SOURCES SOUGHT
D -- RFP for Mass Digitization Services
- Notice Date
- 8/11/2008
- Notice Type
- Sources Sought
- NAICS
- 323115
— Digital Printing
- Contracting Office
- Government Printing Office, Acquisition Services, Acquisition Services, 732 North Capitol Street, NW, Washington, District of Columbia, 20401
- ZIP Code
- 20401
- Solicitation Number
- GPO08-011
- Archive Date
- 10/4/2008
- Point of Contact
- Arza E. Gardner,, Phone: 202-512-1488, Albertha M Broadnax,, Phone: 202-512-0966
- E-Mail Address
-
agardner@gpo.gov, abroadnax@gpo.gov
- Small Business Set-Aside
- N/A
- Description
- SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) RATING PAGE OF PAGES 1 | 46 2. CONTRACT NUMBER 3. SOLICITATION NUMBER GPO08-011 4. TYPE OF SOLICITATION SEALED BID (IFB) x NEGOTIATED (RFP) 5. DATE ISSUED 6. REQUISITION/PURCHASE NO. 7. ISSUED BY CODE 8. ADDRESS OFFER TO (If other than Item 7) US Government Printing Office Acquisition Services, STOP: CSAS North Capitol and H Streets, NW Washington, DC 20401 US Government Printing Office Bid Room, C161, STOP: PPSB North Capitol and H Streets, NW Washington, DC 20401 NOTE: This is a negotiated (RFP) SOLICITATION 9. Submit Proposals in accordance with Section L. Mailed and hand delivered copies shall be placed in the depository located in Room C161, by _3:00 pm local time, September 19, 2008. CAUTION ¾ LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions contained in this solicitation. 10. FOR A. NAME B. TELEPHONE (NO COLLECT CALLS) C. E-MAIL ADDRESS INFORMATION CALL: Albertha M Broadnax AREA CODE 202 NUMBER 512-0966 EXT. abroadnax@gpo.gov 11. TABLE OF CONTENTS ( ü ) SEC. DESCRIPTION PAGE(S) ( ü ) SEC. DESCRIPTION PAGE(S) PART I – THE SCHEDULE PART II – CONTRACT CLAUSES X A SOLICITATION/CONTRACT FORM 1 X I CONTRACT CLAUSES 19-28 X B SUPPLIES OR SERVICES AND PRICE/COST 2 PART III – LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. X C DESCRIPTION/SPECS./WORK STATEMENT 3-11 X J LIST OF ATTACHMENTS 29 X D PACKAGING AND MARKING 12 PART IV – REPRESENTATIONS AND INSTRUCTIONS X E INSPECTION AND ACCEPTANCE 12 X K REPRESENTATIONS, CERTIFICATIONS 30-35 X F DELIVERIES OR PERFORMANCE 12-13 AND OTHER STATEMENTS OF OFFERORS X G CONTRACT ADMINISTRATION DATA 14-15 X L INSTRS., CONDS., AND NOTICES TO OFFERORS 36-43 X H SPECIAL CONTRACT REQUIREMENTS 16-18 X M EVALUATION FACTORS FOR AWARD 44-46 OFFER (Must be fully completed by offeror) NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 12 In compliance with the above, the undersigned agrees, if this offer is accepted within _____ calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 28. DISCOUNT FOR PROMPT PAYMENT (See Section I) è 10 CALENDAR DAYS % 20 CALENDAR DAYS % 30 CALENDAR DAYS % CALENDAR DAYS % 14. ACKNOWLEDGMENT OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE (The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents Numbered and dated): 15A. NAME CODE FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN AND OFFER (Type or print) ADDRESS OF OFFEROR 15B. TELEPHONE NUMBER 15C. CHECK IF REMITTANCE 17. SIGNATURE 18. OFFER DATE AREA CODE NUMBER EXT. ADDRESS IS DIFFERENT FROM ABOVE – ENTER SUCH ADDRESS IN SCHEDULE. AWARD (To be completed by Government) 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 10 U.S.C. 2304© ( ) 41 U.S.C. 253© ( ) 23. SUBMIT INVOICES TO ADDRESS SHOWN IN (4 copies unless otherwise specified) è ITEM 24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE 26. NAME OF CONTRACTING OFFICER (Type or print) 28. UNITED STATES OF AMERICA (Signature of Contracting Officer) 28. AWARD DATE B.1 SECTION – B – SUPPLIES/SERVICES AND PRICE/COST B.1. Description of Services The United States Government Printing Office (GPO) plans to digitize the entire collection of legacy materials that have been disseminated through the Federal Depository Library Program. The estimated size of the collection is approximately 2.2 million documents, which equates to a total estimated page count of approximately 132 million pages. The Contractor shall digitize publications that are within scope of GPO’s dissemination programs. B.2 Terms of Contract A. Reporting Requirements. As the key deliverable from this arrangement, the Contractor shall provide, at a minimum, the uncompressed, unaltered TIFF files created as a result of the scanning process. These files will serve as the digital master copies that will be preserved and used for the creation of access derivatives within FDsys. SECTION - C – DESCRIPTION/SPECIFICATIONS/WORK STATEMENT C.1 Background on GPO’s Digitization Efforts In “ A Strategic Vision for the 21st Century", released in December 2004, the U.S. Government Printing Office(GPO) put forth a plan to digitize all Federal publications back to the earliest days of the republic. The Vision included the development of a Digital Content System, as put forth in plans for FDsys (pronounced F.D.sys, or Fed sys). One of the strategic goals of the Vision is to digitize a complete legacy collection of tangible U.S. Government publications to ensure GPO can provide a “no-fee” public access to these materials that remain available, in the public domain, for permanent public access. The legacy collection of tangible Federal publications consists of approximately 2.2 million titles held in depository library collections located throughout the United States and its territories. The collection consists of publications in many different forms, including books, pamphlets, oversized maps and posters, and microform. Most of the materials that are expected to be digitized in conjunction with this effort are mainly books and pamphlets. Microform (Microfiche) is outside of the scope of this contract. While the overall goal of the project is to digitize the entire collection of Federal publications, GPO may consider a phased approach for the execution of the digitization effort and may have several contractors assisting with the project. GPO has set standards for the digitization process. While GPO envisions a relationship where a contractor or contractor(s) provides the actual digitization services for most publications of standard size, GPO may digitize a number of documents in-house (or collaborate with other Federal agencies or Federal Depository Libraries), which may include rare or fragile documents requiring special handling, oversized documents requiring a planetary scanner, or any document requiring ‘rush’ processing. In addition, GPO envisions a collaborative workflow in which the contractor or contractors could flag specific parts of a publication (e.g., oversized foldouts) that may be digitized by GPO, a Federal agency, or a Federal Depository Library. C.2 Background on the Federal Depository Library Program For more than 140 years, the Government Printing Office (GPO) has kept America informed by producing and distributing Federal government information products. GPO combines conventional technology with state-of-the-art methods whether providing public access to Government information online, or producing or procuring printed publications that serve the information needs of the U.S. Congress, Federal agencies and the American public. Established by Congress to ensure that the American public has access to its Government’s information, this program involves the acquisition, format conversion, and distribution of depository materials and the coordination of Federal depository libraries in the 50 states, the District of Columbia and U.S. territories. The mission of the FDLP is to disseminate information products from all three branches of the Government to over 1,250 libraries nationwide. Libraries that have been designated as Federal depositories will maintain this information product as part of their existing collection and are responsible for assuring that the public has free access to the material provided by the FDLP. C.3 Background on FDsys: In response to the growing need to have a centralized repository of Federal Government content, GPO is developing a system (FDsys) that will manage, authenticate, preserve, and provide version control for content that falls within scope of GPO’s dissemination programs. FDsys will ingest, preserve, and provide access to the information produced by all three branches of the U.S. Government. The proposed system is envisioned as a comprehensive, systematic, and dynamic means for preserving any type of digital content, independent of specific hardware and/or software. FDsys will enable GPO customers to obtain hard copy publications and to electronically access the content they want, and it will enable GPO to deliver that content in the formats its customer’s desire. The system is intended to automate many of the content lifecycle processes and make it easier to deliver the content in formats suited to the needs of GPO customers. Content in FDsys will include all known Federal Government documents, but is specifically targeted to those within the scope of GPO’s Federal Depository Library Program (FDLP), whether printed or born digital. This content will be entered into the system and then authenticated and catalogued according to GPO metadata and document creation standards. Content may include text and associated graphics, video and sound and other forms of content that emerge. Content will be available for Web searching and Internet viewing, downloading and printing, and as document masters for conventional and on-demand printing, or other dissemination methods. All files created as a result of the digitization process will be ingested, managed, authenticated, preserved, and accessed through FDsys. C.4 Background Material Additional background material is available through various locations on GPO’s website. It is strongly encouraged that the contractor or contractors be familiar with the following documents: FDsys Concept of Operations - V 2.0 (PDF) - The document which provides a high-level conceptual vision of the FDsys. FDsys Requirements Document - V 3.2 (PDF) - The document which identifies the preliminary requirements for the FDsys. FDsys Operational Specification for Converted Content (Version 3.3) : (PDF) – The document which identifies the detailed specifications for converted content to be accepted and ingested by FDsys. Specifications and Operating Procedures for Quality Control: Creation of Preservation Master Files (Version 1.1): This is the specification GPO plans to use that covers all the necessary requirements and elements required for the quality control of converted, or digitized, content. <h4 style="margin: 5pt 0pt;"> C.5 Scope of Work </h4> The United States Government Printing Office (GPO) plans to digitize the entire collection of legacy materials that have been disseminated through the Federal Depository Library Program. The estimated size of the collection is approximately 2.2 million documents, which equates to about 60 million pages according to early estimates. However, later research and calculations have revealed that the total page count may be considerably higher—as many as 132 million pages. GPO is requesting proposals from industry specific to the digitization of publications that are within scope of GPO’s dissemination programs. GPO envisions a cooperative, mutually beneficial relationship with a private or public sector participant(s) where the uncompressed, unaltered files created as a result of the conversion process are delivered to GPO at no cost to the Government. These files will serve as the digital master copies that will be preserved and used for the creation of access derivatives within FDsys. In exchange, the contractor or contractors shall be able to maintain a collection of files produced in the process for inclusion in their collections (e.g., search indices, book search sites). C.6 Objectives The objective of this digitization effort, and the driving factor in GPO digitization, is to ensure that these materials are available, in the public domain, for no-fee permanent public access through the Federal Depository Library Program (FDLP). GPO envisions a mutually beneficial relationship with the contractor. The contractor shall digitize GPO’s entire legacy collection according to the specifications outlined in GPO’s FDsys Operational Specification for Converted Content (Version 3.3), located at: http://www.gpoaccess.gov/legacy/registry/fdsysspec_converted_content3.3.pdf. It is also understood that these specifications are evolving, and that subsequent versions of the specifications may be published. The contractor shall conform to the revised specifications. The contractor shall also use GPO’s Specifications and Operating Procedures for Quality Control: Creation of Preservation Master Files, located at: http://www.gpoaccess.gov/legacy/specification-qc-v1-1.pdf, as the basis for performing quality control of digitized content. The contractor shall possess all the necessary equipment and technology to perform large-scale digitization that would result in output which is in accordance to the approved GPO standards referenced above. As part of this arrangement, GPO will provide tangible documents for scanning from either in-house sources or procured via FDLP libraries or other institutions, and prioritize material to be sent to the contractor for digitization. The contractor shall send the “dis-bound” tangible documents back to GPO after the digitization is complete. GPO has set standards for preserving master files that are developed from the digitization process. While GPO envisions a relationship with the contractor or contractors providing the actual digitization services for most publications of standard size and structure, GPO may digitize a number of documents in-house (or collaborate with other Federal agencies or Federal Depository Libraries), which may include rare or fragile documents requiring special handling, oversized documents requiring a planetary scanner, or any document requiring ‘rush’ processing. In addition, GPO envisions a collaborative workflow in which the contractor or contractors could flag specific parts of a publication (e.g., oversized foldouts) that will be digitized by GPO, a Federal agency, or a Federal Depository Library. As the key deliverable from this arrangement, the contractor or contractors shall, at a minimum, provide to GPO the uncompressed, unaltered TIFF files created as a result of the scanning process. These files will serve as the digital master copies that will be preserved and used for the creation of access derivatives within FDsys. The private or public sector firm may also provide GPO with derivatives of the content that may be optimized for other uses (e.g., screen or press optimized PDF files, OCR text). The contractor or contractors shall also be able to incorporate metadata provided by GPO in MARC format together with all image data in the same container file which will provide encapsulation. In addition, the contractor or contractors shall furnish additional metadata about each digitized publication to GPO after digitization (described in the tasks below). As part of the arrangement, the private or public sector participant(s) could have the benefit of storing and providing access to publications through their own channels (e.g., search indices, book content searches), so long as there are no copyright or use restrictions put on this content. Upon receipt of files back from the private or public sector participant(s), GPO will have the ability and authority to provide free public access to any files created by GPO or the contractor or contractors for this project at any time. C.7 Contractor Responsibilities: Tasks are repeatable based on proposed throughput by the contractor and speed at which tangible materials can be provided to the contractor or contractors. Task 1: Confirmation of receipt of materials As part of the arrangement, GPO will provide to the contractor or contractors all tangible materials that are to be digitized, along with descriptive metadata about each publication. Upon receipt of the materials, the contractor or contractors shall furnish to GPO a confirmation of materials received, including number of boxes received. GPO and the contractor or contractors will agree upon a frequency and quantity at which materials will be sent to them. GPO will pay shipping costs for all materials that are shipped to the private or public sector participant for digitization. GPO will notify the contractor or contractors if and when no materials are available to send for digitization due to circumstances beyond the government’s control, and will provide an estimated timeframe for when materials may be provided. Task 2: Scanning of tangible materials files The contractor or contractors shall digitize the tangible materials according to the specifications put forth in GPO’s FDsys Operational Specification for Converted Content (Version 3.3), located at: http://www.gpoaccess.gov/legacy/registry/fdsysspec_converted_content3.3.pdf. These specifications are evolving and subsequent versions of the specifications may be published. The contractor or contractors shall conform to the revised specifications. The scope of this project is the digitization of publications in tangible format. This will include books, pamphlets, maps, and any other tangible materials that fall within the scope of the FDLP. The contractor or contractors will be permitted to dis-bind the vast majority of tangible publications that will be provided for digitization. However, a small percentage of the materials provided will be rare and/or fragile in nature; the contractor or contractors shall not dis-bind these publications and shall use the appropriate equipment necessary to digitize bound documents. Upon providing materials, GPO will make the contractor or contractors aware of what are permitted to be dis-bound or not. Task 3: Creation of Preservation and/or Access derivative level files for GPO As a result of the scanning process, the contractor or contractors shall create preservation-level TIFF files that conform to the specifications set forth in GPO’s FDsys Operational Specification for Converted Content (Version 3.3), located at: http://www.gpoaccess.gov/legacy/registry/fdsysspec_converted_content3.3.pdf. All TIFF files produced must adhere to these minimum specifications. GPO’s requirement for access derivatives is that no single ocr-ed PDF file that is publicly available should exceed 10 MB. TIFF files created and delivered to GPO shall include tagging that allows GPO to create access derivatives that follow logical breaks within the publication in order to provide usable access derivatives. In addition to the preservation-level files, the contractor or contractors may choose to provide GPO with derivatives of the content that may be optimized for other uses (e.g., screen or press optimized PDF files). Each publication scanned and digitized, must have a minimal level of metadata associated with each TIFF file for preservation purposes. The data elements will consist of information necessary to track, manage, and preserve the digitized files, including descriptive, technical, and administrative metadata. The TIFF data elements and values (e.g. presented in XML as fields with values associated with file header tags), represent metadata used to render and manage image data. GPO will provide descriptive metadata about each publication. The contractor or contractors will incorporate this metadata in MARC format together with all image data in the same container file which will provide encapsulation. In addition, the contractor or contractors shall furnish the following metadata about each digitized publication to GPO after digitization. · NISO Metadata (conforming to the most current version of the contractor(s) X Schema, V2.0, located at: http://www.loc.gov/standards/mix/ · Digitizing Entity (e.g., name of contractor (s)) This list is evolving and is subject to change over time. The final list of metadata elements will be published by GPO before contract award. Task 4: Quality control of scanned file The contractor or contractor(s) shall be required to perform quality control on files generated through the digitization process. This shall consist of a thorough review of the image data and other deliverables, and correction of all errors or omissions, before delivery to GPO. The contractor or contractors shall initiate, document, and maintain a quality control process in accordance with the requirements for accuracy and delivery, and shall perform quality control for 100 percent of deliverables. Image Quality Assurance: The contractor or contractors shall ensure that each page is fully rendered, properly aligned, and free of any aliasing/distortions. This must include the following: · Images shall open and display as did the original. · Document must have been prepared in accordance with specifications in this contract. · Complete page content must be captured · Correct treatment has been applied to printed halftones · Images are not skewed (unless they were skewed in the original document), out of focus or flawed · Image size, level of compression, page orientation, and image resolution are correct · Images are produced for every page · Page images have not been duplicated or skipped during the scanning process All unacceptable individual images will be corrected by the private or public sector participant(s) at no cost to GPO. However, GPO retains the right to correct errors in-house, in which case the contractor will be notified that their version should be removed from the collection of files to be delivered to GPO. Other Quality Assurance: Contractor quality review shall also include, but not be limited to, the following activities: · The correct file extension and format has been applied. · The file-naming and directory structure has been accurately applied. · Contractor shall ensure that scanning logs are completed and maintained in accordance with instructions provided. GPO Quality Review and Acceptance GPO will conduct its own quality and inspection of content delivered by the private or public sector participant(s) within 30 days of delivery to determine acceptance for this order. GPO will notify the contractor if there are special circumstances requiring more time for image quality review. The private or public sector participant(s) will retain the created files, logs and original materials until after GPO has performed its image review and issued the notice of acceptance. Upon notification, original materials are to be returned to GPO. GPO will notify the contractor or contractors of content that does not meet the minimum specifications who shall then correct these problems and return the corrected content to GPO within 10 days. Task 5: Delivery of digitized files back to GPO The contractor or contractors shall be required to deliver all files generated as a result of the digitization process back to GPO. These files must be delivered directly to GPO (e.g., via ftp or external storage device) within 10 days of acceptance by GPO. Posting the files onto a Web server will NOT be a sufficient method of delivery. Task 6: Delivery of original tangible materials back to GPO The contractor or contractors shall be required to deliver all tangible materials back to GPO after the digitization process ends. This includes BOTH tangible products that have been dis-bound and materials that have not been damaged in the digitization process. The contractor or contractors shall also be responsible for shipping costs of these materials. C.8 Key Personnel: (a) The contractor or contractors shall agree to assign to the contract those key persons whose resumes were submitted with the proposal as required to fill the requirements of the contract. The contractor(s) shall assign key personnel to the contract on a full time basis. No substitution or addition of personnel shall be made except in accordance with this clause. (b) The contractor or contractors shall agree that during the first 24 months of the contract period, no key personnel substitutions will be permitted, unless such substitutions are necessitated by an individual’s sudden illness, death, or termination of employment. In any of these events, the contractor(s) shall promptly notify the CO and provide the information required by paragraph (d) below. (c) If key personnel, for whatever reason, become unavailable for work under this contract for a continuous period exceeding 30 working days, or are expected to devote substantially less effort to the work than indicated in its proposal, the private or public sector participant shall propose a substitution of such personnel, in accordance with paragraph (d) below. (d) All proposed key personnel substitutions shall be submitted, in writing, to the CO at least 30 days, or 90 days if a security clearance is to be obtained, in advance of the proposed substitution. Each request shall provide a detailed explanation of the circumstances necessitating the proposed substitution; a complete resume(s) for the proposed substitute(s); the hourly rates of the incumbent(s) and the proposed substitute(s); and any other information required by the CO to approve or disapprove the proposed substitution(s). All proposed substitutes (no matter when they are proposed during the performance period) shall have qualifications that are equal to or higher than the qualifications of the person being replaced. (e) In the event the contractor(s) designate an additional key person as deemed appropriate for the requirement, the contractor(s) shall submit to the CO for approval the information required in paragraph (d) above. (f) The CO shall evaluate requests for substitution and addition of personnel and promptly notify the contractor (s) in writing, whether a request is approved or disapproved. (g) If the CO determines that suitable and timely replacement of key personnel who have been reassigned, terminated, or have otherwise become unavailable to perform under the contract is not reasonably forthcoming, or that a resultant reduction of productive effort would impair the successful completion of the contract, the contract may be terminated by the CO for default or for the convenience of the Government, as appropriate. (h) Designated key personnel and positions (to be provided by private or public sector participant) - The following personnel shall be considered key personnel for this contract: A. Project manager B. Quality control manager C. Scanning specialists D. OCR specialists, if applicable E. Metadata Specialist SECTION - D - PACKAGING AND MARKING – N/A D.1 Postage All postage and fees related to submitting information including forms, reports, etc. to the Contracting Officers Representative shall be paid by the Contractor. D.2 Markings Marking all information submitted to the Contracting Officer’s Technical Representative shall clearly indicate the Contract number and/or task order number. SECTION - E - INSPECTION AND ACCEPTANCE E.1 Inspection and Acceptance Inspection and acceptance shall be made at destination by designated U.S. Government Printing Office personnel. SECTION - F – DELIVERY/PERFORMANCE F.1 Term of the Contract Service Start Date (Projected): Date of award thru September 30, 2008 with four (4) one year option periods. F.2 Option to Extend the Term of Contract The Government shall have the unilateral option of extending the term of this contract for __4__ consecutive additional periods of __1__ year each. Refer to MMAR 52.217-9, Option to Extend the Term of the Contract - Services (APR 1984). F.3 Recognized Holidays The holidays identified herein are recognized by the Government. Should a holiday fall on a weekend, the day designated by GSA (Government) shall be recognized as the holiday. A. New Year’s Day F. Labor Day B. Martin Luther King Day G. Columbus Day C. President’s Day H. Veteran’s Day D. Memorial Day I. Thanksgiving Day E. July 4th J. Christmas Day F.4 Place of Performance All contract performance shall be at the contractor’s site. F.5 Notice to the Government of Delays In the event the Contractor encounters difficulty in meeting performance requirements, or when he anticipates difficulty in complying with the contract delivery schedule or completion date, or whenever the Contractor has knowledge that any actual or potential situation is delaying or threatens to delay the timely performance of this contract, the Contractor shall immediately notify the Contracting Officer and the COTR, in writing, giving pertinent details; provided, however, that this data shall be informational only in character and that this provision shall not be construed as a waiver by the Government of any delivery schedule or date, or any rights or remedies provided by law or under this contract. F.6 MMAR Clauses Incorporated by Reference (MMAR 52.252-2) (FEB 1998) This contract incorporates the following 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 can be accessed electronically at these Internet addresses: http://www.gpo.gov Clause Number Title 52.242-15 Stop-Work Order (AUG 1989) SECTION - G - CONTRACT ADMINISTRATION DATA G.1 Suspension of Work a. Employee Dismissal: In the event Federal employees are dismissed from work due to severe weather, unanticipated holidays declared by the President or failure of the Congress to appropriate funds etc., the Contractor may be required to temporarily cease operations. The Government will not be liable for any claim for business lost during such a suspension of government operations. See Part I, Section C, Paragraph 1, “Scope of Work”. b. The Contractor shall resume operations on the next subsequent Government business day. The Contractor is required to notify the COTR immediately if operations cannot be resumed on that day. G.2 Contracting Officer (CO): Albertha M Broadnax Phone: (202) 512-0966 Facsimile: (202) 512-1354 E-mail: abroadnax@gpo.gov. G.3 Contract Officer’s Technical Representative (COTR) GPO will designate one or more persons as the Contracting Officer's Technical Representative (COTR). The COTR may be changed at any time by the GPO without prior notice to the Contractor, by submitting a unilateral modification to the Contract. The responsibilities and limitations of the COTR are as follows: The COTR is responsible for the technical aspects of the project and serves as technical liaison with the Contractor. The COTR is also responsible for the final inspection and acceptance of all equipment, services, reports, and such other responsibilities as may be specified in this contract. The COTR is not authorized to make any commitments or otherwise obligate the GPO or authorize any changes, which affect the quantity, quality, scope or Contract price. All requests for changes shall be referred to the Contracting Officer directly or through the COTR. No such changes shall be made without the expressed prior authorization of the Contracting Officer. If the Contractor performs a service that alters the current cost, quantity, or scope without prior written approval from the CO, the Contractor does so at his/her own risk. The COTR may designate an alternate COTR(s) to act for the COTR by naming such alternate(s) in writing and transmitting a copy of such designation through the Contracting Officer to the Contractor. The following COTR will represent the GPO for the purpose of this contract: ( To be provided after contract award) SECTION - H - SPECIAL CONTRACT REQUIREMENTS H.1 Subcontracting Restriction Except as specifically approved in writing, in advance by the Contracting Officer identified in Section G.2, the Contractor shall not subcontract any work procured hereunder. It is contemplated that approval will be given for subcontracting certain phases of the work when, in the opinion of the COTR and the Contracting Officer, such subcontracting will not adversely affect the quality or delivery of the final product nor the difficulty or cost of inspection and testing. Requests for approval to subcontract shall be submitted, in writing, to the Contracting Officer at the address shown in Section G, paragraph 2. H.2 Organizational Conflicts of Interest – General (a) The Contractor warrants that, to the best of his knowledge and belief, and except as otherwise set forth in this contract, he does not have any organizational conflict of interest as defined in paragraph B below. (b) The term "organizational conflict of interest" means a situation where a Contractor has interests, either due to its other activities or its relationships with other organizations, which place it in a position that may be unsatisfactory or unfavorable (i) from the Government's standpoint in being able to secure impartial, technically sound, objective assistance and advice from the Contractor, or in securing the advantages of adequate competition in its procurement; or (ii) from industry's standpoint in that unfair competitive advantages may accrue to the Contractor in question. (c) The Contractor agrees that, if after award he discovers an organizational conflict of interest with respect to this contract, he shall make an immediate and full disclosure in writing to the Contracting Officer which shall include a description of the action which the Contractor has taken or proposes to take to avoid, eliminate or neutralize the conflict. The Government may, however, terminate the contract for the convenience of the Government if it would be in the best interests of the Government. In the event that the Contractor was aware of organizational conflict of interest prior to the award of this contract and intentionally did not disclose the conflict to the Contracting Officer, the Government may terminate the contract at no cost to the Government. H.3 Indemnification A. Responsibility for Government-owned or -leased Property and Equipment During contract performance, the Contractor shall be responsible for all negligent acts or omissions of its employees or agents or the employees or agents of its subcontractor(s). In this regard, the contractor shall, at no cost to the Government and at the Government's option, replace or compensate the Government for any damage to or loss of Government-owned or -leased property caused by such negligent acts or omissions. B. Responsibility for Contractor or Third Party-owned or -leased Property and Equipment The contractor shall indemnify the Government against any and all liability claims for loss or damage to any Contractor owned or leased property occurring as a result of negligence or omissions by employees or agents of the contractor or its subcontractor(s) in connection with the performance of work under the terms of this contract. C. Responsibility for Property and Equipment Damaged or Lost through no fault of the Contractor or the Government. Property damage or loss that occurs through no fault of either the Contractor, their subcontractors or agents or the Government shall be the responsibility of the party holding title to or having leased the property. D. Contractor Actions The Contractor shall indemnify and hold the Government, its agents and employees, harmless against any financial loss or liability, including costs and expenses, arising from any negligent or wrongful act, or omission, or malpractice, on the part of the Contractor, or any of its agents or employees, during the Contractor’s performance under this contract. The Contractor also agrees that if the Government suffers any financial loss or liability because of any negligent or wrongful act, or omission, or malpractice, by the Contractor, or any of its agents or employees, the Department may offset any such sums against any money in the Department’s possession, which would otherwise be due and payable to the Contractor. H.4 Security Clearance: Wants and Warrants Investigations: The contractor shall perform and provide a pre-employment Wants and Warrants investigation on each individual. Investigations shall include, at a minimum, employment history, verification checks of conviction records, ongoing criminal charges, credit check, driving record, and proof of possession of a valid driver’s license. The contractor is responsible for pre-employment background investigation costs. The contractor shall provide all investigation results to GPO upon request. NCIC and NAC Requirements: After a preliminary review/evaluation/candidate endorsement, the contractor shall provide GPO (Security Services) the name (first, MI, last) and full social security number and date of birth of each recommended prospective contractor candidate. GPO will perform a National Crime Information Center (NCIC) check on all prospective contractor on-site employees. If NCIC results indicate an individual does not meet National Agency Check (NAC) requirements, GPO reserves the right to require immediate removal. The contractor shall provide GPO all applicable NAC information for each prospective contract employee candidate which has favorable NCIC results. GPO will submit the NAC. The contractor may temporarily assign a potential employee pending a favorable NAC report if the contractor has submitted all required information to the GPO and there is no known disqualifying information. NACs provide security clearance for Project Managers and background investigation for all on-site contractor employees. REGULATIONS GOVERNING PROCUREMENT The U.S. Government Printing Office (GPO) is an agency of the legislative branch of the United States Government. Accordingly, the Materials Management Acquisition Regulations (MMAR) is applicable to this, and all GPO procurements. SECTION I - CONTRACT CLAUSES I.1 Contract Clauses The following clauses are applicable to this solicitation and any resultant contract. FAR 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 may be accessed electronically at this Internet address: http://www.gpo.gov/acquisition/mmar.pdf FAR Clause No. Clause Title 52.202-1 Definitions (JUL 2004) 52.203-3 Gratuities (APR 1984) 52.203-5 Covenant Against ­Contingent Fees (APR 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995) 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal Or Improper Activity (JAN 1997) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or proposed For Debarment (JUL 1995) 52.215-8 Order of Precedence – Uniform Contract Format (OCT 1997) 52.215-19 Notification of Ownership Changes (OCT 1997) 52.219-14 Limitations on Subcontracting (JAN 1991) 52.219-8 Utilization of Small Business Con­cerns (MAY 2004) 52.222-1 Notice to Government of Labor Disputes (FEB 1997) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (APR 2002) 52.222-35 Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam­ Era (DEC 2001) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999) 52.222.38 Compliance with Veteran’s Reporting Requirements (DEC 2001) 52.222-41 Service Contract Act of 1965 As Amended (MAY 1989) 52.223-3 Hazardous Material Identification & Material Safety Data (JAN 97) Alt. I (JUL 95) 52.223-5 Pollution Prevention and Right to Know Information (AUG 2003) 52.223-6 Drug-Free Workplace (MAY 2001) 52.223-10 Waste Reduction Program (OCT 1997) 52.223-14 Toxic Chemical Release Reporting (JUN 2003) 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003) 52.227-1 Authorization and Consent (JUL 1995) 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996) 52.228-5 Insurance Work on a Government Installation (JAN 1997) 52.233-1 Disputes (JUL 2002) 52.233-3 Protest After Award (AUG 1996) 52.237-2 Protection of Government Buildings, Equipment & Vegetation (APR 1984) 52.237-3 Continuity of Services (JAN 1991) 52.243-1 Changes-Fixed Price (AUG 1987) 52.244-2 Subcontracts (AUG 1998) with ALT II (AUG 1998) 52.244-6 Subcontracts for Commercial Items and Commercial Components (JUL 2004) 52.245-2 Government Property (MAY 2004) 52.249-1 Termination for Convenience of the Government (Fixed Price) (MAY 2004) 52.249-8 Default (Fixed Price Sup­ply and Service) 52.249-14 Excusable Delays (APR 1984) Clauses Incorporated in Full Text The following clauses are incorporated in full text: 52.217-8 Option To Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within the term of the contract. GPO.1 Protest Filed Directly to the Government Printing Office (JAN 1998) (a) The following definitions apply in this provision: (1) "Agency Protest Official" means the official, other than the contracting officer, designated to review and decide procurement protests filed with a contracting activity of the Government Printing Office. (2) "Deciding Official" means the person chosen by the protestor to decide the agency protest; it may be either the Contracting Officer or the Agency Protest Official. (3) "Interested Party" means an actual or prospective offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. (b) A protest filed directly with the Government Printing Office must: (1) Indicate that it is a protest to the agency. (2) Be filed with the Contracting Officer. (3) State whether the protestor chooses to have the Contracting Officer or the Agency Protest Official decide the protest. If the protestor is silent on this matter, the Contracting Officer will decide the protest. (4) Indicate whether the protestor prefers to make an oral or written presentation of arguments in support of the protest to the deciding official. (5) Include the information required by FAR 33.103(d)(2): (i) Name, address, facsimile number and telephone number of the protestor. (ii) Solicitation or contract number. (iii) Detailed statement of the legal and factual grounds for the protest, to include a description of resulting prejudice to the protestor. (iv) Copies of relevant documents. (v) Request for a ruling by the agency. (vi) Statement as to the form of relief requested. (vii) All information establishing that the protestor is an interested party for the purpose of filing a protest. (viii) All information establishing the timeliness of the protest. (c) An interested party filing a protest with the Government Printing Office has the choice of requesting either that the Contracting Officer or the Agency Protest Official decide the protest. (d) The decision by the Agency Protest Official is an alternative to a decision by the Contracting Officer. The Agency Protest Official will not consider appeals from the Contracting Officer's decision on an agency protest. (e) The deciding official must conduct a scheduling conference with the protestor within five (5) days after the protest is filed. The scheduling conference will establish deadlines for oral or written arguments in support of the agency protest and for agency officials to present information in response to the protest issues. The deciding official may hear oral arguments in support of the agency protest at the same time as the scheduling conference, depending on availability of the necessary parties. (f) Oral conferences may take place either by telephone or in person. Other parties may attend at the discretion of the deciding official. (g) The protestor has only one opportunity to support or explain the substance of its protest. Government Printing Office procedures do not provide for any discovery. The deciding official may request additional information from either the agency or the protestor. The deciding official will resolve the protest through informal presentations or meetings to the maximum extent practicable. (h) An interested party may represent itself or be represented by legal counsel. The Government Printing Office will not reimburse the protester for any legal fees related to the agency protest. (i) The Government Printing Office will stay award or suspend contract performance in accordance with FAR 33.103(f). The stay or suspension, unless over-ridden, remains in effect until the protest is decided, dismissed, or withdrawn. (j) The deciding official will make a best effort to issue a decision on the protest within twenty (20) days after the filing date. The decision may be oral or written. (k) The Government Printing Office may dismiss or stay proceeding on an agency protest if a protest on the same or similar basis is filed with a protest forum outside the Government Printing Office. (End of Clause) SECTION - I - CONTRACT CLAUSES (Continued) I.1 52.233-1 Disputes. Disputes (July 2002) (a) This contract is subject to the Contract Disputes Act of 1978, as modified by Section 1501 of Title I of Division H of the Consolidated Appropriations Act, 2008, Pub.L.No. 110-161,_Stat._(2008). (b) Except as provided in the Act, all disputes arising under or relating to this contract shall be resolved under this clause. (c) “Claim,” as used in this clause, means a written demand or written assertion by one of the contracting parties seeking, as a matter of right, the payment of money in a sum certain, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. However, a written demand or written assertion by the Contractor seeking the payment of money exceeding $50,000 is not a claim under the Act until certified. A voucher, invoice, or other routine request for payment that is not in dispute when submitted is not a claim under the Act. The submission may be converted to a claim under the Act, by complying with the submission and certification requirements of this clause, if it is disputed either as to liability or amount or is not acted upon in a reasonable time. (d)(1) A claim by the Contractor shall be made in writing and, unless otherwise stated in this contract, submitted within 6 years after accrual of the claim to the Contracting Officer for a written decision. A claim by the Government against the Contractor shall be subject to a written decision by the Contracting Officer. (2)(i) The Contractor shall provide the certification specified in paragraph (d)(2)(iii) of this clause when submitting any claim exceeding $50,000. (ii) The certification requirement does not apply to issues in controversy that have not been submitted as all or part of a claim. (iii) The certification shall state as follows: “I certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor believes the Government is liable; and that I am duly authorized to certify the claim on behalf of the Contractor.” (3) The certification may be executed by any person duly authorized to bind the Contractor with respect to the claim. (e) For Contractor claims of $100,000 or less, the Contracting Officer must, if requested in writing by the Contractor, render a decision within 60 days of the request. For Contractor-certified claims over $100,000, the Contracting Officer must, within 60 days, decide the claim or notify the Contractor of the date by which the decision will be made. (f) The Contracting Officer’s decision shall be final unless the Contractor appeals within ninety days of receipt of a contracting officer’s decision, to the Government Accountability Office Contract Appeals Board, 441 G Street N.W., Room 7182, Washington, D.C. 20548; Facsimile: (202) 512-9749; E-Mail: CAB@gao.gov. or files a suit as provided in the Act. (g) If the claim by the Contractor is submitted to the Contracting Officer or a claim by the Government is presented to the Contractor, the parties, by mutual consent, may agree to use alternative dispute resolution (ADR). If the Contractor refuses an offer for ADR, the Contractor shall inform the Contracting Officer, in writing, of the Contractor’s specific reasons for rejecting the offer. (h) The Government shall pay interest on the amount found due and unpaid from (1) the date that the Contracting Officer receives the claim (certified, if required); or (2) the date that payment otherwise would be due, if that date is later, until the date of payment. With regard to claims having defective certifications, as defined in FAR 33.201, interest shall be paid from the date that the Contracting Officer initially receives the claim. Simple interest on claims shall be paid at the rate, fixed by the Secretary of the Treasury as provided in the Act, which is applicable to the period during which the Contracting Officer receives the claim and then at the rate applicable for each 6-month period as fixed by the Treasury Secretary during the pendency of the claim. (i) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal, or action arising under the contract, and comply with any decision of the Contracting Officer. Alternate I (Dec 1991). As prescribed in 33.215, substitute the following paragraph (i) for paragraph (i) of the basic clause: (i) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal, or action arising under or relating to the contract, and comply with any decision of the Contracting Officer. I.2 SERVICE OF PROTEST (VARIATION) (a) Protests, as defined in Section 33.101 of the MMAR, 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 the Chief Acquisition Officer, U.S. GPO, (AS), Washington, DC 20401. (b) The copy of any protest shall be received in the office designated above within one day of filing protest with GAO. An agency protest may be filed with either (1) the Contracting Officer or (2) at a level above the Contracting Officer, with the agency Chief Acquisition Officer. Agency protests filed with the Contracting Officer shall be sent to the following address: Albertha M Broadnax, Contracting Officer U.S. Government Printing Office Acquisition Services Room A332, Stop: CSAS 732 North Capitol Street, NW Washington, DC 20401 Agency protests filed with the Chief Acquisition Officer (ACO) shall be sent to the following address: Chief Acquisition Officer U.S. Government Printing Office Room A332, Stop: CSAS 732 North Capitol Street, NW Washington, DC 20401 If a protest is filed with either the Chief Acquisition Officer (ACO) or with the General Accountability Office (GAO), a complete copy of the protest (including all attachments) shall be served upon the Contracting Officer and the GPO General Counsel within one day of filing with the Chief Acquisition Officer or with the GAO. Service upon the GPO Office of the General Counsel shall be made as follows: Roy Potter, Associate General Counsel Office of the General Counsel U.S. Government Printing Office Room C-814, Stop: GC Washington, DC 20401 FAX (202) 512-0076 I.3 PROTEST AFTER AWARD (AUG 1996) (a) Upon receipt of a notice of protest (as defined in 33.101 of the FAR) the Contracting Officer may, by written order to the Contractor, direct the Contractor to stop performance of work called for by this contract. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Upon receipt of the final decision in the protest, the Contracting Officer shall either-- (1) Cancel the stop-work; or (2) Terminate the work covered by the order as provided in the Default or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled either before or after a final decision in the protest, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if-- (1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to an adjustment within 30 days after the end of the period of work stoppage; provided that if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the request at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. (e) The Government's right to terminate this contract at anytime is not affected by action taken under this clause. SECTION - J- LIST OF ATTACHMENTS Attachment 1 Similar Experience Matrix Attachment 2 Past Performance Questionnaire SECTION - K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF BIDDERS "SOLICITATION" MEANS "INVITATION FOR BIDS" IN SEALED BIDDING AND "REQUEST FOR PROPOSAL" OR "REQUEST FOR QUOTATION" IN NEGOTIATION. "OFFER" MEANS "BID" IN SEALED BIDDING AND "PROPOSAL" IN NEGOTIATION. "OFFEROR" MEANS THE PERSON OR FIRM SUBMITTING THE OFFER. THE OFFEROR MAKES THE FOLLOWING REPRESENTATIONS AND CERTIFICATIONS AS A PART OF THE OFFER IDENTIFIED ABOVE. (CHECK APPROPRIATE CIRCLE AND FILL IN BLANKS.) K.1 52.219-1 SMALL BUSINESS CONCERN REPRESENTATION (APR 2002) (DEVIATION MMAR 52.219-1) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is ________________ [ insert NAICS code ]. (2) The small business size standard is _____________ [ insert size standard ]. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it o is, o is not a small business concern. (2) [ Complete only if the offeror represented itself as a small business concern in paragraph (b) (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. (3) [ Complete only if the offeror represented itself as a small business concern in paragraph (b) (1) of this provision.] The offeror represents as part of its offer that it o is, o is not a women-owned small business concern. (4) [ Complete only if the offeror represented itself as a small business concern in paragraph (b) (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. (5) [ Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b) (4) 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. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b) (1) of this provision.] The offeror represents, as part of its offer, that- (i) It is___, ____ is not a HUB Zone small business concern listed, on the date of this representation, on the List of Qualified HUB Zone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUB Zone 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 (b)(6)(I) of this provision is accurate for the HUB Zone small business concern or concerns that are participating in the joint venture. [ The offeror shall enter the name or names of the HUB Zone small business concern or concerns that are participating in the joint venture: __________.] Each HUB Zone small business concern participating in the joint venture shall submit a separate signed copy of the HUB Zone representation. (c) Definitions. As used in this provision- "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 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 parts 121 and the size standard in paragraph (a) of this provision. "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- (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? (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small, HUB Zone small, small disadvantaged, or women-owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall- (I) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. K.2 52.204-3 TAXPAYER IDENTIFICATION (Oct 1998) (a) Definitions. "Common parent," as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. "Taxpayer Identification Number (TIN)," as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number. (b) All offerors must submit the information required in paragraphs (d) through (f) 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 IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (MMAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract. (c) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offer or’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 MMAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offer or’s TIN. (d) 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. (e) 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 _________________________. (f) Common parent. * Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. * Name and TIN of common parent: Name _____________________________ TIN ______________________________ K.3 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) The offeror represents that-- (a) It * has, * has not participated in a previous contract or subcontract subject the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. K.4 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) (Applicable to contracts which include the clause at MMAR 52.222-26, Equal Opportunity, except for construction contracts.) The offeror represents that -- (a) It  has developed and has on file,  has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (a) It  has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (b) It  has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations oft the Secretary of Labor. K.5 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) (a) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom. The term does not include separate or single-user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (b) The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Opportunity clause in this contract. (c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Opportunity clause of this contract. I K.6 52.216-6 PLACE OF PERFORMANCE (OCT 1997) (a) The offeror, in the performance of any contract resulting from this solicitation, ڤ intends, ڤ does not intend [ check applicable block ] to use one or more plants or facilities located at a different address from the address of the offeror as INDIC indicated in this proposal or response to request for information (b) If the offeror or offeror checks "intends" in paragraph (a) of this provision, it shall insert in the following spaces the required information: Place of Performance (Street Address, City, State, County, Zip Code) Name and Address of Owner and Operator of the Plant or Facility if Other than Offeror. ___________________________ _____________________________________________________________________________ ____________________ _________________________________________________________ K.7 52.209-5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (DEC 2001) (a)(1) The Offeror certifies, to the best of its knowledge and belief, that- (i) The Offeror and/or any of its Principals- (A) Are o are not o presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have o have not o, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and (C) Are o are not o presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision. (ii) The Offeror has o has not o, within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity ( e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. SECTION - L - INSTRUCTIONS, CONDITIONS AND NOTICES - NEGOTIATED L 1. 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 private or public sector participant is cautioned that the listed provisions may include blocks that must be completed by the private or public sector participant and submitted with its quotation or offer. In lieu of submitting the full text of these provisions, the private or public sector participant may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a clause may be accessed electronically at this address: http://www.gpo.gov/acquisition/mmar.pdf. MATERIALS MANAGEMENT ACQUISITION REGULATIONS 52.204-6 Data Universal Numbering System (DUNS) Number JUN 1999 52.214-34 Submission of Offers in the English Language FEB 2000 52.214-35 Submission of Offers in U.S. Currency FEB 2000 52.215-1 Instructions to private or public sector participants – Competitive Acquisition – FEB 2000 With Alternate I (OCT 1997) 52.215-16 Facilities Capital Cost of Money OCT 1997 52.222-46 Evaluation of Compensation for Professional Employees FEB 1993 52.237-10 Identification of Uncompensated Overtime OCT 199 7 L 2. GENERAL INSTRUCTIONS a. A Standard Form 33, “Solicitation, Offer, and Award,” completed and signed by the contractor constitutes the contractor’s acceptance of the terms and conditions of the proposed task order. Therefore, a representative of the contractor authorized to commit the firm to contractual obligations must execute the form. b. The contractor is expected to examine this entire solicitation document. Failure to do so will be at the private or public sector participant’s own risk. c. The contractor shall furnish the information required by this solicitation. The Contractor shall sign the Standard Form 33, Block 17. d. The Government may make award based on initial offers received, without discussion of such offers. Accordingly, each initial offer should be submitted in as complete form as possible and without exception to any provision. e. The Government will not pay any preparation cost for proposals. f. The contractor submitting restrictive data will mark it as follows in accordance with the MMAR Clause 52.215-1 Instructions to private or public sector participants —Competitive Acquisition (which is incorporated by reference) which states: “Contractors who include in their proposals data they do not want disclosed to the public for any purpose or used by the Government except for evaluation purposes, shall— (1) Mark the title page with the following legend: “This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used or disclosed—in whole or in part—for any purpose other than to evaluate this proposal or quotation. If, however, a contract is awarded to this private or public sector participant as a result of—or in connection with—the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government’s right to use information contained in this data if it is obtained from another source without restriction. The data subject to the restriction is contained in sheets (insert numbers or other identification of sheets)”; and (2) Mark each sheet of data it wishes to restrict with the following legend: “Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal or quotation.” g. The Government assumes no liability for disclosure or use of unmarked data and may use or disclose the data for any purpose. Unless restricted, information submitted in response to this request may become subject to disclosure to the public pursuant to the provisions of the Freedom of Information Act(5 U.S.C. 551). h. Proposals shall set forth full, accurate, and complete information as required by this solicitation package (including Attachments). The penalty for making false statements in proposals is prescribed in 18 U.S.C. 1001. i. Wherever in this solicitation “man”, “men”, or their related pronouns are used and other related pronouns, (other than with reference to specific persons) as words or as parts of words, they have been used for literary purposes and are meant in their generic sense to include both males and females. j. The Government reserves the right to consider as acceptable only those proposals submitted according to all technical requirements stated or referenced in this solicitation, and that demonstrate an understanding of the problems involved and the scope of the project. k. Alternate proposals will be accepted and evaluated per L.6 below. The Government reserves the right to consider as acceptable only a proposal that is submitted in accordance with all requirements set forth or referenced in this RFP. l. Proposals may be withdrawn by written notice received at any time before award. L.3 INQUIRIES A pre-proposal conference will be held on September 3 rd, 2008 at 9:30am local time. Persons wishing to attend must send an e-mail request to abroadnax@gpo.gov, listing the name, phone number, and associated company name of all attendees by August 25 th, 2008. Prospective offerors who submit questions concerning this solicitation to abroadnax@gpo.gov by August 20th, 2008 will be answered at the pre-proposal conference. Responses to questions will also be posted as an amendment to this solicitation on FedBizzopps at least 2 weeks before the due date for receipt of proposals. The pre-proposal conference will be held at: The U.S. Government Printing Office 732 North Capital Street, N. W. Washington, D.C. 20401 L 4. AVAILABILITY OF EQUIPMENT AND SOFTWARE All hardware and software solutions proposed in response to this solicitation document shall have been formally announced for general release on or before the closing date of this solicitation. Failure to have equipment or software announced prior to submission of proposal may render the contractor proposal unacceptable. L 5. SUBMISSION OF PROPOSALS The contractor shall submit their proposals by 3:00pm, local time, Friday September 19 th 2008. Proposals received after the time and date specified for receipt will not be considered. If hard copies are provided, the contractor shall package and clearly label the outside of the package with the Solicitation Number and the contents thereof (e.g., Part I- Price Proposal, Part II – Written Technical Proposal). Both private and public entities may submit proposals. A cover letter containing any information the private or public sector participant wishes to bring to the Government’s attention may accompany the proposal. (a) The offer should be sealed and the outer envelope or wrapping of the offer should be addressed as follows: Albertha M Broadnax, Contracting Officer U.S. Government Printing Office Acquisition Services Stop: CSAS Washington, DC 20401 Solicitation No.: GPO MASS DIGITIZATION (b) If sent via FedEx, UPS or similar delivery services, offers must be delivered to the physical address below by the time and date specified above. Albertha M Broadnax, Contracting Officer U.S. Government Printing Office Acquisition Services Stop: CSAS Room A332 Washington, DC 20401 (c) If hand carried, offers must be delivered to the address cited in block 8 of the Standard Form 33 (SF-33) by the time and date specified above. L.6. ALTERNATE PROPOSALS Only the contractors that demonstrate acceptable submission to the Government of all requirements in this solicitation (or amendments thereof) will be considered for award. However, GPO will accept alternate proposals in terms of funding, approach, delivery, and performance monitoring as long as such proposals demonstrate added value relative to the original requirement description. Alternate proposals may be submitted as separate technical and cost proposals or may be submitted as addendums to the main proposal. L 7. SUBMISSION OF TECHNICAL PROPOSAL Technical proposals shall not exceed 100 pages, and shall be submitted in an original, two (2) copies and one (1) electronic copy. The technical proposal must not contain reference to cost except to the extent that resource information, such as data concerning labor hours and categories, materials, subcontracts, etc., is necessary in order to demonstrate technical understanding of the Performance-based Requirements in Section C. To permit a thorough and effective evaluation, the technical proposal must be sufficiently detailed to clearly and fully demonstrate that the private or public sector participant has a thorough and clear understanding of the Master Integrator requirements, and to permit the Government to make an evaluation of the proposal without further information being required from the contractor. Statements that the contractor understands, can or will comply with the requirements, and statements paraphrasing the requirements or parts thereof, are considered inadequate, and phrases such as “standard procedures will be employed or well-known techniques will be used,” will not be acceptable and may result in rejection of the proposal. A full explanation of the techniques and procedures proposed to be followed shall be included. Block diagrams, drawings, charts or logic models can be included, as appropriate, to present a full, complete and clear explanation. L 8. FORMAT AND CONTENT REQUIREMENTS FOR TECHNICAL PROPOSAL The technical portion of the proposal should be included in the following sections: A. COVER SHEET: A single page that expresses interest in this project, listing company points of contact (name, title, email and phone) and GSA Schedule information (if applicable). B. TABLE OF CONTENTS Provide sufficient detail so that all important elements of the proposal can be located readily. C. EXECUTIVE SUMMARY A maximum, two-page summary, outlining any necessary background information and an overview of the proposal, must be provided. In addition, the names, titles, telephone and facsimile numbers and electronic mail addresses of persons authorized to negotiate on the private or public sector participant’s behalf with the Government in connection with this solicitation shall be furnished. I. TECHNICAL CAPABILITY Process for digitizing content, including: · For all materials, provide a description of the processes to be employed, including tangible products that cannot be dis-bound, such as products that are rare or fragile. · Description of Quality Control process · Ability to digitize oversized materials (e.g., maps) Equipment/Software that will be used for: Scanning OCR, if applicable Metadata Capture Quality Control Process and means for delivery of digitized content back to GPO If access derivatives are being provided, description of optimization and specifications for the files being provided (e.g., screen optimized, press optimized) Process and means for delivery of tangible content back to GPO II. WORK PLAN FOR DIGITIZATION, INCLUDING: Detailed Schedule of task and project completion, including Detailed tasks and deliverables with estimated timeframes for each, including contingency plan to avoid project slippage Digitization outputs and capacity: statement regarding volume of material that could be produced. (e.g., average and sustainable images or pages per minute, week) OCR outputs, if applicable (e.g., average and sustainable images or pages per minute) · Process and means for delivery of digitized content back to GPO o If access derivatives are being provided, description of optimization and specifications for the files being provided (e.g., screen optimized, press optimized) Process and means for delivery of tangible content back to GPO o Whether the potential participant foresees an exclusive relationship with GPO III. SPECIFIC EXPERIENCE OF KEY PERSONNEL The contractor shall provide a description of the experience key personnel assigned to this project, including digitization projects of similar size and scope and projects with Federal Agencies with similar size and scope. Key Personnel includes: Project manager Quality control manager Scanning specialists OCR specialists, if applicable Metadata Specialist B. APPENDIX A: PAST PERFORMANCE QUESTIONNAIRE The contractor shall complete and attach copies of the Past Performance Questionnaire attached to Section J, Attachment G of this solicitation. In these questionnaires, the contractor and any proposed Subcontractor (s) shall list relevant ongoing or recently completed Government prime contracts and subcontracts for the same or similar work, completed in the past five (5) years. Pertinent work under non-Government contracts may also be included. Appendix B shall not be counted toward page limit. C. FORMAT AND PAGE COUNT CHART Document Size Font Page Count Entire Technical Proposal 8.5 x 11 12 pt 100 pages Resumes/Team 8.5 x 11 12 pt 10 pages general description, 2 pages per resume. Past Performance 8.5 x 11 12 pt Follow template; questionnaire, no limit L 9. MINIMUM ACCEPTANCE PERIOD The contractor shall allow 120 calendar days in the “offer” portion of SF 33, entitled “Solicitation, Offer, and Award,” for acceptance by the Government L.10 AMENDMENTS TO PROPOSAL Any changes to a proposal made by the contractor after its initial submission shall be submitted following the same instructions in this section for the appropriate volume to the following address: Albertha M Broadnax, Contracting Officer U.S. Government Printing Office Acquisition Services Stop: CSAS Room A332 Washington, DC 20401 Changes shall be described in summary format and the changes/replacement pages shall be clearly identifiable. Changes from the original page shall be indicated on the outside margin by vertical lines adjacent to the change. The private or public sector participant shall include the date of the amendment at the bottom of the changed pages. L.11 SERVICE OF PROTESTS An agency protest may be filed with either (1) the Contracting Officer or (2) at a level above the Contracting Officer, with the agency Chief Acquisition Officer. Agency protests filed with the Contracting Officer shall be sent to the following address: Albertha M Broadnax, Contracting Officer U.S. Government Printing Office Acquisition Services Stop: CSAS Washington, DC 20401 Agency protests filed with the Chief Acquisition Officer (CAO) shall be sent to the following address: Herbert H. Jackson, Jr. Chief Acquisition Officer U.S. Government Printing Office Stop: CSAO Washington, DC 20401 FAX: (202) 512-1517 If a protest is filed with either the Chief Acquisition Officer (CAO) or with the Government Accountability Office (GAO), a complete copy of the protest (including all attachments) shall be served upon the Contracting Officer and GPO General Counsel within one day of filing with the Chief Acquisition Officer or with GAO. Service upon the GPO General Counsel shall be made as follows: Office of the General Counsel U.S. Government Printing Office Attn: Roy Potter Room C-814 Stop: GC Washington, DC 20401 FAX: (202) 512-0076 SECTION - M - EVALUATION FACTORS FOR AWARD M.1 GENERAL (a) Award will be made on a Best Value basis to the offeror who proposes the most advantageous offer to the government. Award may be made to more than one vendor. Also, the award may be made without discussions; therefore, offerors are requested to initially submit proposals to the Government on their most favorable terms. M 2. BASIS FOR AWARD The responses to the RFP must comply in all material respects with law, regulation and all requirements set forth in the contract. GPO’s source evaluation and award will be made to the offeror whose proposal receives the highest rated technical score. Accordingly, award will be made to the offeror who is deem to be both responsible and technically acceptable and whose proposal provides the greatest overall value to the Government. This will be accomplished by scoring the offeror's response to the technical factors listed in this section, (Section M). Only contractors that demonstrate they can comply with all the government’s stated requirements will be considered for award. Even though the offeror will be scored on the information presented in the proposal, the Government may also consider information outside of that presented in the proposal relating to the contractor’s responsibility and/or past performance. M 3. TECHNICAL EVALUATION FACTORS In rating the technical proposals, the following three technical factors will be considered: Technical Capability will be most important, with Work Plan and Specific Experience of Key Personnel being equally important. A. TECHNICAL CAPABILITY The government shall evaluate the process for digitizing content, including the process : · For all materials, a description of the processes to be employed, including tangible products that cannot be dis-bound, such as products that are rare or fragile. · For description of Quality Control process, and · The ability to digitized oversized materials (e.g., maps) The government shall also evaluate the equipment/software that will be used for: Scanning OCR, if applicable Metadata Capture Quality Control B. WORK PLAN FOR DIGITIZATION, INCLUDING: The government will evaluate the detailed schedule of task and project completion, including: The detailed tasks and deliverables with estimated timeframes for each, including contingency plan to avoid project slippage The digitization outputs and capacity: statement regarding volume of material that could be produced. (e.g., average and sustainable images or pages per minute, week) The OCR outputs, if applicable (e.g., average and sustainable images or pages per minute) · The process and means for delivery of digitized content back to GPO o If access derivatives are being provided, description of optimization and specifications for the files being provided (e.g., screen optimized, press optimized) The process and means for delivery of tangible content back to GPO, and C. EXPERIENCE OF KEY PERSONNEL The government shall evaluate the contractor’s proposed key personnel. Contractors shall provide a description of the experience key personnel assigned to this project, including digitization projects of similar size and scope and projects with Federal Agencies with similar size and scope. Key Personnel includes: Project manager Quality control manager Scanning specialists OCR specialists, if applicable Metadata Specialist M.5 PAST PERFORMANCE RISK FACTOR This evaluation will qualitatively evaluate the contractor by reviewing and assessing the past performance of the private or public sector participant as a prime contractor. Past performance questionnaires (as required in Section L.5.2.1) and follow-up telephone interviews will be considered in assessing the contractor’s past performance. This factor will be based on risk and is focused on Quality of Product and/or Service provided. ATTACHMENT 1 SIMILAR EXPERIENCE MATRIX TEMPLATE 1) Project Name/Contract Title and Contract Number 2) Performed By: 3) Major Subcontractor(s): 4) Key Personnel: 5) Agency/Company: 6) CO: 7) COTR: 8) Other Technical POC: 9) Period of Performance: 10) Contract Type and Total Value: 11) Product/Service Provided: 12) Small Business Participation: 13) Problems Encountered/Resolution: 14) Awards, Recognitions, and Certifications Received: 15) Project Description and Approach: ATTACHMENT 2 ORGANIZATION’S PERFORMANCE QUESTIONNAIRE ORGANIZATION’S PERFORMANCE QUESTIONNAIRE Your assistance is requested in support of a source selection Please complete this questionnaire and mail or send by fax (202) 512-0975 to: Albertha Broadnax, Contracting Officer U.S. Government Printing Office Desired Response Date: Acquisition Services Stop: CSAS Solicitation No.: 3109 Washington, DC 20401 When complete, the information on this form is SOURCE SELECTION SENSITIVE INFORMATION (41 U.S.C. 423) and shall be protected accordingly. TO BE COMPLETED BY CONTRACTOR A. CONTRACTOR’S NAME AND ADDRESS 3. CONTRACT NO.: 4. CONTRACT INITIATION DATE: 5. COMPLETION DATE: 6. CONTRACT VALUE $ B. PROJECT NAME: 7. TYPE OF CONTRACT: 8. DESCRIPTION OF PROJECT’S KEY CHARACTERISTICS: Please add a continuation page if additional space is necessary. TO BE COMPLETED BY EVALUATING ORGANIZATION REPRESENTATIVE 9. EVALUATION EVALUATOR’S NAME, POSITION DURING PROJECT EXECUTION (Project Manager/COR/Other) AND ORGANIZATION EVALUATOR’S PHONE NUMBER c. MONTHS PERFORMANCE MONITORED BY EVALUATOR: Please check the response code for each topic that best reflects your experience with this contractor: EX = Exceptional VG = Very Good S = Satisfactory MG = Marginal US = Unsatisfactory N/O = Not Observed Quality of Products and Services - Assess the contractor’s conformance to contract requirements. EX VG S MG US N/O Overall Performance - Assess the contractor’s overall performance for the project. EX VG S MG US N/O Schedule - Assess the timeliness of the contractor against the schedule of activities (as appropriate). EX VG S MG US N/O Technical Requirements - Assess the contractor’s ability and capacity to fulfill the technical requirements of the contract. EX VG S MG US N/O Cost Control - Assess the contractor’s willingness and ability to manage the contract budget and control costs. EX VG S MG US N/O Subcontracting - Assess the contractor’s success at complying with subcontracting goals. EX VG S MG US N/O Customer Satisfaction - Assess the contractor’s responsiveness to customer concerns and “user friendliness” in ROUTINE matters. EX VG S MG US N/O Customer Satisfaction - Assess the contractor’s responsiveness to customer concerns and “user friendliness” in UNEXPECTED DIFFICULTIES. EX VG S MG US N/O Repeat Business - Assess the likelihood that you would want this contractor to perform another contract for you in the near future. EX VG S MG US N/O J. List Contractor’s Weak Points: K. List Contractor’s Strong Points: L. List any other projects this contractor has completed for you: M. If an award fee contract, what was the average award fee % earned?
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eb868fef29a987e743db83c3e7175f22&tab=core&_cview=1)
- Place of Performance
- Address: U.S. Government Printing Office, Washington, District of Columbia, 20410, United States
- Zip Code: 20410
- Zip Code: 20410
- Record
- SN01636482-W 20080813/080811224853-eb868fef29a987e743db83c3e7175f22 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |