2010.04.22: This is a requirement to obtain physical and e-mail addresses for Returned Peace Corps Volunteers

Peace Corps Online: Peace Corps News: Peace Corps Library: Washington Headquarters: January 23, 2005: Index: PCOL Exclusive: Washington, Headquarters : 2010.04.27: Peace Corps to assemble database of former volunteers : 2010.04.22: This is a requirement to obtain physical and e-mail addresses for Returned Peace Corps Volunteers

By Admin1 (admin) (98.188.147.225) on Tuesday, April 27, 2010 - 11:27 pm: Edit Post

This is a requirement to obtain physical and e-mail addresses for Returned Peace Corps Volunteers

This is a requirement to obtain physical and e-mail addresses for Returned Peace Corps Volunteers

In anticipation of the Peace Corps' 50th anniversary celebration the Peace Corps needs to contact as many former volunteers (Returning Peace Corps Volunteer, RPCV) as possible. The RPCV database needs to be updated with current email and mailing addresses for all of the RPCVs.

This is a requirement to obtain physical and e-mail addresses for Returned Peace Corps Volunteers

PART I – THE SCHEDULE

SECTION B – SUPPLIES OR SERVICES AND PRICES

B 1. Pricing for supplies and services as described in the Statement of Work – Specifications of this document.

CLIN Description Qty Unit Unit Price Total Price

0001 Mailing address 190,000 ea _______ __________

0002 E-mail address 190,000 ea _______ __________

0003 List of Deceased RCPVs 1 ea _______ __________

B.2 It is anticipated that this solicitation will result in a firm-fixed-rate contract. The rate will be applied to each valid address delivered.

SECTION C – STATEMENT OF WORK

C.1.1. Background

In anticipation of the Peace Corps' 50th anniversary celebration the Peace Corps needs to contact as many former volunteers (Returning Peace Corps Volunteer, RPCV) as possible. The RPCV database needs to be updated with current email and mailing addresses for all of the RPCVs.

C.1.2. Scope

The purpose of this contract is to obtain updated physical mailing addresses and e-mail addresses for approximately 190,000+ RPCVs.

C.1.3. SPECIFIC TASKS

C.1.3.1. Physical Addresses

The Contractor shall provide current, accurate and reliable physical addresses for each RPCV on the list provided. The addresses shall be provided in a final report utilizing a database format, preferably flat file, .csv format. The final report shall be due not-later-than thirty (30) days from Contractor receipt of the RPCV data from the Peace Corps.

C.1.3.2. E-Mail Addresses

The Contractor shall provide the e-mail for each RPCV on the list provided. The addresses shall be provided in a final report utilizing a database format, preferably flat file, .csv format. The final report shall be due thirty (30) days from Contractor receipt of the RPCV data from the Peace Corps.

C.1.3.3. Null Report

A failure to locate an e-mail address does not relieve the Contractor of the responsibility of reporting a physical address. The reverse situation also applies.

C.1.3.4. Deceased RPCVs

The Contractor shall provide a cross referenced report of RPCVs identified as deceased included in the list of physical addresses. This information should wherever possible be cross referenced over two or more data sets: i.e. Social Security Administration and County Records to ensure accuracy.

C.1.3.5. Data Security

The Peace Corps will provide the RPCV data to the Contractor via a secure FTP site. The Contractor shall return the results of its research by the same method. The Contractor shall comply with the security requirements set forth in Section H.8, H.9, and H.10.

C.1.3.6. Surveillance Methods

Surveillance of Contractor performance shall be conducted by the Contracting Officer's Technical Representative (COTR). Surveillance method will include inspection of final report.

C.1.3.7. Deliverables

Deliverables under the contract resulting from this solicitation shall be computer files stored in .csv format (flat file) and encrypted. See Exhibit 1 for a list of deliverables.

C.1.3.8. Affidavit. The Contractor shall prepare and sign an affidavit certifying that all data subject to the Privacy Act of 1974 has been destroyed at the end of this contract.

C.1.4. Contractor Personnel

C.1.4.1 Contract Manager

The Contractor must provide a contract manager who shall be responsible for performance of the work. The name of this person, and an alternate, who must act for the Contractor when the manager is absent, must be designated in writing to the contracting officer.

C.1.4.1.1 The contract manager or alternate must have full authority to act for the Contractor on all contract matters relating to daily operation of this contract.

C.1.4.1.2 The contract manager, and alternate, must be able to read, write, speak and understand English.

C.1.4.2. Contractor Employees

The Contractor must not employ persons for work on this contract if such employee is considered by the contracting officer to be a potential threat to the health, safety, security, general well-being, or operations mission of the Peace Corps.

C.1.4.2.1. The Contractor must not employ any person who is an employee of the U.S. Government if employing that person would create a conflict of interest on this contract. Additionally, the Contractor must not employ any person who is an employee of the Peace Corps (PC) on this contract.

C.1.5. Quality Control

C.1.5.1

The Contractor must provide quality control adequate and commensurate with the level of work provided. The Contractor's quality control system must be adequate to ensure that the data provided under the resulting contract is accurate and reliable.

C.1.5.2 Records

The Contractor must be responsible for creating, maintaining, and disposing of only those government required records that are specifically stated in this Statement of Work. If requested by the government, the Contractor must provide the original record or a reproducible copy of any such record within five working days of receipt of the request. At the end of the period of performance of this contract the Contractor shall destroy all records subject to the Privacy Act of 1974 and provide a signed affidavit certifying that the data has been destroyed.

END OF SECTION

C. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES

C.2.1. Government furnished records

Peace Corps will furnish the necessary personnel information to enable the Contractor to perform the requirements of the resulting contract.

The following clause is incorporated by reference:

FAR 52.245 – 1 Government Property

END OF SECTION

C. 3 CONTRACTOR FURNISHED ITEMS AND SERVICES

Except for those items or services specifically stated in section C. Part 2, as government furnished, the Contractor must furnish everything needed to perform this contract according to all its items. The Contractor shall outline the process it will use to acquire the addresses and e-mail addresses. The resulting data will be furnished to the Peace Corps in .csv format.

END OF SECTION

C.4. APPLICABLE PUBLICATIONS

None

END OF SECTION



SECTION D - Packaging and Marking

D.1. Packaging and Marking

Preservation, packaging, and packing for shipment or mailing of all work delivered hereunder shall be in accordance with best commercial practices.

END OF SECTION

Section E - Inspection and Acceptance

All inspection and acceptance of the services and/or supplies called for herein shall be performed by the Contracting Officer's Technical Representative IAW FAR 52.212-4..

END OF SECTION



Section F - Deliveries and Performance

F.1. TERM OF THE CONTRACT The Contract shall be in force from date of award for a period to be determined during negotiations.



F.2. Type of Contract

This contract will be awarded on a firm-fixed price basis.

END OF SECTION

SECTION G – CONTRACT ADMINISTRATION

G.1. Disputes and Appeals

Disputes and appeals will be administered in accordance with the procedures provided in FAR 33.2.

G.2. Interpretation or Modification

No oral or written statement of any person and no written statement of anyone other than the CO shall modify or otherwise affect the terms or meaning of this contract. Requests for interpretations, modifications or changes must be made in writing to the CO. The COTR can only respond (verbally or in writing) to technical matters.

G.3. Contracting Officer

The Contracting Officer for this contract is:

Alicia Steele

(202) 692-1656

asteele@peacecorps.gov

G.4. Contracting Officer's Technical Representative

Bob Michon

(202) 692-1441

bmichon@peacecorps.gov

END OF SECTION



SECTION H – SPECIAL INSTRUCTIONS

H.1. Loss/Damages

The Peace Corps does not accept responsibility for any damage or loss of the Contractor's supplies or property, or that of the Contractor's employees or sub-Contractors.

Losses, including missing items may be charged to the Contractor.

H.2. Advertising of Award

The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Peace Corps or is considered by the Peace Corps to be superior to other products or services.

H.3. Limitation of Liability

The Peace Corps shall not be held liable for any claims, damages, or lawsuits by the Contractor, or against the Contractor, as a result of the performance of this contract.

H.4. Government Furnished Property

The Contractor shall protect and preserve property in the possession of the Contractor in which the Government has an interest. Damage to, or loss of U.S. Government Property when it is due to the Contractor's negligence shall result in the Contractor being liable for repair or replacement thereof. The Government may withhold from amounts otherwise due the Contractor any amount the Contracting Officer determines necessary to protect the Government against loss because of Government materials, supplies, and equipment in the possession of the Contractor.

H.5. CONFIDENTIALITY/DISSEMINATION OF INFORMATION

The Contractor shall agree that such information will not be disclosed and will only be used for the performance of their responsibilities under this contract.

There shall be no dissemination or publication, except within and between the Contractor and any sub-Contractors, of information obtained or developed under this contract or contained in the reports to be furnished pursuant to this contract, without the prior written approval of the Contracting Officers Technical Representative (COTR) or the CO.

H.6. RIGHTS TO INTELLECTUAL AND/OR CREATIVE DATA

All Contractor's rights or interests, including but not limited to, rights under copyright laws (federal otherwise) and copyright common law, in any and all deliverable items, collateral materials, or any other products created or provided under this contract shall hereby be assigned and transferred to the Peace Corps in this contract, including the right to modify same, to use same, and to authorize others to use same in their original or modified form for any purpose.

H.7. FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Sept 2007)

(a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201.

(b) The Contractor shall insert this clause in all subcontracts when the sub-Contractor is required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system.

H.8. Notification of Compromise or Breach

· A breach and/or incident means the loss of control, compromise, unauthorized disclosure, unauthorized acquisition, unauthorized access, or any similar term referring to situations where persons other than authorized users and for other than authorized purposes have access or potential access to Peace Corps Personally Identifiable Information (PII) or Covered Information, whether in physical or electronic form.

· Any events, incidents, violations or other activities that may involve the compromise or potential compromise of Peace Corps information provided to the Contractor shall be reported immediately. In accordance with Peace Corps' Manual Section 899, Breach Notification Response Plan, the Contractor shall provide notification of a suspected or known breach promptly (within 4 hours) by calling Peace Corps' Domestic Services Help Desk at 1-202-692-1000.

· If a suspected or known breach occurs, the Contractor shall work with and provide necessary information, as requested, to the Peace Corps Incident Response Team. The Contractor shall be held financially liable for all damages resulting from any breach of information security if such breach is caused by the Contractor, persons employed by the Contractor, or electronic systems controlled by the Contractor.

52.227-14 RIGHTS IN DATA – GENERAL (DEC 2007)

52.227-17 RIGHTS IN DATA – SPECIAL WORKS (DEC 2007) AS ADDRESSED IN FAR 27.405-1 (A) (4) AND (6)

52.227-19 COMMERCIAL COMPUTER SOFTWARE LICENSE (DEC 2007)

52.227.23 RIGHTS TO PROPOSAL DATA (TECHNICAL) (JUNE 1987)

H.9. Security Requirements

H.9.1 Contractor Personnel

All Contractor and Sub-Contractor personnel performing work under this purchase order at the Peace Corps shall satisfy all requirements for appropriate security eligibility in dealing with access to information and information systems belonging to or being used on behalf of the Peace Corps. The Contractor shall be responsible for ensuring compliance with the requirements below by all of the Contractor's and Sub-Contractor's staff.

· To the extent required to carry out a program of inspection to safeguard against threats and hazards to the security, integrity, and confidentiality of Government data, the Contractor shall afford the Government access to the Contractor's facilities, installations, technical capabilities, operations, documentation, records, and databases

· Data Archiving / Restoration

o On request, the Contractor will provide a complete archive copy of all Peace Corps' data.

o Files will be in .csv format (i.e. flat file)

H.10. FEDERAL AND PEACE CORPS-SPECIFIC COMPLIANCE REQUIREMENTS

H.10.1. The Contractor must adhere to Federal information security statutes including the Federal Information Security Management Act (FISMA), the Federal Privacy Act of 1974 and NIST Special Publication's 800-37, 800-53, and 800-53A. The Contractor must also comply with Office of Management and Budget (OMB) memos M-06-16 (Protection of Sensitive Agency Information) June 23, 2006, M-07-16 (Safeguarding Against and Responding to the Breach of Personally Identifiable Information) May 22,2007; OMB Circular A-130, Appendix III; and PC IT Security Policies in MS 542. The Contractor, at the Contractor's expense, must assist PC in obtaining collection of information approvals from OMB.

H.10.2. The Contractor must maintain an incident response capability and must immediately report all data breaches to the Contracting Officer's Technical Representative and the PC help desk. The help desk can be reached at (800) 424-8580 or (202) 692-1000. The Contractor must provide PC IT Security with the name and phone number to the Security Officer responsible for maintaining the security of the data and must allow for security reviews of the system's management, operation and technical controls by PC IT Security Staff upon request by the COTR.

H.10.3. All Contractor employees or sub-Contractors working on this contract must have background investigations favorably adjudicated prior to accessing PC data.

H.10.4. Physical Security and Privacy Act.

Services contracted for in this RFQ will meet Privacy Act and physical security safeguard standards as set out by policies. The Contractor, in the course of performing this RFQ, will have access to personally identifiable information and files protected under the Privacy Act. Such information shall be kept secure whether it is in electronic or paper form.

Physical security of Contractor employee space is required. This includes, but not be limited to: ensuring that file cabinets can be locked and are locked when appropriate, access to office space is controlled, and personally identifiable information is safeguarded at all times when not under visual surveillance of Contractor personnel.

Privacy Act systems of records include paper & electronic records that Peace Corps controls, and/or which are collected for Peace Corps. Such records contain personal information about individuals which are accessed by name or any other personal identifier. Any material or records that contain personal information on an individual, whether filed in a system of records or any other Agency file, should be treated in a confidential manner. There are penalties under the Privacy Act if information is improperly disclosed.

H.11. INFORMATION SECURITY REQUIREMENTS

H.11.1 The Contractor must meet current and future requirements of all relevant Office of Management and Budget (OMB) Memorandum, Federal Information Processing Standards (FIPS), and National Institute of Standards and Technology Special Publications (NIST) http://csrc.nist.gov/publications/PubsSPs.html, including the requirements of OMB Memoranda, FIPS, other NIST SPs and other noted references, Recommended Security Controls for Federal Information Systems under all security controls indicated as part of the moderate-impact system baseline. This list includes but is not limited to:

· OMB Memorandum M-06-16, Protection of Sensitive Information, June 2006.

· OMB Memorandum M-07-16, Safeguarding Against and Responding to the Breach of Personally Identifiable Information, May 2007.

· FIPS-140-2 Security Requirements for Cryptographic Modules

· FIPS-197 Advanced Encryption Standard

· FIPS-199 Standards for Security Categorization of Federal Information and Information Systems

· FIPS-200 Minimum Security Requirements for Federal Information and Information Systems.

· NIST SP 800-18, Guide for Developing Security Plans for Federal Information Systems;

· NIST SP 800-30, Risk Management Guide for Information Technology Systems;

· NIST SP 800-34, Contingency Planning Guide for Information Technology Systems;

· NIST 800-37, rev 1, Guide for Applying the Risk Management Framework to Federal Information System;

· NIST SP 800-53, Recommended Security Controls for Federal Information Systems.

· NIST SP 800-88, Guidelines for Media Sanitization

H.11.2. To the extent required to carry out a program of inspection to safeguard against threats and hazards to the availability, integrity, and confidentiality of Government data, the Contractor shall afford the Government access to the Contractor's facilities, installations, technical capabilities, operations, system documentation, records, and databases.

H.11.3. The Contractor must provide PC IT Security with the name and phone number to the Security Officer responsible for maintaining the security of the data and must allow for security reviews of the system's management, operation and technical controls by PC IT Security Staff upon request by the COTR.

H.11.4. The Contractor shall not publish or disclose in any manner, without the Contracting Officer's written consent, the details of any safeguards either designed or developed by the Contractor under this contract or otherwise provided by the Government.

H.11.5 The Contractor shall be held financially liable for all damages resulting from any breach of information security if such breach is caused by the Contractor, persons employed by the Contractor, or electronic systems controlled by the Contractor.

END OF SECTION



SECTION I – CONTRACT CLAUSES

FEDERAL ACQUISITION REGULATION CONTRACT CLAUSES

52.209-2 Prohibition on Contracting with Inverted Domestic Coporations -

Representation

52.212-4 Contract Terms and Conditions-Commercial Items (SEPT 2005).

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2008).

(a) The Contractor shall comply with the following Federal Acquisition Regulation (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) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78)

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

_X_ (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

_X_ (17) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126).

_X_ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).

_X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

_X_ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).

_X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).

_X_ (28) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d).

_X_ (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).

(c) 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 settelement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

(i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subContractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).

(iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793).

(v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201).

(vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

(vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50.

(viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.).

(ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.).

(x) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

Use of Peace Corps Name and Logo (November 2008)



The Contractor shall make no publicity announcements or issue other public relations or promotional materials mentioning the Contractor's connection with Peace Corps without first consulting with the Contracting Officer. Further the Contractor shall not use the Peace Corps name and/or logo in conjunction with, or proximity to, the Contractor's logo, trademark, trade name or facsimile thereof (co-branding) without the advance written concurrence of the Contracting Officer.

SECTION J – LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

Exhibit 1 - List of Deliverables



SECTION K – REPRESENTATIONS AND CERTIFICATIONS

52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (AUG 2009)

An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision.

(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.

"Forced or indentured child labor" means all work or service-

(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or

(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties.

"Inverted domestic corporation" means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c).

"Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except-

(1) FSC 5510, Lumber and Related Basic Wood Materials;

(2) Federal Supply Group (FSG) 87, Agricultural Supplies;

(3) FSG 88, Live Animals;

(4) FSG 89, Food and Related Consumables;

(5) FSC 9410, Crude Grades of Plant Materials;

(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;

(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;

(8) FSC 9610, Ores;

(9) FSC 9620, Minerals, Natural and Synthetic; and

(10) FSC 9630, Additive Metal Materials.

"Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.

"Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate-

(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;

(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization;

(3) Consist of providing goods or services to marginalized populations of Sudan;

(4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization;

(5) Consist of providing goods or services that are used only to promote health or education; or

(6) Have been voluntarily suspended.

"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 by 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 service-disabled 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 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.

"Women-owned small business concern" means a small business concern-

(1) That 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.

(b)

(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website.

(2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________.

[Offeror to identify the applicable paragraphs at (c) through (n) of this provision that the offeror has completed for the purposes of this solicitation only, if any.

These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.]

(c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply.

(1) Small business concern. The offeror represents as part of its offer that it o is, o 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 o is, o 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 o is, o 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 o is, o 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 o is, o 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 designated industry groups (DIGs).] The offeror represents as part of its offer that it o is, o is not an emerging small business.

(ii) [Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or 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 Revenues

__ 50 or fewer __ $1 million or less

__ 51–100 __ $1,000,001–$2 million

__ 101–250 __ $2,000,001–$3.5 million

__ 251–500 __ $3,500,001–$5 million

__ 501–750 __ $5,000,001–$10 million

__ 751–1,000 __ $10,000,001–$17 million

__ 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 o is, o 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 o has, o 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) o 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)(9)(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: ________________.]

(10) HUBZone 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-

(i) It o is, o is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and

(ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture: __________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation.

(d) Representations required to implement provisions of Executive Order 11246-

(1) Previous contracts and compliance. The offeror represents that-

(i) It o has, o has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and

(ii) It o has, o has not filed all required compliance reports.

(2) Affirmative Action Compliance. The offeror represents that-

(i) It o has developed and has on file, o 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 o 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. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made.

(f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act-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 and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside 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, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item" "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies."

(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-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.)

(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 and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements–Israeli Trade Act."

(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act":

Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) 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-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product."

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-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If 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-Free Trade Agreements-Israeli Trade Act":

Canadian End Products:

Line Item No.

_______________________________________

_______________________________________

_______________________________________

[List as necessary]

(3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If 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-Free Trade Agreements-Israeli Trade Act":

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 or designated 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 or designated 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 covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end 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 Responsibility Matters (Executive Order 12689). (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 the offeror and/or any of its principals-

(1) o Are, o are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;

(2) o Have, o have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a 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, violating Federal criminal tax laws, or receiving stolen property;

(3) o Are, o are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and

(4) o Have, o have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied.

(i) Taxes are considered delinquent if both of the following criteria apply:

(A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.

(B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.

(ii) Examples.

(A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.

(B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.

(C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment.

(D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code).

(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).]

(1) Listed end products.

Listed End Product Listed Countries of Origin

___________________ ___________________

___________________ ___________________

(2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.]

[ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product.

[ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor.

(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-

(1) o In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or

(2) o Outside the United States.

(k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.]

[ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror o does o does not certify that-

(i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations;

(ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and

(iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers.

[ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror o does o does not certify that-

(i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations;

(ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii));

(iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and

(iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers.

(3) If paragraph (k)(1) or (k)(2) of this clause applies-

(i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and

(ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause.

(l) 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 (l)(3) through (l)(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).

o TIN: ________________________________.

o TIN has been applied for.

o TIN is not required because:

o 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;

o Offeror is an agency or instrumentality of a foreign government;

o Offeror is an agency or instrumentality of the Federal Government.

(4) Type of organization.

o Sole proprietorship;

o Partnership;

o Corporate entity (not tax-exempt);

o Corporate entity (tax-exempt);

o Government entity (Federal, State, or local);

o Foreign government;

o International organization per 26 CFR 1.6049-4;

o Other ________________________________.

(5) Common parent.

o Offeror is not owned or controlled by a common parent;

o Name and TIN of common parent:

Name ________________________________.

TIN _________________________________.

(m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan.

(n) Prohibition on Contracting with Inverted Domestic Corporations.

(1) Relation to Internal Revenue Code. A foreign entity that is treated as an inverted domestic corporation for purposes of the Internal Revenue Code at 26 U.S.C. 7874 (or would be except that the inversion transactions were completed on or before March 4, 2003), is also an inverted domestic corporation for purposes of 6 U.S.C. 395 and for this solicitation provision (see FAR 9.108).

(2) Representation. By submission of its offer, the offeror represents that it is not an inverted domestic corporation and is not a subsidiary of one.

(End of provision)

SECTION L - INSTRUCTIONS TO OFFERORS

The provisions of FAR 52.212-1 apply.

Proposals shall be submitted in three (3) parts:

1. Price proposal. Offeror shall submit a price proposal in the format provided in SECTION B – Supplies, Services and Specifications.

2. Technical Proposal. Offeror shall submit a comprehensive technical proposal in sufficient detail to allow an accurate evaluation of how the proposed technical approach will satisfy the requirements of SECTION C – Statement of Work.

a. The offeror shall provide a detailed description of the research approach as it pertains to :

· Delivering physical addresses

· Delivering e-mail addresses

b. The offeror shall outline the process it will use to acquire the addresses and e-mail addresses. The offeror shall state that the files will be provided in .csv format and encrypted.

3. Past Performance. Offerors shall include three references which can be contacted for past performances. Offerors will be evaluated primarily on the extent and quality of past performance in providing products and services, similar in scope, complexity of work, quality of services, timeliness of performance, ease of use and price. The references shall include:

(a) The name of the company or organization from which the reference is coming.

(b) The contract number and dates the contract is/was in effect.

(c) Dollar value of the contract.

(d) Detailed description of the product and services provided.

(e) A currently available point of contact at the referring company/organization to include name, telephone number, e-mail address, and position title.

(f) The number, type, frequency duration and impact of any quality, delivery or cost problems in performing the contract, the corrective action taken, if any, and the effectiveness of the corrective action.

END OF SECTION

SECTION M – EVALUATION FACTORS FOR AWARD

1. 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. If, after evaluation it is deemed that there are no acceptable offers the Peace Corps may cancel this solicitation at no cost to the government. The Peace Corps will use the following factors listed in order of descending order of importance, to evaluate offers.

(a) Technical merit. How well does the proposal meet or exceed the requirements stipulated in Section C of the Statement of Work (SOW).

(b) Past Performance. Offerors will be evaluated primarily on the extent and quality of past performance in providing products and services, similar in scope, complexity of work, quality of services, timeliness of performance, ease of use and price.

2 – Price. Offerors shall propose a fixed price for all elements as described in this RFP .

3. 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 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.



Links to Related Topics (Tags):

Headlines: April, 2010; Peace Corps Headquarters; 50th Anniversary of the Peace Corps





When this story was posted in April 2010, this was on the front page of PCOL:




Peace Corps Online The Independent News Forum serving Returned Peace Corps Volunteers RSS Feed

 Site Index Search PCOL with Google Contact PCOL Recent Posts Bulletin Board Open Discussion RPCV Directory Register

Feb 10, 2010: Senator Dodd to Retire Date: February 19 2010 No: 1433 Feb 10, 2010: Senator Dodd to Retire
Dodd retires from Senate 6 Jan
Cameron Hume named US Ambassador to Pakistan 8 Feb
Florida RPCVs sponsor Everglades Experience 6 Feb
Jeff Hall brings aid to Sierra Leone 1 Feb
Peace Corps to reach 11,000 PCVs in 2016 1 Feb
Hugh Pickens writes: Standing Bear Looks to the Future 27 Jan
Ann Varghese survives 55 hours in Haiti rubble 26 Jan
John Guy LaPlante at 80 was oldest PCV 17 Jan
Steve Radelet to advise Hilary Clinton on Development 15 Jan
Obituary for Co-Author of ‘The Ugly American' 14 Jan
Peace Corps Establishes Program in Indonesia 11 Dec
What Happened to Obama's Promise? 3 Dec
George Packer writes: Obama's Troubles 24 Nov
PC Mourns Loss of Morocco PCV So-Youn Kim 17 Nov
Peace Corps volunteers return to Madagascar 16 Nov
PC to grow by several thousand over next 2 years 15 Nov
Former Hostage John Limbert named to Iran Bureau 11 Nov
Carrie Hessler Radelet named PC Deputy Director 9 Nov
Garamendi Sworn into Congress 9 Nov
Jesse Lonergan writes graphic novel "Joe and Azat" 4 Nov
David Macaray writes: Hearts and Minds in Afghanistan 29 Oct
Dustin Hogenson writes: Sauna in Kazakstan 26 Oct


Memo to Incoming Director Williams Date: August 24 2009 No: 1419 Memo to Incoming Director Williams
PCOL has asked five prominent RPCVs and Staff to write a memo on the most important issues facing the Peace Corps today. Issues raised include the independence of the Peace Corps, political appointments at the agency, revitalizing the five-year rule, lowering the ET rate, empowering volunteers, removing financial barriers to service, increasing the agency's budget, reducing costs, and making the Peace Corps bureaucracy more efficient and responsive. Latest: Greetings from Director Williams

Join Us Mr. President! Date: June 26 2009 No: 1380 Join Us Mr. President!
"We will double the size of the Peace Corps by its 50th anniversary in 2011. And we'll reach out to other nations to engage their young people in similar programs, so that we work side by side to take on the common challenges that confront all humanity," said Barack Obama during his campaign. Returned Volunteers rally and and march to the White House to support a bold new Peace Corps for a new age. Latest: Senator Dodd introduces Peace Corps Improvement and Expansion Act of 2009 .

Meet Aaron Williams - Our Next Director Date: July 30 2009 No: 1411 Meet Aaron Williams - Our Next Director
Senator Dodd's Senate Subcommittee held confirmation hearings for Aaron Williams to become the 18th Peace Corps Director. "It's exciting to have a nominee who served in the Peace Corps and also has experience in international development and management," said Dodd as he put Williams on the fast track to be confirmed by the full Senate before the August recess. Read our exclusive coverage of the hearings and our biography of Peace Corps Director Aaron Williams.



Read the stories and leave your comments.








Some postings on Peace Corps Online are provided to the individual members of this group without permission of the copyright owner for the non-profit purposes of criticism, comment, education, scholarship, and research under the "Fair Use" provisions of U.S. Government copyright laws and they may not be distributed further without permission of the copyright owner. Peace Corps Online does not vouch for the accuracy of the content of the postings, which is the sole responsibility of the copyright holder.

Story Source: Federal Business Opportunities

This story has been posted in the following forums: : Headlines; HQ; 50th

PCOL45591
82


Add a Message


This is a public posting area. Enter your username and password if you have an account. Otherwise, enter your full name as your username and leave the password blank. Your e-mail address is optional.
Username:  
Password:
E-mail: