required so that any and all requests or complaints are received within 60 minutes and are addressed within 4 hours of receipt. b. On-site Supervisors. The Contractor shall provide the name( s), telephone number (s), and addresses of the on-site supervisor( s), in writing, to the Contracting Officer within seven (7) work days after award of the contract. The term "on-site supervisor" means a person designated in writing by the Contractor who has authority to act for the Contractor on a day-to-day basis at the worksite. The on-site supervisor shall not simultaneously perform the duties of the on-site supervisor and productive officer under the terms of this contract. The Contractor shall provide the proper level of supervision to ensure that employees: (1) Are properly trained to perform all duties as specified in accordance with the contract, and the Post Orders for the security post assigned. (2) Are properly uniformed and present a neat appearance. (3) Maintain a continued state of proper training, certification, and/ or license. (4) Possess the necessary permits, licences, and authority as specified in Section C. 5. E, "Authority and Jurisdiction." (5) Perform all duties in a satisfactory manner. c. Employee Incentive Program The Contractor shall administer an employee incentive program to recognize exceptional service and special acts of service above and beyond normal duty. C. 5. E. Authority and Jurisdiction The Contractor shall be responsible for obtaining all necessary permits and licenses, and for complying with all applicable Federal, State, and municipal laws affecting the performance of work under this contract. It is the Contractor's responsibility to visually inspect incumbent employees licenses, and permits, and organizational requirements. a. The Contractor shall make and complete all arrangements with the appropriate officials in the City, County, Parish, and the State in which the buildings are located to: (1) Have each employee appointed as a Constable, Special Policemen, Conservator of Peace with sufficient authority to detain or make arrests for violations of law occurring at the locations specified 13. OPM-01-RFP-0017HLW Section B B-11 in the contract. Personnel having such appointments as the result of permanent employment by another Government entity, are not authorized to use such appointment to satisfy contractual requirements unless the designation permits the carrying of a weapon during other than the normal duty hours of the position for which it was issued. (2) Make application and obtain a state weapons permit for each employee to carry an exposed firearm. Title 18, United States Code, Section 930, prohibits individuals from carrying firearms while on Federal property unless in the lawful performance of official duties as authorized by Federal and/ or State law. Therefore, the Contractor shall make application to the state for a weapons permit for each employee that will perform armed guard service to satisfy requirements of this contract, regardless of state exemptions which may not require such application. (3) Firearm permits shall be carried by each employee in full view on their person while on duty unless local or state law, where the contract is performed, requires the Contractor to maintain the records. (4) Provide any official bond required, pay any fees or cost involved or related to the appointment of employees as Constable, Special Police, or Conservators of the Peace and/ or authorization for the arming of any employees engaged in providing services specified under this contract. The Contractor shall assume full liability for any of his/ her employee( s) in the exercise of any such police authority. b. The Government acknowledges that the time frames for issuance of employee security guard licenses and weapons permits by State or local authorities may not comply with the contract startup period provided by this contract (normally thirty days). (1) When the regulations or "practices and procedures" for State or other Government organizations responsible for licensing allow citizens to carry a weapon once an application for firearms permit has been submitted, a temporary permit may be issued or a defacto temporary license may apply. In that event, as confirmed by the COR, a copy of the accepted and acknowledged temporary permit or application, as appropriate, shall be provided to the COR no later than five working days prior to contract startup, as evidence of compliance with this requirement. This will permit completion of the issuing organization's licensing cycle, and the manning of armed guard posts until such time as the application is either refused or a permit is issued. In the event of license refusal, the Contractor shall remove the employee unless in an unarmed capacity. (2) Security guard license transfers or renewals resulting from a change of employer may not be obtainable within 30 days or during minimal lapses in contract coverage when employers are hiring the incumbent's personnel. "If the practice or procedures" for State or other Government organizations establish defacto work authorization pending the processing of new employer applications for the new license, such applications shall be submitted no later than five (5) working days prior to contract start-up. (3) Copies of the licenses and permits (permanent or temporary) obtained by the Contractor shall be furnished to the COR. C. 5. F. Regulations The General Services Administration (GSA) regulations contain the basic procedures for the operation, maintenance, and protection of property. The primary regulations and related procedures to be followed by 14. OPM-01-RFP-0017HLW Section B B-12 the Contractor are listed below. Supplementary regulations which are provided the Contractor by the Contracting Officer or his/ her authorized representative shall also be in effect and will be incorporated by contract modification. a. Officer's Duty Book. An Officer's Duty book (ODB) to be furnished the by COR shall be maintained by the Contractor at a central point at the worksite and shall contain complete duty instructions for all posts involved, to include instructions for emergency procedures. A separate loose-leaf binder shall be furnished by the COR and maintained by the Contractor at each additional fixed post and will contain only those items of duty instruction pertinent to the specific post. ODB's shall not be removed from Government property, or reproduced or copied in any manner unless properly authorized, in writing, by the COR. In addition to other requirements, all incidents occurring at the facility will be recorded in the ODB on a GSA Form 1103, unless another form is provided by the COR. b. Rules and Regulations Governing Public Buildings and Grounds. (FPMR 41, CFR 101-20.3). These rules and regulations are posted in all buildings under the charge and control of the General Services Administration and are applicable to all persons entering in or on such property. c. Federal Protective Service Uniformed Force Operations Handbook (PBS P 5930.17). This handbook contains the basic procedures and forms to be used during the course of the contract and will be supplied by the COR. Note: All rules, regulations, procedures, and handbook stated in this solicitation will be provided to the Contractor upon award. C. 5. G. Equipment, Uniforms, and Materials a. Use, Accountability and Care of Government-Furnished Property. (1) Items to be furnished by the Government. The following supplies, materials and equipment will be furnished by the Government: (a) Electrical and mechanical equipment where installed, such as alarm and surveillance systems, personal computers, closed-circuit televisions, including written operating procedures and instructions as deemed necessary by the Government. Complete and current inventories of equipment will be maintained by the COR. (b) Repair and maintenance of equipment in paragraph A( 1)( a) above. (c) One (1) copy of the applicable chapters of PBS P 5930.17 (Uniform Force Operations Handbook) or other similar publications which contain the necessary information. (d) Officer's Duty Book including all inserted information required. The Contracting Officer's Representative will provide all initial information and changes. The Contractor will be responsible for posting the changes in the Officer's Duty Book. (e) Telephones deemed necessary by the Government for the conduct of official Government business under this contract. (f) Guard office, locker space, locker, and office equipment excluding office machines (as 15. OPM-01-RFP-0017HLW Section B B-13 deemed necessary by the government). (g) All administrative forms prescribed for use by the contractor's employees while on duty may be obtained by the COR. (h) Permission to visit the site for personnel employed by the Contractor before the start of performance under this contract for the purpose of their understanding and operating all fire alarm systems, security systems, or devices and emergency operating procedures in Section 4 of the Officer's Duty Book and understanding and operating all fire alarm systems and security systems or devices. (i) Building utilities and services will be afforded the Contractor in accordance with established GSA or OPM operational procedures. This includes the use of concession facilities, when open, restrooms and the use of medical facilities when available for emergency purposes. (2) Accountability For Government Property. All property furnished by the Government under this contract shall remain the property of the Government. Upon termination of the contract, the Contractor shall render an accounting of all such property which has come into his/ her possession under this contract. All equipment issued by the Government to the Contractor will be issued on GSA form 1025 (Receipt for Property) or other similar document issued by OPM. Any property furnished by the Government to fulfill contractual requirements which is lost or damaged, resulting from improper use or negligence by the Contractor's employees, shall be repaired or replaced by the Government and the cost of such repairs or replacement shall be deducted from the Contractor's invoice. (3) Use of Government Property Government property (to include telephones) shall be used for official government business only in the performance of this contract. Government property will not be used in any manner for any personal advantage, business gain, or other personal endeavor by the Contractor or the Contractor's employees. (4) Safeguarding Government Property The Contractor shall take all reasonable precaution, as directed by the Government, or in the absence of such direction in accordance with sound industrial practices, to safeguard and protect Government property. (5) Malfunctioning of Government Property The Contractor shall be responsible for reporting to the COR the malfunctioning of any Government equipment used by the Contractor's employees. b. Contractor Furnished Equipment and Items (1) Items to be Furnished by the Contractor. The Contractor shall furnish and maintain in acceptable condition, at no cost to contract guard employees, all items of uniform and equipment necessary to perform the work required by this contract as follows: (a) Equipment 16. OPM-01-RFP-0017HLW Section B B-14 (1) Radio Equipment. The Contractor shall possess a minimum of three (3) hand held, 2-way communication radios which shall be maintained onsite. Each radio will be equipped with two (2) frequencies as specified by the Government crystals, batteries, battery chargers, and other related accessories as needed. The Contractor shall, in accordance with applicable Federal regulations, obtain all permits for the operation of the radio equipment. A copy of the permits shall be delivered to the COR prior to the utilization of designated frequencies. (2) Motorized Patrol Equipment. Patrol Cars shall be provided by the Contractor. Vehicles shall be in good operating condition and be kept clean at all times. All costs for the operation and maintenance of vehicles( s), including all license and insurance fees, shall be borne by the Contractor. The vehicle( s) shall be two (2) or four (4) door sedans. Pickup trucks and vans are not acceptable. Each vehicle shall be equipped with an emergency roof light and marked with an emblem or other type of official car identification marking. The vehicle( s) shall be equipped with a first aid kit and dry chemical fire extinguisher, properly mounted. In the event a patrol vehicle is temporarily inoperable (i. e., due to maintenance), an equivalent, fully operational and equipped substitute vehicle shall be provided by the Contractor. If a dispute arises regarding whether vehicle( s) meet the requirements, the Contracting Officer will make the final decision. (3) Firearms and Ammunition. The contractor shall furnish a firearm to each guard and supervisor on-duty at all times. Guards shall not share weapons or transfer weapons from one guard to another while on Federal Property. Relief Guards shall have their own issued weapons. OPM will not provide adequate safety drums for the removal or cleaning of ammunition or for the transfer of weapons from one Guard to another. Personal weapons shall not be used. Firearms shall be semi-automatic, a minimum of 9mm caliber, and of standard law enforcement/ military service quality only. Other weapons will not be accepted by the Government as meeting the requirement for a standard law enforcement/ military service quality. In the event of a dispute regarding whether firearms meet the requirements, the Contracting Officer will make the final decision. The Contractor shall be responsible for the maintenance, cleaning, and the general upkeep of the firearms in accordance with standard commercial practices. Firearms shall be accounted for and inspected by the shift supervisor at the end of each tour of duty. The contractor shall provide, to the COR, a list of serial numbers of the firearms to be used on the premise prior to the contract performance date. The list shall be kept current at all times. Ammunition( s). The contractor shall furnish eighteen (18) rounds of standard ammunition to each guard. Hot loads and other non-standard ammo is strictly prohibited. The loading and unloading of ammunition and the cleaning of any firearm shall not take place on Federal property unless under emergency conditions or when deemed necessary by the COR. (b) Uniforms Uniform type and the wearing of a uniform shall conform to standards and usage prescribed and in effect for the General Services Administration Federal Protective Officers, as shown in Chapter 12 of the DPS Uniformed Force Handbook, Ref. PBS P 5930.17A, ch. 12. (1) The color of the Contractor's guard force uniforms shall be a color in general use by large guard or police organizations such as brown, navy blue, black, or grey. All employees performing under this contact shall wear the same color and style of uniform. (2) Inclement weather clothing such as raincoats, cap covers, overcoats, overshoes, & mittens 17. OPM-01-RFP-0017HLW Section B B-15 shall be required for those guards required to perform duties while exposed to cold, rain, and other inclement weather conditions. All inclement weather clothing must be identical in style and color for each guard. (3) Appropriately lettered breast and cap badges, indicating the jurisdiction from which the guard/ police authority is obtained, shall be worn as part of the uniform (providing such authority is granted under state and local laws). Shoulder patches lettered to indicate the identity of the Contractor shall be worn on the left shoulder of the uniform jacket and shirt. Identification name tags shall be worn over the right breast shirt pocket. No other identification of the Contractor or employee shall be worn or displayed on the uniform. (4) The Contractor shall, prior to the contract performance date, submit to the COR documentation that the uniform, equipment, and items of listed below have been issued to each employee: The COR is responsible for ensuring that the uniforms furnished under this contract comply with the standards contained in Chapter 12 of the FPS Uniform Force Handbook. The Contractor shall issue a sufficient quantity of uniforms/ items to ensure that each guard is in proper uniform while on post (See Exhibit 5, Minimum Uniform Requirements). Any disputes regarding the application of the standards shall be referred to the Contracting Officer. (5) Shoes shall be low quarter or high-topped, lace type with police or plain toe and standard heel. The color of the shoe shall match the color of leather equipment accessories. Any deviation from the above requirements must be approved by medical authorities. Note: No Guard may enter on duty until he/ she has a complete uniform (including accessories) meeting the standards contained in Chapter 12 of the FPS Uniform Force Handbook. Uniforms and equipment do not have to be new but must be in good condition. c. Supplementary Equipment Each guard on duty shall be equipped with supplementary equipment including, but not limited to: (1) The Contractor shall provide and maintain, on-site, an adequate supply of batteries and bulbs for all flashlights, traffic control batons and hard batons. (2) Police batons (night sticks with holders) shall be made available to guards on duty as appropriate to operations. (3) Misc. Notebooks; pens; pencils; traffic control safety apparel such as reflective vests, traffic batons; pistol belt w/ o shoulder strap; holster; keeper, belt; magazine case w/ magazine( s); a pair of handcuffs w/ case; keystrap w/ flap; radio Case; insignia w/ shoulder patch for each shirt and jacket; white metal ornament on cap, for non-supervisors and gold for supervisors; and a gold metal nameplate with the guard's initial and last name. Guards shall not be permitted to provide themselves with any unauthorized supplemental or personal equipment, such as chemical agent devices, concealed firearms, knives," comealongs", or other such non-standard items. d. Assignment of Rank: No Contractor employee covered by this contact will be given a rank higher than Sergeant with the exception of administrative or supervisory personnel. 18. OPM-01-RFP-0017HLW Section B B-16 C. 5. H. General Qualifications of Personnel a. The Contracting Officer or a designated representative may require the Contractor to remove any employees from the OPM controlled buildings or other real property should it be determined that the individual is either unsuitable for security reasons or otherwise unfit to work on OPM controlled property. b. The contractor shall fill out and cause each of its employees performing work on the contract work to fill out, for submission to the Government, such forms as may be necessary for security or other reasons. Upon request of the Contracting Officer, the Contractor and its employees shall be fingerprinted. c. Each employee of the Contractor shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by alien Registration Receipt Card Form I-151, or, who presents other evidence from the Immigration and Naturalization Service that employment will not affect his/ her immigration status. C. 5. I. Specific Qualifications of Employees a. General To be eligible to perform under this contract each contract employee must meet, to the satisfaction of the COR the following education, experience, health, and security requirements. b. Education/ Experience Possess a high school education or equivalency, and have two (2) years of experience demonstrating: (1) The ability to meet, greet, and deal with the general public; (2) The ability to read, understand and apply printed rules, detailed orders, instructions, and training materials; (3) The ability to maintain poise and self-control under stress; (4) The ability to construct and write clear, concise accurate, and detailed reports; (5) Proficiency in the use and safe handling of duty weapons prior to entry on duty. (6) Any type of military service which may be credited toward meeting the requirements in B( 1) through (4), but excluding (5); (7) In lieu of the above (with the exception of subparagraph (5); each employee shall have two years of relevant education at a residence school above the high school level, or any combination of relevant education above the high school level and relevant experience totaling two (2) years. c. Health and Physical Fitness Requirements The Contractor shall insure that all employees assigned are well proportioned in height and weight, and in good general health without physical defects or abnormalities which would interfere with their performance of duties. They should be free from any communicable disease. They shall possess binocular vision, 19. OPM-01-RFP-0017HLW Section B B-17 correctable to 20/ 20 (Snellen), and shall not be color blind. They shall be capable of hearing ordinary conversation at 20 feet and whispered conversation at 10 feet without the benefit of artificial hearing devices. Physical fitness shall be evidenced on standard Form 78, Certificate of Medical Examination. Physical examinations shall be administered by a licensed physician and the completed Standard Forms submitted to the Contracting Officer's Representative, prior to the employees' assignment to duty. The necessary forms will be supplied by the Government. For employees who have submitted certificates of Medical Examination while employed by a Contractor who is subsequently replaced by another Contractor, the new Contractor is not required to submit another certificate if the original certificate was submitted within the past two (2) years, unless specifically requested to do so by the Contracting Officer or his/ her representative. d. Security Requirements (Non-classified Contract) Unless otherwise specified, the Contractor shall submit to the COR within five days before the starting date of the contract, two (2) completed Forms FD-258, "Fingerprint Charts" and one (1) GSA Form 176, "Statement of Personal History" for those officers of the firm, who for any reason, may visit the worksite during the period of this contract and for all employees who have access to the building in performance of the contract work. These forms shall be submitted for replacement employees before entrance on duty. Forms will be furnished by the Government. The Federal Protective Services will conduct a records check on contract employees. If the Contracting Officer receives an unsuitable report on any employee after processing of these forms, or if the COR finds a prospective employee to be unsuitable or unfit for his/ her assigned duties, the Contractor shall be advised immediately that such an employee cannot continue to work or be assigned to work under the contract. For employees cleared through this process while employed by a Contractor who is subsequently replaced by another Contractor, the new Contractor is not required to submit another set of these forms if the employee has been cleared within the past three years, unless specifically requested to do so by the COR. The Government shall exercise full and complete control over granting, denying, withholding or terminating clearances for employees. The Government may, as it deems appropriate, authorize and grant temporary clearance to employees of the Contractor. However, the granting of a temporary clearance to any such employee shall not be considered as assurance that full clearance will follow as a result of conditions thereof, and the granting of either temporary or full clearance shall in no way prevent, preclude or bar the withdrawal or termination of any such clearance by the Government. e. Age All of the Contractor's employees shall have attained the minimum age of twenty-one (21) years of age (the age requirements may be waived for veterans of military service and for active duty military personnel). f. Special Requirements for Supervisors Supervisors must be individuals of integrity who display a mature attitude and exercise good judgment. Each supervisor shall have a background with a minimum of three (3) years of successful experience in field supervision (civilian community law enforcement, military service law enforcement, or security, commercial or industrial guard service or security). However, the Contractor shall have the prerogative of requesting the approval of another employee without three (3) years of supervisory experience if the Contractor can provide sufficient documentation to support his/ her selection. The Contracting Officer's Representative 20. OPM-01-RFP-0017HLW Section B B-18 shall recommend the selection, if satisfactory, and the Contracting Officer will approve or reject the same. The Contractor shall submit the resumes of key supervisory personnel. C. 5. J. Training a. General Government Sponsored Training. To be eligible to perform services under this contract, each contract employee must attend a minimum of nine (9) hours of training sponsored by the Government. The COR will present the initial nine (9) hours of training. The COR will be responsible for choosing the site and/ or classroom appropriate for the training exercise. Topics in this training will cover, but not be limited to: 1. The role of local and Federal law enforcement agencies relative to OPM. 2. Traffic, parking control, and grounds patrol; 3. Telephone and radio communications; 4. Emergency operational response procedures; 5. Human relations; 6. Reports and record keeping; 7. Intrusion and arrests procedures; 8. Tour of the facility; 9. Entry and exit control procedures; 10. Weapon control; 11. Operational procedures for the security and fire alarms systems. Contractor Sponsored Training. The Contractor shall present other training as may be necessary to keep employees up-to-date on issues affecting law enforcement, security, and equipment. The Contractor is expected to provide any remuneration due the employees for attendance at the training. The Contractor will provide the training location (classroom) for all formal training except the orientation and training provided by the Government. Firearms Training. Each employee must receive the amount of firearms training necessary to qualify in firearms proficiency as required by State Law and demonstrated by qualification at an approved firearms qualification course at a minimum of twice annually. b. Testing, Basic Training, And Qualifications 1. Testing and Basic Training. Each contract guard employee, including the supervisor is required to pass a written test administered by the Government and as deemed necessary by the Government. The written examination and the firearm qualification testing will be conducted at the locations to be determined by the COR after the contract is awarded. The contractor shall be responsible for notifying the COR when his/ her applicants are ready to take the written and firearms qualifications tests. Each employee, should he/ she fail the written test on the in initial attempt, will be given two (2) additional opportunities to re-take the written examination within a ninety (90) day period. Applicants may re-take the written examination as often as necessary but shall not be permitted to retake the test more than three (2) times within a single ninety (90) day period. Once the test has been passed, the guard will not be required to successfully re-test for a period of two (2) years from the date of the qualification. 2. Firearms Training and Certification. The contractor shall be responsible for firearms training 21. OPM-01-RFP-0017HLW Section B B-19 required for all employees, including supervisors working under this contract where firearms are required. The contractor must submit written documentation to the COR, verifying that all contract employees have been trained in the correct handling and safe use of firearms and ammunition and that each employee has demonstrated proficiency in firearms qualification, prior to the scheduling of any contract employee for on-duty work. This verification shall include certification from a State of Georgia licensed firearm training program. GSA Form 2790, "Pistol Qualification Record", may be used to document the firearms qualification of each contract employee, (Revised January 1983) or the contractor may develop a form for documenting this requirement, subject to OPM approval. The certification form shall be signed by an authorized State of Georgia or Government firearm's examiner, certifying that the applicant has been tested and has successfully passed the firearms qualification course specified herein. Note: THE FIREARMS INSTRUCTOR SHALL DOCUMENT THE SERIAL NUMBER OF THE WEAPON USED TO QUALIFY. Firearms qualification is a bi-annual (twice a year) requirement. Training shall be with weapons and ammunition specified in this contract, at the Contractor's expense. Firearms qualification shall be valid for six (6) months from the date of qualification and testing as stated on GSA Form 2790 or other Government provided or approved form. No contract employee shall be assigned to perform as an armed security guard under this contract prior to the receipt of written notice to the COR approving the firearms qualification testing. Further information on the test procedures, certification, and/ or firearms qualification requirements may be obtained from the COR. The Government reserves the right to require hands-on demonstration and inspection of any and all guards to witness the actual qualification of said proficiency. 3. Firearms Safety. The Government will test the knowledge of firearms safety at the same time the written test is administrated covering other training topics stated herein. Each contract guard employee including the supervisor, will be required to take and successfully pass the written examination, unless otherwise waived by the Government. c. Training Plan The Contractor's final plan for conducting the required training as specified herein must be submitted to the COR within ten (10) days after receipt of the award notice. All formal training required shall be administered (i. e. taught, presented) by persons who are certified as being qualified to instruct or teach the specific subject or topics required, as specified herein. Certification to instruct the specific subject shall be in the form of a certificate issued by an accredited institution of learning (school, college, university, etc.), a Governmental (Federal, State, County, etc.) educational certification body (agency, board, commission, etc.), or by documentation that the person instructing has sufficient experience and knowledge on the subject to be taught. Such certification (documentation) offered shall be current, by date, and shall meet the approval of the COR. Copies of the instructor's certifications and documentation shall be submitted to the COR for approval. d. Training Schedule A schedule of the required training shall be submitted to the COR by the Contractor within ten (10) days 22. OPM-01-RFP-0017HLW Section B B-20 after receipt of the award notice. e. Training Report The contractor shall submit a report for each employee showing all training completed as of the date of the report. The training required by this contract must be completed prior to the assignment of guards to duty-posts. False statements in the report regarding completion of this training may be punishable by fine or imprisonment under U. S. Code, Title 18, Section 1001. f. Replacement Employees All replacement employees shall meet the SAME training requirements as specified herein for contract guard employees. g. Training Inspection The Contracting Officer or his/ her designated representative is authorized to inspect, monitor, and evaluate the conduct of all training. Reports by the evaluator relative to the status, progress, and effectiveness of training will be coordinated with the COR. h. Supervisory Training All supervisors working under this contract must successfully complete supervisory training in addition to basic training. The Contractor must provide this training. Supervisory training shall be specialized to include at least the following management areas: 1. Techniques for issuing written and verbal orders. 2. Uniform clothing and grooming standards. 3. Post inspection procedures. 4. Employee motivation. This training is required for all supervisors before they enter on duty. In addition, all supervisors shall qualify according to the firearm qualification requirements specified herein. The Contractor must maintain documentation of this training. A copy of the documents must be given to the COR. i. Special Training From time to time, OPM may require other training as may be necessary to keep guards and supervisory guards knowledgeable and current on subject matter and issues related to the work to be performed under this contract. The COR will notify the contractor at least two weeks in advance of such requirements with sufficient details, the number of training hours required, and the posts to which the requirements apply. j. Waivers Unless specified herein or as directed by the COR, no waivers of any training requirements will be allowed. 23. OPM-01-RFP-0017HLW Section C C-1 CONTRACT CLAUSES C. 1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE" in Section C of this contract. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause. NUMBER TITLE DATE FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) 52.217-8 OPTION TO EXTEND SERVICES NOV 1999 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE JUL 1996 52.228-5 INSURANCE--WORK ON A GOVERNMENT JAN 1997 INSTALLATION 52.232-18 AVAILABILITY OF FUNDS APR 1984 C. 2 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAY 1999) (a) Inspection/ Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its postacceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee's rights to be paid amounts due as a result of performance of this contract, may be assigned to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U. S. C. 3727). (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U. S. C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the 24. OPM-01-RFP-0017HLW Section C C-2 commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized,) to the address designated in the contract to receive invoices. An invoice must include-- (1) Name and address of the Contractor; (2) Invoice date; (3) Contract number, contract line item number and, if applicable, the order number; (4) Description, quantity, unit of measure, unit price and extended price of the items delivered; (5) Shipping number and date of shipment including the bill of lading number and weight of shipment if shipped on Government bill of lading; (6) Terms of any prompt payment discount offered; (7) Name and address of official to whom payment is to be sent; and (8) Name, title, and phone number of person to be notified in event of defective invoice. Invoices will be handled in accordance with the Prompt Payment Act (31 U. S. C. 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. The Government will make payment in accordance with the Prompt Payment Act (31 U. S. C. 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. If the Government makes payment by Electronic Funds Transfer (EFT), see 52.212-5( b) for the appropriate EFT clause. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the date on which an electronic funds transfer was made. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f. o. b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation 25. OPM-01-RFP-0017HLW Section C C-3 is f. o. b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express or implied warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U. S. C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U. S. C. 431 relating to officials not to benefit; 40 U. S. C 327, et seq., Contract Work Hours and Safety Standards Act; 41 U. S. C. 51-58, Anti-Kickback Act of 1986; 41 U. S. C. 265 and 10 U. S. C. 2409 relating to whistle blower protections; 49 U. S. C 40118, Fly American; and 41 U. S. C. 423 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) the schedule of supplies/ services; (2) the Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause; (3) the clause at 52.212-5; (4) addenda to this solicitation or contract, including any license agreements for computer software; (5) solicitation provisions if this is a solicitation; (6) other paragraphs of this clause; (7) the Standard Form 1449; (8) other documents, exhibits, and attachments; and (9) the specification. 26. OPM-01-RFP-0017HLW Section C C-4 C. 3 ADDENDUM to FAR 52.212-4 Contract Terms and Conditions--Commercial Items Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: C. 4 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2000) (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E. O. 11755). (2) 52.233-3, Protest after Award (31 U. S. C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U. S. C. 253g and 10 U. S. C. 2402). [ ] (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999). [X] (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). [ ] (4) (i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). [ ] (ii) Alternate I to 52.219-5. [ ] (iii) Alternate II to 52.219-5. [X] (5) 52.219-8, Utilization of Small Business Concerns (15 U. S. C. 637 (d)( 2) and (3)). [ ] (6) 52.219-9, Small Business Subcontracting Plan (15 U. S. C. 637( d)( 4)). [X] (7) 52.219-14, Limitations on Subcontracting (15 U. S. C. 637( a)( 14)). [X] (8)( i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U. S. C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). [ ] (ii) Alternate I of 52.219-23. 27. OPM-01-RFP-0017HLW Section C C-5 [ ] (9) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U. S. C. 2323). [ ] (10) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U. S. C. 2323). [X] (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [ ] (12) 52.222-26, Equal Opportunity (E. O. 11246). [X] (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U. S. C. 4212). [X] (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U. S. C. 793). [X] (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U. S. C. 4212). [ ] (16)( i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U. S. C. 6962( c)( 3)( A)( ii)). [ ] (ii) Alternate I of 52.223-9 (42 U. S. C. 6962( i)( 2)( C)). [ ] (17) 52.225-1, Buy American Act--Balance of Payments Program--Supplies (41 U. S. C. 10a-10d). [ ] (18)( i) 52.225-3, Buy American Act--North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program (41 U. S. C. 10a-10d, 19 U. S. C. 3301 nnote, 19 U. S. C. 2112 note). [ ] (ii) Alternate I of 52.225-3. [ ] (iii) Alternate II of 52.225-3. [ ] (19) 52.225-5, Trade Agreements (19 U. S. C. 2501, et seq., 19 U. S. C. 3301 note). [X] (20) 52.225-13, Restriction on Certain Foreign Purchases (E. O. 12722, 12724, 13059, 13067, 13121, and 13129). [ ] (21) 52.225-15, Sanctioned European Union Country End Products (E. O. 12849). [ ] (22) 52.225-16, Sanctioned European Union Country Services (E. O. 12849). [ ] (23) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U. S. C. 3332). [X] (24) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (31 U. S. C. 3332). [ ] (25) 52.232-36, Payment by Third Party (31 U. S. C. 3332). 28. OPM-01-RFP-0017HLW Section C C-6 [ ] (26) 52.239-1, Privacy or Security Safeguards (5 U. S. C. 552a). - [ ] (27)( i) 52.247-64, Preference for Privately Owned U. S.-Flag Commercial Vessels (46 U. S. C. 1241). [ ] (ii) Alternate I of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [Contracting Officer check as appropriate.] [X] (1) 52.222-41, Service Contract Act of 1965, As amended (41 U. S. C. 351, et seq.). [X] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U. S. C. 206 and 41 U. S. C. 351, et seq.). [X] (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (29 U. S. C. 206 and 41 U. S. C. 351, et seq.). [ ] (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (29 U. S. C. 206 and 41 U. S. C. 351, et seq.). [ ] (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U. S. C. 351, et seq.). [ ] (6) 52.222-50, Nondisplacement of Qualified Workers (Executive Order 12933). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. 29. OPM-01-RFP-0017HLW Section C C-7 (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components-- (1) 52.222-26, Equal Opportunity (E. O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U. S. C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U. S. C. 793); (4) 52.247-64, Preference for Privately Owned U. S.-Flag Commercial Vessels (46 U. S. C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U. S. C. 351, et seq.). C. 5 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. C. 6 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/ these address( es): http:// www. arnet. gov/ far 30. OPM-01-RFP-0017HLW Section D D-1 CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS Attachment Title Form Number (as applicable) Exhibit 1 Wage Determination #94-2139, Rev. 19 Exhibit 2 Front Entrance Post Orders Exhibit 3 Rear Entrance Post Orders Exhibit 4 Shift Duration Exhibit 5 Disclosure of Lobbying Activities Form LLL Exhibit 6 Statement of Personal History GSA 176 31. OPM-01-RFP-0017HLW Section E E-1 SOLICITATION PROVISIONS E. 1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE" in Section C of this contract. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause. NUMBER TITLE DATE FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) 52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER MAY 1999 INFORMATION WITH OFFER E. 2 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (OCT 2000) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3; (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and 32. OPM-01-RFP-0017HLW Section E E-2 (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4: 30 p. m., local time, for the designated Government office on the date that offers or revisions are due. (2)( i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ``late'' and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5: 00 p. m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/ date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice 33. OPM-01-RFP-0017HLW Section E E-3 of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)( i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)( 1)( i) of this provision. Additional copies will be issued for a fee. (2) The DoD Index of Specifications and Standards (DoDISS) and documents listed in it may be obtained from the--Department of Defense Single Stock Point (DoDSSP), Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/ 2179, Facsimile (215) 697-1462. (i) Automatic distribution may be obtained on a subscription basis. (ii) Order forms, pricing information, and customer support information may be obtained-- (A) By telephone at (215) 697-2667/ 2179; or (B) Through the DoDSSP Internet site at http:// assist. daps. mil. (3) Nongovernment (voluntary) standards must be obtained from the organization responsible for their 34. OPM-01-RFP-0017HLW Section E E-4 preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $25,000.) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" followed by the DUNS number that identifies the offeror's name and address. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet to obtain one at no charge. An offeror within the United States may call 1-800-333-0505. The offeror may obtain more information regarding the DUNS number, including locations of local Dun and Bradstreet Information Services offices for offerors located outside the United States, from the Internet home page at http:// www. customerservice@ dnb. com/. If an offeror is unable to locate a local service center, it may send an e-mail to Dun and Bradstreet at globalinfo@ mail. dnb. com. E. 3 ADDENDUM to FAR 52.212-1 Instructions to Offerors--Commercial Items Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: E. 4 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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: A: Technical Evaluation Factors (1) Experience and Past Performance (2) Overall Resources (Startup/ Availability/ Sustainability) (3) Management and Personnel Procedures (4) Quality Control B: Cost/ Price Cost/ Price will be evaluated separately. Cost will be determined by multiplying the proposed hourly rates by the estimated hours required. Offers will be evaluated on the basis of the total evaluated cost to the Government to perform the services described in this solicitation and the reasonableness of those cost in relationship to the work to be performed for the base and option periods. Importance of the Evaluation Criteria: Experience, past performance and overall resources (criteria 1 and 2) are equal in weight and of greater importance than Criteria 3, and 4. The technical factors, when combined are more important than price/ cost. However, if there is a tie in the rating of technical factors between one or more contractors, price may be the determining factor. The evaluation criteria will be applied to each offer received. The evaluation team will establish a competitive range and the Government may conduct oral or written negotiations with all responsive offers 35. OPM-01-RFP-0017HLW Section E E-5 within the competitive range. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option( s). (c) 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. E. 5 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JAN 2001) (a) Definitions. As used in this provision: Emerging small business means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. Service-disabled veteran-owned small business concern- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service--disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned byy one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U. S. C. 101( 2), with a disability that is service-connected, as defined in 38 U. S. C. 101( 16). Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and size standards in this solicitation. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U. S. C. 101( 2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. Women-owned small business concern means a small business concern-- 36. OPM-01-RFP-0017HLW Section E E-6 (1) Which is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. Women-owned business concern means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. (b) Taxpayer Identification Number (TIN) (26 U. S. C. 6109, 31 U. S. C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (b)( 3) through (b)( 5) of this provision to comply with debt collection requirements of 31 U. S. C. 7701( c) and 3325( d), reporting requirements of 26 U. S. C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U. S. C. 7701( c)( 3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). [ ] TIN: _____________________. [ ] TIN has been applied for. [ ] TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [ ] Offeror is an agency or instrumentality of a foreign government; [ ] Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. [ ] Sole proprietorship; [ ] Partnership; [ ] Corporate entity (not tax-exempt); [ ] Corporate entity (tax-exempt); [ ] Government entity (Federal, State, or local); [ ] Foreign government; [ ] International organization per 26 CFR 1.6049-4; [ ] Other _________________________. (5) Common parent. [ ] Offeror is not owned or controlled by a common parent; [ ] Name and TIN of common parent: 37. OPM-01-RFP-0017HLW Section E E-7 Name ___________________. TIN _____________________. (c) Offerors must complete the following representations when the resulting contract is to be performed inside the United States, its territories or possessions, Puerto Rico, the Trust Territory of the Pacific Islands, or the District of Columbia. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)( 1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)( 2) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)( 1) of this provision.] The offeror represents, for general statistical purposes, that it [ ] is, [ ] is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)( 1) of this provision.] The offeror represents that it [ ] is, [ ] is not a women-owned small business concern. Note: Complete paragraphs (c)( 6) and (c)( 7) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)( 1) of this provision.] The offeror represents that it [ ] is a women-owned business concern. (7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (8) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. [Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.] (i) [Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the four designated industry groups (DIGs).] The offeror represents as part of its offer that it [ ] is, [ ] is not an emerging small business. (ii) [Complete only for solicitations indicated in an addendum as being for one of the targeted industry 38. OPM-01-RFP-0017HLW Section E E-8 categories (TICs) or four designated industry groups (DIGs).] Offeror represents as follows: (A) Offeror's number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Offeror's average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): Number of Employees Average Annual Gross __ 50 or fewer __ $1 million or less __ 51--100 __ $1,000,001--$ 2 million __ 101--250 __ $2,000,001--$ 3.5 __ 251--500 __ $3,500,001--$ 5 million __ 501--750 __ $5,000,001--$ 10 million __ 751--1,000 __ $10,000,001--$ 17 __ Over 1,000 __ Over $17 million (9) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either-- (A) It [ ] is, [ ] is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104( c)( 2); or (B) It [ ] has, [ ] has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) [ ] Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002( f) and that the representation in paragraph (c)( 7)( i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ___________________.] (d) Representations required to implement provisions of Executive Order 11246-- 39. OPM-01-RFP-0017HLW Section E E-9 (1) Previous contracts and compliance. The offeror represents that- (i) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [ ] has, [ ] has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that-- (i) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U. S. C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. (f) Buy American Act--Balance of Payments Program Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy AAmerican Act--Balance of Payments Program--Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)( 2) of this provision, is a domestic end product as defined in the clause of this solicitation entitled "Buy American Act--Balance of Payments Program--Supplies" and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outtside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. (2) Foreign End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)( 1) Buy American Act--North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program Certificate. (Applies only if the clausee at FAR 52.225-3, Buy American Act--North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program, is included in this solicitation.) 40. OPM-01-RFP-0017HLW Section E E-10 (i) The offeror certifies that each end product, except those listed in paragraph (g)( 1)( ii) or (g)( 1)( iii) of this provision, is a domestic end product as defined in the clause of this solicitation entitled "Buy American Act--North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program" and that the offeror has considered commponents of unknown origin to have been mined, produced, or manufactured outside the United States. (ii) The offeror certifies that the following supplies are NAFTA country end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act--North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program": NAFTA Country or Israeli End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)( 1)( ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act--North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program." The offeror shall list as other foreign end products those end products mannufactured in the United States that do not qualify as domestic end products. Other Foreign End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act--North American Free Trade Agreements--Israeli Trade Act--Balance of Payments Program Certificate, Alternate I (Feb 2000). Iff Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)( 1)( ii) for paragraph (g)( 1)( ii) of the basic provision: (g)( 1)( ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act--North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program": Canadian End Products: Line Item No. 41. OPM-01-RFP-0017HLW Section E E-11 __________________________________________ __________________________________________ __________________________________________ (List as necessary) (3) Buy American Act--North American Free Trade Agreements--Israeli Trade Act--Balance of Payments Program Certificate, Alternate II (Feb 2000). IIf Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)( 1)( ii) for paragraph (g)( 1)( ii) of the basic provision: (g)( 1)( ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act--North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program": Canadian or Israeli End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)( 4)( ii) of this provision, is a U. S.-made, designated country, Caribbean Basin country, or NAFTA country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U. S.-made, designated country, Caribbean Basin country, or NAFTA country end products. Other End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items subject to the Trade Agreements Act, the Government will evaluate offers of U. S.-made, designated country, Caribbean Basin country, or NAFTA country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. The Government will consider for award only offers of U. S.-made, designated country, Caribbean Basin country, or NAFTA country end 42. OPM-01-RFP-0017HLW Section E E-12 products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Debarment, Suspension or Ineligibility for Award (Executive Order 12549). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that-- (1) The offeror and/ or any of its principals [ ] are, [ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [ ] Have, [ ] have not, within the 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 Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; (3) [ ] Are, [ ] are not presently indicted for, or otherwise criminally or civilly charged by a government entity with, commission of any of these offenses; and (4)( i) The offeror, aside from the offenses enumerated in paragraphs (1), (2), and (3) of this paragraph (h), [ ] has [ ] has not within the past three years, relative to tax, labor and employment, environmental, antitrust, or consumer protection laws-- (A) Been convicted of a Federal or state felony (or has any Federal or state felony indictments currently pending against them); or (B) Had a Federal court judgment in a civil case brought by the United States rendered against them; or (C) Had an adverse decision by a Federal administrative law judge, board, or commission indicating a willful violation of law. (ii) If the offeror has responded affirmatively, the offeror shall provide additional information if requested by the Contracting Officer. E. 6 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (JUN 1999) (a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" followed by the DUNS number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet Information Services. (b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be provided immediately by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror, if located within the United States, should call Dun and Bradstreet at 1-800-333-0505. The offeror should be prepared to provide the following information: (1) Company name. 43. OPM-01-RFP-0017HLW Section E E-13 (2) Company address. (3) Company telephone number. (4) Line of business. (5) Chief executive officer/ key manager. (6) Date the company was started. (7) Number of people employed by the company. (8) Company affiliation. (c) Offerors located outside the United States may obtain the location and phone number of the local Dun and Bradstreet Information Services office from the Internet home page at http:// www. customerservice@ dnb. com/. If an offeror is unable to locate a local service center, it may send an e-mail to Dun and Bradstreet at globalinfo@ mail. dnb. com. E. 7 52.219-22 SMALL DISADVANTAGED BUSINESS STATUS (OCT 1999) (a) General. This provision is used to assess an offeror's small disadvantaged business status for the purpose of obtaining a benefit on this solicitation. Status as a small business and status as a small disadvantaged business for general statistical purposes is covered by the provision at FAR 52.219-1, Small Business Program Representation. (b) Representations. (1) General. The offeror represents, as part of its offer, that it is a small business under the size standard applicable to this acquisition; and either-- [ ] (i) It has received certification by the Small Business Administration as a small disadvantaged business concern consistent with 13 CFR 124, Subpart B; and (A) No material change in disadvantaged ownership and control has occurred since its certification; (B) Where the concern is owned by one or more disadvantaged individuals, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104( c)( 2); and (C) It is identified, on the date of its representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net); or [ ] (ii) It has submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (2) [ ] For Joint Ventures. The offeror represents, as part of its offer, that it is a joint venture that complies 44. OPM-01-RFP-0017HLW Section E E-14 with the requirements at 13 CFR 124.1002( f) and that the representation in paragraph (b)( 1) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________________________________________.] (c) Penalties and Remedies. Anyone who misrepresents any aspects of the disadvantaged status of a concern for the purposes of securing a contract or subcontract shall: (1) Be punished by imposition of a fine, imprisonment, or both; (2) Be subject to administrative remedies, including suspension and debarment; and (3) Be ineligible for participation in programs conducted under the authority of the Small Business Act. E. 8 52.233-2 SERVICE OF PROTEST (AUG 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hand-Carried Address: US Office of Personnel Management Contracting Division Room 1342 1900 E. Street, NW Washington DC 20415-7710 Mailing Address: US Office of Personnel Management Contracting Division Room 1342 1900 E. Street, NW Washington DC 20415-7710 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. F. 9 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/ these address( es): http:// www. arnet. gov/ far 45. OPM-01-RFP-0017HLW Section F F-1 CONTRACT ADMINISTRATION F. 1 Contracting Officer's Representative (COR) At the time of contract award, the Contracting Officer (CO) will appoint a COR who is responsible for providing an interface between the Government and the offeror and for monitoring the progress of projects and ascertaining, for purposes of approval for payment, that the performance of the offeror is acceptable with respect to content, quality of services and materials. The COR is not authorized to change any contract terms or conditions. That authority is reserved exclusively to the CO. F. 2 Contractor Invoice Requirements a. Contractors shall submit invoices to the COR for certification. The Contractor shall submit the original invoice with two copies to the following address: Official U. S. Mail Address, UPS, Federal Express: U. S. Office of Personnel Management Attn: Accounts Receivable 4685 Log Cabin Drive Macon, Georgia 31204-6317 b. To constitute a proper invoice, the invoice must include the information stated in Section C, clause 52.212-4( g). F. 3 Deficiency Notices OPM will issue a written notice of deficiency to the Contract Manager and/ or on-site supervisor covering issues which need corrective action. Deficiencies may involve the Contractor's failure to comply with written or oral job assignments; or the deficiencies may involve any issue relating to the terms of the contract. The Contractor will be given up to one week to correct the deficiency. Failure to take the appropriate corrective action within the time period specified could result in the termination of the contract. In addition, if the contractor receives more than three written deficiency notices within a six month period of time, the Government may terminate the contract for cause. 46. OPM-01-RFP-0017HLW Section G G-1 SPECIAL CONTRACT REQUIREMENTS G. 1 Estimated Quantities The monthly number of productive and supervisory labor hours stated in Section B, Part II: SUPPLIES OR SERVICES AND PRICE/ COSTS, are estimated quantities based on past history. Actual hours worked by the Contractor may vary slightly from these monthly estimates. Despite the fact that the actual hours worked by the Contractor during any given month may vary slightly from the estimates in Section B, the Contractor will only be paid at the total cost (price) per month established in Section B. The Government may order additional guard services outside of the normal monthly hours by issuing task orders against this contract. These additional services as ordered by the Government will be paid to the Contractor on the basis of the hourly rate specified in Item Number 0002 of Section B, Part II. G. 2 Notice To The Offeror This solicitation and resulting contracts shall cover charges for only those items which are specified by the contract. If any additional item( s) or service( s) are needed which are not listed in the Statement of Work, the contractor shall request the contract officer to issue a modification to the contract to cover the additional items. G. 3 Offeror's Certifications Clause 52.212-3, Section E, "Offeror Representations and Certifications--Commercial Items," shall be completed and returned with the Contractor's proposal. G. 4 Insurance Requirements The Contractor shall provide and maintain worker's compensation, general liability and vehicle insurance, at no additional expense to the Government. 47. OPM-01-RFP-0017HLW Section H H-1 INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS H. 1 General The Offeror should set forth in detail the technical and management approaches intended for accomplishment of the work indicated in this RFP. The proposal must be adequate to demonstrate how you propose to comply with the requirements specified in the RFP and must fully explain the techniques and procedures you intend to follow. The proposal shall consist of an original and four (4) copies of the technical and management proposal; and an original and two (2) copies of the pricing proposal. Do not place proposals in spiral binding. Your proposal will become the property of the Government and will not be returned. If your proposal contains information that you do not wish disclosed to the public or used by the Government for any purpose other than evaluation of your proposal, such restrictions shall be clearly indicated on each sheet containing such information. The Government reserves the right to make award without discussions of the proposal received under this solicitation. Accordingly, the offeror should submit their initial proposal on the most favorable terms possible, from both a technical and pricing standpoint. H. 2 Specific Proposal Submission Requirements The contractor shall submit a brief written narrative statement which demonstrates the firm's ability to meet the requirements stated in this solicitation. The evaluation factors specified in Section E, clause 52.212-2, will be applied to your responses to these narratives. Please respond to the following: Experience and Past Performance Capabilities a. Experience 1. State your firm's experience in the management and operation of executive level facilities similar in size, complexity, and age to the OPM Macon, Georgia facility. 2. State your firm's experience in the management of security and fire alarm systems. State the kind or type of systems that the firm has had experience with by brand name. 3. State your firm's experience in the management of security monitoring equipment with multiple cameras, monitors, motion detection devices, and recording devises. Include the name of the brand or type of equipment in your description. 4. State your firm's experience in the management of a "Card-Key" Entry System with numerous points of card-key entry stations. 5. State your firm's experience in the management of controlled entry devices, intercoms, and electronic gate openers. Include in the description the brand names of such devices. 6. State your firm's experience in the management of a major Uninterrupted Power Supply (UPS) system 48. OPM-01-RFP-0017HLW Section H H-2 which provides battery and diesel generated power to provide and maintain electricity to the facility in the event of loss of electrical power. 7. State your firm's experience in "Meeting, Greeting, and Dealing" with the general public, Government employees, and VIP's. 8. State the number of years of corporate experience in managing facilities of similar size, age, and complexity. 9. State your firm's experience in crowd and traffic control. 10. State your firm's experience in the detection, investigation, determination, and arrest of criminal violators. 11. State your firm's experience in handling emergencies and crises. 12. State your firm's experience in administering first-aid. 13. Provide a brief background on your firm, including your corporate history. b. Past Performance Provide the descriptions of three projects accomplished by your organization within the past two years that would substantiate your history of past performance similar to or the same as the work described herein. Descriptions shall include the following information: (1) The project identification. (2) The customer's or client's name, address, and telephone number of an individual in the client's office to contact for a reference. (3) Dates and time span required for project completion or the term of the contract awarded. (4) The dollar value of the contract to the client. (5) A brief description of the project or work performed. c. Overall Resources 1. Vehicles, Equipment and Supplies. The contractor shall provide information in the offer which describes any equipment, and supplies, including weapons, vehicles, radios, and uniforms that will be used in the performance of the contract resulting from the RFP. The contractor shall specify the model numbers, the brand names, the age and the condition of weapons, vehicles, and radios. 2. Personnel. The Contractor shall provide the resumes of key personnel (i. e. the Contract Manager and Supervisors) who will be assigned to the project). The Contractor will also identify the names, qualifications, experience of subordinate personnel to be assigned to work as security guards. The Contractor must provide the name of a Contract Manager or the principle point-of-contact who will be responsible for the performance of the work. Substitutions for the critical (Key) personnel listed by the Contractor must be approved, in advance, by the Contracting Officer. 3. Subcontracting Plan. If the Contractor plans to use subcontractors as a means of enhancing their ability to accomplish work as described herein, identify the subcontractors and describe how your firm will assure 49. OPM-01-RFP-0017HLW Section H H-3 their conformance to contract management, supervision, equipment, work schedules, and quality requirements. If you do not contemplate using subcontractors, so state in your proposal. d. Overall Operational Management and Personnel Management Procedures 1. Describe your firm's written standard operating procedures (SOP's) for performing work of this type. Demonstrate your compliance with the duties and requirements outlined in Section B, Part III, Statement of Work. 2. Describe your firm's internal controls for the assignment of work, human resources, equipment and supplies. 3. Describe your firm's method of scheduling supervisory personnel and security guards for work assignments. 4. Describe your firm's ability to furnish all resources necessary to meet the requirements stated herein, including providing vehicle insurance and workman's compensation. 5. Describe your firm's training plan and explain how you plan to meet all aspects of the training and certification requirements specified in Section B, Part III, Statement of Work, entitled "Training". Provide a milestone chart or training schedule with projected dates for conducting the training specified herein. 6. Describe and demonstrate how your firm will obtain, if necessary, the proper licenses necessary for security guards to carry weapons and make arrests (i. e. obtain Special Police Powers). If your firm already has been licensed in the Macon, Georgia jurisdiction, furnish a copy of supporting documentation. 7. Describe your firm's hiring practices. If applicable, include any information on collective bargaining agreements covering employees. 8. Furnish an organizational structure chart that reflects clear lines of authority, delegation of responsibility, and management controls to ensure the orderly performance of the work stated herein. e. Quality Control and Assurance 1. The contractor shall describe any proposed methods and techniques for the detection and correction of deficiencies. Describe your firm's ability to respond to and satisfactorily handle complaints. 2. Describe your firm's workman's compensation plan and vehicle insurance coverage. Furnish copies of insurance certificates. 3. Describe your firm's response capabilities (i. e. how long it will take to respond to emergencies, request for temporary additional duties, and unusual weather conditions). f. Pricing Proposal The pricing proposal shall be completely separate from the technical proposal and shall contain all information relative to pricing. 50. .- . . -Page 1 of 10 REGISTER OF WAGE DETERMINATIONS UNDER THE SERVICE CONTRACT ACT By direction of the Secretary of Labor U. S. DEPARTMENT OF LABOR EMPLOYMENT STANDARDS ADMINISTRATION WAGE AND HOUR DIVISION WASHINGTON, D. C. 20210 William W. Gross Division of Director Wage Determinations Wage Determination No.: 1994-2139 Revision No.: 19 Date of Last Revision: 06/ 09/ 2000 State: Georgia Area: Georgia Counties of Baldwin, Bibb, B! eckley, Crawford, Crisp, Dodge, Dooly, Hancock, Houston, Jas P er, Johnson, Jones, Lamar, Laurens, Macon, Monroe, Montgomery, Peach, Pike, Pulaski, Putnam, Tel air, Treutlen, Twiggs. Upson, Washington, Wheeler, Wilcox, Wilkinson ** Fringe Benefits Required Follow the Occupational Listing ** OCCUPATION TITLE MINIMUM WAGE NATE Administrative Support and Clerical Occupations Accounting Clerk I 8.24 Accounting Clerk II 8.00 Accounting Clerk Ill 10.89 Accounting Clerk IV 13.42 Court Reporter 12.46 Dispatcher, Motor Vehicle 12.46 Document Preparation Clerk 9.14 Duplicating Machine Operator 9.14 Film/ Tape Librarian 9.08 General Clerk I 6.89 General Clerk II 7.77 General Clerk Ill 8.48 General Clerk IV 9.51 Housing Referral Assistant 13.92 Key Entry Operator I 8.40 Key Entry Operator II 10.09 Messenger (Courier) 6.85 Order Clerk I 8.24 Order Clerk II 10.35 Personnel Assistant (Employment) I 10.02 Personnel Assistant (Employment) II 11.27 Personnel Assistant (Employment) Ill 12.32 Personnel Assistant (Employment) IV 13.83 Production Control Clerk 12.28 Rental Clerk 9.95 Scheduler, Maintenance 9.95 Secretary I 9.95 Secretary II 10.99 Secretary Ill 13.50 Secretary IV 15.03 Secretary V 16.65 51. - WAGE DETERMINATION NO.: IL 2139 (Rev. 19) Service Order Dispatcher 9.74 Stenographer I 10.64 Stenographer II 11.75 Supply Technician 14.84 Survey Worker (Interviewer) 10.84 Switchboard Operator-Receptionist 9.04 Test Examiner 10.99 Test Proctor 10.99 Travel Clerk I 7.54 Travel Clerk II 0.21 Travel Clerk III 8.85 Word Processor I 9.14 Word Processor II 9.98 Word Processor Ill 11.03 Automatic Data Processing Occupations Computer Data Librarian 8.60 Computer Operator I 9.80 Computer Operator II 12.00 Computer Operator Ill 14.69 Computer Operator IV 16.71 Computer Operator V 19.45 Computer Programmer I (1) 13.43 Computer Programmer II (1) 16.63 Computer Programmer Ill (1) 20.03 Computer Programmer IV (1) 24.18 Computer Systems Analyst I (1) 21.07 Computer Systems Analyst II (1) 24.91 Computer Systems Analyst Ill (1) 27.62 Peripheral Equipment Operator 8.51 Automotive Service Occupations Automotive Body Repairer, Fiberglass 17.04 Automotive Glass Installer 15.76 Automotive Worker 15.76 Electrician, Automotive 16.39 Mobile Equipment Servicer 14.50 Motor Equipment Metal Mechanic 17.04 Motor Equipment Metal Worker 15.76 Motor Vehicle Mechanic 16.15 Motor Vehicle Mechanic Helper 13.87 Motor Vehicle Upholstery Worker 15.13 Motor Vehicle Wrecker 15.76 Painter, Automotive 16.39 Radiator Repair Specialist 15.76 Tire Repairer 14.01 Transmission Repair Specialist 17.04 Food Preparation and Service Occupations _-. ISSUE DATE. 309/ 2000 Page2oflO 52. WAGE DETERMINATION No.: 1~ 2139 (Rev. 19) ISSUE DATE. ,6/ 09/ 2000 Baker 8.44 Cook I 7.22 Cook II 8.44 Dishwasher 6.13 Food Service Worker 5.95 Meat Cutter 9.71 WaiterWaitress 5.85 Furniture Maintenance and Repair Occupations Electrostatic Spray Painter 16.39 Furniture Handler 11.72 Furniture Refinisher 18.39 Furniture Refinisher Helper 13.87 Furniture Repairer, Minor 15.13 Upholsterer 16.39 General Services and Support Occupations Cleaner, Vehicles 6.13 Elevator Operator 5.33 Gardener 8.31 House Keeping Aid I 5.86 House Keeping Aid II 6.13 Janitor 6.13 Laborer, Grounds Maintenance 6.73 Maid or Houseman 5.86 Pest Controller 8.65 Refuse Collector 6.13 Tractor Operator 7.95 Window Cleaner 6.73 Health Occupations Dental Assistant 10.44 Emergency Medical Technician (EMT)/ Paramedic/ Ambulance Driver 10.44 Licensed Practical Nurse I 9.55 Licensed Practical Nurse II 10.73 Licensed Practical Nurse Ill 12.01 Medical Assistant 9.34 Medical Laboratory Technician 10.73 Medical Record Clerk 9.55 Medical Record Technician 12.93 Nursing Assistant I 6.78 Nursing Assistant II 7.62 Nursing Assistant Ill 8.31 Nursing Assistant IV 9.34 Pharmacy Technician 11.63 Phlebotomist 10.73 Registered Nurse I 13.26 Registered Nurse II 16.22 Registered Nurse II, Specialist 16.22 Page3oflO 53. - WAKE DETERMINATION NO.: IL 2139 (REV. 19) ~-. ISSUE DATE. .d/ O9/ 2000 Registered Nurse III 19.62 Registered Nurse Ill, Anesthetist 19.62 Registered Nurse IV 23.51 Information and Arts Occupations Audiovisual Librarian 17.02 Exhibits Specialist I 10.56 Exhibits Specialist II 13.70 Exhibits Specialist Ill 15.96 Illustrator I 10.56 Illustrator II 13.63 Illustrator Ill 15.96 Librarian 10.00 Library Technician 13.30 Photographer I 10.56 Photographer II 13.63 Photographer Ill 15.98 Photographer IV 19.55 Photographer V 23.66 Laundry, Dry Cleaning, Pressing and Related Occupations Assembler 5.98 Counter Attendant 5.98 Dry Cleaner 6.95 Finisher, Flatwork. Machine 5.98 Presser, Hand 5.90 Presser, Machine, Dtycleaning 5.98 Presser, Machine, Shirts 5.98 Presser, Machine, Wearing Apparel, Laundry 5.96 Sewing Machine Operator 7.36 Tailor 7.81 Washer, Machine 6.20 Machine Tool Operation and Repair Occupations Machine-Tool Operator (Toolroom) 16.39 Tool and Die Maker 18.93 Material Handling and Packing Occupations Forklik Operator 10.64 Fuel Distribution System Operator 14.65 Material Coordinator 12.06 Material Expediter 12.06 Material Handling Laborer 10.36 Order Filler 9.85 Production Line Worker (Food Processing) 13.90 Shipping Packer a. 85 Shipping/ Receiving Clerk 11.92 Stock Clerk (Shelf Stocker; Store Worker II) 12.26 Store Worker I 9.30 Page4oflO 54. WAGE DETERMINATION NO.: 19 ~-~ 2139 (Rev. 19) ISSUE DATE j/ 09/ 2000 Tools and Parts Attendant Warehouse Specialist 13.90 13.90 Mechanics and Maintenance and Repair Occupations Aircraft Mechanic 17.04 Aircraft Mechanic Helper 13.87 Aircraft Quality Control Inspector 17.67 Aircraft Servicer 15.13 Aircraft Worker 15.76 Appliance Mechanic 16.39 Bicycle Repairer 14.01 Cable Splicer 17.04 Carpenter, Maintenance 16.39 Carpet Layer 15.76 Electrician, Maintenance 16.19 Electronics Technician, Maintenance I 15.59 Electronics Technician, Maintenance II 16.21 Electronics Technician, Maintenance Ill 16.84 Fabric Worker 15.13 Fire Alarm System Mechanic 17.04 Fire Extinguisher Repairer 14.50 Fuel Distribution System Mechanic 17.04 General Maintenance Worker 15.76 Heating, Refrigeration and Air Conditioning Mechanic 17.04 Heavy Equipment Mechanic 17.04 Heavy Equipment Operator 14.64 Instrument Mechanic 17.04 Laborer 6.13 Locksmith 16.39 Machinery Maintenance Mechanic 16.62 Machinist, Maintenance 17.04 Maintenance Trades Helper 13.87 Millwright 17.04 Office Appliance Repairer 16.39 Painter, Aircraft 16.39 Painter, Maintenance 16.39 Pipefitter, Maintenance 17.04 Plumber, Maintenance 16.39 Pneudraulic Systems Mechanic 17.04 Rigger 17.04 Scale Mechanic 15.76 Sheet-Metal Worker, Maintenance 17.01 Small Engine Mechanic 15.76 Telecommunication Mechanic I 17.04 Telecommunication Mechanic II 17.67 Telephone Lineman 17.04 Welder, Combination, Maintenance 17.04 Well Driller 17.04 Woodcraft Worker 17.04 Page5oflO 55. -.WAGEDETERMINATION No.: 1: -2139 (Rev. 19) ISSUE DATL. J6/ 09/ 2000 Woodworker 14.50 Miscellaneous Occupations Animal Caretaker 6.40 Carnival Equipment Operator 6.91 Carnival Equipment Repairer 7.22 Carnival Worker 6.06 Cashier 5.96 Desk Clerk 6.49 Embalmer 15.81 Lifeguard 6.13 Mortician 18.18 Park Attendant (Aide) 7.22 Photofinishing Worker (Photo Lab Tech., Darkroom Tech) 6.13 Recreation Specialist 9.15 Recycling Worker 7.95 Sales Clerk 6.13 School Crossing Guard (Crosswalk Attendant) 5.72 Sport Official 6.13 Survey Party Chief (Chief of Party) 8.76 Surveying Aide 6.13 Surveying Technician (Instr. Person/ Surveyor Asst./ lnstr.) 7.22 Swimming Pool Operator 7.95 Vending Machine Attendant 7.95 Vending Machine Repairer 9.03 Vending Machine Repairer Helper 7.95 Personal Needs Occupations Child Care Attendant Child Care Center Clerk Chore Aid Homemaker 5.82 8.09 6.13 9.10 Plant and System Operation Occupations Soiler Tender Sewage Plant Operator Stationary Engineer Ventilation Equipment Tender Water Treatment Plant Operator 17.04 16.39 17.04 13.87 16.39 Protective Service Occupations Alarm Monitor Corrections Officer Court Security Officer Detention Officer Firefighter Guard I Guard II Police Officer 7.60 11.45 12.32 11.45 12.27 8.95 8.73 14.75 Page 6 of 10 56. .- WAGE 'DETERMINATION NO.: it 2139 (Rev. 19) - ISSUE DATL. .6/ 09/ 2000 Stevedoring/ Longshoremen Occupations Blocker and Bracer 15.84 Hatch Tender 15.84 Line Handler 15.84 Stevedore I 15.15 Stevedore II 16.40 Technical Occupations Air Traffic Control Specialist, Center (2) Air Traffic Control Specialist, Station (2) Air Traffic Control Specialist, Terminal (2) Archeological Technician I Archeological Technician II Archeological Technician Ill Cartographic Technician Civil Engineering Technician Computer Based Training (CBT) Specialist/ Instructor Drafter I Drafter II Drafter Ill Drafter IV Engineering Technician I Engineering Technician II Engineering Technician Ill Engineering Technician IV Engineering Technician V Engineering Technician VI Environmental Technician Flight Simulator/ Instructor (Pilot) Graphic Artist Instructor Laboratory Technician Mathematical Technician Paralegal/ Legal Assistant I Paralegal/ Legal Assistant II Paralegal/ Legal Assistant Ill Paralegal/ Legal Assistant IV Photooptics Technician Technical Writer Unexploded (UXO) Safety Escort Unexploded (UXO) Sweep Personnel Unexploded Ordnance (UXO) Technician I Unexploded Ordnance (UXO) Technician II Unexploded Ordnance (UXO) Technician Ill Weather Observer, Combined Upper Air and Surface Programs (3) Weather Observer, Senior (3) Weather Observer, Upper Air (3) 26.07 17.98 19.79 10.66 11.99 14.81 17.04 14.81 18.28 11.64 15.31 17.63 19.67 9.52 10.69 11.96 14.81 18.79 20.53 16.75 24.91 16.42 18.28 14.72 14.81 11.57 14.81 18.11 21.90 16.01 21.03 16.57 16.57 16.57 20.05 24.02 12.26 13.62 12.26 Page 7 of IO 57. -WAGEDETERM~ NAT~~ N No.: 1~ -2139 (Rev. 19) ISSUE DATL .6/ 09/ 2000 Transportation/ Mobile Equipment Operation Occupations Bus Driver 0.02 Parking and Lot Attendant 5.33 Shuttle Bus Driver 7.44 Taxi Driver 6.59 Truckdriver, Heavy Truck 10.14 Truckdriver, Light Truck 7.44 Truckdriver. Medium Truck 7.05 Truckdriver. Tractor-Trailer 10.76 Page8ofiO ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH &WELFARE: $1.92 an hour or $76.80 a week or $332.80 a month. VACATION: 2 weeks years, and 4 weeks a t! aid vacation after 1 year of service with a contractor or successor; 3 weeks after 8 er 20 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.' s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE PARENTHESES AFTER THEM RECEIVE THE FOLLOWlNG BENEFITS (as numbered): 1) Does not apply to employees employed in a bona fide executive, administrative, or professional capacity as defined and delineated in 29 CFR 541. (See CFR 4.156) 2) APPLICABLE TO AIR TRAFFIC CONTROLLERS ONLY -NIGHT DIFFERENTIAL: An employee is entitled to pay for all work performed between the hours of 6: 00 P. M. and 6: 00 A. M. at the rate of basic pay plus a night pay differential amounting to 10 percent of the rate of basic pay. 3) WEATHER OBSERVERS -NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i. e. occasional work on Sunday outside the normal tour of duty is considered overtime work). l * UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wa e determination shall (in the absence of a bona tide collective bargaining agreement providing for a dr erent amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse 7-f all employees for such cleaning and maintenance at a rate of $3.35 per week (or $. 67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as 58. WAGEbETERMINATION NO.: I? 2139 (Rev. 19) - ISSUE DATL .6/ 09/ 2000 Page9oflO dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. l * NOTES APPLYING TO THIS WAGE DETERMINATION ** Source of Occupational Title and Descriptions: The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations," Fourth Edition, January 1993, as amended by the Third Supplement, dated March 1997, unless otherwise indicated. This publication may be obtained from the Superintendent of Documents. at 202-783-3238, or by writing to the Superintendent of Documents, U. S. Government Printing Of&, Washmgton. D. C. 20402., Copies of specific job descriptions may also be obtained from the appropriate contracting officer REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE (Standard Form 1444 (SF 1444)) Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i. e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i. e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class( es) of employees. The conformed classification, wage rate, and/ or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)( vi)) When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class( es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation( s) and computes a proposed rate( s). 2) ARer contract award, the contractor prepares a written report listing in order proposed classification title( s), a Federal grade equivalency (FGE) for each proposed classification( s), job description( s), and rationale for proposed wage rate( s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative,, the employees themselves. This report should be subm: tted to the contracting officer no later than 30 days after such unlisted class( es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U. S. Department of Labor, for review. (See section 4.6( b)( 2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves! modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. lnformation required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occu ations" (the Directory) should be used to compare job definitions to insure that duties requested are not pe x ormed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination. 59. 1 Exhibit 2 FRONT ENTRANCE GUARD POST ORDERS U. S. OFFICE OF PERSONNEL MANAGEMENT 4685 LOG CABIN DRIVE MACON, GEORGIA 31204-6317 DEFINITION: The terms Guard, Duty Guard, Duty Officer all refer to the Uniformed Contract Security Guard on duty. STAFFING: One (1) Contractor provided Security Officer. Duty hours are Monday through Sunday, 0001 hours to 2400 hours. Shift duration will be determined by OPM. UNIFORM: The prescribed duty uniform provided by a Police Department or the Security Guard firm in accordance with PBS P 5930.17A, Ch 12. Uniforms shall include all weapons, adornments, and name tags. The uniform's color should be navy blue, black, grey, or dark brown. The uniform should contain some type of insignia identifying the Police Department or Security Guard firm. AREA OF RESPONSIBILITY: All buildings and grounds located at 4685 Log Cabin Drive within a perimeter fence and designated as the U. S. Office of Personnel Management. PRIMARY DUTIES: Maintain a fixed post in the Lobby of the main building. Conduct roving patrols at each shift change. Monitor all alarms and security cameras. Maintain a controlled access to and from all OPM buildings. Provide a high degree of security, reporting all security related problems to the Local Authorities (as required), the Atlanta Regional Federal Protective Police Control Center, and the proper OPM Officials. Keep an accurate Operations Log (SF1103) listing all incidents that occur while on duty. Review the Officer's Duty Book for special orders conveying all relevant information to the next Duty Officer. Review the prior shift's log for the previous 24 hours for familiarization with the previous day's events and any on-going problems, etc. SUPERVISION: Supervision of each shift is required using varied hours in order to observe each productive shift at least 60. 2 once per week. Supervisor will inspect Shift Officer's uniform, shift change procedures, Log Book entries, equipment inventory, and other incidentals deemed necessary to ensure that each shift maintains the standards required by the Guard Contract and these Post Orders. Supervisor will submit a written report to OPM Officials weekly that describes all incidents, security violations and/ or concerns noted in the prior week. This eport shall be submitted every week even if there are no concerns to report. FIXED POST: This post will work from a desk in the Lobby and will monitor front and rear entrances on the first floor (both visually and by the external camera). In addition, the Duty Officer shall monitor all security and surveillance cameras and monitors for security violation, making appropriate notations and notifying the appropriate Officials upon observance of a violation. This post is to be staffed at all times, unless the guard must respond to an emergency or as otherwise noted in these Post Orders. A relief guard is required for smoke breaks and lunch/ dinner. While on post, the guard will remain alert at all times and display proper business conduct. GUARD SIGN-IN: At the beginning of each shift, the arriving Officer will sign in on GSA Form 139 and GSA Form R4-178. Each Officer shall sign out at the end or termination of each shift on GSA Form 139. SHIFT OVERLAP: Each new shift will begin a full thirty minutes before the end of the previous shift, providing a thirty-minute overlap of the two shifts. During the overlap, a roving patrol shall be conducted of the exterior fence line, the exterior of the building ( to determine whether any articles, boxes, or other objects are left next to the building), exterior doors, all exterior out buildings, and the building grounds, as necessary. This roving patrol shall also check the U. P. S. rooms, battery rooms, and interior computer rooms, to ensure that the proper temperature, humidity, and alarms are properly maintained. The Officer must record the results of each mobile patrol on GSA Form 1103. U. P. S. BUILDING CHECK: Check temperature in Battery Room. Target temperature is 78@ F +/-5 during summer months; and 60@ -78@ F during the winter months. Check for oil and water leaks. Visually check the power box and converter box for defects (DO NOT touch them as they are HIGH VOLTAGE). Check the air conditioner in power box to make sure blower is working and this room remains cool. 61. 3 3rd SHIFT MOBILE PATROL: In addition to the above, check the interior of the building to ensure that all office doors are closed and locked. Ensure that safes are closed and locked and that heaters, fans, and coffee pots are turned off or unplugged. DO NOT turn off any computers or other equipment unless there is an immediate hazard. Most equipment left on in the building is to prevent memory loss to maintain a system that is currently working or running. Do not turn off the interior lights. SUNSET DUTIES: Turn on the outside lights, parking lot lights, and entrance way lights. Monitor incoming and outgoing personnel to and from their vehicles and the building to ensure safe passage. Lower, fold and store the Flags. SUNRISE DUTIES: Turn outside lights, parking lot lights, and entrance way lights off. REVEILLE: Post the Colors (Flag). Normal OPM Duty Hours: The normal working hours of OPM employees are 0600 hours to 1800 hours. During this twelve hour period, it is not necessary for OPM employees to sign in and out, but rather for them to use their OPM issued card keys. At 1800 hours, all exterior doors shall be locked and secured, INCLUDING the front entrance. At 0600 hours the immediate front entrance doors into the lobby area shall be unlocked until 1800 hours each day. EMPLOYEE SIGN-IN: During non-regular operating hours (1800 hours -0600 hours, Monday through Friday, and all day Weekends, Holidays, and other non-scheduled regular business days) all OPM employees are required to sign-in out when entering and leaving the main building. They must sign in and out on GSA Form 139, "Time and Departure from Buildings." Employees must use their Government issued "Card Key" for access to the building in addition to displaying their OPM identification badge. VISITOR SIGN-IN: At no time shall any vendor, visitor, or non-OPM Macon based employee be permitted to enter the main building without proper approval and authorization from an OPM employee. The authorizing employee shall do so in writing by signing GSA Form 139. V, taking responsibility for the visitor and providing an escort for the visitor. At no time should any visitor be allowed to enter the building without a proper escort. VENDOR SIGN-IN: During normal business hours, approved routine vendors may sign themselves in and out of the main building without an OPM Official signing them in (An approved list will be 62. 4 supplied during contract performance). This is to ensure that the normal and routine servicing provided to OPM by daily or weekly on-site vendors is not interrupted, nor is the business of OPM interrupted by daily occurrences of routine service calls. Please note that a list of approved vendors by the individual's name is provided to the guard force. The approved list is for individuals and not for generic use by vendor company. Specifically, only certain pre-approved individuals from a specific vendor may be granted this exception. If another vendor employee (who is not on the list) from the same company arrives to make a service call, the proper OPM Official must be notified and the individual must be signed-in. All other vendors must be properly signedin by an authorized OPM employee. All vendors should sign-in on GSA Form 139. V. BUILDING RULES AND REGULATIONS: The Duty Officer must be familiar with the building rules and regulations and enforce their compliance at all times. EMERGENCIES AND INCIDENTS: If an incident or criminal offense occurs that necessitates the notification of local authorities, i. e., Fire Department, Police Department, Utility Departments, do so immediately by calling 911 or the appropriate telephone number. After proper notification has been made, take any immediate action as the situation and law allow to detain any violator( s) or to respond to the emergency incident until the police or local authorities arrive. Human safety shall at all times override any concern for individual or Government property. Always notify the Federal Protective Service Regional Control Center (RCC) as soon as possible. In addition, notify the proper OPM Officials, as designated. Document all actions and file a written report (GSA Form 3155) as soon as possible, forwarding the original to RCC and copies to the COR and OPM. FRATERNIZATION. While on Post, lengthy conversation( s) with OPM employees, vendors, or visitors for other than the immediate business purpose is prohibited. Personal telephone calls lasting over 2-3 minutes, use of radios, walkmans, televisions, or reading anything other than required material are not permitted. Use of personal computer (PC) is limited to official business. No "personal" software can be loaded onto the PC. Use of the Internet and America On-line is strictly prohibited. POST ALARMS: If an alarm sounds, investigate the cause before resetting the alarm. An Officer will respond to all alarms and take the appropriate action. In addition, an Officer will log each instance on GSA Form 1103. For alarms that result from a 63. 5 breach of security and/ or the safety and welfare of OPM property and employees, the Duty Guard shall submit a GSA Form 3155 to the RCC with copies to both the COR and the proper OPM Official. Each Duty Officer shall be competent in the resetting, answering, and in performing the proper actions necessary in response to each alarm. Inspection of Packages: At all times the Duty Guard shall inspect all boxes/ packages entering or leaving the building. For individuals bringing property into OPM, a property pass shall be issued in that individual's name and filed and logged by the Guard stating that the property is privately owned. The property receipt shall be given to the owner upon removal of private property from OPM. Any individuals removing Government property from the building shall give the Guard a properly signed and approved OPM Property Pass (OPM Form 4753). The Guard shall properly check to verify that the property pass is a complete representation of the property being removed. Once satisfied, the Duty Guard shall properly log the occurrence (Form 1103) and file the property pass in the appropriate place. If in doubt of any inspection, please notify the proper OPM Official. ACCEPTANCE OF PACKAGES: Duty Guard will not accept any personal deliveries except as noted herein. Upon arrival of personal deliveries, the Duty Guard shall call the person to whom the package is addressed and have them or their designated alternate sign for it. If no one can be found for authorization, then the delivery shall be refused and the vendor and/ or person making the delivery asked to leave the premises. The Officer will log each instance on GSA Form 1103. Exceptions: Weekends, Holidays, and after-hours deliveries may, on occasion, be necessary for the benefit of OPM and may be accepted by the Guard upon prior notification from the proper OPM Official. PERSONAL ITEMS LEFT AT GUARD STATION: The Duty Guard is not permitted to hold, safekeep or otherwise secure any items from OPM employees including mail, deliveries, personal items, keys, etc. These items are not to be left at or behind the guard desk and/ or duty area. Upon obtaining found property, the Duty Guard is to notify the proper OPM Official for removal and safekeeping. These Post Orders are not exhaustive and may be amended at any time as deemed necessary by OPM. These Post Orders are not intended to contradict Federal, state or local laws, ordinances or regulations, and Guards should never use them in such a way. If unclear as to the meaning, interpretation, or direction please notify your supervisor and/ or OPM Officials immediately. 64. 1 Exhibit 3 REAR ENTRANCE GUARD POST ORDERS U. S. OFFICE OF PERSONNEL MANAGEMENT 4685 LOG CABIN DRIVE MACON, GEORGIA 31204-6317 DEFINITION: The terms Guard, Duty Guard, Duty Officer shall all refer to the Uniformed Contract Security Guard on duty. STAFFING: One (1) Contractor provided Security Officer. Duty hours are Monday through Friday, 0830 hours to 1730 hours. Shift duration will be determined by OPM. UNIFORM: The prescribed duty uniform provided by a Police Department or the Security Guard firm in accordance with PBS P 5930.17A, Ch 12., including all weapons, adornments, and name tags. The uniform's color should be navy blue, black, grey, or dark brown. The uniform should contain some type of insignia identifying the Police Department or Security Guard firm. AREA OF RESPONSIBILITY: All buildings and grounds located at 4685 Log Cabin Drive as enclosed by a perimeter fence and designated as the U. S. Office of Personnel Management. PRIMARY DUTIES: Maintain a fixed post within the REAR DOOR shipping and receiving areas of the main building. Monitor all alarms and security cameras. Assist with the physical handling of said boxes and/ or crates. Load and Unload delivery vehicles (UPS, FED EX, Roadway Express and others) of OPM related packages, boxes, cases, and crates as necessary. Maintain efficient training and ability to properly operate an x-ray machine for x-raying all incoming packages and deliveries. X-ray all incoming packages for explosives and other dangerous materials. Log-in and secure all incoming packages and deliveries working with OPM property management staff. Maintain a controlled access to and from all OPM buildings including the x-ray room and storage warehouse. Relieve the front entrance guard upon request. Provide a high degree of security, reporting all security related problems to the Local Authorities (as required), the Atlanta Regional Federal Protective Police Control Center, and the proper 65. 2 OPM Officials. Keep an accurate Operations log (SF1103) listing all incidents that occur while on duty. Review the Officer's duty book for special orders conveying all relevant information to the next Duty Officer. Review the prior shifts log for the previous 24 hours for familiarization of the previous days events and any on-going problems, etc. Supervision: Supervision of each shift is required using varied hours in order to observe each productive shift as least once per week. Supervisor will inspect Shift Officer's uniform, shift change procedures, log book entries, equipment inventory, and other incidentals as deemed necessary to ensure that each shift is maintained to the standards as required by the Guard Contract and these Post Orders. Supervisor will submit a written report to OPM Officials on a weekly basis outlining any incidents, security violations and/ or concerns that was noted in the prior week. Said report shall be submitted each and every week even if there are no concerns to report. Fixed Post: This post will be working from a stationary desk at the rear shipping and receiving entrance on the first floor. This post is to be staffed at all times (Monday--Friday, 0830 hours to 1730 hours) unless responding to an emergency or as otherwise noted in these Post Orders. A relief guard is required for smoke breaks and lunch/ dinner. While on Post, Guard( s) will remain alert at all times and display proper business conduct. Guard Sign-in: At the beginning of each shift, the arriving Officer will sign in on GSA Form 139 and GSA Form R4-178. Each Officer shall sign out at the end or termination of each shift on GSA Form 139. Emergencies and Incidents: If an incident or criminal offense occurs that necessitates the notification of local authorities, i. e. Fire Department, Police Department, Utility department, do so immediately by calling 911 or the appropriate telephone number. After proper notification has been made, take any immediate action as the situation and Law allow to detain any violator( s) or to respond to the emergency incident until the Police or local authorities arrive. Human safety shall at all times override any concern for individual or Government property. Always notify the Federal Protective Service Regional Control Center (RCC) as soon as possible. In addition, notify the proper OPM Officials as designated. Document all actions and file a written report (GSA Form 3155) as soon as possible forwarding the original to RCC and copies to the COR and OPM. 66. 3 Fraternization: Whole on Post, lengthy conversations with OPM employees, vendors, or visitors for other than immediate business purpose is to be discouraged. Personal telephone calls lasting over 2-3 minutes, use of radios, walkman, televisions, or reading anything other than required material are not permitted. Use of personal computers (PC) are limited to official businesses. No "personal" software can be loaded onto the PC. Use of America On-line or other Internet activities are strictly prohibited. Post Alarms: If an alarm sounds, investigate the cause before resetting the alarm. The Officer will respond to all alarms and take the appropriate action therein. In addition, the Officer will log each instance on GSA Form 1103. For those alarms which result in a breach of security and/ or in the safety and welfare of OPM property and employees, the Duty Guard shall submit a GSA Form 3155 to the RCC with copies to both the COR and the proper OPM Official. Each Duty Officer shall be competent in the resetting, answering, and in performing the proper actions necessary in response to each alarm. Failure to investigate the cause of alarms could result in contract termination. Inspection of Packages: At all times the Duty Guard shall inspect all incoming and outgoing boxes/ packages of all persons entering and/ or leaving the building. For individuals bringing property into OPM, a property pass shall be issued in that individual's name and filed and logged by the Guard stating that said property is privately owned. Said property receipt shall be released to the owner upon removal of private property from OPM. Any individuals removing Government property from the building shall issued the Guard a properly signed and approved OPM Property Pass (OPM Form 4753). The Guard shall properly check to verify said property pass is a complete representation of the property being removed. Once satisfied, the Duty Guard shall properly log the occurrence (Form 1103) and file the property pass in the appropriate place. If in doubt of any inspection please notify the proper OPM Official. Acceptance of Packages: Duty Guard will not accept any personal deliveries except as noted herein. Upon arrival of personal deliveries, the Duty guard shall call the person to whom the package is addressed and have them or their elected alternate sign for it. If no one can be found for authorization, than the delivery shall be refused and the vendor and/ or person making the delivery should be asked to leave the premises. The Officer will log each instance on GSA Form 1103. Exception: Weekend, Holidays, and after hours delivery may on occasion be necessary for the benefit of OPM and may be accepted by the Guard upon prior 67. 4 notification from the proper OPM Official. Personal Items Left At Guard Station: The Duty Guard is not permitted to hold, safekeep or otherwise secure any items from OPM employees including mail, deliveries, personal items, keys, etc. These items are not to be left at or behind the guard desk and/ or duty area. Upon obtaining found property, Duty Guard is to notify the proper OPM Official for removal and safekeeping. These Post Orders are not inclusive and may be changed, modified, added to, or deleted from as deemed necessary by OPM. These Post Orders should be considered as guidelines and shall not interfere with any federal, state or local Ordinance, Statute, or Law. If unclear to meaning, interpretation, or direction please notify your supervisor and/ or OPM Officials immediately. 68. EXHIBIT 4 Shift Durations Week Day Post #1 (Front Reception, 1 Guard per Shift) Hours Sunday Through Saturday (7 Days per Week) 2330 -0800 0730 -1600 1530 -2400 8.5 Hours Per Shift (30 Minute Overlap) Total 25.5 hrs per Day Week Day Post #2 (Rear Door, 1 Guard per Shift) Hours Monday Through Friday (5 Days per Week) 0830 -1730 As needed Sunday Through Saturday (7 Days per Week) SUPERVISORY Time 3 Hours Per Day Total 21 Hours per Week The Government reserves the right to modify these shift requirements as deemed necessary. The Contractor is responsible for maintaining staffed positions at all times, including breaks, meals, and other interruptions as they occur. These posts are fixed posts and must be staffed at all times. Three hours per day are allotted for Supervision of the total workforce. At present, the Government has not set mandated times for Supervisory oversight (however, the Government reserves the right to do so if deemed appropriate). The contractor shall perform three hours of Supervision per day at his/ her discretion and as outlined in the Post Orders (see exhibit 2 & 3). 69. $SSURYHG.E\.20% ......... $87+25,=('.)25./2&$/.5(352'8&7,21 6WDQGDUG.)RUP.../// D. &2175$&7 E. *5$17 F. &223(5$7,9(.$*5((0(17 G. /2$1 H. /2$1.*8$5$17(( I. /2$1.,1685$1&( &RQJUHVVLRQDO.'LVWULFW..LI.NQRZQ. ...)HGHUDO.'HSDUWPHQW.$JHQF\ ...)HGHUDO.$FWLRQ.1XPEHU.LI.NQRZQ. ...$ZDUG.$PRXQW.LI.NQRZQ. ..D. 1DPH.DQG.$GGUHVV.RI./REE\LQJ.(QWLW\ . ,I.LQGLYLGXDO..ODVW.QDPH..ILUVW.QDPH..0,. E. ,QGLYLGXDO.3HUIRUPLQJ..6HUYLFHV. LQFOXGLQJ.DGGUHVV.LI.GLIIHUHQW.IURP.1R.. ..$.. ODVW. QDPH..ILUVW.QDPH..0,. ... ,QIRUPDWLRQ.UHTXHVWHG.WKURXJK.WKLV.IRUP.LV.DXWKRUL]HG.E\.WLWOH....8.6.&.. VHFWLRQ........7KLV.GLVFORVXUH.RI.OREE\LQJ.DFWLYLWLHV.LV.D. PDWHULDO.UHSUH. VHQWDWLRQ.RI.IDFW.XSRQ.ZKLFK.UHOLDQFH.ZDV.SODFHG.E\.WKH.WLHU.DERYH.ZKHQ WKLV.WUDQVDFWLRQ.ZDV.PDGH.RU.HQWHUHG.LQWR..7KLV.GLVFORVXUH.LV.UHTXLUHG.SXU. VXDQW.WR....8.6.&.........7KLV.LQIRUPDWLRQ.ZLOO.EH.DYDLODEOH.IRU.SXEOLF. LQVSHFWLRQ...$Q\.SHUVRQ.ZKR.IDLOV.WR.ILOH.WKH.UHTXLUHG.GLVFORVXUH.VKDOO.EH. VXEMHFW.WR.D.FLYLO.SHQDOW\.RI.QRW.OHVV.WKDQ.........DQG.QRW.PRUH.WKDQ. .........IRU.HDFK.VXFK.IDLOXUH.. ',6&/2685(..2)./2%%<,1*.$&7,9,7,(6 &RPSOHWH.WKLV.IRUP.WR.GLVFORVH.OREE\LQJ.DFWLYLWLHV.SXUVXDQW.WR....8.6.&...... 6HH.UHYHUVH.IRU.SXEOLF.EXUGHQ.GLVFORVXUH.. ...7\SH.RI.)HGHUDO.$FWLRQ. ...6WDWXV.RI.)HGHUDO.$FWLRQ. D. %,'.2))(5.$33/,&$7,21 E. ,1,7,$/.$:$5' F. 3267.$:$5' ...5HSRUW.7\SH D. ,1,7,$/.),/,1* E. 0$7(5,$/.&+$1*( )25.0$7(5,$/.&+$1*(.21/<. '$7(.2)./$67.5(3257 <($5 48$57(5 ...1DPH.DQG.$GGUHVV.RI.5HSRUWLQJ.(QWLW\. .. ,I.5HSRUWLQJ.(QWLW\.LQ.1R....LV.6XEDZDUGHH..(QWHU.1DPH.DQG.$GGUHVV.RI. 35,0( 68%$:$5'(( 7,(5 ..,)..12:1. &RQJUHVVLRQDO.'LVWULFW..LI.NQRZQ. ...)HGHUDO.3URJUDP.1DPH.'HVFULSWLRQ.. &)'$.1XPEHU..LI.DSSOLFDEOH. . DWWDFK.&RQWLQXDWLRQ.VKHHW V..6).///.$..LI.QHFHVVDU\. ....$PRXQW.RI.3D\PHQW. FKHFN.DOO.WKDW.DSSO\.. ....)RUP.RI.3D\PHQW. FKHFN.DOO.WKDW.DSSO\.. . SODQQHG ....7\SH.RI.3D\PHQW. FKHFN.DOO.WKDW.DSSO\.. D. FDVK E. LQ.NLQG..VSHFLI\. QDWXUH YDOXH )HGHUDO.8VH.2QO\. 6LJQDWXUH. 3ULQWHG.1DPH. 7LWOH. 7HOHSKRQH.1R.. 'DWH. DWWDFK.&RQWLQXDWLRQ.VKHHW V..6).///.$..LI.QHFHVVDU\. ... %ULHI.'HVFULSWLRQ.RI.6HUYLFHV.SHUIRUPHG.RU.WR.EH.3HUIRUPHG.DQG.'DWH V..RI.6HUYLFH..LQFOXGLQJ.RIILHU V...HPSOR\HH V...RU.0HPEHU V..FRQWDFWHG..IRU. 3D\PHQW.LQGLFDWHG.LQ.,WHP.... D. 5(7$,1(5 E. 21(.7,0(.)(( F. &200,66,21 G. &217,1*(17.)(( H. '()(55(' I. 27+(5..63(&,)<. ....&RQWLQXDWLRQ.6KHHW V..6).///.$.DWWDFKHG.